Loading...
HomeMy WebLinkAbout2001-073 5th Ave and Fruitvale Blvd Roundabout Agreement with Superior Paving Company CI iirli Clef. k oft ) C.ty • ! „<,'0 1 of alma 0 6 i Engineering Division 5th Avenue Roundabout At the intersection of 5th Avenue & Fruitvale Boulevard Federal Aid No. STPH- 46o6(ool) , :,� ,ms 2„ wc _n .' - f ' ,-= ... ,....,, ... .,..:, .4),,„,.....--,,,-„.„..,,,-:._,:.„.„,....„... , ,:-A,p - - F - -• f ,j -: ' -, , _...-.;,,,,-,': :-; '-'i `. ,;7,:1(4,i,:.:-;,.,,- ..it,....;'?:,1--::,;,;. --.. ''..--=;--,;.- ,37.i.-: : iiii:Y=: - ., - !,:i Yi',5-4„..* - " � x ".. ,. g sans t "� s� � 4� ," Gs "�: $ ;� " 'f J � � -S l ;'p ..'"/:. f' y 4 � �3� � #m� , T 'r< - .: .!,4 - t:::::„'.' . ,. - , - ,,,-,-. . as, u ' �,- . '� ' —���, g ,. '..'.:c.. r..� dam _, .d m ., "s ;.. :-: 1, Construction Contract Specifications & Bid Documents City Project No. 1954 � 129 North Second Street ta ~ .r•<' • x Phone (509) 575 -6111 Yakima, WA 98901 , . �- Fax (509) 576 -6314 October 2003 i I , ov Y,1 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT �i'', Engineering Division 1' • `'' 4 129 North Second Street ° s V ■'',�$ Yakima, O Washington 98901 ' 6 ' %,.,,, << (509) 575 -6111 • Fax 576 -6305 , ‘' K. Wendell Adams, City Engineer October 31, 2003 Superior Paving Company P.O. Box 10268 Yakima, WA 98909 ATTN: Bill Hammett Re: 5th Avenue Roundabout City of Yakima Project No. 1954 Dear Mr. Hammett: The City Manager of the City of Yakima has authorized award of the above referenced project to your company on the basis of your low bid submitted on October 22, 2003, in the amount of $466,746.70. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared three (3) copies of the Contract and performance bond, along with certificate of insurance information as well as one complete set of plans and specifications for your surety. You have ten (10) days from this date to sign the three (3) copies, furnish the required Performance Bond and Certificate of Insurance and return them to our office. The complete surety set is for you to send to your surety. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA only) of the APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer, and Contractor. Please contact Bruce Floyd, (509) 575 -6138, within ten (10) days of this date, to schedule a pre - construction conference and discuss various forms and documentation that must be completed and turned in to him at that Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. For your information, we are enclosing a Liability Certificate Checklist and a copy of the bid summary for this project. Sincerely, 04,1.4 j--- )1 , .... 4 - , i ' . /, / 6 - xn K. Wendell Adams, P.E., City -n gineer cc: Robert Desgrosellier, Senior Engineer Bruce Floyd, Construction Supervisor Wendy Leinan, Contract Specialist City Clerk Yakima Finance tiltil AFAmorkatni File 11111! 1994 Page 1 of 2 BID SIJMMARY City of Yakima - 5th Avenue Roundabout ENGINEERS ESTIMATE Superior Paving Co. Columbia Asphalt & Gravel CITY OF YAKIMA PROJECT NO. 1954 Yakima, WA Yakima, WA " ITEM BID SECURITY 5% Bid Bond 5% Bid Bond _ NO ITEM QTY UNIT wpm AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPILL PREVENTION PLAN 1 LS 51,000.00 51000.00 5500.00 5500.00 5500.00 5500.00 2 MOBLIZATION(5 %) 1 LS 520,614.80 520,614.80 546, 000.00 546,00000 557,000.00 557,000.00 3 TRAFFIC CONTROL SUPERVISOR 450 HR 535.00 515,750.00 534.50 515,525.00 534.00 515,300.00 4 MAINTENANCE AND PROTECTION OF TRAFFIC (MIN BID 540,000) 1 LS 540,000.00 540.000.00 556.000.00 556.00000 540,000.00 $40.000.00 5 RCADSIDE CLEANUP 1 FA 55,000.00 55,000.00 55,000.00 55,000.00 55,000.00 $5.000.00 . 6 REMOVAL OF STRUCTURES ANO OBSTRUCTIONS 1 LS 51.500.00 51,500.00 535,000.00 535,000.00 55,000.00 55000.00 7 SAW CUT, PER INCH DEPTH 4050 LF 51.00 54,050.00 50.51 52,065.50 50.50 - 52,025.00 8 RCADWAY EXCAVATION INCLUDING HAUL 2067 - CY 610.00 520,670.00 58.00 516,536.00 513.70 528,317.90 9 CRUSHED SURFACING TOP COURSE (fa Trench Backfi6) 47 TON 516.00 5752.00 59.50 5446.50 518.00 5846.00 10 CRUSHED SURFACING BASE COURSE 2331 TON 515.00 534,965.00 515.75 536,713.25 515.00 534,965.00 11 ASPHALT TREATED BASE 380 TON 540.00 515,200.00 538.50 514,630.00 536.03 513,680.00 12 ASPHALT CONCRETE PAVEMENT, CLASS 'A' WITH PG64 -28 273 TON 550.00 513,650.00 544.50 512,148.50 540.00 510,920.00 ' 13 CEMENT CONCRETE PAVEMENT 1367 SY 545.00 561,515.00 _ 548.00 565,616.00 546.10 563.018.70 _ 14 CCMMERCIAL DRIVEWAY APPROACH 2 EA 53,000.00 56,000.00 53,895.00 57.79000 53,500.00 57,000.00 15 RESIDENTIAL DRIVEWAY APPROACH 1 EA 53,000.00 53,000.00 51,500.00 51,500.00 51,250.00 51,250.00 16 ' MASONRY PAVERS 1210 SY 550.00 $60,500.00 539.25 547,492.50 540.05 548,460.50 17 SCUD WALL PVC STORM SEWER PIPE, 12-IN DA. 160 LF 525.00 54.00000 529 50 54,720.00 563.75 _ 510,200.00 _ 18 PRECAST CONCRETE CATCH BASIN. TYPE 1L 5 EA 5800.00 54,000.00 5825.00 54,125.00 5705.00 53,525.00 19 REVERSIBLE FRAME 8 HERRINGBONE GRATE FOR TYPE 1L 5 EA $400.00 52,000.00 5325.00 51,62500 5175.00 5875.00 20 ACJLSTMANHOLE 1 EA 5300.00 530000 5350.00 5350.00 5150.00 5150.00 21 ACJLST VALVE BOX 1 EA 5200.00 5200.00 5150.00 5150.00 5100.00 5100.00 22 STRUCTURAL EXCAVATION CLASS'S' INCLUDING HAUL 75 CY 512.00 5900.00 55.00 5375.00 510.00 5750.00 . 23 CEMENT CONCRETE TRAFFIC CURB AND GUTTER 1877 LF 510.00 518,770.00 $8 25 515,485.25 58.10 515,203.70 24 CEMENT CONCRETE PEDESTRIAN CURB. 6' FACE 73 LF 58.00 $584.00 513 25 5967 25 513.00 5949.00 25 CEMENT CONCRETE ROUNDABOUT TRUCK APRON INNER CURB 179 LF 510.00 51,790.00 513 25 52,371.75 513.00 52,327.00 26 CEMENT CONCRETE ROUNDABOUT TRUCK APRON OUTER CURB 258 LF 512.00 $3.096.00 513.25 53.418.50 513.00 53,354.00 27 CEMENT CONCRETE SIDEWALK 4-IN DEPTH 4400 SY 517.00 574,800.00 S3 50 515,400.00 524.20 5106,480.00 28 SIDEWALK RAMPS 11 EA 5500.00 55500.00 5665.00 57,315.00 5650.00 57,150.00 29 CI-AN LINK FENCE, TYPE 6 140 17 515.00 52,100.00 522.00 53,080.00 520.65 52,891.00 30 14-F DOUBLE CHAIN UNK GATE, TYPE 6 1 EA $500.00_ 5500.00 5700.00 5700.00 5695.00 5695.00 , 31 END, CORNER, AND PULL POST FOR CHAIN LINK FENCE 2 EA 575.00 5150.00 5260.00 5520.00 5250.00 5500.00 32 ILLUMINATION SYSTEM 1 LS 520,000.00 520,000.00 537,000.00 537.000.00 534,500.00 534,500.00 ' 33 PAINTED WIDE LINE 530 I.F 50.12 563.60 50.65 5344.50 50.28 5148.40 34 PAINTED DOUBLE YELLOW CENTER LINE 485 LF 50.24 5116.40 50.20 597.00 50.28 5135.80 35 PAINTED CROSSWALK 368 SF 60.50 5184.00 50.65 5239 20 50.82 5301.76 36 PAINTED TRAFFIC ARROW 4 EA 530.00 5120.00 525.00 5100.00 535.00 5140.00 • 37 PLANTED TRAFFIC LETTER 16 EA 520.00 5320.00 $25.00 5400.00 525.00 5400.00 38 REPAIR OR REPLACEMENT 1 FA $5,000.00 55,000.00 55.00000 55,000.00 55,000.00 55,000.00 TOTAL BID 5448,660.80 $466,746.70 5529,058.76 • CITY ENGINEERS REPORT .� a CITY OF YAKIMA BIDS WERE OPENED ON OCTOBER 22, °' + It - h 2003. A_L BIDS HAVE BEEN REVIEWED BY THIS OFFICE. of " nk 5 th Avenue Roundabout I RECOMMEND THE CONTRACT BE AWARDED TO • - ' AWARD MADE BY CITY MANAGER CITY OF YAKIMA PROJECT NO 1954 Superior Paving Co. • /0 - 2 7 - 2 0 0 3 .4.101/1/",....) • - �- Z`� \ `r3 Z,� DATE Oct 22, 2003 DATE CITY ENGINEER ``�` . •�-�" DATE C ITY MANAGER FILE: 5TH AVENUE ROUNDABOUTBI SHEET of 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 418/1" 8' For Meeting Of 1/18/05 ITEM TITLE: Final Contract Payment for 5 Avenue Roundabout SUBMITTED BY: epartment of Community & Economic Development - Engineering CONTACT PERSON /TELEPHONE: K. W. Adams, City Engineer — 575 -6111 SUMMARY EXPLANATION: This project consisted of furnishing all labor, materials and equipment required for the construction to improve the intersection at 5 Avenue and Fruitvale Blvd., by realigning the intersection to a roundabout configuration. The included roadway excavation, crushed surfacing base course, asphalt treated base, asphalt concrete pavement, cement concrete pavement, curb and gutter, cement concrete sidewalk, drainage work, and illumination. Final inspection for this project was made and the recommendation is that the project be accepted. This Council action is to accept the project and approve the final construction costs. Contractor: Superior Paving Company Contract Award: 11/6/03 Contract Cost: $510,487.51 Amt. This Payment: -0- The above total contract cost is for construction only and does not include engineering and other costs. Resolution Ordinance X Other (Specify) Final Contract Payment Contract Mail to (name and address): Funding Source Arterial Stre-;.. ; i APPROVED FOR SUBMITTAL: r� A .' _ /:& + City Manager STAFF RECOMMENDATION: Accept the project and approve final estimate. COUNCIL ACTION: Standard Motion V -B adopted to approve final contract payment. CITY OF YAKIMA, WASHINGTON FILE NO. 1954 IMPROVEMENT: 5th AVENUE ROUNDABOUT 1/7/2005 CONTRACTOR: SUPERIOR PAVING CO. MADE BY WL PROGRESS ESTIMATE NO. 7 (FINAL) NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT 1 Spill Prevention Control Plan LS 100% 500.00 500.00 100% 500.00 2 Mobilization LS 100% 46,000.00 46,000.00 100% 46,000.00 3 Traffic Control Supervisor HR 430 34.50 14,835.00 96% 15,525.00 4 Maintenance and Protection of Traffic LS 100% 56,000.00 56,000.00 100% 56,000.00 5 Roadside Cleanup FA $0.00 5,000.00 0.00 0% 5,000.00 6 Removal of Structures and Obstructions LS 100% 36,800.00 36,800.00 100% 36,800.00 7 Sawcut, Per Inch Depth LF 4251 0.51 2,168.01 105% 2,065.50 8 Roadway Excavation Including Haul CY 2035 8.00 16,280.00 98% 16,536.00 9 Crushed Surfacing Top Course TON 172 9.50 1,634.00 366% 446.50 10 Crushed Surfacing Base Course CH ORDER #1 TON 3298 15.75 51,943.50 114% 45,375.75 11 Asphalt Treatment Base TON 513 38.50 19,750.50 135% 14,630.00 12 Asphalt Concrete Pavement Cl A TON 557 44.50 24,786.50 204% 12,148.50 13 Cement Concrete Pavement SY 1367 48.00 65,616.00 100% 65,616.00 14 Commercial Driveway Approach CH ORDER #1 EA 3 3,895.00 11,685.00 100% 11,685.00 15 Residential Driveway Approach EA 1 1,500.00 1,500.00 100% 1,500.00 16 Masonry Pavement SY 896 39.25 35,168.00 74% 47,492.50 17 Solid Wall PVC Storm Sewer Pipe 12 In Dia CHO #1 LF 370 29.50 10,915.00 100% 10,915.00 18 Precast Concrete Catch Basin, Type 1L CH ORDER #1 EA 9 825.00 7,425.00 100% 7,425.00 19 Reversible Frame and Herringbone Grate for Type 1L EA 9 325.00 2,925.00 100% 2,925.00 20 Adjust Manhole EA 6 350.00 2,100.00 600% 350.00 21 Adjust Valve Box EA 5 150.00 750.00 500% 150.00 22 Structural Excavation Cl B CY 55 5.00 275.00 73% 375.00 23 Cement Conc Traffic Curb & Gutter LF 1882 8.25 15,526.50 100% 15,485.25 24 Cement Conc Pedestrian Curb 6 In Face LF 67 13.25 887.75 92% 967.25 25 Cement Conc Roundabout Truck Apron Inner Curb LF 180 13.25 2,385.00 101% 2,371.75 26 Cement Conc Roundabout Truck Ap[ron Outer Curb LF 264 13.25 3,498.00 102% 3,418.50 27 Cement Conc Sidewalk 4 In Depth SY 881 3.50 3,083.50 20% 15,400.00 28 Sidewalk Ramps EA 12 665.00 7,980.00 109% 7,315.00 29 Chain Link Fence, Type 6 LF 130 22.00 2,860.00 93% 3,080.00 30 14 Ft Double Chaim Link Gate Type 6 EA 0 700.00 0.00 0% 700.00 31 End Corner and Pull Post for Chain Link Fence EA 5 260.00 1,300.00 250% 520.00 32 Illumination System LS 100% 37,000.00 37,000.00 100% 37,000.00 NO. ITEM UNIT QUANTITY UNIT AMOUNT % OF CONTRACT PRICE CONT AMOUNT 33 Painted Wide Line LF 301 0.65 195.65 57% 344.50 34 Painted Double Yellow Center Line LF 330 0.20 66.00 68% 97.00 35 Painted Crosswalk SF 0 0.65 0.00 0% 239.20 36 Painted Traffic Arrow EA 4 25.00 100.00 100% 100.00 37 Painted Traffic Letter EA 31 25.00 775.00 194% 400.00 38 Repair or Replacement FA $4,993.60 5,000.00 4,993.60 100% 5,000.00 39 Scalpings CH ORDER #2 TN 828 10.00 8,280.00 92% 9,000.00 40 Fruitvale Roundabout Water Feature CH ORDER #2 LS $11,200.00 11,200.00 11,200.00 100% 11,200.00 41 20 FT Chain Link Fence Type 6 CH ORDER #3 EA 1 1,100.00 $1,100.00 100% 1,100.00 42 4 FT Chain Link Fence Type 6 CH ORDER #3 EA 1 200.00 $200.00 100% 200.00 . PREVIOUS PAYMENTS TOTAL $510,487.51 99% 513,399.20 1 $192,701.92 2 $218,091.28 TOTAL COMPLETE $510,487.51 3 $5,000.00 4 $90,470.32 LESS PREV TOTAL $510,487.51 5 $2,886.74 6 $1,337.25 I certify that the above estimate is true and correct. TOTAL DUE $0.00 City Engineer tit Yom: 1, DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT �. Engineering Division • � 129 North Second Street 1 - . -. ' 1 >1 Yakima, Washington 98901 '1 ,% F 1 (509) 575 -6111 • Fax 576 -6305 . K. Wendell Adams, City Engineer October 31, 2003 Superior Paving Company P.O. Box 10268 Yakima, WA 98909 ATTN: Bill Hammett Re: 5th Avenue Roundabout City of Yakima Project No. 1954 Dear Mr. Hammett: The City Manager of the City of Yakima has authorized award of the above referenced project to your company on the basis of your low bid submitted on October 22, 2003, in the amount of $466,746.70. This letter is official notification of the award of the contract to your company by the City of Yakima. We have prepared three (3) copies of the Contract and performance bond, along with certificate of insurance information as well as one complete set of plans and specifications for your surety. You have ten (10) days from this date to sign the three (3) copies, furnish the required Performance Bond and Certificate of Insurance and return them to our office. The complete surety set is for you to send to your surety. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA only) of the APWA Supplement to the Standard Specifications for coverage limits, additional insurance requirements and special ACORD form wording. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer, and Contractor. Please contact Bruce Floyd, (509) 575 -6138, within ten (10) days of this date, to schedule a pre - construction conference and discuss various forms and documentation that must be completed and turned in to him at that Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. For your information, we are enclosing a Liability Certificate Checklist and a copy of the bid summary for this project. Sincerely, 0 4,1...4 j-- i 0.1 - , J ' • 6 K. Wendell Adams, P.E., City ngineer cc: Robert Desgrosellier, Senior Engineer Bruce Floyd, Construction Supervisor Wendy Leinan, Contract Specialist City Clerk Yam Finance m-m.aan File 11111! 1994 Page 1 of 2 BID SUMMARY City of Yakima - 5th Avenue Roundabout ENGINEERS ESTIMATE Superior Paving Co. Columbia Asphalt & Gravel CITY OF YAKIMA PROJECT NO. 1954 Yakima, WA Yakima, WA ITEM BID SECURITY 5% Bid Bond 5% Bid Bond NO ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPILL PREVENTION PLAN 1 LS 51,000.00 31,000.00 3500 00 5500.00 3500.00 5500.00 2 MOBILIZATION (5 %) 1 LS 320,614.80 520,614.80 546,00000 346.00000 357,000.00 557,000.00 3 TRAFFIC CONTROL SUPERVISOR 450 HR 335.00 315,750.00 53450 315,525.00 334.00 315,300.00 4 MAINTENANCE AND PROTECTION OF TRAFFIC (MIN BID 340,000) 1 LS 340,000.00 540,000.00 356,000.00 556,000.00 $40.000.00 540,000.00 5 ROADSIDE CLEANUP 1 FA 35,000.00 55,000.00 35,000.00 55,000 00 35,000.00 35,000.00 6 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS 51,500.00 31,500.00 535,000.00 535,000.00 55.000.00 55,000.00 7 SAW CUT, PER INCH DEPTH 4050 LF 31.00 $4,050.00 50.51 32,065.50 $0.50 32,025.00 8 ROADWAY EXCAVATION INCLUDING HAUL 2067 CY 310.00 320,670.00 38 00 516,536 00 513.70 528,317.90 9 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 47 TON 516.00 5752.00 59.50 $446.50 518.00 5846.00 10 CRUSHED SURFACING BASE COURSE 2331 TON 515.00 334,965.00 $15.75 336,713.25 315.00 534,965.00 11 ASPHALT TREATED BASE 380 TON 340.00 315,200.00 53850 314,630.00 336.00 313,680.00 12 ASPHALT CONCRETE PAVEMENT, CLASS 'A' WITH PG64 -28 273 TON 350.00 313,650,00 344.50 $12,148.50 340.00 510,920.00 13 CEMENT CONCRETE PAVEMENT 1367 SY 345.00 361,515.00 348 00 565,616.00 346.10 363,018.70 14 COMMERCIAL DRIVEWAY APPROACH 2 EA 33,000.00 $6,000.00 53,895.00 37,79000 33,500.00 37,000.00 15 RESIDENTIIAL DRIVEWAY APPROACH 1 EA 33,000.00 33,000.00 51,500.00 51,500 00 61,250.00 31,250.00 16 MASONRY PAVERS 1210 SY 350.00 560,500.00 539 25 547,492.50 340.05 548,460.50 17 SOLID WALL PVC STORM SEWER PIPE,12- INDIA. 160 LF 525.00 34,000.00 329 50 54,720 00 363.75 310,200.00 18 PRECAST CONCRETE CATCH BASIN, TYPE 1L 5 EA 3800.00 34,000.00 382500 54,125.00 3705.00 53,525.00 19 REVERSIBLE FRAME 8 HERRINGBONE GRATE FOR TYPE 1L 5 EA $400.00 52,000.00 5325.00 31,625.00 5175.00 3875.00 20 ADJUST MANHOLE 1 EA 3300.00 3300.00 3350.00 3350.00 5150.00 3150.00 21 ADJUST VALVE BOX 1 EA 5200.00 3200.00 315000 3150.00 5100.00 3100.00 22 STRUCTURAL EXCAVATION CLASS '51' INCLUDING HAUL 75 CY 512.00 5900.00 $5.00 5375.00 310.00 5750.00 23 CEMENT CONCRETE TRAFFIC CURB AND GUTTER 1877 LF 510.00 318,770.00 58.25 $15,485.25 38.10 315.203 70 24 CEMENT CONCRETE PEDESTRIAN CURB. 6 FACE 73 LF ' 38.00 3584.00 513.25 5967.25 313.00 3949.00 25 CEMENT CONCRETE ROUNDABOUT TRUCK APRON INNER CURB 179 LF 310.00 31,790.00 313 25 $2,371 75 313.00 32,327.00 26 CEMENT CONCRETE ROUNDABOUT TRUCK APRON OUTER CURB 258 LF $12.00 33,096.00 513.25 $3.418.50 313.00 33,354.00 27 CEMENT CONCRETE SIDEWALK, 4 -IN DEPTH 4400 SY 317.00 374,800.00 $3.50 315,400 00 $24.20 3106,480.00 28 SIDEWALK RAMPS 11 EA 3500.00 55,500.00 3665.00 57,315.00 3650.00 57,150.00 29 CHAIN LINK FENCE, TYPE 6 140 LF 515.00 32,100,00 522.00 53,080.00 320.65 $2,891.00 30 14 -FT DOUBLE CHAIN LINK GATE. TYPE 6 1 EA 3500.00 3500,00 5700.00 $700.00 3695.00 3695.00 31 END, CORNER, AND PULL POST FOR CHAIN LINK FENCE 2 EA 375.00 5150.00 526000 5520.00 5250.00 5500.00 32 ILLUMINATION SYSTEM 1 LS 520000.00 520,000.00 537,000.00 337,00000 334,500.00 534,500.00 33 PAINTED WIDE LINE 530 LF 30.12 363 60 $0.65 5344 50 30.28 5148.40 34 PAINTED DOUBLE YELLOW CENTER LINE 485 LF 30.24 5116.40 30.20 597.00 50.28 3135.80 35 PAINTED CROSSWALK 368 SF $0.50 3184.00 30.65 323920 30.82 3301.76 36 PAINTED TRAFFIC ARROW 4 EA $30.00 5120.00 525.00 5100.00 335.00 3140.00 37 PAINTED TRAFFIC LETTER 16 EA 320.00 3320.00 32500 3400.00 525.00 3400.00 38 REPAIR OR REPLACEMENT 1 FA 55,000.00 55,000.00 35,000 00 $5,00000 35,000.00 35,000.00 TOTAL BID $448,660.80 5466,746.70 3529,058.76 CITY ENGINEERS REPORT °', ='" ) t -� '''a CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON OCTOBER 22, ".., ` + 2003. ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. "�. ' + + +q I RECOMMEN THE CONTRACT BE AWARDED TO: g',` • • 1 + 4 , , 5th Avenue Roundabout -'''' AWARD MADE BY CITY MANAGER CITY OF YAKIMA PROJECT NO. 1954 Superior Paving Co. /0-27- W 4 � , ++ q \, r' , - \� �b 0�''') 1 '�- \ \ � DATE Oct 22, 2003 DATE CITY ENGINEER ' � ` � ` " ".ti' DATE CITY MANAGER FILE: 5TH AVENUE ROUNDABOUT BID1.PUB SHEET 1 of 1 City of Yakima 5 AVENUE ROUNDABOUT INTERSECTION OF 5 AVE. & FRUITVALE BLVD. Federal Aid No. STPH - 4606(001) City Project No. 1954 . W_ A04 ' Z3 -zDD3 4. pF WASI l) 29619 C P RGISTE0 SSIONAL E1c1 EXPIRES 11/17/2003 Construction Contract Specifications & Bid Documents September 2003 1 CONTENTS CITY OF YAKIMA 5 " A venue Roudabout 5 Ave. & Fruitvale Blvd. City Project No. 1954 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2002 Standard Specifications 7 CONTRACT PROVISIONS Special Provisions 135 Project Description 135 1 -02 Bid Procedures and Conditions 136 1 -05 Control of Work 136 1 -06 Control of Materials 139 1 -07 Legal Relations and Responsibilities to the Public 141 1 -08 Prosecution and Progress 156 1 -10 Temporary Traffic Control 157 1 -99 APWA Supplement 159 2 -01 Clearing and Grubbing 165 2 -02 Removal of Structure and Obstruction 165 2 -03 Roadway Excavation and Embankment 165 2 -07 Watering 166 4 -04 Ballast and Crushed Surfacing 167 4 -06 Asphalt Treated Base 167 5 -04 Asphalt Concrete Pavement 168 5 -05 Cement Concrete Pavement 171 7 -05 Manholes, Inlets, Catch Basins and Drywells 174 8 -01 Erosion Control and Water Pollution Control 175 8 -20 Illumination, Traffic Signal Systems, and Electrical 175 8 -30 Repair or Replacement 177 9 -29 Illumination, Signals, Electric 179 STANDARD PLANS 180 Required Contract Provisions Federal -Aid Construction Projects CONTRACT FORM 183 Performance Bond Form 185 Informational Certificate of Insurance 187 Informational Additional Insured Endorsement 189 Minimum Wage Affidavit Form 191 PREVAILING WAGE RATES Prevailing Wage Rates 193 State and Federal Wage Rates (follow this page as attachments) PROPOSAL Proposal Form 195 Item Proposal Bid Sheet 197 Bid Bond Form 199 Non - Collusion Declaration 201 Non - Discrimination Provision 203 Subcontractor List 205 Women and Minority Business Enterprise Policy 207 Council Resolution 209 Affirmative Action Plan 211 Bidders Certification 213 Subcontractors Certification 215 Materially and Responsive 217 Proposal Signature Sheet 219 Prequalification Form 221 Bidders Check List 225 PLANS & DETAILS Standard Details Traffic Control Plan Construction Plans INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals will be received by the undersigned City Clerk of the City of Yakima, 129 North 2 Street, Yakima, Washington, 98901, until 2:00 PM on October 16, 2003, and will then and there be opened and publicly read for the construction of: CITY OF YAKIMA 5 Avenue Roundabout City Project No. 1954 Federal Aid No. STPH- 4606(001) This project shall consist of furnishing all labor, materials, and equipment required to improve the intersection at 5 Avenue and Fruitvale Blvd, by realigning the intersection to a roundabout configuration. This will include roadway excavation, crushed surfacing base course, asphalt treated base, asphalt concrete pavement, cement concrete pavement, curb and gutter, cement concrete sidewalk, drainage work, illumination, and other work, all in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. In the event that the successful bidder shall fail or refuse to enter into a contract with the City for the construction of the aforementioned project, the bid proposal deposit shall be forfeited to the City. Plans and Specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $40.00 for each set, non - refundable. Informational copies of maps, plans, and specifications are on file for review in the office of the City Engineer of Yakima in Yakima, Washington, and at plan centers in Yakima and Kennewick, Washington. A pre -bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North 2nd Street, Yakima, Washington at 10:00 AM on October 8, 2003. The conference will feature project discussion, DBE Contractor participation, and the Affirmative Action Plan. The City of Yakima, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. • The City reserves the right to reject any or all bids and proposals. DATED this 23rd day of September, 2003. (SEAL) Karen S. Roberts City Clerk PUBLISH: Sep. 24, 2003 Oct. 1, 2003 5 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2002 Standard Specifications STANDARD SPECIFICATIONS The 2002 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association are, by this reference, made part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. The APWA Supplement to DIVISION 1 (Division 1 -99) of the 2002 Standard Specifica- tions for Road, Bridge, and Municipal Construction will apply to this Contract. INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2002 Standard Specifications for Road, Bridge, and Municipal Construction (English). AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the 2002 Standard Specifications are made a part of this • contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1 -99, APWA SUPPLEMENT August 4, 2003 DIVISION 1, APWA SUPPLEMENT The introduction paragraph on page 1 -109 is revised to read: The following pages are identified as "Division 1 -99, APWA Supplement ", and are for the purpose of deleting, revising, replacing, or adding to the sections of Division 1. These Division 1 -99 specifications are to be used only when the Bid Documents specifically state that the Division 1 -99 APWA Supplement will apply for the contract, and are to be used only for city and county projects that are advertised and awarded at the local level. The Division 1 -99 APWA Supplement does not apply 7 to any project that is administered by the Washington State Department of Transportation Section 1 -01.3 (APWA Only) page 1 -111 The third paragraph is revised to read as follows: The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters is located. Section 1 -02.1 (APWA Only) Page 112 This section is revised to read: Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. SECTION 1 -02.9 IS SUPPLEMENTED BY REVISING THE FIRST PARAGRAPH TO READ: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents. Section 1 -02.14 (APWA Only) Page 114 Item 3 is revised to read: 3. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; Item 10 is deleted Section 1 -04.2 (APWA Only) PAGE 1 -20 The second paragraph is revised 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 Division 1 -99 APWA Supplement, 6. Amendments to the Standard Specifications, 7. Division 1 -99 APWA Supplement, 8. WSDOT /APWA Standard Specifications for Road, Bridge and Municipal Construction, 9. Contracting Agency's Standard Plans (if any), and • 10. WSDOT /APWA Standard Plans for Road, Bridge and Municipal Construction. Section 1 -07.18 (APWA Only) Page 1 -123 Item No. 4 is revised to read: 4. A Pollution Liability policy, required if so stated in the Contract Provisions, providing coverage for claims involving remediation, disposal, or other handling of pollutants arising out of: (1) Contractor's operations related to this project; (2) transportation of hazardous materials to or from any site related to this project, including, but not limited to, the project site and any other site, including those owned by the Contractor or for which the Contractor is responsible; and (3) remediation, abatement, repair, maintenance or other work with lead -based paint or materials containing asbestos. Such Pollution Liability policy shall provide the following minimum coverage for Bodily Injury and Property Damage: $1,000,000 per occurrence Section 1 -07.18 (APWA Only) Page 1 -124 The third paragraph under "Evidence of Insurance" is revised to read: A copy of the endorsement naming Contracting Agency and any other entities required by the Contract Provisions as Additional Insured(s), and stating that • coverage is primary and non - contributory, showing the policy number, and signed by an authorized representative of the insurance company on Form CG2010 (ISO) or equivalent. Section 1 -10.5 (APWA Only) Page 1 -130 This section is deleted END OF 99.AP1 SECTION 1 - 02, BID PROCEDURES AND CONDITIONS April 7, 2003 1 - 02.6 Preparation of Proposal The second paragraph is deleted. The eighth paragraph, dealing with Traffic Control Labor, is deleted. 1 - 02.13 Irregular Proposals Number 2. is revised to read: 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. 9 SECTION 1 -04, SCOPE OF THE WORK December 2, 2002 1 -04.4 Changes The fifth paragraph is revised to read: For Item 2, if the actual quantity of any item, exclusive of added or deleted amounts included in agreed change orders, increases or decreases by more than 25 percent from the original plan quantity, the unit contract price for that item may be adjusted in accordance with Section 1 -04.6. 1 -04.6 Increased or Decreased Quantities This section is revised to read: Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantity of work performed under a unit item varies from the original proposal quantity, payment will be at the unit contract price for all work unless the total accepted quantity of any contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity. In that case, payment for contract work may be adjusted as described herein: The adjusted final quantity shall be determined by starting with the final accepted quantity measured after all work under an item has been completed. From this amount, subtract any quantities included in additive change orders accepted by both parties. Then, to the resulting amount, add any quantities included in deductive change orders accepted by both parties. The final result of this calculation shall become the adjusted final quantity and the basis for comparison to the original proposal quantity. 1. Increased Quantities. Either party to the contract will be entitled to renegotiate the price for that portion of the adjusted final quantity in excess of 1.25 times the original proposal quantity. The price for excessive increased quantities will be determined by agreement of the parties, or, where the parties cannot agree, the price will be determined by the Engineer based upon the actual costs to perform the work, including reasonable markup for overhead and profit. 2. Decreased Quantities. Either party to the contract will be entitled to an equitable adjustment if the adjusted final quantity of work performed is less than 75 percent of the original bid quantity. The equitable adjustment shall be based upon and limited to three factors: 1. Any increase or decrease in unit costs of labor, • materials or equipment, utilized for work actually performed, resulting solely from the reduction in quantity; 2. Changes in production rates or methods of performing work actually done to the extent that the nature of the work actually performed differs from the nature of the work included in the original plan; and 3. An adjustment for the anticipated contribution to unavoidable fixed cost and overhead from the units representing the difference between the adjusted final quantity and 75% of the original plan quantity. in The following limitations shall apply to renegotiated prices for increases and /or equitable adjustments for decreases: 1. The equipment rates shall be actual cost but shall not exceed the rates set forth in the AGCIWSDOT Equipment Rental Agreement (referred to in Section 1 -09.6) that is in effect at the time the work is performed. 2. No payment will be made for extended or unabsorbed home office overhead and field overhead expenses to the extent that there is an unbalanced allocation of such expenses among the contract bid items. 3. No payment for consequential damages or loss of anticipated profits will be allowed because of any variance in quantities from those originally shown in the proposal form, contract provisions, and contract plans. 4. The total payment (including the adjustment amount and unit prices for work performed) for any item which experiences an equitable adjustment for decreased quantity shall not exceed 75% of the amount originally bid for the item. If the adjusted final quantity of any item does not vary from the quantity shown in the proposal by more than 25 %, then the Contractor and the Contracting Agency agree that all work under that item will be performed at the original contract unit price and within the original time for completion. When ordered by the Engineer, the Contractor shall proceed with the work pending determination of the cost or time adjustment for the variation in quantities. The Contractor and the Contracting Agency agree that there will be no cost adjustment for decreases if the Contracting Agency has entered the amount for the item in the proposal form only to provide a common proposal for bidders. 1 -04.7 Differing Site Conditions (Changed Conditions) This section is revised to read: During the progress of the work, if preexisting subsurface or latent physical conditions are encountered at the site, differing materially from those indicated in the contract, or if preexisting unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing site conditions before they are disturbed and before the affected work is performed. Upon written notification, the Engineer will investigate the conditions and if he /she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding loss of anticipated profits, will be made and the contract modified in writing accordingly. The Engineer will notify the Contractor of his /her determination whether or not an adjustment of the contract is warranted. No contract adjustment which results in a benefit to the Contractor will be allowed unless the Contractor has provided the required written notice. 11 The equitable adjustment will be by agreement with the Contractor. However, if the parties are unable to agree, the Engineer will determine the amount of the equitable adjustment in accordance with Section 1 -09.4. Extensions of time will be evaluated in accordance with Section 1 -08.8. If the Engineer determines that different site conditions do not exist and no adjustment in costs or time is warranted, such determination shall be final as provided in Section 1- 05.1. If there is a decrease in the costs or time required to perform the work, failure of the Contractor to notify the Engineer of the differing site conditions shall not affect the Contracting Agency's right to make an adjustment in the costs or time. No claim by the Contractor shall be allowed unless the Contractor has followed the procedures provided in Section 1 -04.5 and 1- 09.11. SECTION 1 - 05, CONTROL OF WORK April 7, 2003 1 - 05.13 Superintendents, Labor, and Equipment of Contractor This section is supplemented with the following: 1 -05.13(1) Emergency Contact List The Contractor shall submit an Emergency Contact List to the Engineer no later than five calendar days after the date the contract is executed. The list shall include, at a minimum, the Prime Contractor's Project Manager, or equivalent, the Prime Contractor's Project Superintendent and the Traffic Control Supervisor. The list shall identify a representative with delegated authority to act as the emergency contact on behalf of the Prime Contractor and include one or more alternates. The emergency contact shall be available upon the Engineer's request at other than normal working hours. The Emergency Contact List shall include 24 -hour telephone numbers for all individuals identified as emergency contacts or alternates. SECTION 1 -06, CONTROL OF MATERIAL December 2, 2002 1- 06.2(2)B Financial Incentive In the first paragraph, the reference to pay factors "1.0000" and "1.0500" are revised to "1.00" and "1.05" respectively. In the second paragraph, the reference to pay factor "1.000" is revised to "1.00 ". SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 4, 2003 1 -07.1 Laws to be Observed The first sentence is revised to read: The Contractor shall always comply with all Federal, State, tribal or local laws, ordinances, and regulations that affect work under the contract. 1 07.11(10)B Required Records and Retention The first sentence is revised to read: 19 All records must be retained by the Contractor for a period of three years following final acceptance of the contract work. 1 -07.15 Temporary Water Pollution /Erosion Control This section is supplemented with the following: 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan The Contractor shall prepare a project specific spill prevention, control and countermeasures (SPCC) plan to be used for the duration of the project. The plan shall be submitted to the Engineer prior to the commencement of any on site construction activities. The Contractor shall maintain a copy of the plan at the work site, including any necessary updates as the work progresses. If hazardous materials are encountered during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Hazardous material, as referred to within this specification, is defined in RCW 70.105.010 under "Hazardous Substances ". Occupational safety and health requirements that pertain to SPCC planning are contained in WAC 296 -155 and WAC 296 -62. The SPCC plan shall address the following project - specific information: 1. SPCC Plan Elements A. Site Information Identify general site information useful in construction planning, recognizing potential sources of spills, and identifying personnel responsible for managing and implementing the plan. B. Project Site Description Identify staging, storage, maintenance, and refueling areas and their relationship to drainage pathways, waterways, and other sensitive areas. Specifically address: • the Contractor's equipment maintenance, refueling, and cleaning activities. • the Contractor's on site storage areas for hazardous materials. C. Spill Prevention and Containment Identify spill prevention and containment methods to be used at each of the locations identified in B., above. D. Spill Response Outline spill response procedures including assessment of the hazard, securing spill response and personal protective equipment, containing and eliminating the spill source, and mitigation, removal and disposal of the material. E. Standby, On -Site, Material and Equipment The plan shall identify the equipment and materials the Contractor will maintain on site to carry out the preventive and responsive measures for the items listed. 13 F. Reporting The plan shall list all federal, state and local agency telephone numbers the Contractor must notify in the event of a spill. G. Program Management Identify site security measures, inspection procedures and personnel training procedures as they relate to spill prevention, containment, response, management and cleanup. H. Preexisting Contamination • If preexisting contamination in the project area is described elsewhere in the plans or specifications, the SPCC plan shall indicate measures the Contractor will take to conduct work without allowing release or further spreading of the materials. 2. Attachments A. Site plan showing the locations identified in (1. B. and 1. C.) noted previously. B. Spill and Incident Report Forms, if any, that the Contractor will be using. Implementation Requirements The Contractor shall be prepared and shall carry out the SPCC plan in the event of a hazardous spill within the project limits. Payment The lump sum contract price for the "SPCC Plan" shall be full pay for: 1. All costs associated with creating the SPCC plan. 2. All costs associated with providing and maintaining on site standby materials and equipment described in the SPCC plan. As to other costs associated with spills the contractor may request payment as provided for in the Contract. No payment shall be made if the spill was caused by or resulted from the Contractor's operations, negligence or omissions. 1 - 07.16 Protection and Restoration of Property This section is supplemented with the following: 1 07.16(2)A Archaeological and Historical Objects Archaeological or historical objects, such as ruins, sites, buildings, artifacts, fossils, or other objects of antiquity that may have significance from a historical or scientific • standpoint, which may be encountered by the Contractor, shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds. The Engineer will determine if the material is to be salvaged. The Contractor may be required to stop work in the vicinity of the discovery until such determination is made. The Engineer may require the Contractor to suspend work in the vicinity of the discovery until salvage is accomplished. 14 If the Engineer finds that the suspension of work in the vicinity of the discovery increases or decreases the cost or time required for performance of any part of the work under this contract, the Engineer will make an adjustment in payment or the time required for the performance of the work in accordance with Sections 1 -04.4 and 1 -08.8. 1- 07.16(4) Payment The first sentence is revised to read: All costs to comply with this section and for the protection and repair specified in this section, unless otherwise stated, are incidental to the contract and are the responsibility of the Contractor. SECTION 1 -08, PROSECUTION AND PROGRESS April 7, 2003 1- 08.10(3) Payment for Termination for Public Convenience This section including title is revised to read: 1- 08.10(3) Termination for Public Convenience Payment Request After receipt of Termination for Public Convenience as provided in Section 1- 08.10(2), the Contractor shall submit to the Contracting Agency a request for costs associated with the termination. The request shall be prepared in accordance with the claim procedures outlined in Sections 1 -09.11 and 1- 09.12. The request shall be submitted promptly but in no event later than 90 calendar days from the effective date of termination. The Contractor agrees to make all records available to the extent deemed necessary by the Engineer to verify the costs in the Contractor's payment request. 1- 08.10(4) Termination for Public Convenience Claims This section including title is revised to read: 1- 08.10(4) Payment for Termination for Public Convenience Whenever the contract is terminated in accordance with Section 1- 08.10(2), payment will be made in accordance with Section 1 -09.5 for the actual work performed. If the Contracting Agency and the Contractor cannot agree as to the proper amount of payment, then the matter will be resolved as outlined in Section 1 -09.13 except that, if the termination occurs because of the issuance of a restraining order as provided in Section 1- 08.10(2), the matter will be resolved through mandatory and binding arbitration as described in Sections 1- 09.13(3) A and B, regardless of the amount of the claim. 15 SECTION 1 -09, MEASUREMENT AND PAYMENT August 5, 2002 1- 09.2(4) Specific Requirements for Belt Conveyor Scales In the first paragraph, the reference to "National Bureau of Standards Handbook No. 44," is revised to read: National Institute of Standards and Technology (NIST) Handbook No. 44, 1 -09.6 Force Account On page 1 -86, under "For Labor ", the fourth and fifth sentences in the second paragraph are deleted. On page 1 -86, under "For Labor ", the fifth paragraph is revised to read: In addition to compensation for direct labor costs defined above, the Contracting Agency will pay the Contractor 29 percent of the sum of the costs calculated for labor reimbursement to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. This amount will include any costs of safety training and health tests, but will not include such costs for unique force account work that is different from typical work and which could not have been anticipated at the time of bid. • On page 1 -87, under "For Equipment ", the third paragraph is supplemented with the following: In the event that prior quotations are not obtained and the vendor is not a firm independent from the Contractor or subcontractor, then after - the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of the submitted invoice. On page 1 -88, under "For Services ", the first paragraph is supplemented with the following: In the event that prior quotations are not obtained and the service invoice is submitted by a subcontractor, then after - the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of the submitted invoice. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL April 7, 2003 1- 10.2(1) General This section is revised to read: • It is the Contractor's responsibility to plan, conduct and safely perform the work. The Contractor shall designate an individual or individuals to perform the duties of Traffic Control Manager (TCM). The TCM must be an employee of the Contractor. The duties of the TCM may not be subcontracted. The Contractor shall also designate an individual or individuals to perform the duties of the Traffic Control Supervisor (TCS). The TCS shall be responsible for safe implementation of approved Traffic Control Plans provided by the TCM. 16 The TCM and TCS shall be certified as worksite traffic control supervisors by one of the organizations listed in the Special Provisions. A TCM and TCS are required on all projects that have traffic control. The TCM may also perform the duties of the TCS. The Contractor shall identify an alternate TCM and TCS who can assume the duties of the assigned or primary TCM and TCS in the event of that person's inability to perform. Such alternates shall meet the same requirements as the primary TCM and TCS. The Contractor shall maintain 24 -hour telephone numbers at which the TCM and TCS can be contacted and be available upon the Engineer's request at other than normal working hours. The TCM and TCS shall have the appropriate personnel, equipment, and material available at all times in order to expeditiously correct any deficiency in the traffic control system. 1- 10.2(1)A Traffic Control Manager This section is revised to read: The duties of the Traffic Control Manager (TOM) shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's workzones and the Contract. 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCP's) which are compatible with the work operations and traffic control for which they will be implemented. 3. Discussing proposed traffic control measures and coordinating implementation of the Contractor - adopted traffic control plan(s) with the Engineer. 4. Coordinating all traffic control operations, including those of subcontractors, suppliers, and any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the contract which contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 7. Having the latest adopted edition of the MUTCD including the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications available at all times on the project. 8. Attending all project meetings where traffic management is discussed. 9 Reviewing the TCS diaries daily and being aware of "field" traffic control 17 operations. 10. Assuring daily submissions of previous day's TCS diaries, indicating date of TCM review, to WSDOT TCS. 11, Being present on -site a sufficient amount of time to adequately accomplish the above - listed duties. 1- 10.2(1)B Traffic Control Supervisor This section is revised to read: A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or less frequently, as approved by the Engineer. Th TCS shall personally perform all the duties of the TCS. During non -work periods, the TCS shall be available to the job site within a 45- minute time period after notification by the Engineer. The TCS's duties shall include: • 1. Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected each work shift except that Class A signs and nighttime lighting need to be checked only once a week. Traffic control devices left in place for 24 hours or more should also be inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). 2. Preparing a daily traffic control diary on DOT Forms 421 -040A and 421 -040B, which shall be submitted to the Engineer no later than the end of the next working day to become a part of the project records. The Contractor may use their own form if it is approved by the Engineer. Include in the diary such items as: a. When signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, c. Revisions to the approved traffic control plan (TCP), d. Lighting utilized at night, and e. Observations of traffic conditions. 3. Ensuring that corrections are made if traffic control devices are not functioning as required. The TCS may make minor revisions to the approved traffic control plan to accommodate site conditions as long as the original intent of the traffic control plan is maintained and the revision has concurrence of the TOM and /or WSDOT TCS. 4. Attending traffic control coordinating meetings or coordination activities as authorized by the Engineer. 5. Ensuring that all needed traffic control devices are available and in good working condition prior to the need to install those devices. 6. Having a current set of approved TCP's and applicable contract provisions as provided by the TCM and the latest adopted edition of the MUTCD including 1R the Modifications to the MUTCD for Streets and Highways for the State of Washington and applicable standards and specifications. The TCS may perform the work described by "Traffic Control Labor" as long as the duties of the TCS are accomplished. Possession of a current flagging card by the TCS is mandatory. A reflective vest and a hard hat shall be worn by the TCS. 1- 10.2(2) Traffic Control Plans This section including title is revised to read: 1- 10.2(2) Traffic Control Plans (TCPs) The traffic control plan or plans appearing in the contract plans show a method of handling traffic. All flaggers are to be shown on the traffic control plan except for emergency situations. The Contractor shall designate and adopt in writing the specific traffic control plan or plans required for their method of performing the work. If the Contractor's methods differ from the contract traffic control plan(s), the Contractor shall propose modification of the traffic control plan(s) by showing the necessary construction signs, flaggers, and other traffic control devices required for the project. The Contractor's modified traffic control plan(s) shall be in accordance with the established standards for plan development as shown in the MUTCD, Part VI. The Contractor's letter designating and adopting the specific traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the signs and other traffic control devices will be required. The Contractor shall be solely responsible for providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. 1- 10.2(3) Conformance to Established Standards The second sentence in the sixth paragraph (Category 4) is deleted. 1 -10.5 Payment Under "Traffic Control Vehicle ", the reference to 1- 10.3(1)B is revised to 1- 10.2(1)B. SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT December 2, 2002 2- 03.3(14)D Compaction and Moisture Control Tests The second paragraph is revised to read: In place density will be determined using Test Methods WSDOT FOP for AASHTO T 310 and WSDOT SOP for T 615. 2 -03.5 Payment Under the bid item "Sand Drainage Blanket ", per ton the statement "Compaction will be paid for by the item "Embankment Compaction ", is deleted. Under the bid item "Gravel Borrow Incl. Haul ", per ton or per cubic yard, the statement "Compaction will be paid for by the item "Embankment Compaction ", is deleted. The statement "Unless otherwise provided, the work described in Section 2- 03.3(14), Embankment Construction, shall be incidential to other pay items involved." Shall be moved above the bid item "Select Borrow Incl. Haul ", per ton or per cubic yard. 19 SECTION 4 -04, BALLAST AND CRUSHED SURFACING April 7, 2003 4 -04.4 Measurement The third paragraph is revised to read: Shoulder ballast will be measured by the ton or by the cubic yard. SECTION 5 -04, ASPHALT CONCRETE PAVEMENT December 2, 2002 5 -04.2 Materials The reference to "Recycling Agent 9- 02.1(5)" is deleted. 5- 04.3(5)C Crack Sealing Under item 1 "Sand Slurry", the first sentence is revised to read: The sand slurry shall consist of approximately 20 percent CSS -1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean U.S. No. 4 -0 paving sand. 5- 04.3(8)A Acceptance Sampling and Testing Under "D ", the reference to "AASHTO T 30" is revised to AASHTO T 27/11. 5- 04.3(19) Sealing of Driving Surfaces This section including title is revised to read: 5- 04.3(19) Sealing of Pavement Surfaces Where shown in the Plans, the Contractor shall apply a fog seal. Before application of the fog seal all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. The fog seal shall be CSS -1 or CSS -1 h uniformly applied to the pavement free of streaks and bare spots at the rate 0.03 to 0.05 residual gallons per square yard. The emulsified asphalt shall be diluted at a rate of one part water to one part emulsified asphalt unless otherwise directed by the Engineer. The emulsified asphalt shall be applied within the temperature range specified in Section 5- 02.3(3). 5- 04.3(21) Paving Asphalt Revision The third sentence in the first paragraph is revised to read: A new contract item, Paving Asphalt Revision, will be established for material varying from the asphalt content shown in the Special Provisions by more than plus or minus 0.3 percent. 5 -04.4 Measurement The following paragraph is added after the third paragraph: Asphalt for fog seal will be measured by the ton, before dilution, in accordance with Section 1 -09. The fourth paragraph is deleted. 9n 5 -04.5 Payment The following paragraph is added after the sixth paragraph: "Asphalt for Fog Seal ", per ton. The unit contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs of material, labor, tools, and equipment necessary for the application of the fog seal as specified. The following is inserted after the tenth paragraph: All costs for asphalt for tack coat shall be included in the unit contract price per ton of the asphalt concrete pavement. SECTION 5 -05, CEMENT CONCRETE PAVEMENT August 4, 2003 5- 05.3(1) Concrete Mix Design for Paving Number 2 in this section is revised to read: 2. Submittals. The Contractor's submittal shall include the mix proportions per cubic yard and the proposed sources for all ingredients including the power plant that generated the fly ash. The mix shall be capable of providing a minimum flexural strength of 650 psi at 14 days. Evaluation of strength shall be based on statistically analyzed results of 5 beam specimens made according to WSDOT T 808 and tested according to WSDOT T 802 that demonstrate a quality level of not less than 80 percent analyzed in accordance with Section 1- 06.2(2)D. In addition the Contractor shall fabricate, cure, and test 5 sets of cylinders, for evaluation of both 14 and 28 day strengths, according to WSDOT FOP's for AASHTO T 22 and AASHTO T 23 using the same mix design as used in fabrication of the beams. Compressive strength data (for 28 day strength) shall be submitted to the engineer for use in determination of a conversion factor of flexural strength to compressive strength, which will be used by the Engineer for strength acceptance testing. Mix designs submitted by the Contractor shall provide a unique identification for each proposal and shall include test data confirming that concrete made in accordance with the proposed design will meet the requirements of these Specifications. Test data shall be from an independent testing lab or from a commercial concrete producer's lab. If the test data is developed at a producer's lab, the Engineer or a representative may witness all testing. The second paragraph under number 3 in this section is supplemented with the following: Only non - chloride accelerating admixtures that meet the requirements of Section 9- 23.6 Admixture for Concrete, shall be used. 5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement In the third sentence of the tenth paragraph, the reference to "1000 psi" is revised to "1200 psi ": 5- 05.3(10) Tie Bars and Dowel Bars In the seventh paragraph, the first sentence is deleted and replaced by the following: 21 When new cement concrete pavement is to be placed against existing cement concrete pavement, epoxy - coated tie bars shall be drilled and set into the existing pavement with an epoxy bonding agent in accordance with the Standard Plan and specified tolerances for placement of the tie bars. The epoxy bonding agent shall meet the requirements of Section 9 -26.1 for Type I epoxy. 5 05.3(18) Cement Concrete Approach This section including title is revised to read: 5- 05.3(18) Vacant 5- 05.3(19) Reinforced Concrete Bridge Approach Slabs The fifth paragraph is revised to read: Reinforced concrete hridge approach slab anchors shall be installed as detailed in the Plans. The anchor rods, couplers, and nuts shall conform to Section 9- 06.5(1). The steel plates shall conform to ASTM A 36. All metal parts shall receive one coat of formula A -11 -99 paint. The pipe shall be any non- perforated PE or PVC pipe of the diameter specified in the Plans. Polystyrene shall conform to Section 9- 04.6. The anchors shall be installed parallel both to profile grade and center line of roadway. The Contractor shall secure the anchors to ensure that they will not be misaligned during concrete placement. For Method B anchor installations, the epoxy resin used to install the anchors shall conform to Section 9 -26.1. 5 05.3(22) Repair of Defective Pavement Slabs In the third paragraph, the eighth and ninth sentences are deleted and replaced by the following: Where required, an epoxy bonding agent shall be applied to the dry, cleaned surface of the cavity in a thin even coat, using a stiff- bristle brush. Placement of Portland cement concrete or epoxy concrete or mortar shall immediately follow the application of the epoxy bonding agent. The epoxy bonding agent shall meet the requirements of Section 9- 26.1(1) for Type II epoxy (Portland cement concrete placement) or Type Ill epoxy (epoxy concrete or mortar placement). Epoxy concrete or mortar shall meet the requirements of Section 9- 26.3(1)A. Low areas which grinding cannot feasibly remedy, shall be sandblasted, filled with epoxy bonded mortar, and textured by grinding. The epoxy bonding agent shall meet the requirements of Section 9- 26.1(1)B for Type II epoxy. 5 - 05.4 Measurement The statement "Cement concrete approach will be measured by the square yard" is deleted. 5 - 05.5 Payment The bid item "Cement Conc. Approach Day, per square yard" is deleted. The paragraph under "Bridge Approach Slab" is revised to read: The unit contract price per square yard for "Bridge Approach Slab" shall be full pay for providing, placing, and compacting the crushed surfacing base course, furnishing and placing Class 4000 concrete, and furnishing and installing compression seal, anchors, and reinforcing steel. 99 SECTION 6 -02, CONCRETE STRUCTURES August 4, 2003 6- 02.3(2)A Contractor Mix Design The last sentence of the first paragraph is revised to read: All other concrete mix designs except those for lean concrete and commercial concrete shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete. 6 02.3(2)B Commercial Concrete This section is revised to read as follows: Commercial concrete shall have a minimum compressive strength at 28 days of 3000 psi in accordance with AASHTO T 22. Commercial concrete placed above the finished ground line shall be air entrained and have an air content from 4.5 percent to 7.5 percent per AASHTO T 152. Commercial concrete does not require plant approval, mix design, or source approvals for cement, aggregate, and other admixtures. Where concrete Class 3000 is specified for nonstructural items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, luminaire bases, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have a minimum cementitious material content of 564 pounds per cubic yard of concrete and shall be air entrained. Commercial concrete shall not be used for structural items such as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve other nonstructural items not listed for use as commercial concrete. 6 02.3(4)A Qualification of Concrete Suppliers In the seventh paragraph the reference to "70 revolutions" is revised to "30 revolutions ". 6 02.3(4)C Consistency The first paragraph is supplemented with the following: 4. 9 inches for shafts when using Class 4000P, provided the water cement ratio does not exceed 0.44 and a water reducer is used meeting the requirements of 9 -23.6. 5. 5.5 inches for all concrete placed in curbs, gutters, and sidewalks. The second paragraph is revised to read: When a high range water reducer is used, the maximum slump listed in 1, 2, 3, and 5 above, may be increased an additional 2 inches. 6- 02.3(5)A General In the fourth paragraph, in 2., revise "proceeding" to "preceding". 6 02.3(6)A Weather and Temperature Limits to Protect Concrete The section "Cold Weather Protection" is revised to read: 23 The Contractor shall provide a written procedure for cold weather concreting to the Engineer for review and approval. The procedure shall detail how the Contractor will prevent the concrete temperature from falling below 50° F. Permission given by the Engineer to place concrete during cold weather will in no way ensure acceptance of the work by the Contracting Agency. Should the concrete placed under such conditions prove unsatisfactory in any way, the Engineer shall still have the right to reject the work although the plan and the work were carried out with his permission. The Contractor shall provide and maintain a recording thermometer on the concrete surface at a location specified by the Engineer. During freezing or near - freezing weather, data from this thermometer shall be readily available to the Engineer. The Contractor shall not mix nor place concrete while the air temperature is below 35° F, unless the water or aggregates (or both) are heated to at least 70° F. The aggregate shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with the aggregates before the cement is added. Any equipment and methods shall heat the materials evenly. The Contractor may warm stockpiled aggregates with dry heat or steam, but not by applying flame directly or under sheet metal. If the aggregates are in bins, steam or water coils or other heating methods may be used if aggregate quality is not affected. Live steam heating is not permitted on or through aggregates in bins. If using dry heat, the Contractor shall increase mixing time enough to permit the super -dry aggregates to absorb moisture. Any concrete placed in air temperatures below 35° F shall be immediately enclosed. Air temperature within the enclosure shall be maintained such that the concrete surface temperature stays between 50° F and 90° F, and the relative humidity shall be above 80 percent. These conditions shall be maintained for a minimum of seven days or for the cure period required by Section 6- 02.3(11), whichever is longer. If artificial heat is used to maintain the temperature inside the enclosure, moisture shall be added to the enclosure to maintain the humidity as stated above. The Contractor shall stop adding moisture 24 hours before removing the heat. Extra protection shall be provided for areas especially vulnerable to freezing (such as exposed top surfaces, corners and edges, thin sections, and concrete placed into steel forms). If weather forecasts predict air temperatures below 35° F during the seven days just after the concrete placement, the Contractor may place the concrete only if his approved cold weather concreting plan is implemented. In addition, if air temperatures fall below 35 °F within 7 days after placement of concrete, the Contractor shall implement his approved cold weather concreting plan. 6- 02.3(14)B Class 2 Surface Finish The first sentence of the first paragraph is revised to read: The Contractor shall apply a Class 2 finish to all above - ground surfaces not receiving a Class 1 finish as specified above unless otherwise indicated in the Contract. 24 6- 02.3(17)D Falsework Support Systems: Piling, Temporary Concrete Footings, Timber Mudsills, Manufactured Shoring Towers, Caps, and Posts Under Temporary Concrete Footings and Timber Mudsills, Number 1, Granular Soil, The first sentence is revised to read: The Contractor shall conduct on -site tests according to AASHTO T 235. 6- 02.3(17)J Face Lumber, Studs, Wales, and Metal Forms On page 6 -60, the paragraph beginning with "All corners shall be beveled... etc." is revised to read: All corners shall be beveled 3/4 inch. However, footings, footing pedestals, and seals need not be beveled unless required in the Plans. 6- 02.3(24)C Placing and Fastening In the second paragraph, the following is inserted after the third sentence: All epoxy- coated bars in the top mat of the roadway slab shall be tied at all intersections. Other epoxy- coated bars shall also be tied at all intersections, but shall be tied at alternate intersections when spacing is less than 1 foot in each direction. 6- 02.3(24)H Epoxy - Coated Steel Reinforcing Bar In the fifth paragraph, the second and third sentences are deleted and replaced by the following: All bars shall be placed and fastened as specified in Section 6- 02.3(24)C. 6- 02.3(25) Prestressed Concrete Girders The last sentence in the second paragraph is revised to read: If the corrective action is not acceptable to the Engineer, the girder(s) will be subject to rejection by the Engineer. In the fourth paragraph, the section Prestressed Concrete Girder is revised to read: Prestressed Concrete Girder — Refers to prestressed concrete girders including Series W42G, W50G, W58G, W74G, WF74G, W83G, and W95G girders, bulb tee girders, and deck bulb tee girders. In the fourth paragraph, the section Bulb Tee Girder is revised to read: Bulb Tee Girder — Refers to bulb tee girders or deck bulb tee girders. In the fourth paragraph, the section Deck Bulb Tee Girder is revised to read: Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange designed to support traffic loads (i.e., without a cast -in -place deck), including Series W35DG, W41 DG, W53DG, and W65DG. This type of bulb tee girder is mechanically connected to adjacent girders at the job site. The fourth paragraph is supplemented with the following: 25 Segmental Prestressed Concrete Girder — Refers to prestressed concrete girders constructed in segments including Series WF74PTG, W83PTG, and W95PTG girders, and their cast -in -place concrete closures. Except where specific requirements are otherwise specified for these girders, segmental prestressed • concrete girders shall conform to all requirements specified for prestressed concrete girders. Anchorages shall conform to Sections 6- 02.3(26)B, 6- 02.3(26)C, and 6- 02.3(26)D. Ducts shall conform to the Section 6- 02.3(26)E requirements for internal embedded installation, and shall be round, unless the Engineer approves use of elliptical shaped ducts. Duct -wedge plate transitions shall conform to Section 6- 02.3(26)E. Prestressing reinforcement shall conform to Section 6- 02.3(26)F. Prestressed Concrete Tub Girder — Refers to prestressed concrete trapezoidal box or bathtub girders including those constructed in segments with cast -in -place concrete closures. WSDOT prestressed concrete tub girders are identified as Series U * *G* or Series OF * *G* girders, where U specifies webs without flanges, OF specifies webs with flanges, ** specifies the girder height in inches, and * specifies the bottom flange width in feet. Except where specific requirements are otherwise specified for these girders, prestressed concrete tub girders shall conform to all requirements specified for prestressed concrete girders and segmental prestressed concrete girders. 6- 02.3(25)A Shop Plans The second paragraph is supplemented with the following: Post - tensioning ducts in segmental prestressed concrete girders shall be located so their center of gravity is in accordance with the Plans. The first sentence in the third paragraph is revised to read: The Contractor shall have the option to furnish Series W74G prestressed concrete girders with minor dimensional differences from those shown in the Plans. The first sentence in the fourth paragraph is revised to read: If the Contractor elects to provide a Series W74G, WF74PTG, and WF74G girder with an increased web thickness, shop plans along with supporting design calculations shall be submitted to the Engineer for approval prior to girder fabrication. The sixth paragraph is revised to read: The Contractor shall provide five copies of the shop plans to the Engineer for approval, except as otherwise noted. Shop drawings for segmental prestressed concrete girders shall conform to Section 6- 02.3(26)A, and seven copies of the shop drawings shall be submitted to the Engineer for approval. The shop drawings for segmental prestressed concrete girders shall include all details related to the post - tensioning operations in the field, including details of hardware required, tendon geometry, blockout details, and details of additional or modified steel reinforcing bars required in the cast -in -place closures. Approval of shop plans means only that the Engineer accepts the methods and materials. Approval does not imply correct dimensions. 26 • 6- 02.3(25)B Casting The first paragraph is revised to read: Before casting girders, the Contractor shall have possession of an approved set of shop drawings. Side forms shall be steel, except that cast -in -place concrete closure forms for segmental prestressed concrete girders, interior forms of prestressed concrete tub girders, and end bulkhead forms of prestressed concrete girders may be plywood. Interior voids for precast prestressed slabs with voids shall be formed by either wax soaked cardboard or expanded polystyrene forms. The interior void forms shall be secured in the position as shown in the Plans and shall remain in place. The fourth paragraph is revised to read: Air - entrainment is not required in the concrete placed into prestressed precast concrete girders, including cast -in -place concrete closures for segmental prestressed concrete girders, unless otherwise noted. The Contractor shall use air - entrained concrete in the top two inches, minimum, of the roadway deck flange of deck bulb -tee girders and precast prestressed ribbed sections. All concrete for precast prestressed slabs shall be air entrained, except for slabs where the Engineer approves use of air - entrained concrete in the top two inches, only. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A. In the sixth paragraph, number 3 is revised to read: 3. Be located 3 inches or more from the outside edge of the top flange on Series W42G, W50G, and W58G girders, 6 inches or more for Series W74G girders, and 7 inches or more for Series WF74G, WF74PTG, W83G, W83PTG, W95G, and W95PTG girders; and 6- 02.3(25)C Prestressing The last sentence in the fifth paragraph is revised to read: If steel has been damaged or if it shows rust or corrosion that cannot be fully removed with a soft cloth, it will be rejected. This section is supplemented with the following: Post - tensioning of segmental prestressed concrete girders shall conform to Section 6- 02.3(26)G, and the following requirements: Before tensioning, the Contractor shall remove all side forms from the cast - in -place concrete closures. From this point until 48 hours after grouting the tendons, the Contractor shall keep all construction and other live loads off the superstructure and shall keep the falsework supporting the superstructure in place. Once the post - tensioning steel is installed, no welds or welding grounds shall be attached to metal forms, structural steel, or steel reinforcing bars of the structural member. The Contractor shall not tension the post - tensioning reinforcement until the concrete in the cast -in -place closures reaches the minimum compressive strength specified in the Plans (or 5,000 psi if the concrete strength is not 27 specified in the Plans). This strength shall be measured with concrete cylinders made of the same concrete cured under the same conditions as the cast -in -place closures. All post - tensioning shall be completed before placing the sidewalks and barriers on the superstructure. 6 02.3(25)D Curing In the second paragraph, number 5 is revised to read: • 5. Heat concrete to no more than 100 F during the first two hours after placing the concrete, and then increase no more than 25 F per hour to a maximum of 175 F; The third paragraph is revised to read: The Contractor may strip side forms from prestressed concrete girders once the concrete has reached a minimum compressive strength of 3,000 psi. All damage from stripping is the Contractor's responsibility. This section is supplemented with the following: Curing of cast -in -place concrete closures for segmental prestressed concrete girders shall conform to Section 6- 02.3(11). 6 02.3(25)E Contractors Control Strength The following new paragraph is inserted between the sixth and seventh paragraphs: For prestressed concrete tub girders, a test shall consist of four cores measuring 3 inches in diameter by 6 inches in height, taken from each web approximately three feet to the left and to the right of the center of the girder span. The cores shall avoid all prestressing strands and steel reinforcing bars. The eight paragraph is revised to read: The cores shall be taken in accordance with AASHTO T 24 and shall be tested in accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if the average compressive strength of the four cores from the precast prestressed member or prestressed concrete tub girder, or of the three cores from any other prestressed concrete girder, is at least 85 percent of the specified compressive strength with no one core less than 75 percent of specified • compressive strength. The first sentence in the tenth paragraph is revised to read: The Contractor shall coat cored holes with an epoxy bonding agent and patch the holes using the same type concrete as that in the girder, or a mix approved during the annual plant review and approval. The epoxy bonding agent shall meet the requirements of Section 9 -26.1 for Type II, Grade 2 epoxy. 6 02.3(25)F Prestress Release The third sentence in the third paragraph is revised to read: 2F The release strength shall not be less than 3,500 psi, except that the release strength for segmental prestressed concrete girders shall not be less than 4,000 psi. 6- 02.3(25)G Protection of Exposed Reinforcement This section is supplemented with the following: Grouting of post - tensioning ducts for segmental prestressed concrete girders shall conform to Section 6- 02.3(26)H. 6- 02.3(25)1 Tolerances Number 21 under the first paragraph is revised to read: 21. Differential Camber Between Girders in a Span (measured in place at the job site): For I girders: 1/8 inch per 10 feet of beam length (Series W42G, W50G, W58G, W74G, WF74G, WF74PTG, W83G, W83PTG, W95G, and W95PTG). For deck bulb tee girders: Cambers shall be equalized by an approved method when the difference in cambers between adjacent girders or stages measured at mid -span exceeds 1/4 inch. For PCPS members: T 1/4 inch per ten feet of member length measured at midspan, but not greater than ▪ 1/2 inch total. For prestressed concrete tub girders: ± 1/4 inch per ten feet of member length measured at midspan, but not greater than t 1/2 inch total. This section is supplemented with the following: 25. Position of post - tensioning ducts at girder and CIP closure ends: - 1/4 inch. 26. Position of post tensioning ducts along segments of segmental prestressed concrete girders: T 1/4 inch. 27. Deviation from a smooth curve for post- tensioning ducts at closures based on the sum total of duct placement and alignment tolerances: T 3/8 inch. 6- 02.3(25)L Handling and Storage The first sentence in the first paragraph is revised to read: During handling and storage, each girder shall always be kept plumb and upright, and each precast prestressed member and prestressed concrete tub girder shall • always be kept in the horizontal position shown in the Plans. The second paragraph is revised to read: 29 For some girders, straight temporary top flange strands may be specified in the Plans. Pretensioned top temporary strands for full length prestressed concrete girders shall be unbonded over all but the end 10 feet of the girder length. As an alternative for full length prestressed concrete girders, temporary top strands may be post - tensioned prior to shipment. When temporary top strands are specified for segmental prestressed concrete girders, the temporary top strands shall be post - tensioned prior to lifting the assembled girder. When the post - tensioned alternative is used, the Contractor shall be responsible for properly sizing the anchorage plates, and the reinforcement adjacent to the anchorage plates, to prevent bursting or splitting of the concrete in the top flange. In the fourth paragraph, the following new sentence is inserted between the third and fourth sentences: After post - tensioning, segmental prestressed concrete girders shall be supported at points between 2' -0" and 5' -0" from the girder ends, unless otherwise shown in the Plans. 6- 02.3(25)M Shipping The third sentence in the third paragraph is revised to read: No prestressed concrete tub girder shall be shipped for at least seven days after concrete placement. In the fourth paragraph, Type of Girder is supplemented with the following: Series WF74PTG segment 4 feet Series W83PTG segment and W95PTG segment 4 feet Prestressed concrete tub girder segment 4 feet In the first sentence of the fifth paragraph, "modofication" is revised to read "modification ". The following new paragraph is inserted between the fifth and sixth paragraphs: If the Contractor elects to assemble segmental prestressed concrete girders into components of two or more segments prior to shipment, the Contractor shall submit shipment support location working drawings with supporting calculations to the Engineer in accordance with Section 6 -01.9. The calculations shall show that concrete stresses in the assembled girders will not exceed those listed below. The first sentence of the sixth paragraph is revised to read: Lateral bracing for shipping is not required for prestressed concrete tub girders. Other prestressed concrete girders of lengths equal or shorter than the following will not require lateral bracing for shipping: The first sentence of the seventh paragraph is revised to read: For all girders exceeding these lengths, and all Series WF74PTG, W83G, W83PTG, W95G, and W95PTG girders, the Contractor shall provide bracing to • control lateral bending during shipping, unless the Contractor furnishes calculations in accordance with Section 6 -01.9 demonstrating that bracing is not necessary. 3n 6- 02.3(26)E Ducts The first paragraph under "Ducts for External Exposed Installation" is revised to read: Duct shall be high- density polyethylene (HDPE) conforming to ASTM D 3350. The cell classification for each property listed in Table 1 shall be as follows: Property Cell Classification 1 3 or 4 2 2, 3, or 4 3 4or5 4 4or5 5 2or3 6 2, 3, or 4 The color code shall be C. 6- 02.3(26)H Grouting The sixth paragraph is revised to read: The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20 seconds as determined by ASTM C 939, Flow of Grout for Preplaced Aggregate Concrete (Flow Cone Method). The grout ejected from the end vent shall have a minimum flow of 11 seconds. 6- 02.3(28) Precast Concrete Panels This section is revised to read: The Contractor shall perform quality control inspection. The manufacturing plant for precast concrete units shall be certified by the Precast /Prestressed Concrete Institute's Plant Certification Program for the type of precast member to be produced, or the National Precast Concrete Association's Plant Certification Program or be an international Congress Building Officals Evaluation Services recognized fabricator of structural precast concrete products, and shall be approved by WSDOT as a Certified Precast Concrete Fabricator prior to the start of production. WSDOT Certification will be granted at, and renewed during, the annual precast plant review and approval process. Products that shall conform to this requirement include noise barrier panels, wall panels, floor and roof panels, marine pier deck panels, retaining walls, pier caps, and bridge deck panels. Precast concrete units that are prestressed shall meet all the requirements of Section 6- 02.3(25). The Contracting Agency intends to perform Quality Assurance Inspection. By its inspection, the Contracting Agency intends only to facilitate the work and verify the quality of that work. This inspection shall not relieve the Contractor of any responsibility for identifying and replacing defective material and workmanship. Prior to the start of production of the precast concrete units, the Contractor shall advise the Engineer of the production schedule. The Contractor shall give the Inspector safe and free access to the work. If the Inspector observes any nonspecification work or unacceptable quality control practices, the Inspector will advise the plant manager. If the corrective action is not acceptable to the Engineer, the unit(s) will be rejected. 31 6- 02.3(28)B Casting The following new paragraph is inserted after the first paragraph: Concrete shall meet the requirements of Section 6- 02.3(25)B for annual pre - approval of the concrete mix design, and slump. 6 02.3(28)H Shipping This section is revised to read: Precast units shall not be shipped until the concrete has reached the specified design strength, and the Engineer has reviewed the fabrication documentation for contract compliance and stamped the precast concrete units " Approved for Shipment.". The units shall be supported in such a manner that they will not be • damaged by anticipated impact on their dead load. Sufficient padding material shall be provided between tie chains and cables to prevent chipping or spalling of the concrete. SI=C: T ICON 7 -01, DRAINS April 1, 2002 7 -01.2 Materials In the first paragraph, "Corrugated Polyethylene (PE) Drain Pipe, 8 -inch diameter maximum" is revised to read: Corrugated Polyethylene (PE) Drain Pipe, 10 -inch diameter maximum "Corrugated Polyethylene (PE) Drain Pipe, 12 -inch through 24 -inch diameter maximum" is revised to read: Corrugated Polyethylene (PE) Drain Pipe, 12 -inch through 36 -inch diameter maximum SECTION 7 -02, CULVERTS January 7, 2002 7 -02.2 Materials In the chart "Culvert Pipe Schedules ", the following is revised: In the column "Schedule (Fill Height) ", the symbol 0 is revised to ' (feet). . In the columns "Steel ", and "Aluminum ", the symbol 0 is revised to " (inches). In note 2. The symbol 0 is revised to " (inches). SECTION 7 -04, STORM SEWERS • April 1, 2002 7- 04.3(1)F Low Pressure Air Test for Storm Sewers Constructed of Non Air - Permeable Materials This section is supplemented with the following: Reaches of thermoplastic pipe containing no joints shall be exempt from testing requirements. 19 SECTION 7 -05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS April 1, 2002 7 -05.2 Materials The referenced section for Gravel Backfill for Drywells is revised to 9- 03.12(5). In the first paragraph, "Precast Concrete Catch Basis" is revised to read: Precast Concrete Catch Basins SECTION 7 -08, GENERAL PIPE INSTALLATION REQUIREMENTS August 4, 2003 7- 08.3(1)A Trenches The first paragraph is revised to read: The length of trench excavation in advance of pipe laying shall be kept to a minimum. Excavations shall be either closed up at the end of day or protected per Section 1- 07.23(1). 7 -08.4 Measurement The fifth paragraph is revised to read: Embankment construction before pipe placement under the applicable provisions of Section 7- 08.3(1)A will be measured in accordance with Section 2 -03. SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL December 2, 2002 This section is replaced in its entirety as follows: 8 -01.1 Description This work shall consist of furnishing, installing, maintaining, removing and disposing of water pollution and erosion control items in accordance with these Specifications and as shown in the Plans or as designated by the Engineer. 8 -01.2 Materials Materials shall meet the requirements of the following sections: Mulch and Amendments 9 -14.4 Erosion Control Blanket 9 -14.5 Construction Geotextile 9 -33 • Quarry Spalls 9 -13 8 -01.3 Construction Requirements 8- 01.3(1) General Controlling pollution, erosion, runoff, and related damage may require the Contractor to perform temporary work items including but not limited to: 1. Providing ditches, berms, culverts, and other measures to control surface water; 2. Building dams, settling basins, energy dissipaters, and other measures, to control downstream flows; 3. Controlling underground water found during construction; or 33 4. Covering or otherwise protecting slopes until permanent erosion - control measures are working. To the degree possible, the Contractor shall coordinate this temporary work with permanent drainage and erosion control work the contract requires. The Engineer may require additional temporary control measures if it appears pollution or erosion may result from weather, the nature of the materials, or progress on the work. When natural elements rut or erode the slope, the Contractor shall restore and repair the damage, with the eroded material where possible, and clean up any remaining material in ditches and culverts. When the Engineer orders replacement with additional or other materials, unit contract prices will cover the quantities needed. If the Engineer anticipates water pollution or erosion, the Contractor shall schedule the work so that grading and erosion control immediately follows clearing and grubbing. The Engineer may also require erosion control work to be done-with or immediately after grading. Clearing, grubbing, excavation, borrow, or fill within the right of way shall never expose more erodible earth than as listed below, without written approval by the Engineer: Area Date Location 17 Acres April 1 - October 31 East of the Summit of the Cascade Range May 1 - September 30 West of the Summit of the Cascade Range 5 Acres November 1 - March 31 East of the Summit of the Cascade Range October 1 - April 30 West of the Summit of the Cascade Range The Engineer may increase or decrease the limits in light of project conditions. Erodible earth is defined as any surface where soils, grindings, or other materials are capable of being displaced and transported by rain, wind, or surface water runoff. In western Washington, erodible soil not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice, unless authorized otherwise by the Engineer: October 1 through April 30 2 days maximum May 1 to September 30 7 days maximum If the Engineer, under Section 1 -08.6, orders the work suspended for an extended time, the Contractor shall, before the Contracting Agency assumes maintenance responsibility, make every effort to control erosion, pollution, and runoff during shutdown. Section 1 -08.7 describes the Contracting Agency's responsibility in such cases. Nothing in this section shall relieve the Contractor from complying with other contract requirements. • -4a 8- 01.3(1)A Submittals At the preconstruction discussions, the Contractor shall submit a plan for temporary erosion and sediment control (TESC). When a TESC plan is included in the Plans, the Contractor may adopt or modify the plan. Before any work begins, the Contractor shall obtain the Engineer's approval on a TESC plan. The plan shall show the schedule for all erosion control Work, whether required by the contract or proposed by the Contractor. The plan shall cover all areas the Contractor's work may affect inside and outside the limits of the project (including all Contracting Agency - provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). The Contractor shall revise and update the plan whenever the Engineer so requests in writing. The Contractor shall allow at least five working days for the Engineer's review of any original or revised plan. Failure to approve all or part of any such plan shall not make the Contracting Agency liable to the Contractor for any work delays. 8- 01.3(1)B Erosion and Sediment Control (ESC) Lead The Contractor shall identify the ESC lead at the preconstruction discussions. The ESC Lead shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion and Sedimentation Control from a course approved by WSDOT`s Statewide Erosion Control Coordinator. The ESC Lead shall implement the Temporary Erosion and Sedimentation Control (TESC) plan. implementation shall include, but is not limited to: 1. Installing, maintaining, inspecting and repairing all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC plan to assure continued performance of their intended function. All on -site erosion and sediment control measures shall be inspected at least once every five working days, each working day during a runoff - producing rain event, and within 24 hours after a runoff - producing rain event. Damaged or inadequate TESC measures shall be corrected within 24 hours of the inspection. A TESC Inspection Report shall be prepared for each inspection and shall be included in the TESC file. A copy of each report shall be provided to the Engineer. The inspection report shall include, but not be limited to: a. When, where and how BMPs were installed, maintained, modified, and removed; b. Repairs needed and repairs made; c. Observations of BMP effectiveness and proper placement; d. Recommendations for improving performance of BMPs. 2. Preparing and maintaining a TESC file on site that includes, but is not limited to: a. TESC Inspection Reports. b. Stormwater site plan. c. Temporary Erosion and Sediment Control (TESC) Plan. d. National Pollutant Discharge Elimination System construction permit (Notice of Intent). 35 e. Other applicable permits. Upon request, the file shall be provided to the Engineer for review. 8 01.3(1)C Ground Water When ground water is encountered in an excavation, it shall be treated and discharged as follows: 1. When the ground water meets State Water Quality standards, it may bypass detention and treatment facilities and be routed directly to its • normal discharge point at a rate and method that will not cause erosion. 2. When the turbidity of the ground water is similar to the turbidity of the site runoff, the ground water may he treated using the came detention and treatment facilities being used to treat the site runoff and then discharged at a rate that will not cause erosion. - 3. When the turbidity is worse than the turbidity of the site runoff, the • ground water shall be treated separately until the turbidity is similar to or better than the site runoff before the two may be combined and treated using the same detention and treatment facilities being used to treat the site runoff and then discharged at a rate that will not cause erosion. 8 01.3(1)D Detention /Retention Pond Construction When a detention or retention pond is required, whether it is temporary or permanent, it shall retain /detain the full final design volume of stormwater before beginning other grading and excavation work in the area that drains into that pond. Temporary conveyances shall be installed concurrently with grading in accordance with the TESC plan so that newly graded areas drain to the pond as they are exposed. 8- 01.3(2) Temporary Seeding, Mulching, and Soil Binding 8- 01.3(2)A Temporary Seeding Temporary seeding is used to establish temporary cover on disturbed soil. Temporary seeding shall be in accordance with Section 8- 02.3(15) except that temporary seeding may be installed at any time. 8 01.3(2)B Temporary Mulching Temporary mulch, such as straw, wood cellulose (with and without tackifier), • compost, or other best management practices as approved by the Engineer, may be applied at any time of the year for soil cover. Temporary mulching shall be in accordance with Section 8- 02.3(15). 8 01.3(2)C Soil Binding Using Polyacrylamide (PAM) The PAM shall be completely dissolved and mixed in water prior to being applied to the soil. PAM shall be applied only on bare soil at a rate of not more than 0.5 pounds per 1M gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber mulch treated with a non -toxic dye shall be applied with the PAM. PAM shall be applied only to areas that drain to completed sedimentation control BMPs in accordance with the TESL plan. PAM shall not be applied to the same area more than once in a 48 hour period, or more than 7 times in a 30 day period. PAM shall not be applied during a rain or to saturated soils. 8- 01.3(3) Placing Erosion Control Blanket When required, erosion control blanket shall be placed immediately following the seeding and fertilizing operation. Temporary erosion control blankets as defined in 9 -14.5, having an open area of 60% or greater, may be installed prior to seeding. Where more than one strip of erosion control blanket is required to cover the given area, it shall overlap the adjacent blanket as specified by the manufacturer, or a minimum of 4 inches. The ends of the erosion control blanket shall overlap as specified by the manufacturer, or a minimum of 6 inches, with the upgrade section on top. The manufacturers recommendations or the following, whichever is the most stringent, shall be used: The up -slope end of the erosion control blanket shall be staked and buried in a 6- inch -deep trench with the soil firmly tamped against the mat. A minimum of three stakes per width of blanket, with a stake at each overlap, shall be driven below the finish ground line prior to backfilling of the trench. The Engineer may require that any other edge exposed to more than normal flow of water or strong prevailing winds be staked and buried in a similar manner. The ends of the erosion control blanket shall overlap a minimum of 6 inches, with the upgrade section on top. The edges of the erosion control blanket shall be buried around the edges of catch basins and other structures. Erosion control blanket shall be spread evenly and smoothly and in contact with the soil at all points. Where more than one strip of erosion control blanket is required, it shall overlap the adjacent blanket a minimum of 4 inches. The blanket shall be fastened at intervals not more than 3 feet apart in three rows for each strip of blanket. There shall be one row along each edge and one row down the center with the stakes centered, both horizontally and vertically, to the • edge stakes. The ends of the blanket shall be fastened at 6 -inch intervals across their width. Fastening devices shall anchor the blanket against the soil and be driven flush with the finished grade. 8- 01.3(4) Placing Plastic Covering Plastic meeting the requirements of Section 9- 14.5(3) shall be placed with at least a 12 -inch overlap of all seams. Clear plastic covering shall be used to promote growth of vegetation. Black plastic covering shall be used for stockpiles or other areas where vegetative growth is unwanted. The cover shall be maintained tightly in place by using sandbags on ropes in a 10- foot, maximum, grid. AM seams shall weighted down full length. 37 8- 01.3(5) Check Dams Check dams shall be installed as soon as construction will allow, or when designated by the Engineer. The Contractor may substitute a different check dam for that specified with approval of the Engineer. Check dams shall be placed in ditches perpendicular to the channel. Check dams shall extend up the sides of ditches a sufficient distance to ensure that water will flow over the center of the dam and not flow around the ends. Check dams shall be of sufficient height to maximize detention, without causing water to leave the ditch, and spaced such that the elevation of the top of a check dam at the center of the ditch is equal to the • ditch flow line at the downstream base of the upstream check dam. 8- 01.3(5)A Geotextile- Encased Check Dam The geotextile- encased check dam shall meet the requirements in Section 9- 14.5(4) Geotextile- Encased Check Dam. Installation of geotextile- encased check dams shall be in accordance with the Plans, and shall be anchored to hold it firmly in place under all conditions. 8- 01.3(5)B Rock Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spails, in accordance with Section 9 -13.6. Rock check dams shall be installed in a triangular shape, with approximately 2:1 slopes on both the upstream and downstream faces. 8- 01.3(5)C Sandbag Check Dam Sandbags shall be placed so that the initial row makes tight contact with the ditch line for the length of the dam. Subsequent rows shall be staggered so the center of the bag is placed over the space between bags on the previous lift. 8- 01.3(6) Stabilized Construction Entrance Temporary stabilized construction entrance shall be constructed in accordance with the Plans, prior to beginning any clearing, grubbing, earthwork or excavation. When the stabilized entrance becomes ineffective due to build up of material, the Contractor shall either rehabilitate the existing entrance to original condition, or construct a new entrance. When the contract requires a tire wash in conjunction with the stabilized entrance, the Contractor shall include details for the tire wash and the method for containing and treating the sediment -laden runoff as part of the erosion control plan. All vehicles leaving the site shall stop and wash sediment from their tires. 8- 01.3(7) Street Cleaning Self- propelled pickup street sweepers shall be used, whenever required by the Engineer, to prevent the transport of sediment and other debris off the project site. Street washing with water will require approval by the Engineer. • 8- 01.3(8) inlet Protection Inlet protection can be in the form of internal or external devices and shall be installed prior to clearing, grubbing or earthwork activities. Inlet protection devices shall be as shown in the Plans. 38 When the depth of accumulated sediment and debris reaches approximately one - half the height of an internal device or one -third the height of the external device (or Tess when so specified by the manufacturers), the deposits shall be removed and stabilized on site. Internal devices shall be prefabricated units specifically designed for inlet protection and shall have the following features: 1. The strength requirement for the filter fabric shall meet or exceed the requirements of Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2, in Section 9 -33.2. 2. Shall be sized for the stormwater structure it will service. 3. Shall have a built -in high -low relief system. 4. Shall have a retrieval system for removal of the device without spilling the contained material. 5. Shall remain securely attached to the drainage structure when fully loaded with sediment and debris, or at the maximum level of sediment and debris specified by the manufacturer. External devices may be silt fence or prefabricated units specifically designed for inlet protection having the following features: 1. Filter fabric shall meet or exceed the requirements for silt fence in Section 9 -33.2. 2. The top of the device shall be at least 2 feet above the grate. 3. The device shall remain securely in place over the drainage structure under all conditions. Check dams or functionally equivalent devices may be used as inlet protection devices with the approval of the Engineer. 8- 01.3(9) Sediment Control Barriers Sediment control barriers shall be installed per TESL plan or manufacturer's recommendations in the areas of clearing, grubbing, earthwork or drainage prior to starting those activities. The Contractor may substitute a different control barrier for that specified with approval of the Engineer. The sediment control barriers shall be maintained until the soils are stabilized. 8- 01.3(9)A Silt Fence Silt fence shall be constructed in accordance with the Plans. Backup support for the geotextile in the form of steel wire or plastic mesh is optional, depending on the properties of the geotextile selected for use in Table 6 in Section 9 -33.2. When backup support is used, steel wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports. 39 The geotextile shall be attached on the up -slope side of the posts and support system using staples, wire, or in accordance with the manufacturer's recommendations. The geotextile shall be sewn together at the point of manufacture, or at a location approved by the Engineer, to form geotextile lengths as required. All sewn seams and overlaps shall be located at a support post. Posts shall be either wood or steel. Hardwood posts shall have minimum • dimensions of 1 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts shall consist of U, T, L, or C shape posts with a minimum weight of 1.35 Ibs /ft, or other steel posts having equivalent strength and bending resistance to the posts listed. When sediment deposits reach approximately one -third the height of the silt fence, the deposits shall be removed or a second silt fence shall be installed, as determined by the Engineer. 8 01.3(9)B Gravel Filter, Wood Chip or Compost Berm The gravel filter berm shall be a minimum of one foot in height and shall be maintained at this height for the entire time they are in use. The wood chip berm shall be a minimum of two feet in height and shall be maintained at this height for the entire time they are in use. Wood chips shall meet the requirements in Section 9- 14.4(3). The compost berm shall be 1 foot high by 2 feet wide at the base on slopes less than 4 (H):1 (V) and a minimum of 1.5 feet high by 3 feet wide at the base on slopes steeper than 4(H):1(V). Compost shall meet the requirements of Compost Type 2 in Section 9- 14.4(8). 8 01.3(9)C Brush Barrier Brush shall be placed in a row, approximately 3 to 5 feet wide and at least 2.5 feet high and with construction geotextile for silt fence placed over the pile. The geotextile shall be anchored in a 6 inch wide by 6 inch deep trench on the upstream side of the barrier, and anchored using stakes on the downstream side. When no longer required, the geotextile material shall be removed, and the brush left in place. 8 01.3(9)D Straw Bale Barrier Straw bale barriers shall be embedded in a trench the width of the bales for the length of the barrier and a minimum of four inches deep. The material excavated from the trench shall be placed and compacted against the uphill side of the bales. The bales shall be placed on their sides so that the bindings are not touching the ground. The ends of the bales shall be tightly abutting one another, and all spaces that do exist between bales shall be firmly packed with straw. Each bale shall be anchored using two stakes of wood or steel, driven flush with the top of the bale and extending through the bale and into the ground a minimum of 18 inches. The first stake shall be driven on an angle towards the previously laid bale. Straw shall conform to Section 9- 14.4(1). 40 8- 01.3(10) Wattles Wattles shall meet the requirements in Section 9- 14.5(5). Wattles shall be installed as soon as construction will allow or when designated by the Engineer. Wattles shall be placed in shallow trenches and staked along the contour of disturbed or newly constructed slopes, in accordance with the Plans, perpendicular to the flow direction and parallel to the slope contour. The wattles shall be installed at the intervals designated by the Engineer. Trench construction and wattle installation shall begin from the base of the slope and work uphill. Excavated material shall be spread evenly along the uphill slope and compacted using hand tamping or other method approved by the Engineer. On gradually sloped or clay -type soils trenches shall be 2 to 3 inches deep. On loose soils, in high rainfall areas, or on steep slopes, trenches shall be 3 to 5 inches deep, or half the thickness of the wattle. The wattle shall be install snugly into the trench, abutting adjacent wattles tightly, end to end, without overlapping the ends. Wattles shall be staked at each end and at 4 -foot centers along their entire length. When trench conditions require, pilot holes for the stakes shall be driven through the wattle and into the soil using a straight bar. Stakes shall be driven through the middle of the wattle, leaving 2 to 3 inches of the stake protruding above the wattle. Wattles shall be inspected regularly to ensure they remain thoroughly entrenched and in contact with the soil, and immediately after a runoff producing rainfall. 8- 01.3(11) Temporary Curb Temporary curbs may consist of asphalt, concrete, sand bags, or geotextile /plastic encased berms of soil, sand or gravel or as approved by the Engineer. Temporary curbs shall be installed along pavement edges to prevent runoff from flowing onto erodible slopes. The redirected water shall flow to a BMP designed to convey concentrated runoff. The temporary curbs shall be 4 inches in height. 8- 01.3(15 Maintenance Erosion control devices shall be maintained so they properly perform their function until the Engineer determines they are no longer needed. The devices shall be inspected on the schedule outlined in Section 8- 01.3(1)B for damage and sediment deposits. Damage to or undercutting of the device shall be repaired immediately. Unless otherwise specified, when the depth of accumulated sediment and debris reaches approximately one -third the height of the device the deposits shall be removed. Debris or contaminated sediment shall be disposed of in accordance with Section 2 -01.2. Clean sediments may be stabilized using approved best management practices on site when the Engineer approves. Erosion control devices that have been damaged shall be repaired or replaced immediately by the Contractor, in accordance with Section 1- 07.13(4). 41 8- 01.3(16) Removal and Reuse When the Engineer determines that an erosion control device is no longer required, the Contractor shall remove the device and all associated hardware from the project limits unless it qualifies for reuse as described below. When the materials are biodegradable the Engineer may approve leaving the temporary device in place. A previously used erosion control device may be reused on this contract provided: • 1. The device has been thoroughly cleaned of all debris. 2. The device is free of tears, holes, or other damage. 3. The Engineer has visually inspected the device and has determined it to be intact and not compromised as to performance. 8 -01.4 Measurement ESC lead will be measured by the day, for each day that an inspection is made and a report is filed. Measurement of erosion control blanket and of plastic covering will be by the square yard measurement of surface area covered and accepted. Check dams will be measured by the linear foot along the ground line of the completed check dam. Stabilized construction entrance will be measured by the square yard for each entrance constructed. Tire wash facilities will be measured per each for each wash installed. Street cleaning will be measured by the hour for the actual time spent cleaning pavement, as authorized by the Engineer. Time to move the equipment to or from the area on which street cleaning is required will not be measured. Inlet protection will be measured per each for each initial installation at a drainage structure. Silt fence, gravel filter, compost, and wood chip berms, and brush barrier will be measured by the linear foot along the ground line of completed barrier. Straw bale barrier will be measured per each for each bale placed in the initial installation at a barrier location. Wattle will be measured by the linear foot along the ground line of the completed wattle. Temporary curb will be measured by the linear foot. Temporary seeding will be measured by the acre. PAM will be measured by the acre. 42 8 -01.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included in the proposal: "ESC Lead ", per day. "Erosion Control Blanket ", per square yard. "Plastic Covering ", per square yard. "Check Dam ", per linear foot. "Stabilized Construction Entrance ", per square yard. "Tire Wash ", per each. The unit contract per each for tire wash shall include all costs associated with constructing, operating, maintaining, and removing the tire wash. "Street Cleaning ", per hour. "Inlet Protection ", per each. "Silt Fence ", per linear foot. "Gravel Filter Berm ", per linear foot. "Wood Chip Berm ", per linear foot. "Compost Berm ", per linear foot. "Brush Barrier ", per linear foot. "Straw Bale" , per each. "Wattle ", per linear foot. "Erosion/Water Pollution Control ", by force account as provided in Section 1 -09.6. Maintenance and removal of erosion and water pollution control devices including removal and disposal of sediment, and any additional work deemed necessary by the Engineer to control erosion and water pollution will be paid by force account under the item erosion /water pollution control. To provide a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the Contractor's total bid. "Temporary Curb ", per linear foot. The unit contract price per linear foot for temporary curb shall include all costs to install, maintain, remove, and dispose the temporary curb. "Temporary Seeding ", per acre. "PAM ", per acre When the contract requires applying PAM as an amendment to seeding, fertilizing, and mulching, or watering operations, all costs for furnishing and applying PAM shall be included in the unit contract price for the associated item of work. SECTION 8 -04, CURBS, GUTTERS, AND SPILLWAYS April 7, 2003 8- 04.3(1) Cement Concrete Curbs, Gutters, and Spillways The first paragraph is revised to read: Cement concrete curb, curb and gutter, gutter, and spillway shall be constructed with air entrained concrete Class 3000 conforming to the requirement of Section 6- 43 02 except at driveway entrances. Cement concrete curb or curb and gutter along the full width of a driveway entrance shall be constructed with air entrained concrete Class 4000 conforming to the requirements of Section 6 -02. The fourth paragraph is revised to read: Expansion joints in the curb or curb and gutter shall be spaced at 15 -foot intervals, the beginning and ends of curb returns, drainage structures, bridges, and cold joints with existing curbs and gutters. The expansion joint shall be filled to full cross - section with 3/8 -inch premolded joint filler. When curb or curb and gutter is placed adjacent to Portland Cement Concrete Pavement, a 1/4 -inch thick, 6 -inch deep premolded joint filler shall be installed between the two vertical surfaces to prevent cracking. When noted in the Plans, the Contractor shall install the catch basin gutter pan at drainage structures abutting the curb and gutter. 8- 04.3(1)A Extruded Cement Concrete Curb In the third paragraph, the second sentence is revised to read: The adhesive shall meet the requirements of Section 9 -26.1 for Type II epoxy bonding agent. 8 -04.5 Payment This section is revised to read: Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included in the proposal: "Cement Conc. Traffic Curb and Gutter ", per linear foot. "Cement Conc. Traffic Curb ", per linear foot. "Mountable Cement Conc. Traffic Curb", per linear foot. "Dual -Faced Cement Conc. Traffic Curb and Gutter ", per linear foot. "Dual -Faced Cement Conc. Traffic Curb ", per linear foot. "Cement Conc. Pedestrian Curb", per linear foot. "Roundabout Truck Apron Inner Cement Conc. Curb ", per linear foot. "Roundabout Truck Apron Outer Cem. Conc. Curb and Gutter ", per linear foot. "Extruded Curb", per linear foot. "Cement Conc. Gutter", per linear foot. "Cement Conc. Spillway", per linear foot. "Asphalt Conc. Gutter ", per linear foot. "Asphalt Conc. Spillway ", per linear foot. • "Drain Pipe In. Diam.", per linear foot. "Half Round Plain St. Cult'. Pipe In. Th. In. Diam. ", per linear foot. "Half Round Tr. 1 St. Cult'. Pipe In. Th. In. Diam.° ", per linear foot. "Half Round Plain Al. Cult'. Pipe In. Th. In. Diam. ", per linear foot. "Half Round Tr. 1 Al. Culy. Pipe In. Th. In. Diam.", per linear foot. "Hand Placed Riprap ° °, per cubic yard. Hand placed riprap will be paid for as provided in Section 8 -15.5. When catch basin gutter pans are required in the Plans, all costs for providing the widened area of gutter pan shall be included in the curb and gutter bid item AA `t`t SECTION 8 -12, CHAIN LINK FENCE AND WIRE FENCE April 1, 2002 8 -12.4 Measurement The second paragraph is revised to read: End, gate, corner, and pull posts for chain link fence will be measured per each for the posts furnished and installed complete in place. 8 -12.5 Payment The bid item "End, Corner, and Pull Post for Chain Link Fence" is revised to "End, Gate, Corner, and Pull Post for Chain Link Fence ", per each. SECTION 8 -14, CEMENT CONCRETE SIDEWALKS April 7, 2003 8- 14.3(3) Placing and Finishing Concrete This section is revised to read: The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After troweling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a transverse direction with a stiff bristled broom as shown in the Standard Plans. Expansion and contraction joints shall be constructed as shown in the Standard Plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross - section of the sidewalk with 3/8 -inch premolded joint filler. Sidewalk ramps shall be of the type specified in the Plans. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans and may be formed by either embossing the wet concrete, adding a manufactured material after the concrete has cured, or installing masonry or ceramic tiles. When masonry or ceramic tiles are used, the Contractor shall block out the detectable warning pattern area to the depth required for installation of the tiles and finish the construction of the concrete ramp. After the concrete has set and the forms have been removed, the Contractor shall install the tiles using standard masonry practices. The two -foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K -2 -83. Yellow masonry paint for precast curbs, Formula H -3 -83, may be used for truncated dome patterns embossed into the concrete surface. 8 -14.4 Measurement This section is revised to read: Cement concrete sidewalks will be measured by the square yard of finished surface and will not include the surface area of the sidewalk ramps. Measurement of sidewalk ramps will be by the unit for each complete ramp type. 45 8 -14,5 Payment This section is revised to read: Payment will be made in accordance with Section 1 -04.1, for the following bid items when included in the proposal: "Cement Conc. Sidewalk ", per square yard. "Cement Conc. Sidewalk with Raised Edge ", per square yard. "Monolithic Cement Conc. Curb and Sidewalk ", per square yard. "Cement Conc. Sidewalk Ramp Type ", per each Payment for excavation of material not related to the construction of the sidewalk but necessary before the sidewalk can be placed, when and if shown in the Plans, will be made in accordance with the provisions of Section 2 -03. Otherwise, the Contractor shall make all excavations including, hni 11 anr1 rlicnncat rPnarrilpcc of the rf nth required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit contract price per square yard for "Cement Conc. Sidewalk. ", "Cement Conc. Sidewalk with Raised Edge ", or "Monolithic Cement Conc. Curb and Sidewalk ". SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL April 7, 2003 This section is revised to read: 8 - 20,1 Description This work shall consist of furnishing, installing and field testing all materials and equipment necessary to complete in place, fully functional system(s) of any or all of the following, types including modifications to an existing system all in accordance with approved methods, the Plans, the Special Provisions and these Specifications: 1. Traffic Signal System 2. Illumination System 3. Traffic Data Accumulation and Ramp Metering System Unless otherwise noted, the location of signals, controllers, standards, and appurtenances shown in the Plans are approximate; and the exact location will be established by the Engineer in the field. 8 20.1(1) Regulations and Code All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), Electric Utility Service Equipment Requirements Committee (EUSERC), California Department of Transportation document entitled. Traffic signal control equipment shall conform to the contract and these Standard Specifications. EIA Electronic Industries Association, IEEE Institute of Electrical, and Electronic Engineers the Radio Manufacturers Association. the American Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), the American National Standards Institute (ANSI), whichever is applicable, and to other codes listed herein. In addition to the requirements of these Specifications, the Plans, and the Special Provisions, all material and work shall conform to the requirements 46 • of the National Electrical Code, hereinafter referred to as the Code, and any WACs and local ordinances, which may apply. Wherever reference is made in these Specifications or in the Special Provisions to the Code, the rules, or the standards mentioned above, the reference shall be construed to mean the code, rule, or standard that is in effect at the date of advertising of the project. • In accordance with RCW 39.06.010, the Contractor need not be registered or licensed if the Contractor has been prequalified as required by RCW 47.28.070. Safe wiring labels normally required by the Department of Labor and Industries will not be required on electrical work within the Rights -of -Way of Contracting Agency Highways as allowed in RCW 19.28.141. Persons performing electrical work shall be certified in accordance with RCW 19.28.161. Proof of certification shall be supplied to the Engineer prior to the performance of the work. 8- 20.1(2) Industry Codes and Standards The following electrical industry codes and standard procedures are listed for reference purposes: Air Movement and Control Association (AMCA),30 West University Dr. Arlington Heights, Illinois 60004. American Association of State Highway and Transportation Officials (AASHTO), 444 North Capitol Street N.W., Suite 225, Washington, D.C. 20001. American National Standards Institute (ANSI), 70 East 45 Street, • New York, New York. American Society for Testing and Materials (ASTM), 1916 Race Street, Philadelphia, Pennsylvania. American Wood Preservers' Association (AWPA), 836 Seventeenth Street, Washington, D.C. Bell Company Research and Evaluation (Bellcore) 31220 La Baya DR Westlake Village CA 91362. . Edison Electric Institute (EEI), 420 Lexington Avenue, New York, New York. Electronics Industries Association (EIA) 101 Pennsylvania Ave. Washington D C. Federal Communications Commission (FCC) 445 12th SW Washington D C 20554. International Municipal Signal Association (IMSA), P.O. Box 539, 1115 North Main Street, Newark, New York. 14513. 47 International Telephony Communications Union (ITU) Place des Nations CH 1211 Geneva 20 Switzerland. Institute of Transportation Engineers (ITE), 2029 K Street, Washington, D.C. Insulated Power Cable Engineers' Association (IPCEA), 283 Valley Road, Montclair, New Jersey. National Electrical Manufacturers' Association (NEMA), 155 East 44th Street, New York, New York. National Fire Protection Association - National Electrical Code (NEC) 470 Atl A ; i en i ue R os t on Massachusetts. National Television Standards Committee (NTSC) -445 12th SW Washington D C 20554. National Transportation Communications for ITS Protocol (NTCIP). Rural Utilities Service (RUS) 1400 Independence Ave. Washington D C. Underwriters' Laboratories (UL), 207 East Ohio Street, Chicago, Illinois. 8 -20.2 Materials Materials shall meet the requirements of Section 9 -29. Unless otherwise indicated in the Plans or specified in the Special Provisions, all materials shall be new. Where existing systems are to be modified, the existing material shall be incorporated in the revised system, salvaged, or abandoned as specified in the contract documents, or as ordered by the Engineer. 8- 20.2(1) Equipment List and Drawings Within twenty days following execution of the Contract, the Contractor shall submit to the Engineer a completed "Request for Approval of Material" that describes the material proposed for use to fulfill the Plans and specifications. If required to do so, the Contractor shall submit supplemental data, sample articles, or both, of the material proposed for use. Supplemental data (six copies required) would include such items as catalog cuts, product specifications, shop drawings, wiring diagrams, etc. Any material purchased or labor performed prior to such approval shall be at the Contractor's risk. All approvals by the Engineer must be received by the Contractor before materials will be allowed on the job site. If the luminaires are not listed in the Qualified Products List, the Contractor shall submit six copies of the following information for each different type of luminaire required on the contract: 48 1. Isocandela diagrams showing vertical light distribution, vertical control limits, and lateral light distribution classification. 2. Details showing the lamp socket positions with respect to lamp and refractor for each light distribution type. The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project:: 1. Light standards without pre - approved plans. 2. Signal standards with or without pre - approved plans. The Contractor will not be required to submit shop drawings for approval for light standards conforming to the pre - approved plans listed in the Special Provisions. The Engineer's approval of any submitted documentation shall in no way relieve the Contractor from compliance with the safety and performance requirements as specified herein. Submittals required shall include but not be limited to the following: 1. A material staging plan, should the Contractor propose Contracting Agency -owned property for staging areas. 2. A cable vault installation plan showing the exact proposed installation location by roadway station, offset and the scheduled sequence for each cable vault installation. 3. A pit plan, for each boring pit, which bears the seal and signature of a licensed professional engineer licensed under title 18 RCW, state of Washington, qualified in civil engineering. The pit plan shall depict the protection of traffic and pedestrians, pit dimensions, shoring, bracing, struts, walers, sheet piles, conduit skids and means of attachment, casing type and casing size. 4. The proposed boring plan which bears the seal and signature of a licensed professional engineer, licensed under title 18 RCW, state of Washington, qualified in civil engineering. The proposed boring plan shall depict the boring system and entire support system. • 8 -20.3 Construction Requirements 8- 20.3(1) General All workmanship shall be complete and in accordance with the latest accepted standards of the industry as determined by the Engineer. Existing electrical systems, traffic signal or illumination, or approved temporary replacements, shall be kept in effective operation during the progress of the work, except when shutdown is permitted to allow for alterations or final removal of the system. 49 Illumination system shutdowns shall not interfere with the regular lighting schedule, unless permitted by the Engineer. The Contractor shall notify the Engineer prior to performing any work on existing systems. Work shall be so scheduled that each electrical system is operational prior to opening the corresponding section of roadway to traffic. Traffic signals shall not be placed in operation for use by the public until all required channelization, pavement markings, illumination, signs, and sign lights are substantially complete and operational unless otherwise allowed by the Project Engineer. All costs incurred by the Contractor for providing effective operation of existing electrical systems shall be included in the associated electrical bid items, 8- 20.3(2) Excavating and Backfilling The excavations required for the installation of conduit, foundations, poles and other appliances shall be performed in a manner to cause the least possible injury to the streets, sidewalks, and other improvements. The • trenches shall not be excavated wider than necessary for the proper installation of the electrical appliances and foundations. Excavating shall • not be performed until immediately before installation of conduit and other appliances. The material from the excavation shall be placed where the least interference to vehicular and pedestrian traffic, and to surface drainage, will occur. All surplus excavated material shall be removed and disposed of by the Contractor in accordance with Section 2 -03 or as directed by the Engineer. The excavations for foundations shall be backfilied in conformance with applicable requirements of Section 2 -09. Excavations after backfilling shall be kept well filled and maintained in a smooth and well drained condition until permanent repairs are made. At the end of each day's work and at all other times when construction operations are suspended, all equipment and other obstructions shall be removed from that portion of the roadway open for use by public traffic. Excavations in the street or highway shall be performed in such a manner that not more than one traffic lane is restricted in either direction at any time unless otherwise approved by the Engineer. 8- 20.3(3) Removing and Replacing Improvements Improvements such as sidewalks, curbs, gutters, Portland cement concrete and asphalt concrete pavement, bituminous surfacing, base material, and any other improvements removed, broken, or damaged by the Contractor, shall be replaced or reconstructed with the same kind of materials as found on the work or with other materials satisfactory to the Engineer. Whenever a part of a square or slab of existing concrete sidewalk or driveway is broken or damaged, the entire square or slab shall be removed and the concrete reconstructed as above specified. 50 The outline of all areas to be removed in Portland cement concrete • sidewalks and pavements and asphalt concrete pavements shall be cut to a minimum depth of 3 inches with a saw prior to removing the sidewalk and pavement material. The cut for the remainder of the required depth may be made by a method satisfactory to the Engineer. Cuts shall be neat and true with no shatter outside the removal area. 8- 20.3(4) Foundations Foundation concrete shall conform to the requirements for the specified class, be cast -in -place concrete and be constructed in accordance with Section 6 -02.2 and 6 -02.3. Concrete for posts, standards, pedestals, and cabinets shall be constructed of concrete Class 3000. Steel reinforcing bars for foundations shall conform to Section 9 -07. The bottom of concrete foundations shall rest on firm ground. Foundations shall be cast in one operation where practicable. The exposed portions shall be formed to present a neat appearance. The foundations shown in the Plans shall be extended if conditions require additional depth, and such additional work, if ordered by the Engineer, will be paid for as extra work as provided in Section 1 -04.4. Forms shall be true to line and grade. Tops of foundations for posts and standards, except special foundations, shall be finished to ground line or sidewalk grade, unless otherwise noted in the Plans or directed by the Engineer. Forms shall be rigid and securely braced in place. Conduit ends and anchor bolts shall be plumbed and rigidly placed in proper position and to proper height prior to placing concrete and shall be held in place by means of a template until the forms are removed. Anchor bolts shall be installed so that two full threads extend above the top of the top heavy -hex nut, except that slip base anchor bolt extensions shall conform to the specified slip base clearance requirements. Anchor bolts shall be installed plumb, plus or minus 1 degree. Plumbing of standards shall be accomplished by adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be permitted except on power installed hot dipped galvanized steel luminaire foundations. The top heavy -hex nuts of light standards and signal standards shall be tightened in accordance with Section 6- 03.3(33), and as follows: 1. The top heavy -hex nuts for all clamping bolts of slip base light standards and Type RM and FB signal standards, shall be tightened using a torque wrench to the torque specified in Sections 8- 20.3(13)A and 8- 20.3(14)E, respectively. 2. The top heavy -hex nuts for all anchor bolts shall be tightened by the Turn -Of -Nut Tightening Method to minimum rotation of 51 1/4 turn and a maximum rotation of 1/3 turn past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Foundations shall have set at least 72 hours prior to the removal of the forms. Class 2 surface finish shall be applied to exposed surfaces of concrete in accordance with the requirements of Section 6- 02.3(14)B. Where obstructions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer The combined height of the light standard concrete foundation plus the anchor bolt stub height shall not exceed 4 inches above the ground line. 8- 20.3(5) Conduit Installation of conduit shall conform to appropriate articles of the Code and these Specifications. The size of conduit used shall be as shown in the Plans. Conduits smaller than 1 -inch electrical trade size shall not be used unless otherwise specified, except that grounding conductors at service points may be enclosed in 1/2 -inch diameter conduit. It shall be the option of the Contractor, at no expense to the Contracting Agency, to use larger size conduit if desired, and where larger size conduit is used, it shall be for the entire length of the run from outlet to outlet. Reducing couplings will not be permitted. The ends of all conduits shall be well reamed to remove burrs and rough edges. Field cuts shall be made square and true. Slip joints or running threads will not be permitted for coupling metallic conduit; however, running threads will be permitted in traffic signal head spiders. When a standard coupling cannot be used, an approved threaded union coupling shall be used. The threads on all metallic conduit shall be rust -free, clean and well painted with a good quality colloidal copper suspended in a petroleum vehicle before couplings are made up. All couplings shall be tightened so that a good electrical connection will be made throughout the entire length of the conduit run. If the conduit has been moved after assembly, it shall be given a final tightening from the ends prior to backfilling. Non metallic conduit shall be assembled using the solvent cement specified in Section 9- 29.1. Where coating on galvanized conduit has been injured in handling or installing, such injured places shall be thoroughly painted with galvanizing repair paint, Formula A -9 -73. Conduit ends shall be capped (do not glue non metallic caps). Metallic conduit ends shall be threaded and capped with standard threaded conduit caps until wiring is started. When conduit caps are removed, the threaded ends shall be provided with approved conduit bushings or end bells (do not glue in place) for nonmetallic conduit 52 Conduit stubs from controller cabinet foundations shall extend to the nearest junction box in that system Metallic conduit stubs, caps, and exposed threads shall be painted with galvanizing repair paint Formula A -9 -73. Metallic conduit bends, shall have a radius consistent with the requirements of Article 344.24 and other articles of the Code. Where factory bends are not used, conduit shall be bent, using an approved conduit bending tool employing correctly sized dies, without crimping or flattening, using the longest radius practicable. Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. Conduit shall be laid so that the top of the conduit is a minimum depth of: 1. 24 inches below the subgrade including asphalt or concrete shoulder areas and asphalt or concrete sidewalk areas. 2. 48 inches below the bottom of ties under railroad tracks unless otherwise specified by the Rail Road Company. 3. 18 inches below the finish grade in all other areas. Galvanized steel conduit shall be installed at the following locations: 1. All roadbed crossings. 2. All railroad crossings. 3. All runs from the luminaire base to the nearest junction box. 4. All runs installed at traffic signal installations unless nonmetallic is specified in the contract provisions or plans. 5. All pole risers, except as otherwise required by owning utilities. 6. All bends with radius less than 3 feet. Runs embedded within reinforced concrete structures are exempted. 7. All conduit entering junction boxes and service foundations, unless non metallic conduit is specified in the contract provisions or plans. 8. All other locations noted in the contract. 9. All runs externally attached to structures. 10. All runs installed in barrier that is constructed by slip forming. Non metallic conduit may be employed as an alternate to metallic conduit at other locations unless specified otherwise in the contract. Nonmetallic 53 conduit installation shall include equipment grounding conductor and shall conform to requirements noted in the Standard Plans. Liquidtight flexible metal conduit is allowed only at locations called for in the plans. 1. The use of aluminum conduit shall be restricted to above ground locations. 2. Aluminum conduit shall not be placed in concrete. Metallic conduit shall be placed under existing pavement by approved directional boring, jacking or drilling methods, at locations approved by the Engineer. The pavement shall not be disturbed unless allowed in the Plane, nr with the approval of the Engineer in the event obstructions or impenetrable soils are encountered. Boring operations shall be conducted to prevent caving ahead of the pipe, which will cause voids outside the pipe. The auger head shall precede no more than 4 inches ahead of the pipe being jacked. The Contractor shall install steel casings as specified and shown in the plans. The Contractor must be prepared to use a method approved by the Engineer to clear any obstructions to boring operations, which may be encountered. After the casing pipe is in place, the inside shall be cleaned free of rock, dirt and water. The space between the conduit and the casing shall be plugged with sand bags and a grout seal 12 inch thick at each end of the casing. Casings abandoned due to an encountered obstruction shall be grout sealed in the same manner. Grout shall obtain a minimum of 4000 psi compressive strength at 7 days. In lieu of sandbags and grout, unopened sacks of prepackaged concrete may be used to seal the casing. Material shall not be removed from the boring pit by washing or sluicing. Bore pits shall be backfilled and compacted in accordance with Section 2- 09.3(1)E. Directional boring, and jacking or drilling pits shall be kept 2 feet from the edge of any type of pavement wherever possible. Excessive use of water that might undermine the pavement or soften the subgrade will not be permitted. When approved by the Engineer, small test holes may be cut in the pavement to locate obstructions. When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional work to place the conduit will be paid in accordance with Section 1 -04.4. When open trenching is allowed, trench construction shall conform to the following: 54 1. The pavement shall be sawcut a minimum of 3 inches deep. The cuts shall be parallel to each other and extend 2 feet beyond the edge of the trench. 2. Pavement shall be removed in an approved manner. 3. Trench depth shall provide 2 feet minimum cover over conduits. 4. Trench width shall be 4 inches or the conduit diameter plus 2 inches, whichever is larger. 5. Trenches located within paved roadway areas shall be backfilled with Controlled density fill (CDF) meeting the requirements of Section 2- 09.3(1)E. The controlled density fill shall be placed level to, and at the bottom of the existing pavement. The pavement shall be replaced with paving material that matches the existing pavement. On new construction, conduit shall be placed prior to placement of base course pavement. Conduit terminating in foundations shall extend a maximum of 2 inches above the foundation vertically including grounded end bushing or end bell. Conduit entering through the bottom of a junction box shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduit shall enter from the direction of the run, terminating 6 to 8 inches below the junction box lid and within 3 inches of the box wall nearest its entry location. Galvanized rigid steel conduit entering cable vaults shall extend 2 inches for the installation of grounded end bushing and bonding. PVC conduit entering cable vaults and pull boxes shall terminate flush with the inside walls of the structure. All conduit ends shall be terminated with termination kits. When conduit or casing is to be placed under pavement it shall be placed • prior to the placement of a subbase, base, surfacing, and pavement. Conduit entering through the bottom of a junction box shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduit shall enter from the direction of the run, terminating 6 to 8 inches below the junction box lid and within 3 inches of the box wall nearest its entry location. lnterduct conduit ends shall be terminated with termination kits. Galvanized rigid steel conduit ends shall be terminated with grounded end bushings. PVC conduit ends shall be terminated with bell ends. Suitable marker stakes shall be set at the ends of conduits, which are buried so that they can be easily located. 55 Fittings shall be installed at locations as designated by the Engineer so as to provide a conduit channel that will permit freedom for installing the electrical control wires. When conduit fittings are called for in the Plans, or where their installation is required by the Engineer, the Contractor shall also furnish all necessary covers and gaskets. All covered underground conduit shall be cleaned with an approved sized mandrel and blown out with compressed air prior to pulling wire. Conduits installed for future use shall be prepared as follows: After final assembly in place, the conduit shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, both ends of the conduit shall be sealed with conduit caps. All conduits scheduled for future use shall originate in a foundation or junction box as detailed in the plans and terminate in a junction box. All equipment grounding conductors, and the bonding conductor for metallic conduits shall be bonded in all junction boxes in accordance with Standard Specification 8- 20.3(9). Where surface mounting of conduit is required, supports shall consist of "unistrut" type or equal mounting complete with clamps sized for the conduit. Support spacing shall comply with the Code or shall be as noted in the contract. Approved expansion fittings shall be installed at all expansion joints. Approved deflection fittings shall be installed at the joint between the bridge end and the retaining wall end and the transition point from the bridge attachment to the underground section. In addition to the expansion fittings installed at all expansion joints, when PVC conduit is installed, an additional expansion fitting shall be installed for each 100 feet of conduit. Fasteners shall be as approved by the Engineer. Existing conduit in place scheduled to receive new conductors shall have any existing conductors removed and a cleaning mandrel sized for the conduit shall be pulled through. Conduit runs shown in the Plans are for bidding purposes only and may be changed, with approval of the Engineer, to avoid underground obstructions. Conduit with innerduct shall be installed as shown in the Plans encased in controlled density fill. A maximum of 1000 feet of continuous open trench will be allowed, unless otherwise approved by the Engineer. All conduit with innerduct exposed above grade level, or on any elevated structures, or as noted in the plans shall be galvanized rigid steel innerduct conduit. Innerduct warning tape shall be placed above all innerduct installed in trenches. The warning tape shall be polyethylene with a metallic backing. The polyethylene shall have a minimum 4 mils thicknesses and be 3 inches wide. The polyethylene shall be orange in color and printed in black with the words "Fiber Optic Cable Buried Below." Location wire shall be placed directly above all innerduct installed in trenches. 56 The 4 inch outerduct shall be placed to ensure correct consistency of alignment of the innerducts. All innerducts shall be prepared as follows: After final assembly in place, all innerducts shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel, correctly sized for the innerduct, shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, a 200 Ib. minimum tensile strength pull string shall be installed in each innerduct and attached to duct plugs at both ends of the innerduct. At all innerduct conduit terminus points, including those in cable vaults and pull boxes, removable and reusable mechanical plugs shall be employed as follows: Outerduct conduits shall be plugged using a quadplex expansion plug inside the conduit around the innerduct. Duct plugs shall be installed in all unused innerducts (those that are specified as empty) at the time of conduit installation. Duct plugs shall be installed in all used innerducts (as specified in the plans) at the time of conduit installation, unless cable pulling for those innerducts will commence within 48 hours. lnnerduct containing one cable shall be plugged using an expandable split plug. innerducts with multiple cables shall be sealed with self- expanding waterproof foam. The waterproof foam shall not be placed more than 2 inches into the innerduct. 8- 20.3(6) Junction Boxes ,Cable Vaults, and Pull boxes Standard junction boxes, pull boxes and cable vaults shall be installed at the locations shown in the Plans. The Contractor may install, at no expense to the Contracting Agency, such additional boxes as may be desired to facilitate the work. Junction box installation shall conform to details in the Standard Plans. Cable vaults and pull boxes shall be installed accordance with the following: 1. Excavation shall be performed in accordance with Section 2 -09. 2. Cable vaults and pull boxes shall be installed on 6 inches of crushed surfacing top course, per section 9- 03.9(3), placed on a compacted or undisturbed level foundation.. 3. All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the cable vault and pull box manufacturers. 4. Backfilling around the work shall not be allowed until the concrete or mortar has set. 57 5. Pull boxes shall be installed in accordance with plans and details. 6. Pull boxes shall be configured such that the tensile and bending limitations of the fiber optic cable are not compromised. Pull boxes shall be configured to mechanically protect the fiber optic cable against installation force as well as inert forces after cable pulling operations. 7 Upon acceptance of work, cable vaults, and pull boxes shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. 8. Where installed near steel casings, the pull boxes and cable vaults shall be offset 3 feet, minimum from the centerline of the casing. Factory bends shall be used to route the conduits to the cable vault or pull box. Adjustments involving raising or lowering the junction boxes shall require conduit modification if the resultant clearance between the top of the • conduit and the junction box lid becomes Tess than 6 inches or more than 8 inches in accordance with Standard Plan J-11 a. Cable vaults and pull boxes shall be adjusted to final grade using risers or rings manufactured by the cable vault and pull box manufacturer. Cable vaults and pull boxes with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only. All voids resulting from the adjustment shall be backfilled with materials matching adjacent surfacing material and compacted in accordance with Section 2- 09.3(1)E. Damage to the junction boxes, pull boxes, cable vaults and the associated conduit system, or wiring resulting from the Contractor's operations, shall be repaired to the Engineer's satisfaction at no additional cost to the Contracting Agency. Both existing and new junction boxes, pull boxes, and cable vaults shall be adjusted to be flush with the finished grade as well as with the grade during the various construction stages proposed in the contract. 8 20.3(7) Messenger Cable, Fittings Messenger cable shall be secured to steel strain poles by means of pole bands, and to timber poles by means of single strand guy eye bolts. Pole bands and eyebolts shall be installed as detailed in the Plans. Messenger cable shall be secured to eye bolts or strain clamps at poles by the use of approved self- locking cable clamp type dead - ending devices. Messenger cable shall be secured to bull rings and anchors by two approved U -bolt connectors and guy thimbles. Traffic signal control cable shall be secured to the messenger cable by cable ties. The ties shall be black nylon with ultraviolet protection and rated at 120 pound minimum unlocking strength. 58 Down guy assemblies shall be installed as detailed in the Standard Plans. 8 20.3(8) Wiring All underground wiring shall be installed in conduit unless specifically noted otherwise in the contract. All wiring in conduit shall be installed with an approved lubricant. • With the exception of induction loop circuits, magnetometer circuits and illumination circuits, all wiring shall run continuously, without splices, from a terminal located in a cabinet, compartment, pedestrian push button assembly, or signal head to a similarly located terminal. Illumination circuit terminals and traffic circuit signal terminals located below grade will not be allowed. Video detection systems cable installation shall follow manufacturer's specification, except no below grade terminals will be allowed. All splices in underground illumination circuits, induction loops circuits, and magnetometer circuits shall be installed in junction boxes. The only splice allowed in induction loop circuits and magnetometer circuits shall be the splice connecting the induction loop lead in conductors or magnetometer lead in conductors to the shielded home run cable. Splices for induction loop circuits and magnetometer circuits shall be: heat shrink type with moisture blocking, material sized for conductors, epoxy filled clear rigid mold splice kits or rigid re- enterable type splice kits. Conductors for rigid mold kits shall be centered in the splice mold prior to installation of the encapsulation material. Magnetometer and induction loop splices shall be soldered. All connections with #10 and smaller wire shall use copper crimped connectors installed with a positive action (ratchet) tool, except for quick disconnects as described in Section 9 -29.7. The non - insulated die shall be an indent type and insulated die shall be of a smooth shape capable of crimping pre - insulated terminals and connectors. The tool shall be compound lever type with a ratchet mechanism to ensure positive closure for full crimping cycle. The tool shall be field adjustable to proper calibration with common tools and materials. All connectors shall be wrapped with two layers electrical tape. All epoxy splice kits shall be physically separated from other splices and wiring within the junction box to avoid damage from heat during the casting process. Aerial illumination splices shall employ vice or crimp type pressure connectors. Splice insulation may be epoxy, heat shrink, or tape. Tape splice insulation shall consist of thermoplastic electrical insulating tape applied to a thickness equal to the original wire insulation. It shall be well lapped over the original insulation, and there shall be a coating of moisture resistant varnish applied and allowed to dry. Two layers of friction tape will then be applied, and the splice shall be finished with a second complete coating of moisture resistant varnish. Quick disconnect connectors, fused or unfused as required, shall be installed at all poles supporting a luminaire. Installation shall conform to details in the Standard Plans. 59 Pole and bracket cable shall be installed between the disconnects and the luminaire. Sufficient slack wire shall be installed at each junction box to allow any conductor, cable, or splice within the junction box to be raised a minimum of 18 inches outside of the box. Insulated grounded conductors of size No. 6 or larger shall be identified either by a continuous white or natural gray finish along its entire length or by an approved white marking for the full length of the visible conductor at all terminations, junction boxes, or accessible locations. Every conductor at every wire termination, connector, or device shall have an approved, (9- 29.13(7)B & C) wire marking sleeve bearing as its legend, the circuit number indicated in the contract. All terminal strips shall also bear the circuit number consistent with the contract. At all illumination circuit splices, each wire entering the splice shall have an approved wire marking sleeve bearing as its legend the circuit number indicated in the contract. All wiring, exclusive of the previously mentioned illumination circuits, at junction boxes and at the controller cabinet shall have an approved tag with legends as follows: 1. Individual conductors — the circuit number indicated in the contract. 2. Muiticonductor cable — the numbers of the signal heads and /or pedestrian push buttons served. 3. Loop lead -in cable — the numbers of the loops served. 4. Magnetometer cable — the numbers of the magnetometers served. 5. Camera lead -in cable - -- The numbers of the phases the camera served. Drip loops shall be provided on all aerial conductors where they enter poles, signal heads, or weatherheads. Where direct burial cable or nonmetallic conduit is installed, care shall be used in excavating, installing, and backfilling, so that no rocks, wood, or other foreign material will be left in a position to cause possible injury. Direct burial cable shall be placed a minimum of 24 inches below grade and shall be placed loosely in the bottom of a trench. An approved red warning tape shall be installed in the trench, 6 inches above the direct buried conductors. When conductors, either cable or single, are being installed, care shall be exercised to not exceed tension limitations recommended by the manufacturer. Conductors may be pulled directly by hand. However, if 60 conductors are pulled by any mechanical means, a dynamometer with drop - needle hand shall be used on every mechanical pull. On mechanical pulls, insulation shall be stripped off the individual conductor and the conductor formed into a pulling eye and firmly taped, or a cable grip shall be used. The maximum pulling force applied directly to the conductor; i.e., when pulling eyes are used or when the conductor is formed into a loop, shall be limited to that shown in the following table for copper conductor. When a cable grip is applied over nonmetallic sheathed cables, the maximum pulling force shall be limited to 1,000 pounds provided this is not in excess of the force as calculated above. Conductor Pounds 8 132 6 210 4 334 3 421 2 531 1 669 1/0 845 2/0 1,065 3/0 1,342 4/0 1,693 To limit the sidewall pressure at bends in duct and conduit runs, the pulling force in pounds shall not exceed 100 times the radius of the bend in feet. Adequate lubrication of the proper type to reduce friction in conduit and duct pulls shall be utilized as necessary. The grease and oil -type lubricants used on lead sheathed cables shall not be used on nonmetallic sheathed cables. When wiring is noted for future connection, the ends of each wire or cable shall be sealed with an approved heat shrink end cap. If loop lead splices are not installed immediately after the installation of the loop leads into the adjacent junction box, the ends of the two conductor "home run" cable shall be sealed with heat shrink end caps to prevent entry of moisture into the two conductor cable. All coaxial cables shall have heat shrink end caps installed prior to aerial or underground installation of the cables to prevent moisture entry into the cable. Multiconductor cable for signal displays shall be installed entirely through the mounting fitting to a point a minimum of 1 inch inside the signal display housing before the outer insulation is stripped back for the connection of individual conductors to the terminal block. 8- 24.3(9) Bonding, Grounding All metallic appurtenances containing electrical conductors (luminaires, light standards, cabinets, metallic conduit, non - metallic conduit, etc.) shall be made mechanically and electrically secure to form a continuous systems which shall be effectively grounded. Where metallic conduit systems are employed, the conduit system constitutes the equipment grounding conductor. Where nonmetallic conduit is installed, the installation shall include an equipment ground conductor, in addition to the conductors noted 61 in the contract. Except as noted below for sign lighting fixtures; bonding. Bonding jumpers and equipment grounding conductors shall be installed in accordance with per Section 9 -29.3. The equipment ground conductor between the isolation switch and the sign lighter fixtures may be No. 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment grounding conductor shall be sized by the of the largest overcurrent device serving any circuit contained within the conduit. All connectors between bonding jumpers and equipment grounding conductors shall be installed in accordance with the NEC. Identification of the equipment grounding conductor shall conform to all code requirements. Grounding of the equipment grounding system and neutral at the service point shall be accomplished as required under the NEC. Grounding of the neutral shall be accomplished only at the service. Two service grounds shall be installed at each electrical service installation • and at each separately derived power source. Each service ground shall conform to the detail in the Standard Plans for "Service Ground." If soil conditions make vertical ground rod installation impossible see NEC Section 250 -52 (c)3 as an alternate installation procedure. The service ground installations shall be located a minimum of 6 feet apart. The first service ground rod shall be connected to a continuous grounding electrode conductor running to the service neutral bus. The second service ground rod shall be connected to the same continuous grounding electrode conductor connected to the first ground rod. Ground electrodes shall be bonded copper, ferrous core materials and shall be solid rods not less than 10 feet in length if they are 1/2 inch in diameter or not less than 8 feet in length if they are 5/8 inch or larger in diameter. The connection of the grounding electrode conductor to the grounding electrode shall be made with two approved ground clamps. Messenger cable shall be bonded to steel strain poles by means of a bond strap connected between an approved U -bolt connector and a bonding lug on the pole. At points where shields or shielded conductors are grounded, the shields shall be neatly wired and terminated on approved grounding lugs. • 8- 20.3(10) Services, Transformer, Intelligent Transportation System Cabinet Power sources shown in the Plans are approximate only; exact location will be determined in the field. Aerial fed transformer cabinets and type A, type B, or type C service cabinets shall include a timber pole, as specified in Section 9- 29.6(3), a meter base, installed in accordance with serving utility requirements, a two or three wire service breaker of size noted in the Plans, the necessary conduit risers and ground assembly as noted in the standard plan. The timber pole shall be set at a depth of 10% of the total pole length plus 2 62 feet. Modified type B, type D and type E services shall be installed per contract plan, and service description in standard plans. Pad mounted - transformer cabinets shall be installed per contract plans. The service breaker shall be a standard thermal circuit breaker encased in a raintight housing that can be padlocked. Upon request of the Contractor, the Engineer will make the necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when such operation is ordered by the Engineer, will be borne by the Contracting Agency. The service, transformer and ITS cabinets shall be marked with the service agreement letters and numbers as noted in the plans. The markings shall be installed on the outside cabinet door near the top of the cabinet. The markings shall be series C using stencils and black enamel alkyd gloss paint conforming to Federal Specification TT -E -489. 8- 20.3(11) Testing The Contractor shall conduct the following tests on all electrical circuits with nominal operating voltage between 115 volts and 600 volts, other than direct burial installations, in the presence of the Engineer: 1. Test the continuity of each circuit. 2. Test for grounds in each circuit, which shall consist of the physical examination of the installation to ensure that all required ground jumpers, devices, and appurtenances do exist and are mechanically firm. 3. A 500 volt megohm meter test on each circuit between the conductor and ground with all switch boards, panel boards, fuse holders, switches, receptacles, and overcurrent devices in place. All readings shall be recorded. The Contractor shall furnish the Engineer with three copies of the test results identifying observed readings with their respective circuits. The insulation resistance shall not be less than 6 megohms between the conductor and ground on circuits with a total single conductor length of 2,500 feet and over, nor less than 8 megohms on circuits with single conductor length of less than 2,500 feet. Any change in the above stated minimum readings must be approved in writing by the Engineer. Only those factors based on dialectric properties of conductor insulations, splicing insulations, terminal strip castings, etc., will be cause for consideration of a variance. 4. A functional test in which it is demonstrated that each and every part of the system functions as specified. 63 For those circuits below 115 volts nominal, except induction loop circuits and direct burial circuits, the circuits shall be tested for continuity, ground, and a test to demonstrate the circuit functions as specified. The megger test shall show an insulation resistance of not less than 2 megohms to ground. Any fault in any material or in any part of the installation revealed by these tests shall be replaced or repaired by the Contractor in a manner approved by the Engineer, and the same test shall be repeated until no fault appears. When the project includes a traffic signal system, the Contractor shall conduct tests noted in Section 8- 20.3(14)D. The Contractor shall provide the Engineer a minimum of five days advance written notice of the proposed traffic signal turn -on date and time. The traffic signal turn -on procedure shall not begin until all required channelization, pavement markings, illumination, signs, and sign lights are substantially complete and operational unless otherwise allowed by the Project Engineer. The Contractor shall provide traffic control to stop all traffic from entering the intersection and shall then turn the traffic signal system to its flash mode to verify proper flash indications. The Contractor shall then conduct functional tests to demonstrate that each part of the traffic signal system, illumination system, or other electrical system functions as specified. This demonstration shall be conducted in the presence of a Contracting Agency electronic technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer or his /her designee. The Contractor shall then turn the traffic signal to stop and go operation for no less than one full cycle. Based on the results of the turn -on, the Engineer will direct the Contractor to either turn the traffic signal on to normal stop and go operation, to turn the signal to flash mode for a period not to exceed five calendar days, or to turn the signal off and cover all signal displays. If the Contractor is directed to turn off the traffic signal, the Contractor shall schedule a new turn -on date with the Engineer in accordance with the previously mentioned procedures. A qualified representative of the controller supplier may be required to be present for the turn on to stop and go operation if the controller is being supplied on the contract. No change to stop and go operation will be allowed after 2 p.m. on any day nor will the change be allowed on Friday, weekends, holidays, or the day preceding a holiday. 8- 20.3(12) Painting All painting required shall be done in conformance with applicable portions of Section 6 -07. 8-20.3(13) Illumination Systems 8- 20.3(13)A Light Standards Light standards shall be handled when loading, unloading, and erecting in such a manner that they will not be damaged. Any parts that are damaged due to the Contractor's operations shall be repaired or replaced at the Contractor's expense, to the satisfaction of the Engineer. 64 Light standards shall not be erected on concrete foundations until foundations have set at least 72 hours or attained a compressive strength of 2,400 psi, and shall be raked sufficiently to be plumb after all load has been placed or as otherwise directed by the Engineer. Slip base installation shall conform to the following: 1. The slip plane shall be free of obstructions such as protruding conduit or anchor bolts. The conduit, anchor bolts, and other obstructions shall terminate at a height below the elevation of the top of the slip plate. 2. Washers in the slip plane shall be placed between the slip plate and the keeper plate. 3. Anchor bolts shall extend through the top heavy -hex nut two full threads to the extent possible while conforming to the specified slip base clearance requirements. Anchor bolts shall be tightened by the Turn -Of -Nut Tightening Method in accordance with Sections 6- 03.3(33) and 8- 20.3(4). 4. Clamping bolts shall be tightened in accordance with Sections 6- 03.3(33) and 8- 20.3(4). The clamping bolts shall be tightened to the specified torque, plus or minus 2 percent, in two stages using an accurately calibrated torque wrench before erecting the light standard. Except as otherwise specified, the Contractor shall install 1 inch diameter damping bolts in all slip bases to a torque of 95 foot - pounds. The Contractor shall tighten the 1 1/8 inch diameter clamping bolts of slip bases for 50 foot light standards with double 10 foot mast arms or greater to a torque to 104 foot- pounds. 5. The galvanized surfaces of the slip plates, the keeper plate and the luminaire base plate shall be smooth, without irregularities, to reduce friction and to prevent slackening of bolt tension due to flattening of the irregularities. 6. Anchor bolts damaged after the foundation concrete is placed shall not be repaired by bending or welding. The Contractor's repair procedure is to be submitted to the Engineer for approval prior to making any repairs. The procedure is to include removing the damaged portion of the anchor bolt, cutting threads on the undamaged portion to remain, the installation of an approved threaded sleeve nut and stud, and repairing the foundation with epoxy concrete. Epoxy concrete shall meet the requirements of Section 9- 26.3(1)B. 65 7. The grout pad shall not extend above the elevation of the bottom of the anchor plate. 8. Wiring for slip base installation shall conform to details in the Standard Plans. Breakaway coupling installation shall conform to the following: 1. At existing foundations, the anchor nuts, pole, grout pad, and leveling nuts shall be removed. Conduits shall be cut to a maximum height of 2 inches above the foundation including grounding end bushing or bell end. Galvanizing repair paint, conforming to Formula A -9 -73 in Section 9 -08.2, shall be applied to the cut conduit that has been threaded. Anchor bolts that are damaged shall be repaired with approved sleeve nuts as noted under slip base installation procedures. 2. Anchor bolts shall be cut off 2 -1/2 to 3 inches above the foundation. At new foundations, the anchor bolts shall be installed with top of bolt 2 -1/2 to 3 inches above the foundation. 3. Couplings shall be installed to within 1 /8 to 3 /8 inch of the foundation. Couplings shall then be leveled. 4. The pole shall be set and plumbed; and washers, nuts, and skirt installed per manufacturer's recommendations. Slip base insert installations shall conform to details in the Standard Plans, and shall conform to items 1 through 8 above for slip base installation, except that the specified torque for the 7/8 inch diameter clamping bolts shall be 50 foot - pounds. All new light standards shall have an approved metal tag riveted to the pole above the handhole. The information provided on the tag shall be as noted on the pre- approved drawings. The following information shall be stamped on the tag: 1. Luminaire number. 2. Luminaire wattage. 3. Luminaire voltage. All new or relocated metal light standards shall be numbered for identification in accordance with the Plans using painted 3 -inch series C numbers installed 3 feet above the base facing the traveled way. Paint shall be black enamel alkyd gloss conforming to Federal Specification TT -E -489. In setting timber poles, the Contractor shall provide a minimum burial of 10 percent of the total pole length plus 2 feet and shall rake the poles per Standard plan J -7d. 66 8- 20.3(13)B Decorative Light Standards Design and fabrication shall meet or exceed the requirements of the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Complete calculations for the structural design, including anchor bolt details, shall be prepared by a professional engineer licensed under Title 18 RCW State of Washington, in the branch of Civil or Structural Engineering. All shop drawings and cover page of all calculations submittals shall carry signature, original seal, registration number and date of expiration. The cover page shall include the contract number, contract title and sequential index to calculation page numbers. Two copies of the associated design calculation shall be submitted for approval along with shop drawings. 8- 20.3(13)C Luminaires The Contractor shall mark the installation date on the inside of the luminaire ballast housing using a permanent marking pen. All luminaires shall be mounted level, both transverse and longitudinally, as measured across points specified by the manufacturer. Leveling and orientation shall be accomplished after pole plumbing. 8- 20.3(14) Signal Systems 8- 20.3(14)A Signal Controllers All control cabinets and control equipment shall be factory wired ready for operation. Field work will be limited to placing cabinets and equipment and connecting the field wiring to field terminal strips. All controller cabinets shall be installed on a silicone seal pad. Controllers for portable traffic signal systems shall conform to the requirements of Section 9- 29.13(7). 8- 20.3(14)B Signal Heads Unless ordered otherwise by the Engineer, signal heads shall not be installed at any intersection until all other signal equipment is installed and the controller is in place, inspected, and ready for operation at that intersection, except that the signal heads may be mounted if the faces are covered to clearly indicate the signal is not in operation. Three section displays mounted on type M mounts shall have the plumbizer between the top and second display. Four and five section vertical displays mounted on type M mounts shall have the plumbizer between the second and third display. 8- 20.3(14)C Induction Loop Vehicle Detectors Induction loops shall be constructed as detailed in the Contract and the following: 1. Loop wire shall conform to Section 9 -29.3. 67 2. When Type 2 or 6' round (R) loops are grouped at the stop line, the front edge of the first loop shall be one foot behind the stop line. Each additional loop installed in the lane shall be on 15 foot centers. 3. Lead -in cable shall conform to Section 9 -29.3. 4. All loops shall be installed after grinding or prior to paving the final lift of asphalt designated in the Contract. Loop conductors shall be held at the bottom of the saw cut by high temperature backer rod (sized to fit snugly in the saw cut). Two inch long pieces of the backer rod shall be installed on 24 inch centers along the entire loop and home run(s) and at the entrance and exit of all turns greater than 45 °. If new loops are installed over existing the old loops shall be removed by grinding and the grinding shall be deep enough to destroy any existing operational loop conductors. If not listed as incidental to another item or paid for under another bid item the additional work to remove the existing loops shall be paid in accordance with Section 1 -04.4. 5. Each loop shall be the size and number of turns indicated in the Plans. 6. No loop installation will be done in rainy weather or when the pavement is wet. 7. All sawcuts shall be cleaned with a high pressure washer and dried with 100 psi minimum air pressure, to the satisfaction of the Engineer. If traffic is allowed over the sawcut prior to wire installation, the sawcuts shall be cleaned again. 8. Wiring shall be installed with a blunt -nosed wooden wedge. 9. Prior to the installation of the Hi temperature backer rod all slack shall be removed from the wiring. Kinks in wiring or folding back of excess wiring will not be allowed. 10. High temperature backer rod, sized for snug fit shall be installed in the saw cut on 2' centers and at all sharp turns. 11. Install sealant as per contract or as approved by the Engineer. 12. Sealant shall be applied such that air bubbles or foam will not be trapped in the sawcut. 68 8- 20.3(14) D Test for Induction Loops and Lead -in Cable All tests shall be performed by the Contractor in the presence of the Engineer for each loop. The tests shall be performed at the amplifier location after complete installation of the loop. All costs associated with testing shall be included in the unit contract prices of the respective bid items. Test A — The DC resistance between the two lead -in cable wires will be measured by a volt ohm meter. The resistance shall not exceed 5 ohms. Test B — A megohm meter test at 500 volts DC shall be made between the lead -in cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 100 megohms. Test C — A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 100 megohms. Test D — An inductance test to determine the inductance level of each inductance loop. The Contractor shall record the inductance level of each inductance loop installed on the project and shall furnish the findings to the Engineer. An inductance level below 150 microhenries is considered a failure for a Type 1 loop, any one round loop and an inductance level below 75 microhenries is considered a failure for a Type 2 loop. If any of the installations fails to pass all tests, the loop installation or lead -in cable shall be repaired and replaced and then retested. 8- 20.3(14)E Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the contract and the following: 1. All dimensions and orientations will be field verified by the Engineer prior to fabrication. 2. The signal standard component identification shall conform to details in the Plans. 3. Disconnect connectors complete with pole and bracket cable shall be installed in any signal standard supporting a luminaire. Illumination wiring installation shall conform to details in the Plans for slip base wiring. 4. No field drilling will be allowed on signal mast arms except for the installation of any required pre -empt indicators , pre -empt detectors, microwave detector, or type "N" signal mountings. The maximum diameter shall be 1 inch. 69 5. All pole entrances required for pole- mounted signal heads, cabinets, signs, pedestrian push button assemblies, etc., shall be field drilled. 6. Damage to the galvanized pole surface resulting from field drilling shall be repaired with approved zinc rich paint. 7. Field welding will not be allowed, except as shown in the Plans or as otherwise approved by the Engineer. 8. All tenons shall be factory installed. 9. All welding shall be completed prior to galvanizing. 10. Foundations shall be constructed to provide the pole orientation noted in the Plans. Anchor bolts shall be tightened in accordance with Sections 6- 03.3(33) and 8- 20.3(4). 11. Slip base installation for Type RM and FB signal standards shall conform to the slip base installation requirements specified in Section 8- 20.3(13)A, except that the specified torque for the 3/4 inch diameter clamping bolts shall be 50 foot - pounds. 12. The pole shall be plumbed after signal heads are installed. 13. The space between the bottom base plate and the top of foundation shall be filled with grout. with a 3/8 - inch plastic drain tube. Signal standards shall not be erected on concrete foundations until the foundations have attained 2400 psi or 14 days. Signal standards without mast arms may be erected after 72 hours. Type IV and V strain pole standards may be erected but the messenger cable (span wire) shall not be placed until the foundation has attained 2400 psi or 14 days. Signal supports used with portable traffic signal systems shall provide a minimum of two signal displays, spaced a minimum of 8 feet apart. When portable traffic signals are used to provide alternating one way control, a minimum of one of the signal displays shall be suspended over the traveled way. The minimum vertical clearance to the traveled way for this signal display is 16 feet 6 inches. Timber strain poles shall be set a burial depth of 10% of the total length plus 2 feet and shall be raked as noted as noted on Standard Plan J -7d. 8- 20.3(15) Grout Grout shall conform to the requirements of Section 6- 02.3(20). 70 8 -20.3 (16) Reinstalling Salvaged Material When salvaged electrical equipment is to be reinstalled, the Contractor shall furnish and install all necessary materials and equipment, including anchor bolts, nuts, washers, concrete, etc., required to complement the salvaged equipment in the new installation. Metal poles relocated to new permanent locations shall be inspected for structural integrity prior to reinstalling. 8 20.3(17) "As Built" Plans Upon physical completion of the work, the Contractor shall submit corrected shop drawings, schematic circuit diagrams, or other drawings necessary for the Engineer to prepare corrected plans to show the work as constructed. These drawings shall be on sheets conforming in size to the provisions of Section 1 -05.3. 8 - 20.4 Measurement When shown as lump sum in the Plans or in the proposal as illumination, traffic data accumulation and ramp metering, or traffic signal system no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. Conduit of the kind and diameter specified will be measured by the linear foot for the actual neat line length in place, unless the conduit is included in an illumination system, signal system, or other type of electrical system lump sum bid item. Casing — will be measured by the linear foot for the actual length of casing placed, unless the casing is included in an illumination, signal or other electrical system lump sum bid item. 8 - 20.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included in the proposal: "Illumination System ", lump sum. "Traffic Signal System ", lump sum. "Traffic Data Accumulation and Ramp Metering System ", lump sum. The lump sum contract price for "Illumination System ", "Traffic Signal ", "Traffic Data Accumulation and Ramp Metering System ", shall be full pay for the construction of the complete electrical system, modifying existing systems, or both, as shown in the Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, and for making all required tests. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the electrical system, shall be included in the lump sum contract price. "Conduit Pipe In. Diam. ", per linear foot. The unit contract price per linear foot for "Conduit In. Diam." shall be full pay for furnishing all pipe, pipe connections, elbows, bends, caps, reducers, conduits, and unions; for placing the pipe in accordance with the 71 above provisions, including all excavation, directional boring, jacking or drilling required, backfilling of any voids around casing, conduits, pits or the trenches, restoration of native vegetation disturbed by the operation, chipping of pavement, and bedding of the pipe; and all other work necessary for the construction of the conduit, except that when conduit is included on any project as an integral part of an illumination or traffic signal system and the conduit is not shown as a pay item, it shall be included in the lump sum price for the system shown. All costs for installing conduit Contalnil ig both signal and illumination wiring shall be included in the contract prices for the signal system. All costs for installing junction boxes containing both illumination and signal wiring shall be included in the contract prices for the signal system. "Casing ", per linear foot. The unit contract price per linear feet for "casing" shall be full payment for boring, jacking or drilling for installing casing, and backfilling any voids around the casing and pits or back filling of the trenches required to install the casing. This cost will also include any restoration of native vegetation disturbed by the operation. SECTION 8 -23, TEMPORARY PAVEMENT MARKINGS August 5, 2002 8-23.1 Description This section is revised to read: The work shall consist of furnishing and installing temporary pavement markings. Temporary pavement markings shall be provided where noted in the Plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent pavement markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Temporary painted center lines, edge lines, or lane lines and temporary raised pavement markers which are, in the opinion of the Engineer, damaged due to normal wear by traffic, will be replaced. Any temporary line marked with tape shall be repaired immediately when it no longer provides the intended use. Temporary pavement marking installations are defined as follows: Temporary Center Line A BROKEN line used to delineate adjacent lanes of traffic moving in opposite directions. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based • on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 -foot gap. Temporary Edge Line A SOLID line used on the edges of traveled way. The line shall be continuous if paint or tape is used. If temporary raised pavement markers 72 are used, the line shall consist of markers installed continuously at 5 -foot spacings. Temporary Lane Line A BROKEN line used to delineate adjacent lanes with traffic traveling in the same direction. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap, if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 -foot gap. Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Edge lines shall be installed only if specifically required in the contract. All temporary pavement markings shall be retroreflective. 8 -23.4 Measurement The following new paragraph is inserted after the first paragraph: Reinstalled painted markings and raised pavement markers, when ordered by the Engineer due to normal wear by traffic, will be measured again, each time ordered. Repair, for any reason, of temporary markings made with tape shall not be measured. 8 - 23.5 Payment The third sentence in the note for "Temporary Pavement Marking" is revised to read: No additional compensation will be allowed when the Contractor is required to repair temporary taped markings that have been damaged or worn. • 73 SECTION 9 -00, DEFINITIONS AND TESTS August 4, 2003 9 -00.8 Sand Equivalent This section is revised to read: The sand equivalent will be the average of duplicate determinations from a single sample. The sand equivalent will be tested in accordance with the WSDOT Field Operating Procedure (FOP) for AASHTO T 176. SECTION 9 -01, PORTLAND CEMENT April 1, 2002 9- 01.2(1) Portl Cement This section is revised to read: Portland cement shall conform to the requirements for Types 1, 11, or III cement of the Standard Specifications for Portland Cement, AASHTO M 85, except that the content of alkalis shall not exceed 0.75 percent by weight calculated as Na2O plus 0.658 K2O and except that the content of Tricalcium aluminate (C3A) shall not exceed 8 percent by weight calculated as 2.650Al2O3 minus 1.692Fe2O3. The time of setting shall be determined by the Vicat Test method, AASHTO T 131. SECTION 9 -02, BITUMINOUS MATERIALS May 21, 2003 9- 02.1(4) Asphalt Cements The reference to "AASHTO MP1" is revised to read "AASHTO M320 ". 9- 02.1(4)A Vacant This section including title is revised to read: 9- 02.1(4)A Performance Grade (PG) Asphalt Cement PG 58 PG 64 PG 70 PG 76 PERFORMANCE GRADE _22 128 134 22 128 134 22 128 134 _22 128 ORIGINAL BINDER Flash Point Temp., T48 23 MIN C° 0 Rotational Viscosity T316 Maximum 3 Pa.s, Test 13 Temp C° 5 Dynamic Shear, T315: I I I n *Isin" Min , 1,00 kPa Test Temp @ 10 rad /s, C° I 58 1 64 I 70 176 ROLLING THIN FILM OVEN RESIDUE (T240) 74 Mass Loss, Maximum, 1.0 percent 0 Dynamic Shear, T315: G* /sin= Min., 2.20 kPa Test Temp @ 10 rad /s, C° 58 64 70 76 PRESSURE AGING VESSEL RESIDUE (R28) • PAV Aging Temperature 10 Co 0 Dynamic Shear, T315: G *sin- Maximum, 5000 kPa Test Temp @ 10 rad /s, C° 22 19 16 25 22 19 28 25 22 31 28 Creep Stiffness, T313 S, Maximum, 300 Mpa m- value, Minimum, 0.300 Test Temp @ 60s, C° -12 -18 - -12 -18 - -12 -18 -24 -12 - 24 24 18 All Performance Graded Binders not included in this chart shall be determined by Table 1 "Performance Graded Asphalt Specification Chart in AASHTO M320. 9- 02.1(8) Hot Melt Traffic Button Adhesive This section including title is revised to read: 9- 02.1(8) Flexible Bituminous Pavement Marker Adhesive Flexible bituminous pavement marker adhesive is a hot melt thermoplastic bituminous material used for bonding raised pavement markers and recessed pavement markers to the pavement. The adhesive material shall conform to the following requirements: Property Test Method Requirement Penetration, 77 F, 100g, 5 sec, dmm AASHTO T 49 30 Max. Softening Point, F AASHTO T 53 200 Min. Rotational Thermoset Viscosity, cP, AASHTO T 316 5000 Max. #27 spindle, 20 RPM, 400 F Ductility, 77 F, 5 cm /minute, cm AASHTO T 51 15 Min. Ductility, 39.2 F, 1 cm /minute, cm AASHTO T 51 5 Min. Flexibility, 1", 20 F, 90 deg. Bend, ASTM D 3111 Note 1 Pass 10 sec., 1/8" x 1" x 6" specimen Flexible bituminous adhesive shall develop bond pull -off strength greater than 50 psi when tested in accordance with WSDOT T- 426. Note 1 Flexibility test is modified by bending specimen through an arc of 90 degrees at a uniform rate in 10 seconds over a 1 -inch diameter mandrel. 75 SECTION 9 -03, AGGREGATES August 4, 2003 9-03.1(1) General Requirements In the third paragraph, the third sentence is deleted. 9- 03.1(5)B Grading The second paragraph is supplemented with the following: Standard sieve sizes shall be those listed in ASTM C 33. 9 -03.4 Grading and Quality The Sand Equivalent Minimum for Crushed Coverstone is revised from 32 to 40. 4 - 01 - 6 ( 1 ) TQCt RAquirP_mP_ntS The Sand Equivalent Value is revised from not less than 27 to not less than 35. 9- 03.8(2) Test Requirements The Sand Equivalent Minimum is revised as follows: ACP Class A - from 37 to 45. ACP Class B - from 37 to 45. ACP Class E - from 37 to 45. • ACP Class F - from 27 to 35. ACP Class G - from 37 to 45. 9- 03.8(4) Blending Sand The Sand Equivalent Minimum is revised from 27 to 30. 9- 03.9(1) Ballast The Sand Equivalent Minimum is revised from 27 to 35. 9- 03.9(3) Crushed Surfacing The percent passing the 1/2" square sieve for Top Course and Keystone is revised to "80- 100 ". The Sand Equivalent Minimum for Base Course is revised from 32 to 40. The Sand Equivalent Minimum for Top Course and Keystone is revised from 32 to 40. 9 -03.10 Aggregate for Gravel Base The Sand Equivalent Minimum is revised from 27 to 30. 9 -03.11 Recycled Portland Cement Concrete Rubble The section including title is revised to read: 9 -03.11 Vacant 9- 03.12(2) Gravel Backfill for Walls The Sand Equivalent Minimum is revised from 52 to 60. 9- 03.12(3) Gravel Backfill for Pipe Zone Bedding The Percent Passing for U.S. No. 200 is revised to read "10.0 max ". 76 The Sand Equivalent Minimum is revised from 27 to 35. 9- 03.14(1) Gravel Borrow The Sand Equivalent Minimum is revised from 42 to 50. 9- 03.14(2) Select Borrow The Sand Equivalent Minimum is revised from 22 to 30. 9 -03.15 Vacant This section including title is revised to read: 9 -03.15 Native Material for Trench Backfiil Trench backfill outside the roadway prism shall be excavated material free of wood waste, debris, clods or rocks greater than 6 inches in any dimension. 9 -03.20 Test Methods for Aggregates The title for Test Method WAQTC FOP for T 27/11 is revised to read: Sieve Analysis of Fine and Course Aggregates and Aggregates in ACP Gradation of Aggregates in ACP WSDOT FOP for AASHTO T 30 is deleted. 9 -03.21 Recycled Material This section along with sub - sections 9- 03.21(1) and 9- 03.21(2) are deleted in their entirety and replaced with the following new Section 9 -03.21 with sub - sections 9- 03.21(1), 9- 03.21(2), 9- 03.21(3) and 9- 03.21(4). 9- 03.21(1) General Requirements Recycled materials that are identified below may be used as, or blended uniformly with, naturally occurring materials for aggregates. The final blended product shall meet the requirements for the specified type of aggregate. In addition, each recycled material component included in a blended product, shall meet the specific requirements listed below. Recycled materials obtained from the Contracting Agency's roadways will not require testing and certification for toxicity testing or certification for toxicity characteristics. For recycled materials that are imported to the job site, the Contractor shall certify that the recycled material is not a Washington State Dangerous Waste per the Dangerous Waste Regulations WAC 173 -303. Sampling and testing for toxicity shall be at a frequency of one per 10,000 tons prior to combining with other materials and not less than one sample from any single source. 9- 03.21(2) Recycled Asphalt Concrete Pavement Recycled asphalt concrete pavement may be uniformly blended with the following materials, to the extent that the specified maximum bitumen content in the final product shall not exceed the following: Maximum Bitumen Content (Percent) 77 Fine Aggregate for Portland Cement Concrete 9- 03.1(2) 0 Coarse Aggregates for Portland Cement Concrete 9- 03.1(4) 0 Aggregates for Asphalt Treated Base (ATB) 9 -03.6 Aggregates for Asphalt Concrete 9 -03.8 * Ballast 9- 03.9(1) 1.2 Shoulder Ballast 9- 03.9(2) 1.2 Crushed Surfacing 9- 03.9(3) 1.2 Aggregate for Gravel Base 9 -03.10 1.2 Gravel Backfill for Foundations - Class A 9- 03.12(1)A 1.2 Gravel Backfill for Foundations - Class B 9- 03.12(1)B 1.2 Gravel Backfill for Walls 9- 03.12(2) 0 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) 0 Gravel Backfill for Drains 9- 03.12(4) 0 Gravel Backfill for Drywells 9- 03.12(5) 0 Backfill for Sand Drains 9 -03.13 0 Sand Drainage Blanket 9- 03.13(1) 0 Gravel Borrow 9- 03.14(1) 0 Select Borrow 9- 03.14(2) 1.2 Select Borrow 9- 03.14(2) 8.0 (greater than 3 feet below subgrade and side slopes) Common Borrow 9- 03.14(3) 1.2 Common Borrow - 9- 03.14(3) 8.0 (greater than 3 feet below subgrade and side slopes) Foundation Material Class A and Class B 9 -03.17 0 Foundation Material Class C 9 -03.18 0 Bank Run Gravel for Trench Backfill 9 -03.19 0 *See 5 -04.2 The following field operating procedures will determine total bitumen content: AASHTO T 308* WSDOT TM 6 *The Contractor shall verify the asphalt content for the blended mix. A statewide • average of 0.70 may be used as a calibration factor for AASHTO T -308. 9 03.21(3) Recycled Portland Cement Concrete Rubble Recycled parkland cement concrete rubble may be uniformly blended with the following materials, to the extent that the specified maximum concrete rubble content in the final product shall not exceed the following: Maximum Concrete Rubble (Percent) Fine Aggregate for Portland Cement Concrete 9- 03.1(2) 0 Coarse Aggregates for Portland Cement Concrete 9- 03.1(4) 0 Aggregates for Asphalt Treated Base (ATB) 9 -03.6 0 Aggregates for Asphalt Concrete 9 -03.8 0 Ballast 9- 03.9(1) 100 Shoulder Ballast 9- 03.9(2) 100 78 Crushed Surfacing 9- 03.9(3) 100 Aggregate for Gravel Base 9 -03.10 100 Gravel Backfill for Foundations - Class A 9- 03.12(1)A 100 Gravel Backfill for Foundations - Class B 9- 03.12(1)B 100 Gravel Backfill for Walls 9- 03.12(2) 100 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) 100 Gravel Backfill for Drains 9- 03.12(4) 100 Gravel Backfill for Drywelis 9- 03.12(5) 0 Backfill for Sand Drains 9 -03.13 100 Sand Drainage Blanket 9- 03.13(1) 100 Gravel Borrow 9- 03.14(1) 100 Select Borrow 9- 03.14(2) 100 Common Borrow 9- 03.14(3) 100 Foundation Material Class A and Class B 9 -03.17 100 Foundation Material Class C 9 -03.18 100 Bank Run Gravel for Trench Backfill 9 -03.19 100 9- 03.21(4) Recycled Glass Aggregates Recycled glass may be uniformly blended with the following materials, to the extent that the maximum recycled glass content in the final product shall not exceed the following: Maximum Recycled Glass (Percent) Fine Aggregate for Portland Cement Concrete 9- 03.1(2) 0 Coarse Aggregates for Portland Cement Concrete 9- 03.1(4) 0 Aggregates for Asphalt Treated Base (ATB) 9 -03.6 0 Aggregates for Asphalt Concrete 9 -03.8 0 Ballast 9- 03.9(1) 15 Shoulder Ballast 9- 03.9(2) 15 Crushed Surfacing 9- 03.9(3) 15 Aggregate for Gravel Base 9 -03.10 15 Gravel Backfill for Foundations - Class A 9- 03.12(1)A 15 Gravel Backfill for Foundations - Class B 9- 03.12(1)B 15 Gravel Backfill for Walls 9- 03.12(2) 15 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) 15 • Gravel Backfill for Drains 9- 03.12(4) 100 Gravel Backfill for Drywelis 9- 03.12(5) 100 Backfill for Sand Drains 9 -03.13 100 Sand Drainage Blanket 9- 03.13(1) 100 Gravel Borrow 9- 03.14(1) 100 Select Borrow 9- 03.14(2) 100 Common Borrow 9- 03.14(3) 100 Foundation Material Class A and Class B 9 -03.17 100 Foundation Material Class C 9 -03.18 100 Bank Run Gravel for Trench Backfill 9 -03.19 100 The product supplier shall perform total lead content testing quarterly. Tests shall include a minimum of five samples. Sample collection shall be conducted according to ASTM D 75. Total lead content testing will be conducted according to EPA Method 3010/6010. 79 A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be used and a test shall not exceed 5.0 ppm. The product supplier shall keep all test results on file. 9- 03.21(5) Steel Furnace Slag Steel furnace slag may be uniformly blended with the following materials, to the extent that the specified maximum steel furnace slag content in the final product shall not exceed the following: Maximum Slag Content (Percent) Fine Aggregate for Portland Cement Concrete 9- 03.1(2) 0 Coarse Aggregates for Portland Cement Concre 9- 03.1(4) 0 Aggregates for Asphalt Treated Base (A i B) 9- 03.6 20 Aggregates for Asphalt Concrete 9 -03.8 20 Ballast 9- 03.9(1) 20 Shoulder Ballast 9- 03.9(2) 20 Crushed Surfacing 9- 03.9(3) 20 Aggregate for Grave9 -03.10 20 Gravel Backfill for Foundations — Class A 9- 03.12(1)A 20 Gravel Backfill for Foundations — Class B 9- 03.12(1)B 20 Gravel Backfill for Walls 9- 03.12(2) 20 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) 20 Gravel Backfill for Drains 9- 03.12(4) 0 Gravel Backfill for Drywells 9- 03.12(5) 0 Backfill for Sand Drains 9 -03.13 0 Sand Drainage Blanket 9- 03.13(1) 0 Gravel Borrow 9- 03.14(1) 20 Select Borrow 9- 03.14(2) 20 Select Borrow 9- 03.14(2) 20 (greater than 3 feet below subgrade and side slopes) Common Borrow 9- 03.14(3) 20 Common Borrow - 9- 03.14(3) 20 (greater than 3 feet below subgrade and side slopes) Foundation Material Class A and Class B 9 -03.17 20 Foundation Material Class C 9 -03.18 20 Bank Run Gravel for Trench Backfill 9 -03.19 20 The Contractor shall notify the Engineer the proposed steel furnace slag blends that will be used in the final product prior to use. SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS April 1, 2002 9 -04.6 Expanded Polystyrene This section is revised to read: Expanded polystyrene shall be of a cellular molded type with a density of 1.5 plus or minus 0.25 pounds per cubic foot. Rn SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS January 7, 2002 9- 05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain Pipe This section is revised to read: Perforated corrugated polyethylene drainage tubing underdrain pipe shall meet the requirements of AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. The maximum size pipe shall be 10 -inch diameter. 9- 05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe This section is revised to read: Perforated corrugated polyethylene underdrain pipe, 12 -inch through 48 -inch diameter maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the length and circumference of the pipe. SECTION 9 -07, REINFORCING STEEL August 5, 2002 9- 07.1(1) Acceptance by Manufacturer's Certification This section is supplemented with the following: 9- 07.1(1)A Acceptance of Materials Steel reinforcing bar manufacturers use either an English or a Metric size designation while stamping rebar. The actual size of the bar, whether stamped with an English or a Metric size designation is acceptable. The contract plans and the standard plans will continue to use an English size designation. The table below shows the comparable reinforcing steel bar size designations in both units of measure: English Bar Metric Designation Diameter Designation #3 (0.375 inches) #10 #4 (0.500 inches) #13 #5 (0.625 inches) #16 #6 (0.750 Inches) #19 #7 (0.875 inches) #22 #8 (1.000 inches) #25 #9 (1.128 inches) #29 #10 (1.270 inches) #32 #11 (1.410 inches) #36 #14 (1.690 inches) #43 #18 (2.260 inches) #57 9- 07.1(4) Inspection This section including title is revised to read: 9- 07.1(4) Vacant 81 SECTION 9 -16, FENCE AND GUARDRAIL August 4, 2003 9- 16.2(3) Wood Fence Posts and Braces This section is revised to read: Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of wood fence posts and braces. The material shall be of good quality and approved by the Engineer before use. Peeler cores shall not be used for round posts. Wood fencing materials with the exception of Western red cedar, shall have sufficient sapwood in the outer periphery to obtain the specified penetration of preservative. Western red cedar will not require preservative treatment. Fencing materials shall be cut to the correct length before pressure treatment. Line posts shall be 3 -inch minimum diameter round posts or nominal 3 -inch by 3- inch square sawed posts. If the posts are to be pointed for driving, they shall be pointed before treatment. Line posts shall be at least 7 feet in length. Pull posts and brace posts shall be 6 -inch diameter round posts or nominal 6 -inch by 6 -inch material not less than 7 feet in length. End, gate, and corner posts, and posts at an intersecting fence shall be 6 -inch diameter round posts or nominal 6 -inch by 6 -inch material not less than 7 feet 10 • inches in length. All sawed posts and timbers shall meet the requirements in the table under Section 9 -09.2. The preservatives used to pressure -treat wood fencing materials shall meet the requirements of Section 9 -09.3. The retention and penetration of the preservative shall be as follows: Minimum Retention in Pounds Per Cubic Foot Preservative Sawed Posts Round Posts Creosote 10.00 8.00 Pentachlorophenol 0.50 0.40 ACA 0.40 0.40 ACZA 0.40 0.40 ACQ 0.40 0.40 • CCA 0.40 0.40 Minimum Penetration for material 5" or less - 0.40 inches penetration and 90% of sapwood for material 5 "or greater - 0.50 inches penetration and 90% of sapwood 9- 16.3(1) Rail Element The first paragraph is revised to read: 82 The W -beam or thrie beam rail elements, backup plates, reducer sections, and end sections shall conform to "A Guide to Standardized Highway Barrier Hardware' published by AASHTO, AGC, and ARTBA. All rail elements shall be formed from • 12 gage steel except the thrie beam used for bridge rail retrofits, Design F end sections, and the reducer sections, which shall be formed from 10 gage steel. 9- 16.3(2) Posts and Blocks • This section is revised to read: Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber, waterborne, chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), ammoniacal copper zinc arsenate (ACZA), or ACQ treated Umber or galvanized steel; except only treated timber posts and blocks may be used for weathering steel beam guardrail. Blocks made from alternate materials that meet the NCHRP Report 350 criteria may be used in accordance with the manufacturer's recommendations. Except for terminal or anchor assemblies, all posts for any one project shall be of the same type (wood or steel). Posts and blocks shall be of the size and length shown in the Plans and meet the requirements of these Specifications. Posts and blocks may be S4S or rough sawn. Timber posts and blocks shall conform to the grade specified in Section 9 -09.2, except pine lumber No. 1 grade may be used for the blocks. Timber posts and blocks shall be fabricated as specified in the Plans before being treated. Timber posts and blocks shall be treated by the empty cell process to provide a minimum retention, depending on the treatment used, according to the following: Creosote oil 12.0 lbs. pcf. Pentachlorophenol 0.60 lbs. pcf. ACA 0.50 lbs. pcf. ACZA 0.50 lbs. pcf. ACQ 0.50 lbs. pcf. CCA 0.50 lbs. pcf. Treatment shall be in accordance with Section 9 -09.3. Steel posts, blocks, and base plates, where used, shall conform to ASTM A 36, and shall be galvanized in accordance with AASHTO M 111. Welding shall conform to Section 6- 03.3(25). All fabrication shall be completed prior to galvanizing. 9- 16.8(1) Rail and Hardware The second sentence in the first paragraph is revised to read: Bolts, nuts, and washers for installation of weathering steel shall meet the requirements of Section 9- 16.3(4), and be galvanized in accordance with Section 9- 16.3(3). SECTION 9 -17, FLEXIBLE GUIDE POSTS January 7, 2002 9 -17.4 Pre - approval The address for the Department of Transportation Materials Laboratory is revised to P.O. Box 47365, Olympia, WA 98504 -7365. 83 SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES April 7, 2003 9 -23.6 Admixture for Concrete This section is revised to read: Admixtures for use in concrete shall meet the following specifications: Admixture Specification Air entraining AASHTO M 154 ASTM C 260 Water Reducing AASHTO M 194 Type A ASTM C 494 Type A Set Retarding AASHTO M 194 Type B ASTM C 494 Type B *Accelerating AASHTO M 194 Type C ASTM C 494 Type C Wat R ring/ AASHTO M 194 Type D ASTM C 494 Type D Set Retarding *Water Reducing/ AASHTO M 194 Type E ASTM G 494 Type E Accelerating High Range Water AASHTO M 194 Type F ASTM C 494 Type F Reducing and G and G *Accelerating admixtures are only allowed in Portland cement concrete pavement per Section 5.05, Cement Concrete Pavement and Section 5- 05.3(1) Concrete Mix Designs for Paving. In addition to the above specifications, admixtures proposed for use shall contain less than one percent chloride ion (CI- ) by weight of admixture and only non - chloride accelerating admixtures shall be used. Acceptance of admixtures will be based on Manufacturer's Certificate of Compliance. If required by the Engineer, admixtures shall be sampled and tested before they are used. Samples shall be submitted for testing 10 days prior to use. 9 -23.9 Fly Ash The reference to "Table 1A" is revised to read "Table 2 ". SECTION 9 -26, EPDXY RESINS April 7, 2003 Section 9 -26 is deleted in its entirety and replaced by the following: SECTION 9 -26, EPDXY SYSTEMS 9 -26.1 Epoxy Bonding Agents 9- 26.1(1) General Epoxy bonding agents shall be 2- component epoxy resin -base systems that meet the requirements of ASTM C 881, shall be furnished in the type, grade, and class specified, and shall meet the requirements below. When not specified, an 84 appropriate grade and class shall be selected for the particular application. Epoxy bonding agents for patching external concrete shall be concrete -gray in color. 9- 26.1(1)A Type! and Type IV Epoxy bonding agents used for bonding hardened concrete to hardened concrete and other materials shall be Type I for non -load bearing applications and Type IV for load bearing applications. 9- 26.1(1)B Type II and Type V Epoxy bonding agents used for bonding freshly mixed concrete to hardened concrete shall be Type II for non -load bearing applications and Type V for load bearing applications. 9- 26.1(1)C Type III Epoxy bonding agents used for bonding skid - resistant materials to hardened concrete and as a binder in epoxy mortars and epoxy concretes used on traffic bearing surfaces shall be Type III. 9- 26.1(2) Packaging and Marking The components of the epoxy system furnished under these Specifications shall be supplied in separate containers that are non - reactive with the materials contained. The contents of each container shall be such that when the container contents are combined, a properly proportioned final mixture results. Containers shall be identified as "Component A" (Contains the Epoxy Resin) and "Component B" (Contains the Curing Agent) and shall show the type, grade, class and mixing directions as defined by these Specifications. Each container shall be marked with the name of the manufacturer, the lot or batch number, the date of packaging, and the quantity contained in pounds or gallons. Potential hazards shall be so stated on the package in accordance with the Federal Hazardous Products Labeling Act and State of Washington, Department of Labor and Industries Regulations for Shipment of Hazardous Products. 9- 26.1(3) Certification If requested by the Contracting Agency, the manufacturer of the epoxy system shall certify that components A and B meet the requirements of this specification before a sample will be accepted for testing by the Contracting Agency. The Manufacturer's Certificate of Compliance shall be furnished in accordance with Section 1 -06.3. 9- 26.1(4) Rejection Except as noted otherwise, the entire lot of both components may be rejected if samples submitted for test fail to meet any requirements of this specification. 9- 26.1(5) Acceptance Acceptance of the Epoxy Bonding Agents for use on the project shall be based on a passing test report from the State Materials Laboratory. 9 -26.2 Epoxy Adhesive for Lane Markers 9- 26.2(1) General Epoxy adhesives for lane markers shall meet the requirements of AASHTO M237 for Type II - Standard Setting, High Viscosity, Epoxy Adhesive. In lieu of the 85 square base test specimen molds for the Slant Shear Strength test specified in AASHTO M237, cylindrical molds in accordance with ASTM D882 may be used. 9- 26.2(2) Packaging and Marking Packaging and Marking of Epoxy Adhesive for Lane Markers shall meet the requirements of Section 9- 26.1(2). 9- 26.2(3) Certification Certification of Epoxy Adhesive for Lane Markers shall meet the requirements of Section 9- 26.1(3). 9- 26.2(4) Rejection Rejection of Epoxy Adhesive for Lane Markers shall meet the requirements of • Section 9- 26.1(4). 9- 26.2(5) Acceptance Acceptance of each lot of the Epoxy Adhesive for Lane Markers for use on the project shall be based on a Manufacturer's Certificate of Compliance. 9 -26.3 Epoxy Grout/Mortar /Concrete 9- 26.3(1) General This specification shall apply to epoxy grout, epoxy mortar and epoxy concrete for traffic and non - traffic bearing applications. Epoxy grout/mortar /concrete shall consist of an epoxy bonding agent and an aggregate component. Prepackaged epoxy grout/mortar /concrete shall be prepared from a ready -to -mix epoxy bonding agent/aggregate system supplied by a manufacturer in kit form. Non - prepackaged epoxy grout/mortar /concrete shall be prepared from an epoxy bonding agent and an aggregate component that is clean, surface dry and inert and that is of a quality and gradation suitable for Portland cement mortar or concrete. Aggregate meeting the requirements of Section 9- 03.1(2) will be satisfactory. Epoxy grout/mortar /concrete for patching external concrete shall be concrete -gray in color. 9- 26.3(1)A Traffic Bearing Applications Epoxy grout /mortar /concrete for traffic bearing applications shall have a seven- day compressive strength of not Tess than 2500 psi when tested in accordance with ASTM C579. Epoxy bonding agent shall be Type III as described in Section 9- 26.1(1)C. 9- 26.3(1)B Non - Traffic Bearing Applications Epoxy grout /mortar /concrete for non - traffic bearing applications shall have a seven -day compressive strength of not less than 4000 psi when tested in accordance with ASTM C579. Epoxy bonding agent shall be Type I, II, IV, or V as appropriate for intended use as described in Section 9- 26.1(1)A and Section 9- 26.1(1)B. 9- 26.3(2) Packaging and Marking Packaging and Marking of the epoxy bonding agent component of epoxy grout/mortar /concrete shall meet the requirements of Section 9- 26.1(2). RFC 9- 26.3(3) Certification Certification of the epoxy bonding agent component of epoxy grout/mortar /concrete shall meet the requirements of Section 9- 26.1(3). 9- 26.3(4) Rejection Rejection of the epoxy bonding agent component of epoxy grout /mortar /concrete shall meet the requirements of Section 9- 26.1(4). 9- 26.3(5) Acceptance Acceptance of the epoxy grout /mortar /concrete material for use on the project shall be based on a passing test report from the State Materials Laboratory. SECTION 9 -29, ILLUMINATION, SIGNALS, ELECTRICAL August 4, 2003 The section is revised to read: 9 -29.1 Conduit, innerduct, and Outerduct Rigid metal conduit shall conform to Article 344 of the National Electrical Code. Liquidtight flexible metal conduit and associated couplings, connectors shall conform to article 356 of the National Electrical Code. PVC conduit shall conform to Article 352 of the National Electrical Code and to NEMA specification TC -2 • (Conduit), TC -3 (Fittings -UL 514), and UL 651 (standard for rigid nonmetallic conduit). Fiberglass conduit and fittings shall be UL listed and shall comply with ANSI/ NEMA standards TC -14A (filament wound reinforced thermosetting resin conduit and fittings) and ASTM D -2996. Exterior and interior surfaces of all steel conduit, except threaded ends, shall be uniformly and adequately zinc coated by a hot -dip galvanizing process. The average weight of zinc coating shall be not less than 0.80 ounces of zinc per square foot of single surface area as determined by tests on 12 -inch samples taken from each end of a standard length of conduit of each size. The weight of zinc coating on any individual test specifications shall be not less than 0.70 ounces of zinc per square foot of single surface area. The weight of zinc coating will be determined in accordance with AASHTO T 65. Determinations and nominal weights shall conform to the requirements of the Underwriters Laboratory Publication No. 6 (latest edition). In addition, the exterior as well as the interior conduit samples shall withstand four dips in the PREECE test in accordance with ASTM A 239. The threaded ends of all conduits shall be either galvanized in accordance with the foregoing or shall be painted with galvanized repair paint, Formula A -9 -73. All field cuts shall also be painted with galvanized repair paint, Formula A -9 -73. Couplings for rigid metal type conduits may be either hot -dip or electroplated galvanized and, in addition, shall be painted with one coat of galvanizing repair paint Formula A -9 -73. The paint shall have a minimum wet film thickness of 3 mils. The painted coating shall cover the entire coupling. Grounding end bushings shall comply with the following: 1. Full standard threads, around the entire 360° circumference. 2. Malleable iron material. 3. Hot -dip galvanized, per AASHTO M 111. 4. Copper, tinned copper, stainless steel or integral lug. 87 5. Stainless steel clamping screw, mounting screw and set screw. Every length of rigid metal conduit shall bear the label of Underwriters Laboratories, Inc. or the label of the Canadian Standards Association if affected items of Canadian manufacture are approved for use on the project. Installation shall conform to appropriate articles of the Code. The colloidal copper compound required for coating threads on metallic conduit, couplings, and fittings shall consist of approximately 70 percent by weight of petroleum oil and 30 percent by weight of copper flakes. All types of conduit shall be free from defects, including out of round, foreign inclusions, etc. It shall be uniform in color, density, and physical properties. It shall be straight and the ends shall be cut square to the inside diameter. All conduit shall di the 1 Inrlenafriterc I ahnrat rertifiratinn (1 II I icterl) PVC solvent cement shall be medium - bodied gray or clear and meet ASTM D 2564 including note 8 (label to show pipe sizes for which the cement is recommended). Rigid galvanized steel conduit is required for all surface mounted conduit, with the exception of Electrical service utility poles, upon the approval of the serving Utility company only. Galvanized steel conduit outerduct shall be hot - dipped galvanized inside and out. The conduit shall be smooth and free from burrs. Conduit shall be supplied and shipped with thread protectors. Deflection fittings shall be weather tight, with hot dipped galvanized ductile iron or bronze end couplings, molded neoprene sleeve and internal tinned copper bonding jumper. Deflection fittings shall provide for conduit movement of 3/4 inch in all directions and angular movement of 30 degrees from the normal in any direction. Expansion fittings shall be weather tight, with hot dipped galvanized malleable or ductile iron end couplings and body. Expansion fittings shall have an external tinned copper bonding jumper. Expansion fittings on bridges shall allow for 8 inches of movement (4 inches in each direction) normal to the structure. All other expansion fittings shall allow for 4 inches of movement (2 inches in each direction) normal to the structure. A combination deflection / expansion fitting shall be made from a deflection fitting and a expansion fitting as listed above, with the addition of an external tinned copper bonding jumper. The external tinned copper bonding jumper shall be of sufficient length to be installed on the conduit run and bypass the combination deflection / expansion fitting. Inner and Outer duct Yellow location tape with black lettering shall be installed 12 inches above all underground Inner and Outer duct. Each section of steel outerduct shall be supplied with one reversing spin coupling that allows straight sections and fittings to be joined without spinning the conduit. The reversing coupling shall be galvanized and have three setscrews or a lock nut ring to lock the coupling in place. Setscrews or lock nut ring shall be corrosion 00 VV • resistant and insure continuous electrical ground. The coupling shall be galvanized steel with the same material properties as the conduit. The innerduct system shall be factory- installed and shall be designed so that expansion and contraction of the innerducts takes place in the coupling body to eliminate compatibility problems. The conduit coupling body shall have a factory- assembled gasket that is multi- stage and anti - reversing, sealing both the outerduct and innerducts. A secondary mid body 0-ring gasket shall be seated into the coupling body and shall hold the coupling body firmly in the steel outerduct. The conduit system shall be designed so that assembly of components can be accomplished in the following steps: 1. Loosen setscrews or lock nut ring on coupling and spin back to allow for insertion. 2. Spin coupling mating sections forward to bottom. 3. Tighten set screws on lock nut ring. Innerduct for Straight Sections of PVC Conduits The 4 inch PVC outerduct shall be equipped with four innerducts. The innerducts shall have a minimum outside diameter of 1 1/4 inch a minimum inside diameter of 1 1/5 inch. Larger diameter innerducts may be provided if the wall thickness and diameter tolerances are met. The tolerance for inside and outside diameters shall be 0.0005 inch. The innerducts shall have a minimum wall thickness of 0.006 inch. Innerduct shall be color coded. The color coding shall be three gray and one white. Alternate color codes are permitted as long as the color codes are contiguous between adjacent junctions boxes. The innerducts shall be factory installed in the outerduct. Dynamic coefficient of friction of innerducts shall be tested in accordance with Bellcore GR- 356 -CORE procedure. The coefficient of friction shall be less than 0.30 between medium density polyethylene jacketed fiber optic cable and the prelubricated innerduct. The coefficient of friction shall be less than 0.10 between the 1/4 inch diameter polypropylene rope (suitable for fiber optic cable pulling) and the prelubricated innerduct. Pull rope used for testing (meeting the 0.10 coefficient of friction requirement) shall be the same type as the pull rope used for cable installation. The Contractor shall provide as part of the conduit submittals a certificate of compliance with these coefficient of friction requirements. The innerduct shall have a smooth, non - ribbed interior surface, with a factory prelubricated coating. The coating shall provide the required dynamic coefficient of friction. innerduct shall be extruded polyvinyl chloride (PVC) or polyethylene (PE). PE innerduct shall have a white internal color as a result of the prelubrication process. An approved equivalent material shall continue to meet all dimensional requirements and the dynamic coefficient of friction specified. Protective outerduct for PVC schedule 40 and schedule 80 conduit outerduct shall be 4 inch with a minimum 5 inch extended integral "bell" end and shall be gray in 89 color. The outerduct minimum wall thickness shall be 0.23 inch for Schedule 40 PVC and 0.32 inch for Schedule 80 PVC. Conduit and fittings for PVC outerduct shall be supplied with an ultraviolet inhibitor. The coupling body for PVC outerduct shall include a factory- assembled, multi- stage gasket that is anti - reversing, sealing both the outer and innerducts. A secondary mid body gasket shall be seated at the shoulder of the bell to assure air and water integrity of the system. The bell end and the coupling body assembly shall accept a minimum of 5 inch of the spigot end. The conduit system shall be designed so that straight sections and fittings will assemble without the need for lubricants or cement. Renric for 4 inch PVC Conduit with lnnerd acts All bend radii shall be 36 inches or greater. The conduit system shall provide a complete line of fixed and flexible sweeps with system compatible bell and spigot ends. The bends shall contain high - temperature burn - through - resistant innerducts manufactured from PVC, PE, or Nylon -66. The innerducts shall meet all other requirements for innerduct per "innerduct for Straight Sections of PVC Conduits" Prefabricated fixed Bends The prefabricated standard fixed PVC bends provided shall have a radius between 4 feet and 9 feet and sweep angles of 11.25 °, 22.5 °, 45 °, or 90 °. Direction changes shall not exceed 90 °. Flexible bends shall be supplied in two lengths to meet field requirements. Conduit lengths shall be 10 feet 6 inches and 16 feet 6 inches. These conduits may be field bent to a uniform radius no less than 4 feet. The field bend shall be no greater than 90 Grounding shall be continuous in flexible Bends. Outerduct for flexible bends shall be manufactured from reinforced PVC. All outerduct shall be marked with data traceable to plant location. PVC outerduct shall have a longitudinal print -line that denotes "Install This Side Up" for proper innerduct alignment. PVC outerducts shall have a circumferential ring on the spigot end of duct to provide a reference point for ensuring the proper insertion depth when connecting conduit ends. The line shall be a minimum of 5 inches from the end of the conduit. All fittings, adapters, and bends (sweeps) shall be provided and shall be manufactured from the same materials and manufacturing process as the conduit, except as specified otherwise. The conduit system shall be a complete system with the following accessories: Manhole Terminator Kits Deflection Fittings Offset Fittings Expansion /Contraction Fittings Lubrication Fittings Repair Kits installation Accessories 90 Conduit and innerduct Plugs Pull string Pull rope Conduit spacers Split internal expansion plugs shall be supplied to suit various cable sizes. Duct plugs shall be polypropylene and be equipped with a neoprene or polyurethane gasket. Plugs shall be equipped with an attachment to secure the pull rope in the innerduct. The plug shall withstand 5 psi. Steel casing material shall conform to ASTM A 252 Grade 1, 2, or 3 or casing as approved by the engineer. The Contractor shall furnish pipe of adequate thickness to withstand the forces exerted by the boring operation as well as those forces exerted by the earth during installation and shall be a minimum of 3/8 inch thick. All joints shall be welded by a qualified welder. Qualified in accordance with AWS D1.1 structural welding code, section 3, workmanship. 9 - 29.2 Junction Boxes Junction boxes shall conform to the requirements set forth in the contract. 9 29.2(1) Standard Junction Box Install standard junction boxes in locations shown in the plans. Standard junction boxes shall be concrete junction boxes conforming to details in the standard plans, or approved non - concrete junction boxes. Concrete junction boxes shall have a minimum compressive strength of 6000 psi when reinforced with a welded wire hoop and 4000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding the wire fabric to the frame or by welding headed studs 3/8 inch X 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. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibitors or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3 or hot dip galvanized in accordance with AASHTO M 111. Material for concrete junction boxes shall conform to the following: Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Fiber Reinforcing ASTM C 1116, Type III Lid ASTM A786 diamond plate steel Frame ASTM A786 diamond plate steel or ASTM A36 flat steel Lid Support & Handle ASTM A36 steel Anchors (studs) Section 9 -06.15 Non- concrete junction boxes shall be gray in color and shall have approximately the same inside dimensions as concrete junction boxes. Non - concrete junction box lids shall include a pull slot and shall be secured with two 1/2 inch stainless steel hex -head bolts recessed into the cover. The tapped holes for the securing bolts 91 shall extend completely through the box to prevent accumulation of debris. Bolt shall conform to ASTM F 593, stainless steel. Non - concrete junction boxes shall have a vertical load strength of 15,000 pounds applied uniformly through a 10 inch x 10 inch x 1 inch steel plate centered on the cover. The junction box will be considered to have withstood the test load if: 1. The lid is fully functional. 2. No vertical or horizontal displacement of the lid frame. 3. The junction box holds its shape. When requested, a test report from an independent materials testing facility shall be provided showing compliance with the load test. Q- 29.7(3) Structure Mounted _function Rox Junction boxes installed on structures (including boxes embedded in barrier) shall be galvanized cast iron or stainless steel and shall conform to NEMA 4X requirements. Cover screws shall be stainless steel. Each box shall include a neoprene cover gasket. A 3/8 —inch drain shall be installed in each junction box. The size of NEMA 4X junction boxes shall be as shown in the plans. 9-29.2(4) Cover Markings Junction boxes with metallic lids shall be marked with the appropriate legend in accordance with the bead weld details in the Standard Plans. Non - metallic lids shall be embossed with the appropriate legend and a non -skid surface. Legends for metallic lids and non- metallic lids shall be 1 -inch nominal height. Junction boxes shall be marked or embossed for use in accordance with the plans and following schedule: System Type Legend Traffic Signal Interconnect (6pr) COMM Fiber Optic Trunk Lines ITS HUB to TC (25pr) ITS Fiber Optic Laterals to CC ITS TC to DS (6pr) ITS TC to HAR (6pr) SC &DI ITS TC to CC (6pr) ITS TC to VMS (6pr) ITS TC to WSTA (6pr) ITS All other lateral 6pr (i.e. neon control, etc) TS CC to camera (coax, control cables, old style) ITS CC to camera (fiber, new style) ITS HAR to antenna (coax) ITS VMS to sign (control cables) ITS WSTA to temp sensor, weather station ITS DS to loops (2cs) ITS DS to ramp meter (5c) ITS Flashing Beacons ITS Neon Power ITS Transformers to Cabinets ITS Service to Transformers LT All power for lighting LT Signal Controller to Displays TS 92 Signal Controller to Loops TS Signal Controller to emergency preempt TS Telephone Service Drop TEL Telephones at Flyer Stops, Park & Rides, Etc. TEL 9 -29.3 Conductors, Cable For the purpose of this specification, the neutral conductor is defined as a current carrying conductor with zero potential. For the purpose of this specification, equipment grounding conductor is defined as the conductor used to connect the noncurrent - carrying metal parts of equipment, raceways, and other enclosures to the system grounded conductor and /or the grounding electrode conductor at the service equipment or at the source of a separately derived system. Conductors and cable shall conform to the applicable specifications as follows: 1. All current carrying single conductors shall be stranded copper conforming to ASTM B3 and B8. Insulation shall be 600 volt. Except as allowed in item 3, chemically cross - linked polyethylene or EPR Type USE insulation of code thickness is required for all current carrying single conductors in underground electrical systems. Grounding electrode conductor and bonding jumpers shall be bare or insulated stranded copper, AWG No. 8 minimum or larger as required by the NEC. Equipment grounding conductors shall be insulated, stranded copper with type XHHW, THWN, or USE insulation, non jacketed AWG No. 8 minimum or larger as required by the NEC. Insulated Grounding Electrode conductors, bonding jumpers and equipment grounding conductors, shall have continuous green color or green color with one or more yellow stripes. 2. Two and three conductor signal control cable shall consist of three No. 14 stranded copper conductors. Each conductor shall have 20 -mil polyethylene insulation and a 10 -mil PVC jacket. The cable shall be rated at 600 volts minimum. The cable assembly shall be covered with a polyester tape applied with a 10 percent minimum lap. The overall jacket shall be 45 -mil PVC. Four conductor through 10 conductor signal control cable shall conform to International Municipal Signal Association (IMSA) signal cable specification 20 -1 except the conductor sequence color code as shown in the following table. IMSA specification cables shall use No. 14 AWG stranded copper conductors. Individual conductors shall be cabled together in accordance with the following: Conductor Color Color Number Code Trace Use 1 R Red Red or Don't Walk 2 0 Orange Yellow or Spare 3 G Green Green or Walk 4 W White Neutral 5 B Black Ped Call or Spare 6 Wb White /Black Neutral or Spare 7 81 Blue Ped Call or Spare 8 Rb Red /Black Red or Don't Walk 9 Ob Orange /Black Yellow or Spare 93 10 Gb Green /Black Green or Walk 3. All single conductors employed in traffic control shall be Class B or Class C stranded copper. The minimum wire size shall be No. 12 AWG. Insulation shall be THW or USE, except loop wire. 4. Triplex or Quadraplex type ACSR neutral self- supporting aerial • conductors of the appropriate size for aluminum conductors shall be used where required in the contract. The neutral conductor shall be the same size as the insulated conductor. All current carrying conductors shall be stranded. 5. Pole and bracket cable shall be two conductor stranded copper No. 10 AWG insulated for 600 volts between conductors. The insulation shall con of 4. -mils polyvinyl chlorine with 95 -mils polyethylene jacket. If luminaires with remote ballasts are specified in the contract, this same cable shall be used between luminaire and ballast for both timber and ornamental pole construction. If the luminaire requires fixture wire temperature greater than 75° C, the outer jacket shall be stripped for that portion of the cable inside the luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving of the temperature rating recommended by the luminaire manufacturer. 6. With the exception of type XHHW insulation and with the further exception of the shielded two conductor cable identified in (7), and the magnetometer lead -in cable identified in (9), the minimum insulation thickness around any electrical conductor shall be 45 mils, and the minimum acceptable insulation thickness shall refer solely to the thickness of that insulation immediately around any conductor excluding any sheath or jacket thickness. 7. Two conductor shielded (2CS) cable shall have No. 18 AWG (minimum) conductors and shall conform to I.M.S.A. specification No. 50 -2. 8. Detector loop wire may be No. 12 or 14 AWG stranded copper wire, Class B, with chemically cross linked polyethylene type USE insulation of code thickness. 9. Four conductor shielded cable (4CS) shall consist of a cable with four No. 18 AWG conductors with polyethylene insulation, an aluminized polyester shield, water blocking material in the cable interstices, and a 26 -mil minimum outer jacket of polypropylene. The four - conductor • assembly shall be twisted 6 turns per foot. Each conductor shall have a different insulation color. Overall cable diameter shall be 0.25 inch maximum. Capacitance between adjacent pairs shall be 18 pf per foot and 15 pf per foot between diagonal pairs. The capacitances shall not vary more than 10 percent after a 10 -day immersion test with ends exposed in a saturated brine solution. 10. Three - conductor shielded cable (3CS) for the detector circuit for optical fire preemption receivers shall consist of three No. 20 AWG conductors with aluminized mylar shield and one No. 20 drain wire, all enclosed with an outer jacket. All wires shall be 7 X 28 stranded 94 tinned copper material. Conductor insulation shall be rated 75 °C, 600 volt. The drain wire shall be uninsulated. Conductor color coding shall be yellow, blue, and orange. DC resistance of any conductor or drain wire shall not exceed 11 ohms per 1,000 feet. Capacitance from one conductor to the other two conductors and shield shall not exceed 48 pf per foot. The jacket shall be rated 80 600 volt, with a minimum average wall thickness of 0.045 inch. The finished outside diameter of the cable shall be 0.3 inch maximum. 11. Six pair communications cable (6PCC) shall meet REA specification PE -39 and shall have six pair No. 19 AWG wires with 0.008 -inch FPA /MPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable. 12. Sign light conductors between the junction box or other source of power and the isolation switch shall be a two conductor stranded No. 10 AWG pole and bracket cable insulated to 600 volts between conductors. The conductors between the isolation switch and the sign lighting luminaire shall be either code sized individual conductors with cross linked polyethylene type USE insulation or three conductor control cable, stranded copper No. 14 AWG cable rated at a minimum of 600 volts. 9- 29.3(1) Fiber Optic Cable Each fiber optic cable shall be suitable for placement in an underground duct. All fibers in the cable shall be usable fibers and shall be sufficiently free of surface imperfections and inclusions to meet or exceed the optical, mechanical, and environmental requirements contained in this specification. Cables shall be all dielectric cable (with no armoring) and shall be jacketed (sheathed) with medium density polyethylene. The minimum nominal jacket thickness shall be 71 mils. Jacketing material shall be applied directly over the tensile strength members. The polyethylene shall contain carbon black to provide ultra- violet light protection, and it shall not promote the growth of fungus. The jacket or sheath shall be free of any holes, splits, or blisters. The cable shall contain at least one ripcord under the sheath for easy sheath removal. The shipping, storage, and operating temperature range of the cable shall be -40 °F to +160 °F. The installation temperature range of the cable shall be -20 °F to +160 °F. The fiber optic cable shall withstand a maximum pulling tension of 600 pounds (lbs.) during installation (short term) with no damage and 135 pounds (long term). Each optical fiber shall consist of a doped silica core surrounded by a concentric silica cladding. Void areas around the individual buffer tubes shall be protected with a moisture resistant compound as a block against moisture migration. 95 All cables shall be free of material or manufacturing defects and dimensional non - uniformity that would: 1. Interfere with the cable installation using accepted cable installation practices. 2. Degrade the transmission performance and environmental resistance after installation. 3. Inhibit proper connection to interfacing elements. 4. Otherwise yield an inferior product. The outer jacket material shall be a medium density polyethylene (MDPE) conforming to ASTM D 1248, Type II, Class C, Category 4 or 5, Grade J4. The light absorption coefficient, when measured in accordance with ASTM D 3349, shall be a minimum of 400 at a wavelength of 375 nanometers. The outer jacket material used in construction of this cable shall be fungus inert as described in ASTM G 21. Fibers shall contain no factory splices. The fiber optic cables shall be shipped on wooden reels in lengths as specified in the purchase order with a maximum overage of 10 %. The diameter of the drum shall be at least 20 times the diameter of the cable. 9- 29.3(1)A Singlemode Fiber Optic Cable Singlemode fibers utilized in the cables specified herein shall be fabricated from 100 kpsi proof stress glass and primarily composed of silica which shall provide a matched clad index of refraction (n) profile and the following physical and performance characteristics: Maximum Attenuation: 0.4/0.3 dB /km at 1310/1550 nanometers, respectively. Typical Core Diameter: 0.3 mils. Cladding Diameter: 4.9 mils +1- "004 mils. Core -to- Cladding Offset:< 0.8 microns. (The core center and the cladding center offset is defined as the distance between the core center and the cladding center.) Cladding Non - Circularity: < 2.0 %. Defined as: {[1- (minimum cladding diameter - maximum cladding diameter)} X 100.} Coating Diameter of 250 microns +/- 15 microns with a minimum coating thickness at any point of not less than 50 microns. QA The coating shall be a dual - layered, UV -cured acrylate applied by the fiber manufacturer. The coating shall be mechanically or chemically strippable without damaging the fiber. 9- 29.3(2) Twisted -Pair (TWP) Copper Cable The TWP cable installed for outside plant (OSP) applications shall contain the amount of twisted, #22 AWG, copper pairs as specified in the Plans. This cable shall be constructed for installation in an underground conduit environment with a sheath consisting of a double coated aluminum shield over which a medium density polyethylene jacket is extruded, in accordance with Rural Electrical Association (REA) Standard PE -39. This cable shall be filled with a gel compound to resist water penetration and migration. The TWP copper cable for OSP applications shall contain no faulty pairs and shall be capable of the transmission of 9600 b/s VF data over distances greater than 7.5 miles. 9 -29.4 Messenger Cable, Fittings Messenger cable shall be 3/8 -inch, 7 -wire strand messenger cables conforming to ASTM A 475, extra - high - strength grade, 15,400 pounds minimum breaking strength, Class A galvanized. Strain insulators shall be wet process, porcelain, conforming to EEI -NEMA Class 54 -2 standards for 12,000 pound ultimate strength. Down guy assembly shall consist of an eight -way steel expanding anchor, having a minimum area of 300 square inches, made of pressed steel, coated with asphalt or similar preservative, and fitted with a 3/4 inch minimum guy eye anchor rod 8 feet long. As an alternate to expanding anchors, screw type anchors with two 8 -inch helix, 3 1/2 inch - pitch, 1 -inch by 7 -foot guy anchor rod, and rated for 7,000 pound maximum torque may be installed. • All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be hot - dipped galvanized in conformance with the requirements of AASHTO M 232. 9 -29.5 Pole Line Hardware All miscellaneous pole line hardware shall be standard material manufactured for pole line construction. All metal parts shall be hot - dipped galvanized. In addition to the above, whenever secondary racks are required, they shall be as classified "Heavy Service Secondary Rack" by the EEI -NEMA, and shall have a minimum spacing of 12 inches between the insulators. Each rack shall be secured to the pole by not less than one through bolt and one lag bolt. Ground clamps shall be bronze. 9 -29.6 Light and Signal Standards Light and signal standards shall be in accordance with the details shown in the Plans, as specified in the Special Provisions and as outlined herein, provided that only one type of light or signal standard shall be used throughout the project. 97 Light standard, signal standards, slip base hardware and foundation hardware shall be hot - dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. 9- 29.6(1) Light and Signal Standards Steel plates and shapes for light and signal standards shall conform to the requirements of ASTM A 36. Shafts for Tight and signal standards, except Type PPB signal standards, shall conform to AASHTO M 223, Grade 50. Shafts and caps for Type PPB signal standards, slipfitters for type PS, I, FB, and RM signal • standards, and all pipes shall conform to ASTM A 53, Grade B. Base plates for light standards shall conform to ASTM 572, Grade 50, except as otherwise noted in the Standard plans for fixed base light standards. Base plates for signal standards shall conform to ASTM A 36. Connecting bolts shall conform to AASHTO M 164. Fasteners for handhole covers, bands on lighting brackets, and conductor attachment brackets shall conform to ASTM F 593. 9- 29.6(1)A Decorative Light Standards Light standards shall be finished on all surfaces with a phenolic resin paint, applied in the shop, conforming to the following specifications: The primer shall meet the requirements of Federal Specification TT -P -641, Primer Paint, Zinc Dust, Zinc Oxide, TES distribution Type H or III. One Coat of primer 3 mils wet thickness shall be applied. Primer shall be applied both inside and outside. Phenolic Finish Coat for Steel. Finish coats shall be color chip No. 37056 olive green , Federal Standard 595B. Two coats of 3 mils wet thickness each shall be applied. A hand hole with cover shall be provided 8 inches above the base. A pressure type ground lug shall be provided and shall be located on the pole wall directly opposite the handhole. 9- 29.6(2) Slip Base Hardware Slip plates and anchor plates for light standards and for Type FB and RM signal standards shall conform to the requirements of ASTM 572, Grade 50. The keeper plate shall be 28 gage, conforming to ASTM A 526, coating G 90. Clamping bolts for slip base assemblies and slip base adapters shall conform to AASHTO M 164. Studs and bolts for slip base adapters shall conform to AASHTO M 164. Nuts shall conform to AASHTO M 291, Grade DH. Hardened washers shall conform to AASHTO M 293. Plate washers shall conform to ASTM A 36. Galvanized bolts shall meet standard specification 9- 06.5(4). 9- 29.6(3) Timber Light Standards, Timber Strain Poles, Timber Service Supports All timber poles used in illumination or traffic signal systems shall be Douglas fir, machine shaved, roof sawed, conforming to the latest ANSI Specifications and Dimensions for Wood Poles. 98 All timber poles shall be gained according to industry standards. A dated nail or metallic date plate shall be set in the gain evidencing the year of treatment of the timber pole. All poles shall be treated with pentachlorophenol in accordance with Section 9- 09.3(1). Tops shall be sawed before treatment. Where holes are bored in poles to accommodate hanging bolts for brackets, transformers, guy assemblies, or other accessories, such holes shall be painted with a solution of the above preservative. 9- 29.6(4) Welding Welding of steel structures shall be in accordance with Section 5.15 of the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals, Fourth Edition -2001. 9- 29.6(5) Foundation Hardware Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the requirements of ASTM A 307. Nuts shall meet the requirements of AASHTO M 291. Washers shall meet the requirements of ASTM F 844. Anchor bolts for Type II, III, IV, and V signal standards and luminaire poles shall meet the requirements of ASTM A 449. Nuts shall be heavy hex meeting the requirements of AASHTO M 291, Grade C, D, or DH. Washers shall meet the requirements of AASHTO M 293. All foundation hardware shall be 100% hot - dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. Galvanized bolts shall be tested for embrittlement in accordance with ASTM A 143. 9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases and Sign Bridge Bases Electrical disconnects shall be installed in the base of every standard supporting a luminaire. Every conductor above ground potential shall be served by a fused quick - disconnect kit. Every conductor at ground potential shall be served by an unfused quick - disconnect kit. Unfused quick - disconnect connectors shall conform to the following requirements: 1. A copper pin and a copper receptacle both of at least 90 percent conductivity shall be crimped or a stainless steel alien head screw and lug connection to the cable. If the alien head screw is used the alien head screw shall be torqued to the manufactures recommendations. All crimped connections shall use a copper connector installed with a positive action (ratchet) tool. The receptacle shall establish contact pressure with the pin through the use of a copper beryllium sleeve spring and shall be equipped with a disposable mounting pin. The pin shall be of at least half -hard material and the crimping portion shall be fully annealed while the rest of the pin is maintained in its original state of hardness. The receptacle shall be fully annealed. Both the copper pin and receptacle shall have a centrally located recessed locking area adapted to be complementarily filled and retained by the rubber housing. 99 2. A plug and a receptacle housing shall be made of water resistant synthetic rubber which is capable of burial in the ground or installation in sunlight. Each housing shall provide a section to form a water -seal around the cable, have an interior arrangement to suitably and complementarily receive and retain the copper pin or receptacle, and a section to provide a water -seal between the two housings at the point of disconnection. Fused quick- disconnect kits shall provide waterproof in -line fuse protection. The kit shall id three cutoff both lines load to to Ssll pr provide a ti ee Ct uwi � sections on uoti i �iiieS and load Side i0 accommodate various wire sizes. All connections shall be as described in item "1" above. Upon disconnect, the fuse shall remain in the load side of the kit. Fuses furnished for all lighting circuits shall be capable of handling the operating v oltage of the circa lit involved and shall haVe the following characteristics: 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 2. Fuses shall be capable of supporting 135 percent of the rated load for approximately 1 hour. 3. A load of 200 percent of rated load shall effectively cause instantaneous blowing of the fuse. 4. Fuses shall be rated as listed below and shall be sized to fit the fuse containers furnished on this project, according to the manufacturer's recommendations therefore. 5. Fuses shall be UL Listed. Luminaire Service Voltage Size 480V 240V 120V 1,000W 10A 15A 30A 750W 5A 10A 20A 700W 5A 10A 20A 400W 5A 10A 15A 310W 5A 5A 10A 250W 5A 5A 10A 200W 4A 5A 10A 175W 4A 5A 10A 150W 3A 4A 5A 100W 2A 3A 4A 70W 2A 2A 2A 50W 2A 2A 2A 9 -29.8 Vacant 9 -29.9 Ballast, Transformers Each ballast shall have a name plate attached permanently to the case listing all electrical data. 100 Certificates of compliance, to manufactures specifications and these specifications shall be submitted by the manufacturer with each type of luminaire ballast. Ballasts shall be designed for continuous operation at ambient air temperatures from 20 F without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or short - circuited condition and without measurable reduction in the operating requirements. All ballasts shall be high power factor (90 %). Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, Methods of Measurement of High- Intensity - Discharge Lamp Ballasts. Starting aids for ballasts of a given lamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without adjustment. Ballast assemblies shall consist of separate components, each of which shall be capable of being easily replaced. A starting aid will be considered as a single component. Each component shall be provided with screw terminals, NEMA tab connectors or a single multi- circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Heat - generating components shall be mounted to use the portion of the luminaire upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat - generating components or shall be thermally shielded to limit the fixture temperature to 160° F. Ballasts for high - pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the lamp- voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of lamp voltage. This requirement shall be met not only at the rated input voltage of the ballast, but also the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast curve shall fall within the specified limits of lamp voltage and wattage. All luminaires ballasts shall be located within the luminaire housing. The only exception shall be ballasts to be mounted on lowering assemblies shall be external and attached to the fixture assembly. No capacitor, transformer, or other devise shall employ the class of compounds identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other purpose. Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources shall be: Source Line Lamp Ballast Input Lamp Volt. Wattage Type Voltage Wattage Variation Variation HPS any 70 400 Mag. Reg. Lag 10% 18% HPS any 750 1000 Auto Reg. Lead CWA 10% 30% MH any 175 400 Mag. Reg. Lag 10% 18% 101 MH any 1000 Auto Reg. Lead CWA 10% 30% Transformers and inductors shall be resin- impregnated for protection against moisture. Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. The transformers to be furnished shall be indoor /outdoor dry type transformers rated as shown in the Plans. The transformer coils, buss bar, and all connections shall II be copper. r T, r, form r 7 V and larger h II h supplied with two full VV VVI,JpI�i Transformers, s1 V1111e1 s, (.5 kVA and IGll�. el snail be suppllG with LVVV IU11 capacity taps, one at 2.5% and one at 5% below the normal full capacity. • 9 -29.10 Luminaires If not listed on the Qualified Products List (QPL) a Certificate of Compliance shall be submitted by the manufacturer with each type of luminaire. The certificate shall state that the lot of luminaires meets this specification: All luminaires shall be of the IES distribution type and wattage indicated in the contract. Luminaires shall be installed with HPS lamps rated at 24,000 hours, unless otherwise specified in the contract or this specification. Conventional highway luminaires shall provide a full cut -off distribution and a high pressure sodium light source. Horizontal luminaires shall attach to 2 inch pipe tenons on mast arms. Vertical mounted luminaires shall be appropriately sized for their respective pole top tenons. All luminaires shall have their components secured to the luminaire frame with stainless steel mounting hardware (nuts, bolts, washers, hinges, hinge pins, etc.). The stainless steel shall be AISI, 300 series chrome - nickel grade. The luminaire slip - fitter bolts shall be either stainless steel or hot -dip galvanized steel. All internal luminaire assemblies shall be assembled on or fabricated from either stainless steel or hot dip galvanized steel. The housing, complete with integral ballast, shall be weathertight. The ballast and lamp housing shall be on the same level. All luminaries shall be mounted level, both transverse and longitudinally, as measured across points specified by the manufacturer. Leveling and orientation shall be accomplished after pole plumbing. Highway and decorative luminaries shall have slip - fitters capable of adjusting through a 5- degree axis for the required leveling procedure. Refractors shall be formed from heat resistant, high impact, molded borosilicate glass. Flat lens shall be formed from heat resistant, high impact borosilicate or tempered glass. High pressure sodium cobra head luminaires shall be capable of accepting a 150, 200, 250, 310, or 400 watt lamp complete with ballast. Metal halide fixtures shall be capable of accepting a 175, 250 or 400 watt lamp complete with ballast. Mercury vapor fixtures shall be capable of accepting a 175, 250, 400 watt lamp complete with ballast. Metal halide fixture shall accept a 175 watt mercury vapor lamp complete with ballast. Each luminaire shall consist of a housing, a reflector, lens, a lamp socket, an integral ballast, a terminal strip and lamp. 102 • Housings shall be fabricated from aluminum. Painted housings shall be painted flat gray, Federal Standard 595B color chip No. 26280. Housings that are painted shall withstand a 1,000 -hour salt spray test as specified in ASTM B 117. All luminaries to be mounted on horizontal mast arms, shall be capable of withstanding cyclic loading in: 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak - to -peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts, and 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 0,75 g's peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. The temperature rating of all wiring internal to the luminaire housing, excluding the pole and bracket cable, shall equal or exceed 200° F. All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall be 3 inches square with Gothic bold, black 2 inch legend on colored background. Background color shall be gold for sodium, blue for mercury, and red for metal halide light sources. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. Legends shall correspond to the following code: Lamp Wattage Legend 70 7 100 10 150 15 175 17 200 20 250 25 310 31 400 40 700 70 750 75 1,000 XI 9- 29.10(1) Cobra Head Luminaires Conventional highway luminaires shall be IES Type III medium cut off type distribution cobra head configuration with horizontal lamp. The ballast shall be mounted on a separate door, which shall be hinged to the luminaire and secured, in the closed position to the luminaire housing by means of an automatic type of latch (a combination hex/ slot stainless steel screw fastener may supplement the automatic type latch). The reflector of all luminaires shall be of a snap -in design or be secured with screws. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The refractor or lens shall be mounted in a doorframe assembly which shall be hinged to the luminaire and secured in the closed position to the luminaire by means of automatic latch. The refractor or lens and doorframe assembly, when closed, shall exert pressure against a gasket seat. The refractor lens shall not allow any light output above 90 103 degrees nadir. Gaskets shall be composed of material capable of withstanding temperatures involved and shall be securely held in place. Each housing shall be provided with a slipfitter capable of mounting on a 2 inch pipe tenon. Vertical mounted luminaires shall be appropriately sized for their respective pole top tenon and capable of being adjusted within 5 from the axis of the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not bottom out on the housing bosses when adjusted within the ±5 range. No part of the slipfitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws used for mounting are tightened to a torque of 32 pounds feet. 9- 29.10(2) Decorative Luminaires Decorative fixture shall provide for a 150 - 400 watt HPS lamp fully enclosed fixture with mogul lamp socket, adjustable where required to alternate cutoff distributions. The fixture shall be a one piece, box shaped, raintight, dustight and corrosion resistant, integral unit. The unit shall consist of an accessible ballast compartment and a sealed housing which permits filtered pressure equalization. The ballast housing shall be fabricated of close tolerance extruded aluminum with heat resistant vinyl finish. The housing shall be adequately constructed to contain ballasts for 150 - 400 watt alternate high intensity discharge sources. Each housing shall consist of an integral Alzak reflector, containing a mogul based high intensity discharge lamp, a rigid box type Tamp holder assembly, a reflector assembly with a lamp vibration damper, and a one piece heat and shock resistant, clear tempered lens mounted in a gasketed, hinged, and baffled extruded aluminum frame. The housing shall have vinyl heat resistant finish. One fourth inch stainless steel, series 300 fasteners shall secure the lens frame to the housing. The auxiliary equipment compartment for ballast terminals shall be separated from the lamp compartment by a metal heat barrier. The chassis shall be designed to provide effective heat sinking from the ballast cores. Capacitors shall be mounted at least 5 inches from the core and coil components. Fixtures shall be finished alternately with paint or epoxy primer and either acrylic enamel; vinyl clad aluminum or powdered polyester baked on paint. Aluminum compatible epoxy primer shall be applied. The finish coat shall be dark bronze in . color matching Federal Standard 595B or as shown in the contract. Without chipping or flaking, the finish shall withstand 5 foot pounds direct or indirect impact from a falling cylindrical steel rod 7/8 inch diameter, a hemispheric nose and shall be salt spray resistant after 300 hours exposure in accordance with ASTM B 117 shall not cause blistering, peeling, corrosion or Toss of adhesion. Decorative fixtures shall be mounted using a reinforced mounting arm, milled to provide a smooth fit between fixture and arm. A slipfitter assembly shall be provided for leveling purposes, between fixture and tenon. Two 7/16 inch or larger stainless steel bolts, series 300, shall be used to mount the fixture to the tenon. An approved gasket shall be utilized to seal against weather. A smooth wireway shall be provided. 104 All decorative fixtures shall be of the same manufacturer and external appearance. 9- 29.10(3) High Mast Luminaires and Post Top Luminaires High mast and post top luminaires shall comply with the requirements of the contract and Section 9 -29.9 except the unit lamp shall utilize a vertically positioned lamp. High mast luminaries shall be 400 watt HPS full 90 nadir cut off, capable of types 2, 3, 5 distribution or as shown in the contract. When installed at heights between 50 and 70 feet the bottom of the fixture shall be closed, at heights from 70 to 85 feet the bottom shall be open. High Mast luminaries poles with mounting heights greater than 50 feet shall have approved fixture lowering device installed and two remote control units, to operate the lowering device. Post top luminaires shall have the ballast located directly below the vertical installed HPS lamp. All post top luminaires shall be capable of accepting 70, 100, 200, 250, 400 watt HPS lamps complete with ballast assembly. 9- 29.10(4) Underdeck and Wall Mount Luminaires Underdeck luminaires shall be weatherproof and corrosion resistant. Light distribution shall be as shown on the contract. Each flush - mounted underdeck luminaire shall consist of a metal body, a prismatic refractor mounted in a doorframe, a prismatic glass or specular anodized aluminum reflector, a ballast, and a ceramic lamp socket and be supplied complete with all fasteners. The body shall have provisions for anchoring to concrete. The refractor shall be glass and shall be clearly identified as to "street side." The doorframe assembly shall be hinged, gasketed and secured to the body. Each wall- mounted luminaire shall consist of a metal body, a prismatic refractor mounted in a doorframe, an aluminum reflector with a specular anodized finish, an integral ballast and a ceramic lamp socket and supplied with all fasteners. The refractor shall be glass. A gasket shall be provided between the refractor and the body of the fixture. All lamp sockets shall be positioned to locate the light center of the lamp within 1/2 inch of the light center location for which the luminaire is designed. Ballasts for underdeck and wall luminaires shall conform to the provisions in Section 9 -29.9. Ballasts for underdeck and wall mount luminaires shall be installed in the luminaire housing. 9 -29.11 Control Equipment Illumination circuits shall be controlled by a combination of photoelectric controls and lighting contactors or mercury relays as noted in the contract. 9- 29.11(1) Time Clock Controls Time clocks, when specified in the contract, shall be solid state and shall have a battery backup. The clock shall provide four functions and shall be enclosed within a dust tight mounting case. The unit shall be mounted on vibration dampened fittings. The unit shall be push button programmable with 15 events per week, selectable by day of week and time of day to the nearest minute. The clock shall be accurate to plus or minus 15 seconds per month through a humidity variation of 0 to 95 percent and a temperature variation of 0 F to 150 F. 105 The clock shall be within plus or minus 10 seconds after 10 hours of battery • backup operation. The backup battery shall operate for 24 hours minimum. Contacts shall be rated at 5 amps tungsten load for up to 100,000 cycles. Each clock function shall operate a 120 VAC normally open and normally closed set of contacts. 9 29.11(2) Photoelectric Controls The photoelectric control shall be the twistlock type and the light sensitive element shall b a solid state photo diode. Th c n n trnl shall be designed to turn on at 3 foot - candles (32 lux) and turn off at 1.8 foot - candles (20 lux). The lighting control shall not drift by more than 1 percent over a 10 -year period. The output control relay shall have a 45- second time delay to prevent false turn -off caused by momentary brightness. This output relay shall be rated 1,000 watts incandescent or 15 amps inductive load. The contacts shall be normally closed. The unit shall be designed to not continuously pulse the output relay if the photo control bypass switch is energized. The lighting control shall have a built in metal oxide varistor (MOV) rated 320 joules for lightning and transient protection. The control shall also have secondary zener diode and transient filter. The printed circuit board shall be coated to prevent corrosion. The normal operating voltage range will be 105 to 285 VAC. 9 - 29.12 Electrical Splice Materials Splicing in illumination circuits will be permitted only at junction boxes. With the exception of lead -in cable to loop wire or magnetometer sensing probe splices, no splices will be allowed in traffic signal circuitry. All other traffic signal circuitry will be • terminated at a load, at control equipment, or at a terminal. 9 29.12(1) Illumination Circuit Splices Splices and taps shall be made with solderless crimp connectors on underground circuits to securely join the wires both mechanically and electrically. Aerial splices may employ split bolt connectors. Splices at below grade locations shall employ moisture blocking heat shrink, Mil Spec 1 -23053 or be epoxy resin cast type insulation. Two -way (in -line) splices and three -way (T or wye) splices shall employ clear rigid plastic molds. Clear mylar sheet bonded to butyrate webbing forming a flexible mold or heat shrink shall be used for four -way or more. The material used shall be compatible with the insulation material utilized. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. The component materials of the resin insulation shall be packaged form ready for convenient mixing without removing from the package. Only one conductor or one multi conductor cable per wire entrance will be allowed in any rigid mold splice. Heat shrink splices shall be manufactured from irradiated, crosslinked polyolefin suitable for direct burial installations and shall conform to requirements of ANSI C- 119.1. The sealant shall be an approved stabilized mastic which shall provide a permanent moisture proof bond between the recovered polyolefin and any conductor insulating material. 9- 29.12(2) Traffic Signal Splice Material 106 Induction loop splices and magnetometer splices shall be either moisture resistant two way heat shrink meeting Mil Spec 1- 23053, epoxy resin cast type with clear rigid molds or re- enterable type with semi - hardening epoxy filling compound that remains semi - flexible enclosed in a re- enterable rigid mold with end cap seals. 9 -29.13 Traffic Signal Controllers A controller shall consist of a complete electrical mechanism for controlling the operations of traffic control signals including the timing mechanism and all necessary auxiliary equipment, mounted in a cabinet. The Contractor shall furnish to the Contracting Agency all guarantees and warranties furnished as a normal trade practice for all control equipment that is provided. The fabricator of the controller shall perform quality control (QC) inspections based on their QC program. Their QC program shall be submitted and approved by WSDOT at least annually. The fabricator of the controller shall certify that the controller meets all requirements of the Standard Specifications and Special Provisions for the specific application. The QC program shall include, but not be limited to, the following: 1. Quality Statement 2. Individual responsible for quality (organizational chart) 3. Fabrication procedures 4. Test procedures 5. Documented inspection reports 6. Documented test reports 7. Certification package Control equipment includes all equipment used to control the operations of traffic control signals, programmable message signs, illumination system's and other associated control systems. Control equipment includes all devices including auxiliary equipment mounted in a cabinet. The traffic signal control equipment shall conform to the contract specifications and these standard specifications. All control equipment shall be as specified below: NEMA control and all auxiliary equipment shall conform to current NEMA specifications. Type 170E control equipment and all auxiliary equipment, shall conform to the California Department of Transportation document entitled "Transportation Electrical Equipment Specifications" dated November 19, 1999. The 170E/ HC -11 controller and auxiliary equipment shall conform to the current Oregon Department of Transportation Specification for model 170E/ HC -11 controller and auxiliary equipment. The 170E shall be compatible with Type 170E controllers and the current revision of the software specified in the contract. 107 170 ATC controller and auxiliary equipment shall conform to the current Oregon Department of Transportation Specification for model 170 ATC controller and auxiliary equipment. Type 2070 controller and all auxiliary equipment shall conform to the current California Department of Transportation Specification for Model 2070 and auxiliary equipment. Type 2070 Lite controller and auxiliary equipment shall conform to the current Oregon Department of Transportation Specification for model 2070 Lite controller and auxiliary equipment. 9- 29.13(1) Vacant 9- 29.13(2) Flashing Operations All controllers shall be equipped for flashing operation of signal displays. Controllers shall be programmed for flashing red displays for all approaches. During flash display, all pedestrian circuits shall be de- energized. Actuated traffic signal control mechanisms shall be capable of entry into flash operation and return to normal operation as follows: 1. Terminal Strip Input (Remote Flash). When called as a function of a terminal strip input, the controller shall provide both sequenced entry into flash and sequenced return to normal operation consistent with the requirements of the latest edition of the Manual on Uniform Traffic Control Devices. 2. Police Panel Switch. When the flash - automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash; however, the controller shall "STOP TIME." When the switch is placed on automatic, the signals shall immediately time an 8 -10 second all red period then resume normal cyclic operations at the beginning of major street green. 3. Controller Cabinet Switches. When the flash- automatic switch located inside the controller cabinet is placed in the flash position, the signals shall immediately revert to flash; however, the controller shall continue to function. When the flash- automatic switch is placed in the automatic position, the controller shall immediately resume normal cyclic operation at the beginning of the artery green. Adjacent to the flash- automatic switch shall be a controller on -off switch. If the flash - automatic switch is in the automatic position and the controller on -off switch is placed in the OFF position, the signals shall immediately revert to flash. 4. Power interruption. On "NEMA" controllers any power interruption longer than 475 plus or minus 25 milliseconds, signals shall re- energize consistent with No. 2 above to ensure an 8- second flash period prior to the start of major street green. A power interruption of less than 475 plus or minus 25 milliseconds shall not cause resequencing of the controller and the signal displays shall re- energize without change. Type 170 controllers shall re- energize 108 consistent with No. 2 above after a power interruption of 1.75 plus or minus 0.25 seconds. The 8- second flash period will not be required. 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays at the beginning of major street green. 9- 29.13(3) Emergency Preemption Immediately after a valid call has been received, the preemption controls shall cause the signals to display the required clearance intervals and subsequent preemption intervals. Preemption shall sequence as noted in the contract. Preemption equipment shall be installed so that internal wiring of the controller, as normally furnished by the manufacturer, is not altered. Termination of the preemption sequence shall place a call on all vehicle and pedestrian phases. Preemption indicators, if required, shall turn on when the controller reaches the preempted phase. NEMA controller shall energize the pre - emption indicators when the controller is in the pre - emption phase(s). For the type 170, 2070, ATC, 2070 Lite controllers, the pre - emption indicators shall be energized when the pre empt detector registers the pre empt request call. 9- 29.13(4) Wiring Diagrams Schematic wiring diagrams of the controllers and auxiliary equipment shall be submitted when the controllers are delivered. The diagram shall show in detail all circuits and parts. The parts shall be identified by name or number in a manner readily interpreted. One reproducible mylar or two microfilms and four copies of the cabinet wiring diagram and component wiring diagrams shall be furnished with each cabinet and if requested by the Engineer on a high density disk or CD. The schematic drawing shall consist of a single sheet, detailing all circuits and parts, not to exceed 52 inches by 72 inches The cabinet wiring diagram shall indicate and identify all wire terminations, all plug connectors, and the locations of all equipment in the cabinet. Included in the diagram shall be an intersection sketch identifying all heads, detectors, and push buttons and a phase diagram. 9- 29.13(5) Vacant 9- 29.13(6) Radio Interference Suppressers All traffic signal controllers, flashers, or other current - interrupting devices shall be equipped with radio interference suppressers installed at the input power point. Interference suppressers shall be of a design which will minimize interference in both broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 decibels over a frequency range of 200 kilocycles to 75 megacycles when used in connection with normal installations. The interference filters furnished shall be hermetically sealed in a substantial case filled with a suitable insulating compound. Terminals shall be nickel plated, 10 -24 brass studs of sufficient external length to provide space to connect two No. 8 AWG wires, and shall be so mounted that they cannot be turned in the case. Ungrounded terminals shall be insulated from each other and shall maintain a surface leakage distance of not less than 1/4 inch between any exposed current conductor and any other metallic parts with an insulation factor of 100 -200 megohms dependent on external circuit conditions. 109 Suppressers shall be designed for operations on 50 amperes, 125 volts, 60 cycles, single wire circuits, and shall meet standards of the Underwriters' Laboratories and the Radio Manufacturers Association. 9- 29.13(7) Traffic- Actuated Controllers All traffic signal controllers shall operate with industry standard operating software installed that at a minimum has the following: 1. Defined phases, minimum of 8 each. 2. Has manufacturer designed single or 2 ring operation minimum. 3. A minimum of 16 overlaps, including 4 each minus pedestrian overlaps. 4. Defined intervals, min green, walk, flash don't walk, passage, gap, minimum gap, simultaneous gap out, volume density, yellow clearance, all red clearance, Maximum I, Maximum 11. Traffic - actuated controllers shall be electronic devices which, when connected to traffic detectors or other means of actuation, or both, shall operate the electrical traffic signal system at one or more intersections. All solid -state electronic traffic - actuated controllers and their supplemental devices shall employ digital timing methods. Control equipment shall conform to 9- 29.13. Actuated traffic signal controllers shall be 8 -phase minimum control units. Volume - density timing features shall be provided on all controllers. Every pin of every connecting plug shall be utilized as described within the NEMA requirement, except that those pins identified as "spare" or "future" shall remain unused. Controller interchangeability between NEMA controllers of any and all approved makes is mandatory, and demonstration of interchangeability will be a portion of the State - Materials Laboratory testing. Overlaps for NEMA controllers may be accomplished by programming of software or by use of NEMA overlap boards. If a manufacturer elects to utilize the software method, they may be required to furnish an overlap board with each signal controller which will allow substitution of controllers using the alternated method of overlaps. NEMA controllers shall provide indications for vehicle call and pedestrian call that can be viewed simultaneously with indications for timing intervals. Controllers shall provide indications for timing intervals in both rings that can be viewed simultaneously. Reason for green termination shall be displayed simultaneously with other timing data. All controllers shall provide a "simultaneous gap out" feature. This feature allows retiming a gap from a green rest upon an actuation. in 9- 29.13(7)A Environmental, Performance, and Test Standards for Solid -State Traffic Controllers The scope of this specification includes the controller assembly of solid -state design installed in a weatherproof controller cabinet. The controller assembly includes the cabinet, controller unit, load switches, signal conflict monitoring circuitry, accessory logic circuitry, AC line filters, vehicle detectors, coordination equipment and interface, and preemption equipment. NEMA control assemblies shall meet or exceed current NEMA Environmental Standards and TS 1 Standards. Normal operation will be required while the control assembly is subjected to any combination of high and low environmental limits (Le. low voltage at high temperature with high repetition noise transients). All other control equipment testing shall be tested to Caltrans Transportation Electrical Equipment Specifications (TEES) dated November 19, 1999. 9- 29.13(7)B Auxiliary Equipment for NEMA Controllers The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic - actuated controllers: 1. A solid -state Type 3 NEMA flasher with flash- transfer relay which will cut in the flasher and isolate the controller from Tight circuits. See Section 9- 29.13(2) for operational requirements. 2. Modular solid state relay load switches of sufficient number to provide for each vehicle phase (including future phases if shown in the plans), each pedestrian phase and preemption sequence indicated in the contract. Type P & R cabinets shall include a fully wired 16- position back panel. Solid -state load switches shall conform to NEMA standards except only optically isolated load switches will be allowed. Load switches shall include indicator lights on the input circuits. 3. A power panel with: a. A control - display breaker sized to provide 125 percent overload protection for all control equipment and signal displays, 30 ampere minimum. b. A 20 ampere accessory breaker wired parallel to the control display breaker. The breaker will carry accessory loads, including vent fan, cabinet tight, plug receptacle, etc. c. A busbar isolated from ground and unfused for the neutral side of power supply. d. A radio interference suppresser to the output side of the control display breaker. See Section 9- 29.13(6) for other requirements. e. A transient voltage protection device connected to the controller power circuit for protection against voltage abnormalities of 1 cycle or Less duration. The protector shall be a solid state high energy circuit containing no spark gap, gas tube, or crow bar component. The current rating of the device shall be 15 amps minimum. The device shall provide transient protection between neutral and ground, line and ground, as 111 well as line and neutral. If the protection circuits fail, they shall fail to an open circuit condition. The device shall meet all requirements of UL standard 1449. The suppressed voltage rating shall be 600 volts or less when subjected to an impulse of 6,000 volts, 3,000 amp source impedance, 8.0/20 microsecond waveform as described in UL 1449. In addition, the device shall withstand, without failure or permanent damage, one full cycle at 264 volts RMS. The device shall contain circuitry to prevent self - induced regenerative ringing. There shall be a failure warning indictor light which shall illuminate when the device has failed and is no longer operable. f. Cabinet ground busbar independent (150K ohms minimum) of neutral. 4. A police panel located behind the police panel door with a flash automatic switch and a control - display power line on -off switch. See Section 9- 29.13(2) for operational requirements. 5. An auxiliary control panel located inside the controller cabinet with a flash - automatic switch and a controller on -off switch. See Section 9- 29.13(2) for operational requirements. A three wire 15 ampere plug receptacle with grounding contact and 20 ampere ground fault interrupter shall also be provided on the panel. 6. A conflict monitor conforming to NEMA standards. See Section 9- 29.13(2) for operational requirements. The unit shall monitor conflicting signal indications at the field connection terminals. The unit shall be wired in a manner such that the signal will revert to flash if the conflict monitor is removed from service. Supplemental loads not to exceed 10 watts per monitored circuit or other means, shall be provided to prevent conflict monitor actuation caused by dimming or lamp burn -out. Supplemental loads shall be installed on the control side of the field terminals. Conflict monitors shall include a minimum of one indicator light for each phase used. The monitoring capacity of the unit shall be compatible with the controller frame size. Conflict monitors shall include a program card. 7. A "Display Panel" when noted in the contract. The display panel shall depict a generic eight -phase operation. The panel shall be mounted on the inside of the front cabinet door and the mounting shall be of a design that allows positioning of the panel in four orientations 90 degrees from each other. The mounting shall be removable without use of any tools. Incandescent red, yellow, green, walk and don't walk indicator lights shall be provided for each phase. The indicator lights shall be connected to the associated field terminals. The connecting cable shall be long enough to allow for any mounting orientation. No diodes will be allowed in the display panel. A means of disconnecting all wiring entering the panel shall be provided. Switches shall be provided on the panel with labels and functions as follows: 112 a. Display On — Signal indicator lamps will display the operation of the intersection. b. Test — All indicator lamps shall be energized. c. Display Off — all signal indicator lamps shall be de- energized. A "Detector Panel" The panel shall be mounted on the inside of the front cabinet door. The detector panel may be constructed as a single unit or it may be constructed as a combined unit with the "Display Panel" if a "Display Panel" is required in the contract. Detector switches with separate operate, test, and off positions shall be provided for each field detector input circuit. A high intensity light emitting diode (LED) shall be provided for each switch. The lamp shall energize upon vehicle, pedestrian or test switch actuation. The test switch shall provide a spring loaded momentary contact that will place a call into the controller. When in the OFF position, respective detector circuits will be disconnected. In the operate position, each respective detector circuit shall operate normally. Switches shall be provided on the panel with labels and functions as follows: a. Display On — Detector indicator lights shall operate consistent with their respective switches. b. Display Off — detector indicator lights shall be de- energized. A means of disconnecting all wiring entering the panel shall be provided. The disconnect shall include a means to jumper detection calls when the display panel is disconnected. All switches on the panel shall be marked with its associated plan detector number. All markers shall be permanent 8. Insulated terminal blocks of sufficient number to provide a termination for all field wiring. A minimum of 12 spare terminals shall be provided. Terminal blocks shall be 600 volt, heavy duty, barrier type, except loop detector lead -ins, which may be 300 volt. Each terminal shall be provided with a field -side and a control -side connector separated by a marker strip. The marker strip shall bear the circuit number indicated in the plans and shall be engraved. Each connector shall be a screw type with No. 10 post capable of accepting no less than three No. 12 AWG wires fitted with spade tips. 9. A vent fan with adjustable thermostat. The minimum CFM rating of the fan shall exceed three times the cabinet volume. 10. An incandescent or fluorescent interior cabinet light mounted at the top of the enclosure with door switch to automatically energize when the door opens. The light shall be installed a minimum of 12 inches from the vent fan thermostat. The switch shall be labeled "light." 11. All wiring within the cabinet, exclusive of wiring installed by the signal controller manufacturer, shall have insulation conforming to the requirements of Section 9 -29.3. Cabinet wiring shall be trimmed to 113 eliminate all slack and shall be laced or bound together with nylon wraps or equivalent. All terminals, shall be numbered and permanently identified with PVC or polyolefin wire marking sleeve consistent with the cabinet wiring diagram provided by the signal controller manufacturer and the contract. The cabinet will be completely wired so that the only requirement to make a field location completely operational is to attach field power and ground wiring. Internal cabinet wiring shall not utilize the field side connections of the terminal strip intended for termination of field wires. 12. One reproducible mylar or two microfilms and four copies of the cabinet wiring diagram and component wiring diagrams shall be furnished with each cabinet. Each cabinet shall be equipped with a, shelf mounted roll out drawer mounted directly below the controller to house one or more cabinet wiring diagrams. The cabinet wiring diagram shall indicate and identify all wire terminations, all plug connectors, and the locations of all equipment in the cabinet. Included in the diagram shall be an intersection sketch identifying all heads, detectors, and push buttons; and a phase diagram. 13. Each vehicle detector amplifier, video detection out put channel pedestrian call isolation unit, phase selector, discriminator, and load switch shall be identified with semi - permanent stick -on type label. The • following information shall be included: a. Vehicle Detector Amplifier Channel 1. Loop number 2. Assigned phase(s) b. Ped Call Isolation Unit 1. Push button number 2. Assigned phase(s) c. Load Switches 1. Signal head number 2. Assigned phase(s) d. Phase Selectors 1. Circuit Letter 2. Phase(s) called The label shall be placed on the face of the unit. It shall not block any switch, light, or operational words on the unit. The lettering on this label shall be neat, legible, and easily read from a distance of approximately 6 feet. 9- 29.13(7)C Auxiliary Equipment for Type 170E, 2070, 2070 Lite, ITS /ATC Controllers The following requirements apply to required auxiliary equipment furnished with Type 170E, 170E- HC -11, 2070, 2070 Lite, ATC controller cabinets: Flashers, flash transfer relays, conflict monitor, AC isolators, DC isolators, discriminator modules, program modules, modem modules, load switches, breakers, buses, police panel switches, receptacle requirement, vent fan and auxiliary control panel switches shall conform to the requirements noted in the California Department of Transportation document entitled "Traffic Signal Control Equipment Specifications ", specified in Section 9- 29.13(7). 114 Flashing operation shall conform to Section 9- 29.13(2), except the 8- second flash period described in Item 2 of that section will not be required. Emergency preemption shall conform to Section 9- 29.13(3). The requirements for radio interference suppressor, transient voltage protection, terminal blocks, cabinet light (florescent only), cabinet wiring, wiring diagram and equipment labeling are the same as previously noted for the NEMA control assemblies. Input and output terminals shall be installed with a marking strip with field wire numbers noted in the contract embossed on the strip. All cabinet and field conductor shall have a PVC or polyolefin wire marking sleeve installed, matching the input and output terminals above. The input panel terminal blocks TB 2 through TB 9 and associated cable to the input files as described in California Department of Transportation document entitled "Traffic Signal Control Equipment Specifications" dated November 19, 1999 shall be provided in all control assemblies. The alternate raceway specified in Chapter 18 will not be allowed. Supplemental load requirements to prevent conflict monitor actuation on lamp burnout are the same as previously noted for NEMA control assemblies. A "Display Panel ", conforming to the requirements previously noted for the NEMA control assemblies shall be provided when noted in the contract. A "Detection Panel" conforming to the requirements previously noted for the NEMA control assemblies shall be provided except the panel shall be a separate unit from the "Display Panel." The panel shall be rack mounted above the controller and shall conform to details in the contract. A "Detector Termination and Interface Panel" shall be provided. When viewing the cabinet from the back, the panel shall be located on the upper left hand side of the cabinet. The panel shall be electrically located between the "Detector Panel" and the C -1 connector. The panel shall utilize insulated terminal blocks and each connector shall be a screw type with post. A print holder rollout drawer shall be provided. The drawer shall be rack mounted below the controller. A "DB -9" socket shall be mounted on the rack facing the front door of the cabinet and shall be easily accessible when the front door is open. The socket shall provide a communication interface between a personal computer and the C -20S connector on the back of the controller. The appropriate cable and C -20 plug connector shall be part of this assembly to provide ease of connection to the controller. A C -2 plug with 6 feet of 22 AWG 4 conductor shielded cable shall be provided in each cabinet. The cable shall be terminated on positions 3, 4, and 6 of the TB terminal block. An "Absence Of Red Programming Assembly" shall be provided. There shall be provided on the back panel of the output file, 16 accessible jumper plug attachment 115 areas, made up of three male pins per position (one set of three, for each conflict monitor channel). Each jumper plug shall be a three position Molex style connector, using crimped wire pins. Two female pins shall be installed in each jumper plug, one attached to each end of a single wire. These pins shall be installed in the connector, one on the center position and one in either outer position of the plug. It shall be possible, by inserting and positioning one of the 16 jumper plugs on the right two pins on the monitor board, to apply 120 VAC into a corresponding channel of the conflict monitor red channels. The connection between the absence of red programming board and the 210 plus conflict monitor shall be accomplished via a 20 pin ribbon cable and the industry standard P -20 connector, that attaches on the front panel of the monitor. It shall be possible, by inserting and positioning one of the 16 jumper plugs on the two left pins on the monitor board, to enable the red monitor on the corresponding channel (phase). There shall be installed on the absence of red programming assembly a red enable disconnect relay, that controls the 120 VAC red enable signal into the 210 plus monitor. During normal operation, the normally closed contacts of this relay shall supply 120 VAC into the red enable input of the monitor. When energized, this red enable signal shall be removed from the input disabling red monitoring. The relay shall be energized by the corresponding CI pin connection, as required by the local software, to indicate that the assembly is in processor flash. 9 - 29.13(7)D NEMA Controller Cabinets Each traffic- actuated NEMA controller shall be housed in a weatherproof cabinet conforming to the following requirements: 1. Construction shall be of 0.073 -inch minimum thickness series 300 stainless steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The stainless steel shall be annealed or one- quarter- hardness complying with ASTM A666 stainless steel sheet.- Cabinets may be finished inside with an approved finish coat of exterior white enamel the outside of aluminum cabinets shall be clear anodized or as shown in the contract. 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. 3. The cabinet shall be of adequate size to properly house the controller and all required appurtenances and auxiliary equipment in an upright position with a clearance of at least 3 inches from the vent fan and filter to allow for proper air flow. In no case shall more than 70 percent of the cabinet volume be used. There shall be at least a 2 -inch clearance between shelf mounted equipment and the cabinet wall or equipment mounted on the cabinet wall. 4. The cabinet shall have an air intake vent on the lower half of the front door, with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in place with a spring - loaded framework. 5. The cabinet door(s) shall be provided with: 116 a. A spring loaded construction core lock capable of accepting a Best type CX series six segment core installed by others. Formed cabinets shall have a three point latch. b. A police panel assembly shall be installed in the front door and shall have a stainless steel hinge pin and a lock. Two police keys with shafts a minimum of 1 3/4 inches long shall be provided with each cabinet. c. All doors and police panel door shall have one piece closed cell, neoprene gaskets. d. A two position doorstop assembly. 9 -29.13 (7)E Type 170E, 170E- HC -11, 2070, 2070 Lite, ATC Controller Cabinets The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303 !TS /ATC cabinets, or as specified in the contract. The surfaces of the cabinet shall be clear anodized. Each door shall be furnished with a construction core lock conforming to 9 -29.13 (7)D 5a, b and c above. A police panel with door, stainless steel hinge pin and lock shall be provided. Two police keys with shafts a minimum of 1 3/4" long shall be provided with each cabinet. Each of these cabinets shall be furnished with Auxiliary equipment described in 9- 29.13(7)C. Type 334 cabinets for traffic data station controller furnished shall meet Current Caitrans 170E specifications, as stated in Standard Specifications 9- 29.13(7) and as follows. Camera control and DMS local control cabinets shall contain the equipment shown in the Plans. The cabinet shall have the same external physical dimensions and appearance of Model 334 cabinets. 1. The cabinet shall be fabricated of stainless steel or clear anodized • sheet aluminum in accordance with Section 9- 29.13(7)D, Item number 1. Painted steel or painted aluminum is not allowed. 2. Cabinet doors shall have a three -point latch and two- position stop assembly with spring loaded construction core lock capable of accepting a Best lock company type, with 6 -pin CX series core. The Contractor shall supply red or blue construction cores. Upon contract completion, the Contractor shall deliver two master keys to the Engineer. 3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. 4. Two shatterproof fluorescent interior cabinet lights with self- starting ballast shall be furnished, one fixture mounted on the rear rack near the top and the second mounted at the top of the front rack. Door switches shall automatically turn on both lights when either door is opened. 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall be provided in lieu of the two controller unit support angles. The shelf shall be fabricated from aluminum and shall be installed such that it does not interfere with access to any terminal block. The 117 shelf shall contain a rollout flip -top drawer for storage of wiring diagrams and manuals. • A disposable paper filter element of at least 180 square inches shall be provided in lieu of a metal filter. The cabinet shall be equipped with an electric strip heater with a rating of 100 watts and 120 VAC, and a ventilation fan meeting the requirements specified in Caltrans 170 specification. The strip heater shall be shielded in a manner that prevents damage to nearby electrical cables. The fan and strip heater shall be controlled by a high -low adjustable thermostat which can be set to ensure the cabinet interior temperature remains between 60 °F and 120 °F All Traffic Data and Ramp Meter Cabinets shall include the following accessories: 1. Each cabinet shall be equipped with a fully operable controller equipped as specified in these Special Provisions. 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each using 133 millimeters of rack height. 3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989 CALTRANS 170 specification, with all current amendments. The PDA #3 shall contain three Model 200 Load Switches. A transient voltage protection device shall be provided, which plugs into the controller unit receptacle and in turn accepts the controller plug and meets the electrical requirements of Section 9- 29.13(7)B(3) item e. A second transfer relay, Model 430, shall be mounted on the rear of the PDA #3 and wired as shown in the Plans. 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be labeled POLICE CONTROL, ON -OFF. 5. Display Panel A. General: • Each cabinet shall be furnished with a display panel. The panel shall be mounted, showing and providing detection for inputs and specified controller outputs, at the top of the front rack above the controller unit. The display panel shall be fabricated from brushed aluminum and constructed according to the detail in the Plans. B. Text: All text on the display panel shall be black in color and silk screened directly to the panel except the Phenolic detector and cabinet nameplates. A nameplate for each loop shall be engraved 118 with a 1/4 inch nominal text according to the ITS Field Wiring Charts . The nameplates shall be permanently affixed to the display panel. C. LEDs: The LEDs for the display panel shall meet the following specifications: • Case size T 1 -3/4 Viewing angle 50° minimum Brightness 8 Milli candelas LEDs with RED, YELLOW or GREEN as part of their labels shall be red, yellow or green in color. All other LEDs shall be red. All LEDs shall have tinted diffused lenses. D. Detector Display Control Switch: Each display panel shall be equipped with one detector display control switch on the panel with labels and functions as follows: ON Detector display LEDs shall operate consistent with their separate switches. OFF All detector indicator LEDs shall be de- energized. Detector calls shall continue to reach the controller. TEST All detector indicator LEDs shall illuminate and no calls shall be placed to the controller. E. Advance Warning Sign Control Switch: Each display panel shall be equipped with one advance warning sign control switch on the panel with labels and functions as follows: AUTOMATIC Sign Relay shall energize upon ground true call from controller. SIGN OFF Sign Relay shall de- energize. SIGN ON Sign Relay shall energize. F. Sign Relay: The sign relay shall be plugged into a socket installed on the rear of the display panel. The relay shall be wired as shown in the Plans. The relay coil shall draw (or sink) less than 50 milliamperes from the 170E controller and have a DPDT contact rating not less than 10 amperes. A 1 N4004 diode shall be placed across the relay coil to suppress voltage spikes. The anode terminal shall be 119 connected to terminal #7 of the relay as labeled in the Plans. The relay shall energize when the METERING indicator LED is Ht. G. Detector Input Indicators: One display LED and one spring - loaded two - position SPST toggle switch shall be provided for each of the 40 detection inputs. These LEDs and switches shall function as follows: TEST When the switch is in the test position, a call shall be placed to the controller and energize the associated LED. The switch shall automatically return to the run position when it is released. RUN In the run position the LEDs shall illuminate for the duration of each call to the controller. H. Controller Output Indicators: The display panel shall contain a series of output indicator LEDs mounted below the detection indicators. The layout shall be according to the detail in the Plans. These LEDs shall illuminate upon a ground true output from the controller via the C5 connector. The output indicator LEDs shall have resistors in series to drop the voltage from 24 volts DC to their rated voltage and limit current below their rated current. The anode connection of each LED to +24 VDC shall be wired through the resistor. I. Connectors: Connection to the display panel shall be made by three connectors, one pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 and P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin connectors and shall be compatible such that the two connectors can be connected directly to one another to bypass the input detection. Wiring for the P1, P2 and C5 connectors shall be as shown in the Plans. The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and C6 according to the pin assignments shown in the Plans. 6. Model 204 Flasher Unit Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign flasher unit mounted on the right rear side panel. The flasher shall be powered from T1 -2. The outputs from the flasher shall be wired to T1 -5 and T1 -6. 7. Fiber Optic Patch Panel The contractor shall provide and install a rack - mounted fiber optic patch panel as identified in the Plans. Cabinet Wiring 120 1. Terminal blocks TB1 through TB9 shall be installed on the Input Panel. Layout and position assignment of the terminal blocks shall be as noted in the Plans. Terminals for field wiring in traffic data and /or ramp metering controller cabinet shall be labeled, numbered and connected in accordance with the following: Terminal Terminal and Connection Block Pos. Wire Numbers Identification TBS 501 -502 AC Power, Neutral 571 Neutral T1 -2 641 Sign on T1 -4 643 Sign off T1 -5 644 Flasher Output NC T1 -6 645 Flasher Output NO T4 -1 631 Lane 3 - Red T4 -2 632 Lane 3 - Yellow T4 -3 633 Lane 3 - Green T4 -4 621 Lane 2 - Red T4 -5 622 Lane 2 - Yellow T4 -6 623 Lane 2 - Green T4 -7 611 Lane 1 - Red T4 -8 612 Lane 1 - Yellow T4 -9 613 Lane 1 - Green Loop lead -in cables shall be labeled and connected to cabinet terminals according to the ITS Field Wiring Chart. This chart will be provided by the Engineer within 20 days of the Contractor's request. 9 -29.14 Vacant 9 -29.15 Flashing Beacon Control Flashers shall conform to the latest NEMA publication, and shall be solid state. When used as a beacon control, they shall be jack mounted and installed in raintight aluminum or hot dipped galvanized steel cabinet. 9 -29.16 Vehicular Signal Heads Each signal head shall be of the adjustable, vertical type with the number and type of lights detailed in the contract; shall provide a light indication in one direction only; shall be adjustable through 360 degrees about a vertical axis; and shall be mounted at the location and in the manner shown in the plans. Except for optically programmed signal heads, all vehicular signal heads at any one intersection shall be of the same make and type. 9- 29.16(1) Optically Programmed, Adjustable Face, 12 Inch Traffic Signal The signal shall permit the visibility zone of the indication to be determined optically and require no hoods or louvers. The projected indication may be selectively visible or veiled anywhere within 15 degrees of the optical axis. No indication shall result from external illumination, nor shall one light unit illuminate a second. The display shall be maintained from 85 VAC to 130 VAC. 121 9- 29.16(1)A Optical System The components of the optical system shall comprise: 1. Lamp, 2. Lamp Collar, 3. Optical Limiter - Diffuser, and 4. Objective Lens. The lamp shall be nominal 150 watt, 120 volt AC, three prong, sealed beam having an integral reflector with stippled cover and an average rated life of at least 6,000 hours. The lamp shall be coupled to the diffusing element with a collar including a specular inner surface. The diffusing element may be discrete or integral with the convex surface of the optical limiter. The optical limiter shall provide an accessible imaging surface at focus on the optical axis for objects 900 to 1,200 feet distant, and permit an effective veiling mask to be variously applied as determined by the desired visibility zone. The optical limiter shall be provided with positive indexing means and composed of heat - resistant glass. The objective lens shall be a high resolution planar incremental lens hermetically sealed within a flat laminant of weather resistant acrylic or approved equal. The lens shall be symmetrical in outline and may be rotated to any 90 orientation about the optical axis without displacing the primary image. The optical system shall accommodate projection of diverse, selected indicia to separate portions of the roadway such that only one indication will be simultaneously apparent to any viewer after optically limiting procedures have been accomplished. The projected indication shall conform to ITE transmittance and chromaticity standards. 9- 29.16(1)B Construction Die cast aluminum parts shall conform to ITE alloy and tensile requirements and have a chromate preparatory treatment. The exterior of the signal case, lamp housing, and mounting flanges shall be finished with a high quality, baked enamel prime and finish paint. The lens holder and interior of the case shall be optical black. Signal case and lens holder shall be predrilled for backplates and visors. Hinge and latch pins shall be stainless steel. All access openings shall be sealed with weather resistant rubber gaskets. Backplates shall conform to ITE material requirements and include a chromate preparatory treatment and optical black on all surfaces. 9-29.16(1)C Mounting The signal shall mount to standard 1 1/2 inch fittings as a single section, as a multiple section face, or in combination with other signals. The signal section shall be provided with an adjustable connection that permits incremental tilting of at least 0 to 10 -above or below the horizontal while maintaining a common vertical axis through couplers and mounting. Terminal connection shall permit external adjustment about the mounting axis in five degree increments. The signal shall be mountable with ordinary tools and capable of being serviced with no tools. 122 • Attachments such as visors, backplates, or adapters shall conform and readily fasten to existing mounting surfaces without affecting water and light integrity of the signal. 9- 29.16(1)D Electrical The lamp fixture shall be comprised of a separately accessible housing and integral lamp support, indexed ceramic socket, and self - aligning, quick release lamp retainer. The electrical connection between case and lamphousing shall be accomplished with an interlock assembly which disconnects lamp holder when opened. Each signal section shall include a covered terminal block for clip or screw attachment of lead wires. Concealed No. 18 AWG -AWM, stranded and coded wires shall interconnect all sections to permit field connection within any section. 9- 29.16(1)E Photo Controls Each signal section shall include integral means for regulating its intensity between limits as a function of individual background illumination. Lamp intensity shall not be less than 97 percent of uncontrolled intensity at 1,000 ft -c ambient and shall reduce to 15 plus or minus 2 percent of maximum at less than 1 ft -c ambient. Response shall be proportional and essentially instantaneous to any detectable increase of illumination from darkness to 1,000 ft -c ambient and damped for any decrease from 100 ft —c ambient. The intensity controller shall comprise an integrated, directional light, sensing and regulating device interposed between lamp and line wires. It shall be compatible with 60 Hz input and responsive within the range 105 VAC to 135 VAC. Output may be phase controlled, but the device shall provide a nominal terminal impedance of 1,200 ohms open circuit and a corresponding holding current. 9- 29.16(1)F Installation The signal shall be installed, directed, and veiled in accordance with published instructions and the project visibility requirement. Each section of the signal shall be masked with prescribed materials in an acceptable and workmanlike manner. 9- 29.16(2) Conventional Traffic Signal Heads 9- 29.16(2)A Optical Units Light Emitting Diode (LED) light sources are required for all red and green displays. LED light sources for yellow displays are required as specified in the contract. LED light sources must conform to the current Vehicle Traffic Control Signal Heads, Part 2 (VTCSH2) ITE Specification and the following requirements: 1. Wattage (Maximum): 12 inch red, yellow and green ball displays - 25 W 12 inch red, yellow and green arrow displays - 15W 8 inch red, yellow and green ball displays - 15W • 2. Voltage: The operation voltages shall be between 85 VAC and 130VAC. 3. The LED display shall be a module type and shall replace the lens, socket, bail, reflector and be directly connected to the terminal strip in the signal head. 123 4. Label: A label shall be provided on the LED housing. The contractor shall mark the label with a permanent marker to note the installation date. Incandescent light sources are required for yellow displays, unless otherwise specified in the contract. Incandescent light sources shall conform to the current Vehicle Traffic Control Signal Heads (VTCSH) ITE Specification and the following requirements: • 1. Light Source: (8 inch Clear Bulb, A21/TS with brass medium base), (12 inch dear bulb, P25/TS with brass medium base). 2. Voltage: 120 VAC. Raters Initial Lumens at 120 VAC:: (8 inch — 550), (12 inch- 1750). 4. Minimum Initial Lumens at 120 VAC: (8 inch — 550), (12 inch — 1650). 5. Light Center: (8 inch, 2 7/16 inch), (12 inch, 3 inch). 6. Minimum Life: 8,000 hours. 7. Orientation: the bulb shall be installed with the opening between the filaments up. 8. Operation: The bulb shall operate properly form ( -40 °F to 170 °F). 9. Lens: the lens material shall be prismed glass. The lens shall be secured to the housing with four noncorrosive clips. The lens shall have a neoprene gasket making the display weather and dust tight. 10. Reflector: The reflector shall be specular aluminum with anodic coating. 11. Reflector Support: The reflector support shall be pivoted to the housing, and shall be designed so that it can be swung out or easily removed without the use of any tools. 9 29.16(2)B Signal Housing The signal head housing, or case, shall consist of an assembly of separate sections, expandable type for vertical mounting, substantially secured together in a weathertight manner to form a unit of pleasing appearance. Each section shall house an individual optical unit. Each section shall be complete with a one - piece, corrosion - resistant aluminum alloy die cast door and shall have a nominal 8 -inch or 12 -inch diameter opening for the lens. Each door shall be of the hinged type having two integrally cast hinge lugs and latch jaw. The door shall be attached to the housing by means of two nog ?erosive, stainless steel hinge pins that are removable without the use of a spe 1 press or tool. A noncorrosive, stainless steel, threaded latch bolt and matching wing nut shall provide for opening and closing the door without the use of any special tools. Each door shall have a cellular neoprene gasket around the entire outer edge of the door, which, when the door is closed, shall make a positive weather and dust -tight seal. Each door shall have four tapped holes spaced about 124 the circumference of the lens opening with four noncorrosive screws to accommodate the signal head visors. Each door shall have some device such as washers, clips, or keys, or be constructed so as to keep it from dismounting from the housing accidentally when it is open. The body of each signal section shall consist of a one piece corrosion resistant, die cast aluminum alloy. Each section shall have serrated rings top and bottom so when used with proper brackets, each section may be adjustable in respect to an adjoining section, and the hangers may be locked securely to prevent moving. Cast integrally with the housing shall be two hinge lugs and one latch jaw. The top and bottom of the housing shall have an opening to accommodate standard 1 1/2 -inch pipe brackets. The sections shall be so designed that when assembled, they interlock with one another forming one continuous weathertight unit. The sections shall be interchangeable and shall be dust and weathertight when assembled with the door and appropriate furnished hardware. A terminal block of an approved type shall be mounted inside at the back of the housing. All sockets shall be so wired that a white wire will be connected to the shell of the socket and a wire, the color of the lens, to the bottom, or end terminal of the socket. These wires shall in turn be connected to the terminal block mounted in the housing, in the proper manner. The terminal block shall have sufficient studs to terminate all field wires and lamp wires independently to the block with separate screws. The terminals to which field wires are attached shall be permanently identified to facilitate field work. Each lens shall be protected with a removable visor. The visor shall be tunnel type unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be molded using ultraviolet and heat stabilized polycarbonate plastic or be constructed of .050 inch corrosion resistant aluminum material throughout as specified in the contract or as directed by the engineer. Visors shall be flat black in color inside and shall be flat black or dark green on the outside. Visors shall have attaching ears for installation to the housing door. The signal display shall have square doors. End caps shall be made from aluminum or plastic material and shall be installed with fittings to provide a watertight seal. A bead of silicone sealant shall be applied around the perimeter of all top end cap openings prior to installation of the end cap assembly. Plastic end caps shall utilize a threaded stud with seal and wing nut. Plastic end caps utilizing a metal screw that may damage the cap if overtightened will not be allowed. Plastic end caps shall have the same color as the signal housing. 9- 29.16(2)C Louvered Visors Where noted in the Contract, louvered tunnel visors shall be furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. Louvers shall be flat black, constructed of aluminum. Dimensions and arrangement of louvers shall be as shown in the contract. 9- 29.16(2)D Back Plates Back plates shall be furnished and attached to the signal heads. Back plates shall • be constructed of 5 inch wide .050 inch thick corrosion resistant flat black finish, louvered aluminum as specified in the contract or as directed by the engineer . 9- 29.16(2)E Painting Signal Heads Traffic signal heads shall be finished with two coats of factory applied dark green (Federal Standard 595B) baked enamel or shall be finished with a dark green oven 125 baked powder coating comprised of resins and pigments. Aluminum end caps shall be painted to match the color of the signal housing. 9- 29.16(3) Polycarbonate Traffic Signal Heads Polycarbonate signal heads shall be provided only when specifically identified in the contract. With the exception of top and bottom bracket mountings, polycarbonate signal heads shall be installed with approved reinforcing plates located in signal sections adjacent to the mounting hardware. 9- 29.16(3)A 8 -Inch Polycarbonate Traffic Signal Heads Polycarbonate employed in traffic signal fabrication shall tolerate an elongation prior to break in excess of 90 percent. The green color shall be molded throughout the head assembly. Glass lenses shall be employed in the signal heads. The optical system shall be of the fixed focus type for 67 to 69 watt bulbs. The entire optical system shall be sealed by a single neoprene gasket. Alzak aluminum reflectors will be permitted in polycarbonate traffic signal head assemblies. The signal head shall be formed to be used with standard signal head mounting accessories. The optical system shall be consistent with ITE requirements. 9- 29.16(3)B 12 -Inch Polycarbonate Traffic Signal Heads Twelve -inch polycarbonate signal heads shall conform to all requirements of the 8- inch polycarbonate signal heads except the optical system shall be designed for a 1750 lumen traffic signal lamp. 9 -29.17 Signal Head Mounting Brackets and Fittings Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. Material requirements for signal head mounts are as follows: Aluminum 1. Hinge fittings for Type E mount. 2. Arms and slotted tube fittings for Type N mount. 3. Tube clamp and female clamp assembly for Type N mount. Bronze 1. Terminal compartments for Type A, B, C, F, H, and K mounts. 2. Collars for Type C, D, and F mounts. 3. Ell fittings for Type L and LE mounts. 4. Plumbizer for type M mounts 5. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. 6. Balance adjuster for Type 0, R, and S mounts. Galvanized Steel 1. Washers for Type A, B, C, D, F, H, and K mounts. 2. Fasteners for Type A, B, E, H, and K mounts. Stainless Steel 1. All set screws and cotter Keys. 2. Bands for Type N mount. 3. Hinge pins for Type E mount. 4. Bolts, nuts and washers for Type M mount. 5. Bolt, nut and washers for Type L mount. 6. Bolts, nuts, washers, and screw buckle swivels. 126 Steel 1. Center pipes, nipples, elbow and tee fittings for Type A, 9, C, F, H, and K mounts. 2. Multi -head mounting assemblies and spider assemblies for Type Q, R, and S mounts. 3. Nipples for Type L. LE, P. Q, R, and S mounts. Fittings for Type N mounts shall be installed unpainted. All other hardware for other mounts shall be painted with two coats of factory applied traffic signal green baked enamel. Pins for messenger hanger fittings shall be a minimum of 1/2 inch in diameter. Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal block. 9 -29.18 Vehicle Detector Induction loop detectors and magnetometer detectors shall comply with current NEMA specifications when installed with NEMA control assemblies and shall comply with the California Department of Transportation document entitled "Transportation Electrical Equipment Specifications," specified in Section 9- 29.13(7) when installed with Type 170 2070, 2070 Lite, ITS /ATC control assemblies. 9- 29.18(1) Induction Loop Detectors When required in the contract, amplifier units shall be provided with supplemental timing features identified as follows: 1. Delay Timing. When delay timing is required, the unit shall delay detector output for up to 15 seconds minimum, settable in one second maximum intervals. 2. Delay Timing With Gate. When delay timing with gate is required, the unit shall provide delay timing features as noted above with the additional capability of inhibiting delay timing when an external signal is applied. 3. Extension Timing. When extension timing is required, the unit shall extend the detector output for up to 7 seconds minimum, settable in • 0.5 second minimum intervals. 4. Delay and Extension Timing With Gate. When delay and extension timing with gate is required, the unit shall provide both delay and extension timing features as noted above with the additional capability of inhibiting delay while enabling extension upon application of an external signal. Without external signal, the unit shall inhibit extension and enable delay. 9- 29.18(2) Magnetometer Detectors Magnetometer detector units and sensors shall conform to the following specifications: 1. Operation. The magnetometer detector unit shall respond to changes in the earth's local magnetic field caused by the passage of a vehicle containing iron or steel over the sensor unit. 127 2. Environmental Requirements. Satisfactory operation shall be attained over the ambient temperature range from -30 F to 160 F. Operation shall be unaffected by temperature change, water, ice, pavement deterioration, or electromagnetic noise. 3. Modes of Operation. Each detector channel shall be capable of functioning in any of four front -panel selectable modes: a. Presence. Time of detection shall be unlimited. b. Extended Presence. The detection output shall extend for a timer set value of up to 5 seconds after the detection zone has cleared. c. Pulse. A single 30 to 50 millisecond pulse will be generated per detection actuation. d. Inhibited Pulse. The detection output will be inhibited for a time set value of up to 5 seconds after the detection zone has cleared. 4. Response Time. Pick up and drop out times shall be consistently within 10 milliseconds. 5. Approach Speed. The unit shall be capable of detecting vehicles traveling from 0 to 80 miles per hour. 6. Sensor Probes. Each channel of the detector unit shall be capable of operating up to three sensing probes. 9 -29.19 Pedestrian Push Buttons Where noted in the contract, pedestrian push buttons of substantially tamper - proof construction shall be furnished and installed. They shall consist of a 2 -inch nominal diameter mushroom plunger and a momentary contact switch assembled with the push button sign shown in the plans. The switch may have snap action contacts, or magnetic, or piezoelectric switch, or actuated by a three bladed beryllium copper spring, and shall be rated 10 amperes, 125 volts. The plunger may have an LED to indicate that a pedestrian call has been . registered. The pedestrian push -button assembly shall be constructed and mounted as detailed in the contract. 9 -29.20 Pedestrian Signals Pedestrian signals shall be either incandescent or neon -grid type, as specified in the contract. Pedestrian signals shall conform to ITE Standards (Standard for Adjustable Face Pedestrian Signal Heads, 1975). The Pedestrian signal heads shall be on the QPL or A Certificate of Compliance shall be submitted by the manufacturer with each type of signal head. The certificate shall state that the lot of pedestrian signal heads meets the following requirements: 128 All pedestrian signal heads shall be Neon Grid type or Incandescent with Light Emitting Diode (LED) or LED Walk/ Don't Walk module. All pedestrian displays shall comply with ITE publication ST 011B, VTCSH2 or current ITE specification and the current draft or adopted Caltrans pedestrian LED displays and following requirements: All pedestrian signals supplied to any one project shall be from the same manufacturer and type but need not be from the same manufacturer as the vehicle heads. Word messages, when specified, shall provide letters a minimum of 4 1/2 inches high. Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in width. Housings shall be green polycarbonate or die -cast aluminum and the aluminum housings shall be painted with two coats of factory applied traffic signal green enamel (Federal Standard 595B). All hinges and latches and interior hardware shall be stainless steel. 9- 29.20(1) LED Pedestrian Displays Optical units for traffic signal displays shall conform to the following: 1. Light emitting diode (LED) light sources are required for 12 inch Portland Orange Hand and may be installed for the Lunar White Walking Man. LED displays shall conform to the following: a. Wattage (Maximum): 12 inch Portland Orange Hand 15 watts 12 inch Lunar White walking Man 15 watts b. Voltage: The operating voltages shall be between 85 VAC and 135 VAC. c. Temperature: Temperature range shall be -35° F to +165° F. d. LEDs shall be driven at no more than 50% of their rated amperage. e. 12 inch Portland Orange Hand Circuit Configuration: LEDs shall be connected to form multiple series circuits, with a minimum of 2 circuits. All series circuits shall be interconnected at intervals forming subcircuits not exceeding 15 LEDs each. These subcircuits shall limit the number of extinguished LEDs to no more than 10% of the total on the display in the event of a single LED failure. f. 12 inch Lunar White Walking Man 1 Circuit Configuration: LEDs shall be connected to form multiple series circuits, with a minimum of 1 circuits. All series circuits shall be interconnected at intervals forming subcircuits not exceeding 15 LEDs each. These subcircuits shall limit the number of 129 extinguished LEDs to no more than 10% of the total on the display in the event of a single LED failure. g. Color testing shall be conducted after 30 minutes of continuous operation. h. QUV Exposure Test: The test shall be performed with a QUV instrument manufactured by Q Panel Corporation: • 9 29.20(2) Neon Grid Type Neon grid pedestrian heads shall be solid state type and shall be supplied with Z crate visors. Z crate visors shall have 21 members at 45 degrees and 20 horizontal members. Neon tithing shall be enclosed and shock - mounted inside a rugged plastic module. The unit shall be 1 1/2 inches deep. Members shall be constructed of 0.03 -inch thick black polycarbonate plastic. A combination switch/ fuse holder shall be provided for each transformer. Each unit shall provide a grounding terminal. Transformers shall provide recessed secondary contacts and integral Pyrex glass electrode housing. 9 - 29.21 Flashing Beacon Flashing beacons shall be installed as detailed in the Plans, as specified in the Special Provisions, and as described below: Controllers for flashing beacons shall be as specified in Section 9- 29.15. Beacons shall consist of single section, 8 -inch or 12 -inch traffic signal heads, three or four -way adjustable, meeting all of the applicable requirements of Section 9- 29.16. 12 inch yellow displays shall be dimmed 50% after dark. Mounting brackets, mountings, and installation shall meet all applicable requirements of Section 9- 29.17. Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans or as determined by the Engineer. 9 -29.22 Vacant • 9 -29.23 Vacant 9 -29.24 Service Cabinets In addition to the requirements for service cabinets indicated in the contract, the following requirements shall apply: All electrical conductors, buss bars, and conductor terminals shall be copper. Conductor insulation shall be either THW, XHHW, USE, or SIS. 130 • • If field wiring larger than that which the contactors or breakers will accommodate is required by the contract, a terminal board shall be supplied for use as a splicing block. The minimum size of all other load carrying conductors used within the service cabinets shall be based on the National Electrical Code ampacity tables for not more than three conductors in a raceway or cable. Type B, B Modified, 0, D, and E Cabinets shall have ventilation louvers on the lower sides complete with screens. Type D, and E shall also have rain - tight cabinet vents with screens at the top. Cabinet vents shall be gasketed. The Type B modified cabinets shall have provision for a future double pole circuit breaker. Type D, and E cabinets shall have two future double pole circuit breakers. The dead front cover shall have cutouts with covers for this provision. The receptacle shall be ground fault interrupter equipped. The minimum size of control circuit conductors used in service cabinets shall be No. 14 AWG. All electrical contactors shall have the loadside terminals toward the front (door side) of the service cabinet. The lighting contactors used shall be specifically rated for tungsten fluorescent and mercury arc lamp loads. All service enclosures shall be fabricated from steel or aluminum. If aluminum, they shall be fabricated from 0.125 inch (minimum) 5052 H 32 ASTM designator or B209 aluminum. If steel, they shall be fabricated from 12 gage (minimum) steel, hot dipped galvanized per AASHTO M 111. All doors and dead front panels installed in service cabinets shall incorporate a piano hinge placed in a vertical plane. Service doors shall be sealed with dosed cell gasket material. The side opposite the hinge shall be secured with quarter turn screws or slide latch. No electrical devices shall be connected to the dead panel. However, every switch serviced through the dead front panel shall be appropriately identified with its respective circuit designation by means of a screwed or riveted engraved name plate. Such circuit identification shall be submitted for approval together with the appropriate fabrication drawings. Dead front panels shall be intended to provide security only to the switching segment of the service enclosure and shall not cover the electrical contactor portion. A typed indeX of all circuits shall be mounted on the cabinet door. Each index shall show an entire panel section without folding. Index holders shall have metal returns on the sides and bottom. A schematic of the main panel, any subpanels, circuits, and control circuits shall be provided. The schematic shall be plastic coated and secured in a metal holder. 9- 29.24(2) Electrical Circuit Breakers and Contactors Lighting contactors shall be rated 240 volts maximum line to line, or 277 volt maximum line to neutral voltage for tungsten and ballasted lamp loads on 120/240/277 volt circuits, whichever is applicable, or they shall be rated 480 volt maximum line to line voltage for higher than 277 volt circuited tungsten or ballasted lamp loads. 131 As an alternate to the lighting contactor, the Contractor may furnish a double contact mercury relay. The relay ampere rating shall equal or exceed the rating noted in the contract. The relay shall be normally open and shall be rated for up to 480 VAC resistive. The unit shall have a molded coil enclosure rated for 120 VAC. The contacts shall be evacuated, backfilled with an inert gas and shall be hermetically sealed. The electrode shall be one piece with Teflon wear rings on the internal plunger assembly. All contact terminals and coil connection clamps shall be U.L. approved. Circuit breakers shall be 240 or 277 volt maximum rated for 120/240/277 volt circuits, whichever is applicable, and shall have an interrupting capacity (R.M.S. — symmetrical) of not less than 10,000 amperes. They shall have not less than 480 volt rated for circuits above 277 volts and shall have an interrupting capacity (R.M.S. — symmetrical) of not less than 14,000 amperes. Circuit breakers shall be bolt -on type. 9-29.25 Amplifier, Transformer, and Terminal Cabinets Amplifier, terminal, and transformer cabinets shall conform to the contract, NEMA 4 requirements and the following: 1. All cabinets shall be constructed of welded 14 gage (minimum) hot • dipped galvanized sheet steel, 0.073 type 316 stainless steel or 0.125 inch aluminum (5052 alloy). 2. Nominal cabinet dimensions shall be: Depth Height Width a. Terminal 8" 16" 12" b. Terminal 8" 24" 18" c. Transformer 12" 18" 18" Up to 3.O KVA Transformer 2 20" 40" 24" 3.1 to 12.5 KVA Transformer 3 30" 60" 32" 12.6 to 35 KVA 3. Cabinet doors shall be gasketed with a one -piece closed cell neoprene gasket and shall have a stainless steel piano hinge. The door shall also be provided with a three point latch spring loaded construction core lock capable of accepting a Best six pin CX series core. The locking mechanism shall provide a tapered bolt. The contractor shall supply red or blue construction cores, with two master keys, the keys shall be delivered to the engineer. 4. All seams shall be continuously welded. 5. All cabinets shall provide a door flange. • 6. Transformer cabinets shall provide a 9- square inch minimum louvered vent. 7. One spare 12- position terminal block shall be installed in each terminal cabinet and amplifier cabinet. 132 8. Each Terminal, Amplifier and Transformer cabinet shall have 1/8 inch drain holes in back corners. 9. Mounting shall be as noted in the contract. 10. The cabinet shall have two separate compartments. one for the transformer and one for the power distribution circuit breakers. Each compartment shall enclosed with a dead front. Each breaker shall be labeled with the device name. 133 CONTRACT PROVISIONS Special Provisions Required Provisions Federal -Aid Construction Contracts Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form SPECIAL PROVISION The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2002 Standard Specifications for Road, Bridge, and Municipal Construction (English), including the Division 1 APWA SUPPLEMENT, Section 1 -99, which is made a part of this contract, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provision types are differentiated as follows: (date) General Special Provision ( * * * * * *) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision (Regions' date) Region Special Provision (BSP date) Bridge and Structures Special Provision General Special Provisions are commonly applicable statewide. Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region • NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are commonly applicable statewide. Project Specific Special Provisions normally appear only in the contract for which they were developed. DIVISION 1 - GENERAL REQUIREMENTS DESCRIPTION OF WORK PROJECT DESCRIPTION This project is for the construction of a Roundabout at the intersection of 5th Avenue and Fruitvale Blvd. The work consists of furnishing all labor, materials, and equipment required to complete roadway excavation, crushed surfacing base course, asphalt treated base, asphalt concrete pavement, cement concrete pavement, masonry pavers, curb and gutter, concrete sidewalk, illumination, permanent signing, and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 135 1-02 BID PROCEDURES AND CONDITIONS 1 -02.1 Qualification of Bidder (APWA Only) Section 1 -02.1 is supplemented with the following: All contractors and subcontractors interested in performing the concrete pavement work proposed in these Plans must fill out the Contractor Prequalification Form, found at the end of these Contract Documents, demonstrating that they have a minimum of five years experience of being in responsible charge of concrete street paving or have been qualified by WSDOT for constructing concrete paved road surfaces. 1 -02.4 Examination of Plans, Specifications, and Site of Work 1- 02.4(1) General Section 1- 02.4(1) is supplemented with the following: A pre -bid conference will be held at Yakima City Hall LCD Conference room, second floor, 129 N. 2 " Street, Yakima, Washington at the time and date stated in the "Invitation to Bid ". The conference will include project discussion, DBE • Contractor participation, and the Affirmative Action Plan. 1 -02.12 Public Opening Of Proposal Section 1 -02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at one of the following locations prior to the time Specified: At the City Clerk's Office, City of Yakima, 129 N. 2 Street, Yakima, WA 98903 The bid opening date for this project is listed in the Invitation to Bid. Bids received will be publicly opened and read after 2:00 p.m. on this date. 1 -05 CONTROL OF WORK • 1 -05.4 Conformity With And Deviations From Plans And Stakes Section 1 -05.4 is supplemented with the following: Contractor Surveying - Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the • roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The 136 record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and Pls) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 -foot intervals in intersection radii with a radius Tess than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 137 The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of primary control points used for the horizontal and vertical control. Primary control points will be described by reference to the coordinate system and elevation datum utilized by the project. Th C s h a ll en s u re a s rveying acc racy within the fnllnwing tolerances' The ro 111 cto ' Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot -check the Contractor's surveying. These spot - checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor - provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan H -14. When stakes are needed that are not described in the Plans, then those stakes shall be marked as directed by the Engineer. 138 Payment No additional payment will be made for Contractor Surveying — Roadway. Payment will be incidental to other items contained in the contract. 1 -06 CONTROL OF MATERIAL 1 -06.2 Acceptance of Material Foreign Made Materials Section 1 -06 is supplemented with the following: (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00 , whichever is greater. American -made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350- 109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350 -109. 139 1- 06.2(1) Samples and Tests for Acceptance Section 1- 06.2(1) is supplemented with the following: Trench Backfillinq Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2-foot and 3 -foot depths below finish grade. • Compaction shall conform to Section 7- 08.3(3) or 7- 10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 15c7 (Modified Proctor). V �• • � Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2- 03.3(14). Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). • Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10) B of these Special Provisions. 140 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws To Be Observed Section 1 -07.1 is supplemented with the following: Prevention Of Environmental Pollution And Preservation Of Public Natural Resources The Contractor shall comply with the following environmental provision, which is made a part of the contract documents. A copy of the environmental provision is available to the Contractor at the Project Engineer's office. If the Contractor's operations involve work outside the areas covered by the following environmental provisions, the Contractor shall advise the Engineer and request a list of all additional environmental provisions covering the area involved. A copy of all additional environmental provisions is also available to the Contractor at the Project Engineer's office. Regulations of Yakima County Clean Air Authority 1 -07.2 State Taxes Section 1 -07.2 is supplemented with the following: (March 13, 1995) The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1- 07.2(1) apply. 1 -07.6 Permits and Licenses Section 1 -07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. 1 -07.9 Wages 1- 07.9(1) General Section 1- 07.9(1) is supplemented with the following: The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA020001, and are included in these Contract Documents. 1 -07.11 Requirements For Non - discrimination Section 1 -07.11 is supplemented with the following: (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 141 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non -SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. 142 These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. 143 (2) Hispanic, a fluent Spanish speaking, Spanish surnamed _ person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins i any o f th original peoples of North America, an d w h o maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 - 4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 144 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. 145 f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each ! w h e re construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female media, and providing rtte notification to d icmaic news meu�a, an., written n at t,. an.. discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities 146 to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance 147 Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director s h a ll prt - d accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (April 7, 2003) Disadvantaged Business Enterprise (DBE) Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to report what is accomplished to enable the Contracting Agency to track achievement. No preference will be included in the evaluation of bids /proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids /proposals will not be rejected or considered non - responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Increase DBE Participation Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. All advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g., newspapers, journals, etc.) or by soliciting bids /proposals directly from DBEs. 148 2. Utilize the services of available minority community organizations, minority Contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. In addition, The Office of Minority and Women's Business Enterprises has three DBE Supportive Services Offices available to assist you as follows: Olympia: (360) 753 -9693, (Fax) (360) 586 -7079 Seattle: (206) 553 -7356, (Fax) (206) 553 -0194 Wenatchee: (509) 665 -3528, (Fax) (509) 665 -3533 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve DBE attainment through joint ventures. DBE Eligibility (for reporting purposes only) Definition of DBEs DBE status is designated by: The current list of firms accepted as certified by the Office of Minority and Women's Business Enterprises (OMWBE.) A list of firms accepted as certified by OMWBE is available from that office at (360) 704 -1181 or on line through their web site at (www. omwbe.wa.gov /directory/d irectory. htm). DBE Participation When a DBE participates in a contract, only the value of the work actually performed by the DBE will be counted. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract. Include supplies purchased or equipment leased by the DBE. Exclude supplies and equipment the DBE Subcontractor purchases or leases from the Contractor or its affiliate. 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance, provided the fees are reasonable. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work shall be counted if the DBE's Subcontractor is also a DBE. The work that a DBE subcontracts to a non -DBE firm does not count as participation. DBE Prime Contractor A DBE prime Contractor shall only count the work performed with its own forces as well as the work performed by DBE Subcontractors and DBE suppliers. 149 Joint Venture When a DBE performs as a participant in a joint venture, only count that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces. Commercially Useful Function You may count expenditures to a DBE Contractor if the DBE is performing a commerciaiiy useful function on that contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order to obtain the appearance of DBE participation. 3. A DBE does not perform a commercially useful function if it fails to exercise responsibility with its own work force for at least 30 percent of the total cost of its contract. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible for on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting the DBE goals. 2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck that is used on the contract. 3. Credit towards project goals for DBE trucking firms who do not own at least one truck, will be granted only for the fees the DBE firm retains for providing the hauling service. 4. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. 5. DBE trucking firms are required to perform at least fifty percent (50 %) of the work with his /her own trucks and personnel. 6. DBE trucking firms may utilize owner /operator trucks. The number of owner /operator trucks may not exceed any limitations on subletting or reassigning the work specified. All owner /operators must appear on 150 the DBE Contractor's or DBE Subcontractor's payroll designated as owner /operator. The hours worked or wages paid may be reflected either on the payroll or on the record of payments to each owner /operator. 7. DBE trucking firms may lease or rent trucks from other sources, except from prime Contractors to whom they are Contractors, provided: a) A written valid lease /rental agreement on all trucks leased or rented is submitted to the project manager prior to the beginning of work; and b) Only the vehicle (not the operator) is leased or rented. c) The agreement must include the lessors name, trucks to be leased, and agreed upon amount or method of payment (hour, ton or load hauled). d) All lease agreements shall be long -term agreements, not project -by- project. The DBE is limited to leasing or renting two (2) additional trucks for each truck owned by the DBE trucking firm. Expenditures with DBEs Expenditures with DBEs for materials or supplies shall be counted as provided in the following: Manufacturer If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. 2. Definition a) To be a regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long -term lease agreement and not on an ad hoc or contract -by- contract basis. 151 c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, provided the fees are reasonable and typical f the services rendered. No part of the cost of the materials and supplies themselves shall be counted. Procedures Between Award and Execution After award and prior to execution of the contract, the Contractor shall provide the names and addresses of all firms that submitted a bid or quote to the Contractor as part of bidding this contract and note which of those firms were successful and will participate in the contract. These firms may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts This information is necessary to maintain a bidder's list in compliance with the requirements of the 49 CFR, Part 26. Simply stated: who is soliciting the work and what is their capacity? The Contracting Agency will use this information to accurately determine an overall goal based on the percentage of DBEs who are ready, willing and able to perform the work. Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" on a quarterly basis for every quarter in which the contract is active (work is accomplished) or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. The dollars reported will be in accordance with the "DBE Eligibility" section of this specification. Payment Payment for complying with the conditions of this specification and any associated DBE requirements is the Contractor's responsibility. Those costs shall be incidental to the respective bid items. Further Information If further information is desired concerning Disadvantaged Business Enterprise participation, inquiry may be directed to: External Civil Rights Branch Office of Equal Opportunity Washington State Department of Transportation Transportation Bldg., P.O. Box 47314 Olympia, WA 98504 -7314 or telephone - (360) 705 -7085. Fax (360) 705 -6801 152 1- 07.11(10)B Required Records and Retention Revise the first sentence of the first paragraph as follows: Replace "State Department of Transportation" with the "Contracting Agency." The third paragraph is revised to read as follows: The Contractor and all subcontractors on this project shall submit WSDOT Form 820 -010 to the Engineer by the fifth of the month during the term of the Contract. (March 13, 1995) 1 -07.12 Federal Agency Inspection Section 1 -07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are Tess restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. (February 5, 2001) 1 -07.17 Utilities And Similar Facilities Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 W. 2 Ave. Room 304 Yakima, WA 98902 (509) 575 -7183 Charter Comm. 720 N. 16 Ave. Suite B, Yakima, WA 98902 (509) 575 -1697 City of Yakima Water Div. 2301 Fruitvale Blvd. Yakima, WA 98902 (509) 575 -6154 153 City of Yakima Wastewater Div. 2220 E. Viola Yakima, WA 98902 (509) 575 -6077 Cascade Natuarl Gas Corp. 401 N. 1 Street Yakima, WA 98901 (509) 457 -5905 Pacific Power P.O. Box 1729 Yakima, WA 98907 (509) 575 -3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council - Area 5, telephone number 1- 800 - 553 -4344, at least 48 hours prior to start of excavation so that underground utilities may be marked. It shall be the Contractor's responsibility to investigate the presence and location of II l: t bid r � ine and to p c their impacts on c his all utilities prior to bid opening l QI 1.. �O assess JS a ��.�� �� � � his activities. 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 may be doing utility in 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 cooperated with them. 1 -07.18 Public Liability and Property Damage Insurance (APWA Only) General Requirements The seventh paragraph is revised as follows: Change "45 days" to 20 days." Revise the eighth paragraph by adding the following to the end of the first sentence: ", the City of Yakima, its employees, agents, and elected or appointed officials." Revise the tenth paragraph to read as follows: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. Coverages and Limits (APWA Only) This section is revised to read: All combined single li s h a ll b $� 00n 00n n ce The HII coverages combined single 111IIlt,IIQII be �pI,VVV,VVV per occurrence. The commercial general liability policy will contain a "per Job Aggregate" Endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. 154 A commercial general liability deductible of $5,000 or Tess is acceptable. The contractor will be responsible for the payment of that deductible for any losses that occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Provide coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. Evidence of Insurance (APWA Only) This section is revised to read: The Contractor shall provide evidence of insurance by the following method: A completed ACORD for #25 (or equivalent) shall be submitted which conforms to the following requirements: 1. The ACORD form shall be accompanied by a completed Endorsement naming the City of Yakima, its agents, employees, and elected or appointed officials as an additional insured and containing the insured's name and policy number, and shall be signed by a duly authorized agent. 2. The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 20 days, to the City of Yakima. 3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCULUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. The City of Yakima, its agents, employees, and elected or appointed official are additional insured's for 5th and Fruitvale Blvd. Roundabout, City Project 1954. 4. Contain the appropriate amount and types of coverage's that are specified by the Contract. 1 -07.23 Public Convenience and Safety 1- 07.23(1) Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (March 13, 1995) The construction safety zone for this project is * ** 10 * ** feet from the outside edge of the traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guard rail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. 155 During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Deviation the above req sh no t oc c u r o aco a lac the Cntrtr c uitir from uie v a„vw �.. n .,.., S .� .. .... ..... . .. . a requested the deviation in writing and the Engineer has provided written approval. 1- 07.23(2) Construction and Maintenance of Detours Section 1- 07.23(2) is supplemented with the following: During construction of the roundabout, the Contractor shall close down the intersection of 5 °' Ave. and Fruitvaie Blvd, using the detour detailed in the Plans. The detour will only be permitted for 14 consecutive calendar days. Following the 14 days, the reconstructed intersection must be reopened to traffic. 1 -08 PROSECUTION AND PROGRESS • 1 -08.1 Subcontracting Section 1 -08.1 is supplemented with the following: (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. 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), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004). 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. 1 -08.3 Progress Schedule (March 13, 1995) 156 The third sentence of the second paragraph of Section 1 -08.3 is revised to read as follows: The schedule shall be developed by a critical path, bar graph, or similar type method. 1 -08.5 Time for Completion (March 13, 1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed within 45 working days. It is anticipated that work on this contract will not begin until the spring of 2004. However, if the successful Contractor desires to begin immediately, the City will consider these ideas, provided the Contractor can show, with a legitimate schedule, that the project can be substantially completed prior to harsh winter weather. Authority to begin work this fall must be obtained by the City Engineer. 1 -10 TEMPORARY TRAFFIC CONTROL 1 -10.2 Traffic Control Management 1- 10.2(1) General (April 7, 2003) Section 1- 10.2(1) is supplemented with the following: The Traffic Control Manager and Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 1- 10.2(2) Traffic Control Plans (August 5, 2002) The sixth sentence of Section 1- 10.2(2) is revised to read: The Contractor's letter designating and adopting the specific traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the new plan will be implemented. 1 -10.3 Flagging, Signs, and All Other Traffic Control Devices 1- 10.3(3) Construction Signs (April 7, 2003) Section 1- 10.3(3) is revised to read as follows: 157 All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All nonapplicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the em Q ,. +,, vvi �u aewr. . All orange background signs shall utilize materials, and be fabricated in accordance with, Section 9 -28. All orange background signs shall be fabricated with Type X fluorescent orange sign sheeting. All post mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. There shall be no intermixing of signs with non - fluorescent orange reflective sign sheeting and signs with fluorescent orange reflective sign sheeting on the same sign post. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi - permanent nature. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Payment for setup and take down of Class B signs will be limited to the labor cost to do the work described in Section 1- 10.3(1), and for transportation described in Section 1- 10.3(2). Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. (April 28, 1997) Section 1- 10.3(3) is supplemented with the following: Wood Sign Posts Use the below charts to determine post size for Class A construction signs. One Post Installation 158 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. 4x4 - 16.0 4x6 17.0 20.0 6x6 21.0 25.0 6x8 26.0 31.0 Two Post Installation (For signs 5 feet or greater in width) 4x4 - 16.0 4x6 17.0 36.0 6x6 37.0 46.0 6x8 47.0 75.0 * * The Engineer shall determine post size for signs greater than 75 square feet. 1- 10.3(5) Temporary Traffic Control Devises (March 3, 1997) The first sentence of Section 1- 10.3(5) is revised to read: When the bid proposal includes an item for "Temporary Traffic Control Devices ", the work required for this item shall be furnishing Class B construction signs, barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic device under another item. 1 -10.4 Measurement (June 3, 1996) The third paragraph of Section 1 -10.4 is revised to read: Class A construction signs will be measured by the square foot of panel area. A Class A construction sign may be used in more than one location and will be measured for payment for each new installation. Sign posts or supports will not be measured for payment. 1 -10.5 Payment (June 3, 1996) Payment for construction signs Class A in Section 1 -10.5 is revised to read: "Construction Signs Class A ", per square foot of panel area. The unit contract price per square foot of panel area shall be full pay for all costs to furnish and install the Class A construction signs in accordance with Sections 1- 10.3(3) and 1- 10.3(4). This payment will include all signs, labor, equipment, and vehicles necessary for the installation of Class A signs. Payment will not be made for signs delivered to the project without the approval of the Engineer. 1 -99 APWA SUPPLEMENT December 2, 2002 Section 1 -01.3 (APWA Only) page 1 -111 The third paragraph is revised to read as follows: 159 The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the contracting Agency's headquarters is located. Section 1 -02.1 (APWA Only) Page 1 -112 This section is revised to read: Bidders shall be qualified by experience, financing, equipment, and organization to do the work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. SECTION 1 -02.9 IS SUPPLEMENTED BY REVISING THE FIRST PARAGRAPH TO READ: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as_otherwise stated in the Bid Documents. Section 1 -02.14 (APWA Only) Page 114 Item 3 is revised to read: 2. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized pre - qualification amount as may have been determined by a pre - qualification of the bidder; Item 10 is deleted. 1 -07.18 Public Liability and Property Damage Insurance The sixth paragraph is revised as follows: Change "45 days" to "20 days" Revise the seventh paragraph by adding the following to the end of the first sentence: ", the City of Yakima, its employees, agents, and elected or appointed officals." Revise the tenth paragraph to read as follows: The Contractor shall forward to the City the additional insured endorsement as • requested in the Evidence of Insurance Section. Coverages and Limits (APWA Only) This section is revised to read: All coverages combined single limit shall be $1,000,000 per occurrence. The commercial general liability policy will contain a "per Job Aggregate" Endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. A commercial general liability deductible of $5,000 or less is acceptable. The contractor will be responsible for the payment of that deductible for any losses 160 which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. Evidence of Insurance (APWA Only) This section is revised to read: The Contractor shall provide evidence of insurance by the following method: A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the following requirements: 1. The ACORD form shall be accompanied by a completed Endorsement naming the City of Yakima, its agents, employees, and elected or appointed officials as an additional insured and containing the insured's name and policy number, and shall be signed by a duly authorized agent. 2. The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 20 days, to the City of Yakima. 3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSITONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISONS. The City of Yakima, its agents, employees, and elected or appointed officials are additional insured's for 5th and Fruitvale Blvd. Roundabout, City Project 1954. 4. Contain the appropriate amount and types of coverage's that are specified by the Contract. 1- 07.23(1) Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (March 13, 1995) The construction safety zone for this project is * ** 10 * ** feet from the outside edge of the traveled way. During nonworking hours equipment or materials shall not be within the safety zone unless it is protected by permanent guard rail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone or allowed to stop or park on the shoulder of the roadway. 161 The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the safety zone at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. 1 -08 PROSECUTION AND PROGRESS 1 -08.1 Subcontracting Section 1 -08.1 is supplemented with the following: The Contractor shall use the Subcontractors List and Subcontractor Certification form included within these contract documents to comply with the specifications of th section. 1 -08.2 Progress Schedule The first and second paragraphs are replaced with the following paragraph: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. The section is supplemented by the following: The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 -08.5 Time for Completion (March 13, 1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed within forty -five (45) working days. 1 -08.10 Termination of Contract 1- 08.10(1) Termination by Default Revise the last sentence of the fifth paragraph as follows: Replace "State of Washington, Department of Transportation" with "Contracting Agency ". 162 1 -10 TEMPORARY TRAFFIC CONTROL 1- 10.2(1)B Traffic Control Supervisor Revise the first sentence to read: A TCS shall be on the project whenever traffic control devices and or flaggers are required to fulfill the requirements of the Contractor's approved Traffic Control Plan or as authorized by the Engineer. 1 -10.3 Flagging, Signs, and All Other Traffic Control Devices 1- 10.3(1) Traffic Control Labor Revise the first sentence of the third paragraph with the following: Delete the phrase "Traffic Control Labor" and replace it with "Maintenance and Protection of Traffic ". Revise the fourth paragraph as follows: Delete the first sentence. Delete the phrase "Traffic Control Labor" in the second sentence and replace it with "Maintenance and Protection of Traffic ". 1- 10.3(3) Construction Signs The first paragraph is revised as follows: The first sentence is revised to read: All signs, barricades, flashers, cones, and other traffic control devices required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. Delete the last two sentences. The third paragraph is revised as follows: Delete item 2. Revise item 3 to read: Furnishing, initial installation and subsequent removal of both Class A and B construction signs; and 1- 10.3(5) Temporary Traffic Control Devices The first and second sentences are revised as follows: Delete the phrase "Temporary Traffic Control Devises" and replace it with "Maintenance and Protection of Traffic ". 1 -10.4 Measurement Delete the second paragraph and replace with the following: 163 "Maintenance and Protection of Traffic" shall cover all traffic control labor as set forth in Section 1- 10.3(1), except the labor for Traffic Control Supervisor, and shall furnish all temporary traffic control devices as set forth in Section 1- 10.3(5) as required by the approved Traffic Control Plan. 1 -10.5 Payment (APWA Only) Add the following pay item: "Maintenance and Protection of Traffic (Min. Bid $40,000) ", per Lump Sum The lump sum contract price shall be full compensation for furnishing and maintaining flaggers, modifying or adapting the Traffic Control Plan, furnishing, maintaining, moving and removing temporary traffic control signs and devises, traffic control vehicle, pilot car, and other traffic control measures required by the Approved Traffic Control Plan_ No further payment will be made. The Contractor's bid shall equal or exceed the Minimum Bid amount shown. 164 DIVISION 2 — EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.2 Disposal of Useable Material and Debris Revise he third paragraph as follows: Change the word "three" to "two ". 2- 01.2(1) Disposal Method No. 1 — Open Burning This section is deleted. 2 -02 REMOVAL OF STRUCTURE AND OBSTRUCTION 2 -02.1 Description Section 2 -02.1 is supplemented with the following: This work shall specifically include the removal of existing cement concrete pavement, asphalt pavement, curb and gutter, sidewalks, and any other materials identified to be removed on the plans within the construction limits shown on the plans, or any other items identified to be removed by the Engineer. 2 -02.3 Construction Requirements 2- 02.3(3) Removal of Pavement , Sidewalks, and Curbs Section 2- 02.3(3) is supplemented with the following: There is approximately 100 s.y. of pavement, curb and gutter, and sidewalk to be removed. The pavement section consists of approximately 7 inches of cement concrete pavement overlaid with 4 inches of asphalt concrete pavement. Item 1 of this section is revised to read: Haul all broken -up pieces to an off - project site to be obtained by the Contractor. Item 3 of this section is revised by adding the following to the end of the sentence: "or remove at the nearest joint as directed." 2 -03 ROADWAY EXCAVATION AND EMBANKMENT 2 -03.4 Measurement Revise the third sentence of Item 1 to read: In roadway excavation, pay quantities will be computed to the neat lines as shown on the plans, and shall include haul. 2 -03.5 Payment Add the following pay item: "Roadway Excavation Incl. Haul ", per cubic yard. 165 Supplement the third paragraph with the following: "Roadway Excavation Incl. Haul ", per cubic yard, shall be full compensation for all labor, equipment, tools, and materials necessary to excavate, shape, or otherwise • dispose of the material, including existing pavement cut at the location shown on the plans or as staked in the field. 2 -07 WATERING 2 -07.3 Construction Requirements Section 2 -07.3 is supplemented with the following: The Contractor shall secure permission from and comply with all requirements of the City of Yakima Water Division before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the • Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility • so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. • The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 166 DIVISION 4 — BASES 4 -04 BALLAST AND CRUSHED SURFACING 4- 04.3(5) Shaping and Compaction Section 4- 04.3(5) is supplemented with the following: Crushed surfacing top course used to prepare the gravel base, shall be placed at the location and depth, as staked by the Engineer, required to maintain or establish the grade of the parking lot. 4 -04.4 Measurement Section 4 -04.4 is supplemented with the following: Preparation of the gravel base shall be measured by the square yard of compacted surfacing ready for the final pavement. 4 -04.5 Payment Section 4 -04.5 is supplemented with the following: "Preparation of Gravel Base ", per square yard, shall be full pay to place, shape, and grade and compact the gravel in place. 4 -06 ASPHALT TREATED BASE 4 -06.2 Materials Section 4 -06.2 is supplemented with the following: (October 25, 1999) The grade of paving asphalt used in asphalt treated base shall be PG * ** 64 -28 * ** unless otherwise ordered by the Engineer. 167 DIVISION 5 — SURFACE TREATMENTS AND PAVEMENTS 5 -04 ASPHALT CONCRETE PAVEMENT 5 -04.2 Materials Supplement this section with the following: Asphalt concrete pavement used on this project shall be Class A. Delete the material reference for "Asphalt Cements" and replace with the following: Asphalt Cement shall be PG 64 -28 meeting the requirements of AASHTO MP1. 5 -04.3 Construction Requirements 5- 04.3(7)A Mix Design Delete all reference to Section 9- 03.8(6)A Supplement this section with the following: The Contractor shall provide a mix design, performed in accordance with WSDOT Method 702 (Hveem mix design) to the Engineer for approval at least 5 working days prior to any paving operation. The use of more than 30 percent of recycled material in the asphalt concrete pavement on this project shall not be permitted. 5- 04.3(10)B Control. This section is revised to read: For asphalt concrete Classes A, B, E, F, and G, where paving is in traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization and the specified compacted course thickness is grater than 0.10 foot, the acceptable level of compaction shall be a minimum of 91 percent of the maximum density as determined by WSDOT Test Method 705 /AASHTO T209. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations within each lot. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control Tots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non - complying material may be accepted at a reduced price. Cores may be used as an alternative to the nuclear density gauge tests. When the Contractor requests cores to be taken by the Engineer, the request shall be made by noon of the first working day following placement of the mix. The Engineer shall be reimbursed for the coring expenses at the rate of $75 per core when the core indicates the acceptable level of compaction within a lot has not been achieved. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compatibility of the mix 168 design. Compatibility shall be based on the ability of the mix to attain the specified minimum density (91 percent of the maximum density determined by WSDOT Test Method 705 /AASHTO T209). Following determination of compatibility, the Contractor is responsible for the control of the compaction effort. If the Contractor does not request a test section, the mix will be considered compatible. Asphalt Concrete Classes A, B, E, F and G constructed under conditions other than listed above shall be compacted on the bases of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. The Contractor shall provide adequate platforms to enable samples to be obtained without the Engineer entering the hauling vehicle. Acceptance testing for compliance of asphalt content will use the Nuclear Asphalt Gauge Procedure: WSDOT Test Method 722 -T. Acceptance testing for compliance of gradation will use the Quick Determination of Aggregate Gradation Using Alternate Sovent Procedure: WSDOT Test Method 723 -T. Asphalt concrete Class D and pre - leveling mix shall be compacted to the satisfaction of the Engineer. In addition to randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density readings. These additional tests shall not impact the compaction evaluation of the entire control lot. 5- 04.3(13) Surface Smoothness The last paragraph is revised with the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered or are to be located within the asphalt pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures, and new Monument Cases for all monuments as shown on the plans. Utility Castings shall not be adjusted until the pavement is completed, at which time the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus 2 feet. The new rim shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1 -1/2 " below the finished pavement surface. 169 On the following day, the concrete, the edges of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement. Class G asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5- 04.3(15) Asphalt Concrete Approach • Add the following to the sentence: "or reconstructed," after the word "constructed ". 5- 04.3(17) Paving Under Traffic Revise the last paragraph and sentence as follows: Chance the phrase "except temporary_ pavement markings," to "including temporary pavement markings," 5 -04.4 Measurement Add the following to the fifth paragraph: asphalt concrete pavement with PG 64 -28 asphalt, Supplement the fifth paragraph with the following: Asphalt Conc. for Pavement Repair shall consist of Class 'A' Asphalt Concrete with PG64 -28. 5 -04.5 Payment Supplement this section with the following: Payment for adjusting utility structures to grade will be made for each of the following bid items as are included in the proposal: "Adjust Manhole, Casting "' per each The unit contract price per each for adjusting the existing utility castings shall be full • compensation for furnishing all new manhole castings, material equipment and labor including but not limited to excavating, backfilling, compacting, and surfacing restoration. All costs associated with saw cutting existing asphalt concrete pavement and approaches, including equipment, labor, and materials; at the locations directed by the Engineer; shall be considered incidental to the other Contract bid items, and no further payment shall be made. Payment for the contract bid item "Asphalt Concrete Pavement Class 'A" with PG 64- 28" per ton, shall include all costs for labor, materials, equipment, etc., to complete the work as specified and no further payment shall be made. 170 5- 04.5(1) Quality Assurance Price Adjustment This Section is deleted in its entirety. 5- 04.5(1)A Price Adjustments for Quality of AC Mix This Section is deleted in its entirety. 5- 04.5(1)B Price Adjustments for Quality AC Compaction This Section is deleted in its entirety. 5.05 CEMENT CONCRETE PAVEMENT 5 -05.1 Description Section 5 -05.1 is supplemented with the following: This work shall consist of furnishing and placing masonry pavers where shown and as detailed in the Plans. • 5 -05.2 Materials This section is supplemented with the following: The masonry pavers shall be the cobblestone size with a running bond pattern in the autumn blend color, as manufactured by the Mutual Materials Company, or an approved equivalent. The concrete block pavers shall meet the specifications of ASTM C 936. 5 -05.3 Construction Requirements 5- 05.3(0) Qualifications (New Section) All contractors or subcontractors interested in performing the proposed street paving work must be prequalified by the City of Yakima and shall demonstrate that they have had a minimum of 5 years experience of being in responsible charge of concrete street paving or qualified by SEDOT for constructing concrete paved road surfaces. 5- 05.3(1) Concrete Mix Design For Paving Section 5- 05.3(1) is supplemented with the following: The cement concrete pavement used in this project shall reach a compressive strength of 2500 psi within three days after placement. (August 5, 2002) 3. Mix Design Modifications. The Contractor may initiate minor adjustments to the approved mix proportions. The combined aggregate gradation may be adjusted provided it remains with the specifications limits detailed above. The mix design will not be required to be resubmitted as long as the water cementitious ratio does not change. Only non - chloride accelerating admixtures that meet the requirements of Section 9 -23.6 Admixture for Concrete, shall be used. The Contractor shall notify the Engineer in writing of any proposed modification. A new mix design will designate a new lot. 171 5- 05.3(2) Consistency Section 5- 05.3(2) is supplemented with the following: EXCEPTION: For stationary side form construction, the concrete slump shall not exceed 2 1/2 inches. 5- 05.3(3)C Finishing Equipment Delete this section in its entirety. 5- 05.3(3)E Smoothness Testing Equipment Delete this section in its entirety. 5- 05.3(3)F Paving Equipment (New Section) All paving equipment shall he inspected by the Engineer a minimum of 24 hours prior to its use. 5- 05.3(4)AAcceptance of Portland Cement Concrete Pavement Replace the entire section with the following: Acceptance of Portland Cement Concrete Pavement shall be based on the following: 1. Air content shall be 5.5 %, +1- 1.5% 2. Slump shall be a maximum of 2 1 /2 inches 3. The compressive strength of the pavement shall be 2500 psi or greater prior to opening the street to traffic. 4. The concrete producer shall provide a certificate of compliance for each truckload of concrete in accordance with Section 6- 02.3(5)B. 5- 05.3(11) Finishing The third paragraph is supplemented with the following: A light broom finish is also an acceptable finish for the final surface. 5- 05.3(12) Surface Smoothness Delete the first 5 paragraphs in their entirety. Revise the 6 paragraph as follows: The finished pavement parallel to the centerline shall be uniform to a degree that no variations greater that 1/8 inch are present when tested with a 10 -foot straightedge. 5- 05.3(23) Masonry Pavers (New Section) The masonry pavers shall be installed per the manufacturer's specifications, and as detailed in the Plans. In areas where the outer edge of the pavers is not adjacent to curbing, sidewalk or pavement, an approved edge restraint that meets the manufacturer's specification shall be installed prior to the placing of the pavers. 5 -05.4 Measurement Section 5 -05.4 is supplemented with the following: Masonry Pavers will be measured by the square yard in their final location. 172 5 -05.5 Payment Section 5 -05.5 is supplemented by the following: "Masonry Pavers, per square yard. The unit contract price per square yard for "Concrete Block Pavers" shall include all cost for furnishing and placing the sand around the pavers and the compacted sand layer beneath the pavers. 173 DIVISION 7— DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7 -05.2 Materials Grate Inlets And Drop Inlets Section 9 -05.16 is supplemented with the following: (March 13, 1995) The Contractor shall furnish and install Grate B, as shown on Standard Plan B -4b, on all grate inlets. 174 DIVISION 8 — MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements 8- 01.3(1) General Section 8- 01.3(1) is supplemented with the following: (April 1, 2002) Offsite Stormwater Stormwater is known to enter the project site at the following locations: * ** the western project limits, on Fruitvale Blvd. * ** The Contractor shall, prior to disruption of the normal water course, intercept the offsite stormwater and pipe it either through or around the project site in such a manner that it is not combined with onsite stormwater and it is discharged at its pre - construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this work shall be included in the Contractor's temporary erosion control plan. 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8 -20.2 Materials Section 8 -20.2 is supplemented with the following: All conduits below grade on this project shall be: Schedule 40 PVC Underground Conduits (electrical grade - gray color) with pull rope. Additional materials to be installed on this project include, but are not limited to: junction boxes, Tight standards, luminaries, cement concrete anchor bases, anchor bolts, conductors, and complete electrical service for a complete installation of the illumination system ready for service. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051- 4 -1/8), shall be installed in each conduit run with two (2) feet doubled back at each termination. Wiring for street lighting shall be per NEC code and shall include one #10 ground and two #6 conductors. 8- 20.2(1) Equipment List and Drawings Item 1 of the fourth paragraph is revised to read: 1. Light standards with or without pre- approved plans. Delete the last sentence of the section. 8 -20.3 Construction Requirements 175 8- 20.3(2) Excavating and Backfilling The first paragraph is revised to read: 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 injury 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 to cause the least interference to vehicular and pedestrian traffic and to surface drainage. 8- 20.3(4) Foundations Section 8- 20.3(4) is supplemented with the following: Anchor bases shall be constructed of Portland Cement Concrete - Class 3000, poured -in -place to the depths and dimensions shown on the Plans and shall be made in one pour. The top four inches of anchor bases shall be formed and finished 24 inches square with 3/4 -inch chamfer edges and the top shall be at finish sidewalk grade or finished curb grade, depending on the location. The top four inches shall be separated from concrete surfaces by means of an expansion joint. Forms for the anchor bases shall be true to line and grade and conduit ends and anchor bolts shall be held in proper position and height by means of a temporary template. • 8- 20.3(5) Conduits Section 8- 20.3(5) is revised to read as follows: Conduit runs are indicated on the Plans. Conduit bends, if other than factory bends, shall have no less than an 18 -inch radius. Runs terminating in pole bases shall extend five (5) inches above the foundation and shall be sloped toward the hand hole opening. Runs entering junction boxes shall terminate approximately two inches (2 ") above the bottom of the box and within three inches (3 ") of the box wall nearest its entry. Conduit entry into junction boxes shall terminate with a manufactured 90- degree rigid metal elbow to facilitate cable pulling. PVC conduit "push- pennys °' or suitable equivalent shall be used on all terminations to keep conduits clean. All conduit ends shall be reamed to remove burrs and rough edges. Field cuts shall be square and true so that ends will fit securely in PC couplings. A 1/8 -inch braided nylon rope, 450 pound breaking strength, shall be installed in each conduit run with fjour (4) feet doubled back at each termination. When cable is pulled, this rope shall be re-puiled along with the cable. 8- 20.3(6) Junction Boxes The first paragraph of Section 8- 20.3(6) is revised to read as follows: The terms "pullbox" and "junction box" are interchangeable. Pullboxes shall be constructed as shown on the Plans and in accordance with the City of Yakima Standard Details. Pullboxes shall not be located in wheelchair ramps or landing areas. The pullboxes shall be installed true to line and grade. The Contractor shall provide a good, firm foundation for the bearing surface edges of the 176 pullboxes. The pullboxes shall be placed immediately behind the curb or sidewalk or adjacent to the lighting or signal standard foundations and shall be separated from other concrete surfaces by 3/8 -inch asphalt joint filler material. 8- 20.3(8) Wiring Section 8- 20.3(8) is supplemented with the following: The street lighting conductors for the lights shall each run from the adjacent tight or pullbox to the appropriate pullboxes where they branch to the luminaries. Conductor sizes shall be as required or as match existing conductors. A pair of in- line fuses shall be installed in each lighting standard base. The Contractor will be required to provide all conductors needed for completing the light standard installation. 8- 20.3(13)A Light Standards Section 8- 20.3(13)A is supplemented with the following: Light Standards shall have square base flanges requiring four (4) anchor bolts for connection to the foundation. Anchor bolt nut covers shall be provided on all Light Standards. The Light Standards on this project shall be as shown on the City of Yakima Standard Details. 8- 20.3(13)B Luminaires Section 8- 20.3(13)B is supplemented with the following: Luminaires to be used on this project shall be 200 -Watt, 240 Volt, GE COBRA Head Luminaires. 8 -20.5 Payment Section 8 -20.5 is revised to read: Payment will be made in accordance with Section 1 -04.1, for the following bid item: "Illumination System ", per lump sum. The lump sum contract price for "Illumination System ", shall be full pay for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the complete illumination and electrical system as shown on the Plans and herein specified. This shall include, but not be limited to, excavation, backfilling, concrete foundations, Tight standards, luminaires, electrical service, pullboxes, conduit, wiring, restoring facilities destroyed or damaged during construction, removing or salvaging all existing equipment, and for 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 to the construction and shall be included in the lump sum contract price, and no additional compensation shall be allowed. 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 177 8 -30.5 Payment Payment will be made for the following bid items: "Repair or Replacement ", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 178 DIVISION 9 - MATERIALS 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL 9 -29.1 Conduit Section 9 -29.1 is revised to read as follows: Conduit shall be Schedule 40 Polyvinyl Chloride (PVC) conforming to all NEC requirements regarding electrical grade - gray color PVC conduits. 9 -29.2 Junction Boxes Section 9 -29.2 is revised to read as follows: Junction boxes shall be constructed of polymer concrete and reinforced by a heavy - weave fiberglass similar and equal to "Composolite" as manufactured by Quazite Corporation. Boxes and covers shall be concrete gray color. Covers shall be rated for a minimum load of 15,000 Ibs, and the boxes shall be rated for a minimum of 8,000 Ibs over a 10 "x10" area. The material compressive strength shall be no less than 11,000 psi and shall be tested to -50° F. The covers shall have a minimum coefficient of friction of 0.5, and shall have the logo "Traffic Signal" or "Street Lighting" as appropriate on them. 9 -29.6 Light and Signal Standards Supplement the following section with the following: All aluminum alloys shall comply with metallurgical and mechanical properties set forth in the Aluminum Association Standards. 9- 29.6(5) Foundation Hardware Section 9- 29.6(5) is revised to read as follows: The anchor bolts, nuts, washers, and other foundation hardware on this project shall be supplied by the light standard manufacturer, and shall be hot - dipped galvanized over their entire length and surface per ASTM A 153. 9- 29.6(6) Aluminum Light and Signal Standards (NEW SECTION) Light standards for this project shall be as shown on the City of Yakima Standard Detail. The shaft of the Aluminum Light standards and arms shall be spun tapered from all new seamless 6063 alloy aluminum tubing and shall be heat treated to T6 temper. Each shaft shall have a minimum of 6" straight length at the top to accommodate the center hub of the tapered arm. The anchored base shall be cast from A356 alloy aluminum. The anchor base shall be heat treated to a T6 condition. The anchor base casting and shaft shall be joined by a continuous and circumferential weld at the outside top and inside bottom of the anchor base. The completed assembly will be heat treated to T6 temper after all structural welding is completed. A356 alloy aluminum nut covers shall be included with each anchor base unless otherwise specified. The light standard base shall be of the "fixed" type. Accessories shall include anchor bolts (each with two heavy hex nuts and washers) as sized by the manufacturer, bolt templates, full base covers, and pole end caps. 179 All light standards, arms and accessories shall be supplied by the same manufacturer. Light standards have eight -foot (8') arms, and shall provide a nominal fixture mounting height of thirty feet (30'). Handholes shall be 4 inches by 6 inches and shall be located 18 inches above the base. A 1/2 -inch NC ground stud shall be located inside the handholes. Davit arm members shall be conically tapered from 6" O.D. x .188" wall 6063 alloy extruded aluminum tube. The fixture end of each arm shall be a 2 -3/8" O.D. (2" pipe size) tenon. The davit arm slip shall fit onto a specially tapered pole top tenon where it will be fastened with 2 stainless steel 5/8" — 11 UNC through bolts. 9 -29.10 Luminaires Sectin 9 -29.10 is supplemented with the following: Luminaires shall be General Electric Lighting Systems Roadway Luminaires, M- 400A2 Power /Door with Cutoff Optics 400 -Watt, 240 Volt high - pressure sodium with charcoal filter and elastomer gasket. All luminaires shall be without individual photoelectric controls unless otherwise noted. The luminaire distribution type shall be type MC III. High - pressure sodium lamps shall have a 24,000 -hour rated life. STANDARD PLANS April 7, 2003 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 (English) transmitted under Publications Transmittal No. PT 03 -019, effective April 7, 2003 is made a part of this contract. The Standard Plans are revised as follows: C -1 Sheet 2 The first sentence of Note 2 is revised as follows: Rail washers, also called "snow Toad rail washers" are not required on new • installations, except as called for in Note 1. F -2b Sheet 2 In the detail for shoulder paving with guardrail posts, the shoulder paving shall extend only to the inside face of the guardrail post. G8a The notes under the HINGE CONNECTION DETAIL are revised to read: Hinge Connection Bolts shall be tightened %2 turn past snug tight. The hinge plate shall be of the size and type as provided by TransPo Industries. 180 Standard Plan J -3d Revise Note 16 of the KEY to read as follows: Spare Branch Breaker (DPST 20 Amp - 240/480 Volt) K -1 through K -27 These plans shall not be used on projects administered by WSDOT. The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans not having this date shall not be used in this contract. A -1 5/13/02 C -6f 7/25/97 G -8b 6/04/02 A -2 5/09/02 C -7 8/10/98 G -9a 6/25/02 A -3 5/30/02 C -7a 8/01/97 - G -9b 4/02/99 A -4 3/07/97 C -8 8/10/98 A -5 2/24/03 C -8a 7/25/97 H -1 1/10/02 A -6 2/24/03 C -8b 7/17/98 H-la 4/14/00 C -8c 5/30/97 H -1 b 5/05/00 B -1 7/31/01 C -8d 7/25/97 H -lc 1/10/02 B -la 7/31/01 C -8e 6/24/02 H -1d 1/10/02 B-lb 3/07/97 C -9a 3/14/97 H-le 4/14/00 B-le 1/28/02 C -10 7/31/98 H -2 5/29/02 B -1z 5/30/97 0-11 5/30/97 H -3 4/14/00 B -2 6/17/02 C -11 a 2/19/99 H -3a 6/23/00 B -2a 6/17/02 C -11 b 9/28/01 H -4 3/11/03 B -2b 6/17/02 C -12 7/27/01 H -4a 3/11/03 B -2c 6/17/02 0-13 4/16/99 H -5 2/18/00 B -2d 6/17/02 C -13a 4/16/99 H -5a 2/18/00 B -3 1/28/02 C -13b 4/16/99 H -5b 2/18/00 B -3a 5/09/97 C -14a 7/26/02 H -5c 6/24/02 B -4b 5/09/97 C -14b 7/26/02 H -5d 4/14/00 B -4c 5/09/97 C -14c 7/26/02 H -5e 2/20/03 B -4d 9/16/02 C -14d 7/26/02 H -6 1/06/00 B -4f 5/09/97 C -14e 7/26/02 H -7 8/10/98 B -4g 7/18/97 C -14f 7/26/02 H -8 9/18/98 B -4h 5/09/97 C -14g 7/26/02 H -9 4/18/97 B -7 5/09/97 H -10 5/29/98 B -7a 6/17/02 D -la 1/23/02 H -12 5/09/02 B -8 5/09/97 D-lb 10/06/99 H -13 7/25/97 B -8a 7/25/97 D -1 c 10/06/99 H -13a 7/25/97 B -9 5/09/97 D -1 d 10/06/99 H -14 4/23/99 B -9a 5/09/97 D-le 1/23/02 B -9b 5/09/97 D -1f 10/06/99 1 -1 7/18/97 B -9c 7/18/97 D -2a 3/14/97 1 -2 4/23/99 B -9d 7/18/97 D -2b 3/14/97 1 -3 8/20/99 B -11 7/31/01 D -2c 3/14/97 B -13 12/04/98 D -2d 3/14/97 J-lb 10/08/99 B -18 5/09/97 D -2e 3/14/97 J-lc 4/24/98 B -18a 5/09/97 D -2f 3/14/97 J-le 8/01/97 B -18b 7/18/97 D -2g 3/14/97 J -1f 6/23/00 B -19 5/30/97 D -2h 3/14/97 J -3 8/01/97 181 B -20d 7/18/97 D -2i 3/14/97 J -3b 6/24/02 B -21 7/18/97 D -2j 3/14/97 J -3c 6/24/02 B-21a 8/10/98 D -2k 3/14/97 J -3d 6/24/02 B -22 5/09/97 D -21 3/14/97 J -5 8/01/97 B -22a 8/01/97 D -2m 3/14/97 J -6c 4/24/98 B -23a 5/09/97 D -2n 3/14/97 J -6f 4/24/98 B -23b 5/09/97 D -2o 3/14/97 J -6g 12/12/02 B -23c 5/09/97 D -2p 3/14/97 J -6h 4/24/98 B -23d 5/09/97 D -2q 3/14/97 J -7a 9/12/01 B -25 5/00/97 D -2r 3/14/97 J -7c 6/1 Q /Q8 B -26 7/18/97 D -2s 3/14/97 J -7d 4/24/98 B -27 8/01/97 D -2t 3/14/97 J -8a 8/01/97 B -28 10/06/99 D -2u 3/07/97 J -9a 4/24/98 B -29 4/24/98 D -2v 3/07/97 J -10 7/18/97 B- 30...........,8 /10/98 D -2w 3/07/97 J -11a 9/12/01 D -2x 3/07/97 C -1 7/31/98 D -2y 9/12/97 ' K -1 12/20/02 C 7/31/98 D - 1 /23/02 K - 2 12/20/02 C -1 b 3/17/00 D -4 12/11/98 K -3 12/20/02 C -1 c 5/30/97 D -6 6/19/98 K -4 12/20/02 0-1 d 3/14/97 D -7 10/06/99 K -5 12/20/02 0-2 1/06/00 D -7a 10/06/99 K -6 12/20/02 C -2a 7/17/98 D -9 12/11/98 K -7 12/20/02 C -2b 6/12/98 K -8 12/20/02 C -2c 2/20/03 E -1 7/25/97 K -9 12/20/02 C -2d 5/22/98 E -2 5/29/98 K -10 12/20/02 C -2e 3/07/97 E -5 5/29/98 K -11 12/20/02 C -2f 3/14/97 K -12 12/20/02 C -2g 7/27/01 F -1 12/17/02 K -13 12/20/02 • C -2h 3/28/97 F-la 12/17/02 K -14 12/20/02 C -2i 3/28/97 F -2 8/27/99 K -15 12/20/02 C -2j 6/12/98 F -2a 5/30/97 K -16 12/20/02 C -2k 7/27/01 F -2b 3/14/97 K -17 12/20/02 C -2n 7/27/01 F -3 1/13/03 K -18 12/20/02 0-2 r 7/13/01 F -3a 1/29/03 K -19 12/20/02 C -2p 3/28/97 F -3b 1/13/03 K -20 12/20/02 C -3 8/10/98 F -3c 1/13/03 K -21 12/20/02 C -3a 3/14/97 F -3d 1/29/03 K -22 12/20/02 C -3b 3/14/97 F -3e 1/13/03 K -23 12/20/02 C -3c 3/28/97 F -4 1/13/03 K -24 12/20/02 0-4 7/13/01 K -25 12/20/02 C -4a 7/13/01 G -1 9/12/01 K -26 12/20/02 C -4b 6/23/00 G -2 6/04/02 K -27 12/20/02 C -4e 2/20/03 G -2a ........... 6/04/02 C -4f 2/20/03 G -3 6/04/02 L -1 7/18/97 C -5 3/14/97 G -3a 6/04/02 L -2 7/18/97 C -6 5/30/97 G -4a 1/23/02 L -3 7/18/97 C -6a 3/14/97 G -4b 8/12/94 L -5 7/31/98 C -6c 1/06/00 G -7 7/18/97 L -5a 7/31/98 -6d 5/30/97 G -8a 10/06/99 L -6 7/25/97 182 FHWA -1273 Electronic Version - March 10, 1994 (DOT 10/97) REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Page DOL, or the contractor's employees or their representatives. I. General 1 6. Selection of Labor: During the performance of this II. Nondiscrimination 1 contract, the contractor shall not: III. Nonsegregated Facilities 3 IV. Payment of Predetermined Minimum Wage 3 a. discriminate against labor from any other State, possession, or territory of the United States (except for employment V. Statements and Payrolls 6 preference for Appalachian contracts, when applicable, as VI. Record of Materials, Supplies, and Labor 6 specified in Attachment A), or VII. Subletting or Assigning the Contract 7 VIII. Safety: Accident Prevention 7 b. employ convict labor for any purpose within the limits of the project unless It is labor performed by convicts who IX. False Statements Concerning Highway Projects 7 are on parole, supervised release, or probation. X. Implementation of Clean Air Act and Federal Water Pollution Control Act 8 II. NONDISCRIMINATION XI. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion 8 (Applicable to all Federal -aid construction contracts and to all 9 ty, rY related subcontracts of $10,000 or more.) XII. Certification Regarding Use of Contract Funds for Lobbying 9 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take ATTACHMENTS affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR A. Employment Preference for Appalachian Contracts (included 1630 and 41 CFR 60) and orders of the Secretary of Labor as In Appalachian contracts only) modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative I. GENERAL action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract 1. These contract provisions shall apply to all work Specifications set forth under 41 CFR 60 -4.3 and the provisions of performed on the contract by the contractor's own organization the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set and with the assistance of workers under the contractor's forth under 28 CFR 35 and 29 CFR 1630 are incorporated by immediate superintendence and to all work performed on the reference In this contract. In the execution of this contract, the contract by piecework, station work, or by subcontract. contractor agrees to comply with the following minimum specific requirement activities of EEO: 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations a. The contractor will work with the State highway contained in these Required Contract Provisions, and further require agency (SHA) and the Federal Government In carrying out their inclusion in any lower tier subcontract or purchase order that EEO obligations and in their review of his /her activities under may in turn be made. The Required Contract provisions shall not be the contract. incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier b. The contractor will accept as his operating policy subcontractor with these Required Contract Provisions. the following statement: 3. A breach of any of the stipulations contained in these "It is the policy of this Company to assure that Required Contract Provisions shall be sufficient grounds for applicants are employed, and that employees are termination of the contract. treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. 4. A breach of the following clauses of the Required Such action shall Include: employment, upgrading, Contract Provisions may also be grounds for debarment as demotion, or transfer; recruitment or recruitment provided in 29 CFR 5.12: advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, Section I, paragraph 2; Including apprenticeship, preapprenticeship, and /or Section IV, paragraphs 1, 2, 3, 4, and 7; on- the -job training." Section V, paragraphs 1 and 2a through 29. 2. EEO Officer: The contractor WIII designate and make • 5. Disputes arising out of the labor standards provisions of known to the SHA contracting officers an EEO Officer who WIII Section IV (except paragraph 5) and Section V of these Required have the responsibility for and must be capable of effectively Contract Provisions shall not be subject to the general disputes administering and promoting an active contractor program of EEO clause of this contract. Such disputes shall be resolved in and who must be assigned adequate authority and responsibility accordance with the procedures of the U.S. Department of Labor to do so. (DOL) as set forth In 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor 3. Dissemination of Policy: All members of the (or any of Its subcontractors) and the contracting agency, the contractor's staff who are authorized to hire, supervise, promote, and discharge charge employees, or who recommend such action, Page 1 or who are substantially involved In such action, will be made fully without regard to race, color, religion, sex, national origin, age or cognizant of, and will implement, the contractor's EEO policy and disability. The following procedures shall be followed: contractual responsibilities to provide EEO In each grade and classification of employment. To ensure that the above agreement a. The contractor will conduct periodic inspections of will be met, the following actions will be taken as a minimum: project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project a. Periodic meetings of supervisory and personnel site personnel. office employees will be conducted before the start of work and then not less often than once every six months, at which b. The contractor will periodically evaluate the spread time the contractor's EEO policy and its implementation will be of wages paid within each classification to determine any reviewed and explained. The meetings will be conducted by evidence of discriminatory wage practices. the EEO officer. c. The contractor will periodically review selected b. All new supervisory or personnel office employees personnel actions in depth to determine whether there is will be given a thorough indoctrination by the EEO Officer, evidence of discrimination. Where evidence is found, the covering all major aspects of the contractor's EEO obligations contractor will promptly take corrective action. If the review • within thirty days following their reporting for duty with the indicates that the discrimination may extend beyond the actions contractor. reviewed, such corrective action shall include all affected persons. c. AU personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the d. The contractor will promptly investigate all contractor's procedures for locating and hiring minority group complaints of alleged discrimination made to the contractor in employees. connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective d. Notices and posters setting forth the contractor's action within a reasonable time. If the investigation indicates EEO policy will be placed in areas readily accessible to that the discrimination may affect persons other than the • employees, applicants for employment and potential complainant, such corrective action shall include such other employees. persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of 6. Training and Promotion: employees by means of meetings, employee handbooks, or other appropriate means. a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women 4. Recruitment: When advertising for employees, the employees, and applicants for employment. contractor will include in all advertisements for employees the notation: An Equal Opportunity Employer." All such advertisements b. Consistent with the contractor's work force will be placed in publications having a large circulation among requirements and as permissible under Federal and State minority groups in the area from which the project work force regulations, the contractor sha!l make full use of training would normally be derived. programs, i.e., apprenticeship, and on- the -job training • programs for the geographical area of contract performance. a. The contractor will, unless precluded by a valid Where feasible, 25 percent of apprentices or trainees in each bargaining agreement, conduct systematic and direct occupation shall be in their first year of apprenticeship or recruitment through public and private employee referral training. In the event a special provision for training is provided sources likely to yield qualified minority group applicants. To under this contract, this subparagraph will be superseded as meet this requirement, the contractor will identify sources of indicated in the special provision. potential minority group employees, and establish with such identified sources procedures whereby minority group 7. Unions: If the contractor relies in whole or in part upon applicants may be referred to the contractor for employment unions as a source of employees, the contractor will use his /her consideration. best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, b. In the event the contractor has a valid bargaining and to effect referrals by such unions of minority and female agreement providing for exclusive hiring hall referrals, he is employees. Actions by the contractor either directly or through a expected to observe the provisions of that agreement to the contractor's association acting as agent will include the procedures extent that the system permits the contractor's compliance set forth below: with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of a. The contractor will use best efforts to develop, in discriminating against minorities or women, or obligates the cooperation with the unions, joint training programs aimed contractor to do the same, such implementation violates toward qualifying more minority group members and women Executive Order 11246, as amended.) for membership in the unions and increasing the skills of minority group employees and women so that they may qualify c. The contractor will encourage his present for higher paying employment. employees to refer minority group applicants for employment. Information and procedures with regard to referring minority b. The contractor will use best efforts to incorporate group applicants will be discussed with employees. an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without 5. Personnel Actions: Wages, working conditions, and regard to their race, color, religion, sex, national origin, age or employee benefits shall be established and administered, and disability. personnel actions of every type, including hiring, Upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken c. The contractor is to obtain information as to the Page 2 referral practices and policies of the labor union except that meaningful minority and female representation among their to the extent such information is within the exclusive employees. possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor b. The contractors will submit an annual report to the SHA shall so certify to the SHA and shall set forth what efforts each July for the duration of the project, indicating the number of have been made to obtain such information. minority, women, and non - minority group employees currently engaged in each work classification required by the contract work. d. In the event the union is unable to provide the This information is to be reported on Form FHWA -1391. If on -the contractor with a reasonable flow of minority and women job training is being required by special provision, the contractor referrals within the time limit set forth in the collective bargaining will be required to collect and report training data. agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without III. NONSEGREGATED FACILITIES regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and /or qualifiable (Applicable to all Federal -aid construction contracts and to all minority group persons and women. (The DOL has held that it related subcontracts of $10,000 or more.) shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive a. By submission of this bid, the execution of this contract referral failed to refer minority employees.) In the event the or subcontract, or the consummation of this material supply union referral practice prevents the contractor from meeting agreement or purchase order, as appropriate, the bidder, Federal - the obligations pursuant to Executive Order 11246, as aid construction contractor, subcontractor, material supplier, or amended, and these special provisions, such contractor shall vendor, as appropriate, certifies that the firm does not maintain or immediately notify the SHA. provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to 8. Selection of Subcontractors, Procurement of perform their services at any location, under its control, where Materials and Leasing of Equipment: The contractor shall not segregated facilities are maintained. The firm agrees that a breach discriminate on the grounds of race, color, religion, sex, national of this certification is a violation of the EEO provisions of this origin, age or disability in the selection and retention of contract. The firm further certifies that no employee will be subcontractors, including procurement of materials and leases of denied access to adequate facilities on the basis of sex or disability. equipment. b. As used in this certification, the term "segregated facilities" a. The contractor shall notify all potential means any waiting rooms, work areas, restrooms and washrooms, subcontractors and suppliers of his /her EEO obligations under restaurants and other eating areas, timeclocks, locker rooms, and this contract. other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing b. Disadvantaged business enterprises (DBE), as facilities provided for employees which are segregated by explicit defined in 49 CFR 23, shall have equal opportunity to compete directive, or are, in fact, segregated on the basis of race, color, for and perform subcontracts which the contractor enters religion, national origin, age or disability, because of habit, local into pursuant to this contract. The contractor will use his best custom, or otherwise. The only exception will be for the disabled efforts to solicit bids from and to utilize DBE subcontractors when the demands for accessibility override (e.g. disabled parking). or subcontractors with meaningful minority group and female representation among their employees. Contractors shall c. The contractor agrees that it has obtained or will obtain identical obtain lists of DBE construction firms from SHA personnel. certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply c. The contractor will use his best efforts to ensure agreements of $10,000 or more and that it will retain such subcontractor compliance with their EEO obligations. certifications in its files. 9. Records and Reports: The contractor shall keep such IV. PAYMENT OF PREDETERMINED MINIMUM WAGE records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three (Applicable to all Federal -aid construction contracts exceeding years following completion of the contract work and shall be $2,000 and to all related subcontracts, except for projects located available at reasonable times and places for inspection by on roadways classified as local roads or rural minor collectors, • authorized representatives of the SHA and the FHWA. which are exempt.) a. The records kept by the contractor shall document the 1. General: following: a. All mechanics and laborers employed or working upon (1) The number of minority and non - minority group the site of the work will be paid unconditionally and not less often members and women employed in each work classification than once a week and without subsequent deduction or rebate on on the project; any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the (2) The progress and efforts being made in cooperation Copeland Act (40 U.S.C. 276c)] the full amounts of wages and with unions, when applicable, to increase employment bona fide fringe benefits (or cash equivalents thereof) due at time opportunities for minorities and women; of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary (3) The progress and efforts being made in locating, of Labor (hereinafter "the wage determination ") which is attached hiring, training, qualifying, and upgrading minority and female hereto and made a part hereof, regardless of any contractual employees; and relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage (4) The progress and efforts being made in securing determination (including any additional classifications and wage the services of DBE subcontractors or subcontractors with Page 3 rates conformed under paragraph 2 of this Section IV and the DOL d. In the event the contractor or subcontractors, as poster (WH -1321) or Form FHWA -1495) shall be posted at all times appropriate, the laborers or mechanics to be employed in the by the contractor and its subcontractors at the site of the work in additional classification or their representatives, and the a prominent and accessible place where it can be easily seen by contracting officer do not agree on the proposed classification the workers. For the purpose of this Section, contributions made and wage rate (including the amount designated for fringe or costs reasonably anticipated for bona fide fringe benefits under benefits, where appropriate), the contracting officer shall Section 1 (b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf refer the questions, including the views of all interested parties of laborers or mechanics are considered wages paid to such and the recommendation of the contracting officer, to the laborers or mechanics, subject to the provisions of Section IV, Wage and Hour Administrator for determination. Said paragraph 3b, hereof. Also, for the purpose of this Section, regular Administrator, or an authorized representative, will issue a contributions made or costs incurred for more than a weekly period determination within 30 days of receipt and so advise the (but not less often than quarterly) under plans, funds, or programs, contracting officer or will notify the contracting officer within which cover the particular weekly period, are deemed to be the 30 -day period that additional time is necessary. constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate e. The wage rate (including fringe benefits where and fringe benefits on the wage determination for the classification appropriate) determined pursuant to paragraph 2c or 2d of of work actually performed, without regard to skill, except as this Section IV shall be paid to all workers performing work in provided in paragraphs 4 and 5 of this Section IV. the additional classification from the first day on which work is performed in the classification. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for 3. Payment of Fringe Benefits: each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time a. Whenever the minimum wage rate prescribed in spent in each classification in which work is performed. the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the c. All rulings and interpretations of the Davis -Bacon Act contractor or subcontractors, as appropriate, shall either pay and related acts contained in 29 CFR 1, 3, and 5 are herein the benefit as stated in the wage determination or shall pay incorporated by reference in this contract. another bona fide fringe benefit or an hourly case equivalent thereof. 2. Classification: b. If the contractor or subcontractor, as appropriate, • a. The SHA contracting officer shall require that any does not make payments to a trustee or other third person, class of laborers or mechanics employed under the contract, he /she may consider as a part of the wages of any laborer or which is not listed in the wage determination, shall be classified mechanic the amount of any costs reasonably anticipated in in conformance with the wage determination. providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the b. The contracting officer shall approve an additional written request of the contractor, that the applicable standards classification, wage rate and fringe benefits only when the of the Davis -Bacon Act have been met. The Secretary of following criteria have been met: Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan (1) the work to be performed by the additional or program. classification requested is not performed by a classification in the wage determination; 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: (2) the additional classification is utilized in the area by the construction industry; a. Apprentices: (3) the proposed wage rate, including any bona (1) Apprentices will be permitted to work at less fide fringe benefits, bears a reasonable relationship to the than the predetermined rate for the work they performed wage rates contained in the wage determination: and when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered (4) with respect to helpers, when such a with the DOL, Employment and Training Administration, Bureau classification prevails in the area in which the work is of Apprenticeship and Training, or with a State apprenticeship performed. agency recognized by the Bureau, or if a person is employed in his /her first 90 days of probationary employment as an c. If the contractor or subcontractors, as appropriate, apprentice in such an apprenticeship program, who is not the laborers and mechanics (if known) to be employed in the individually registered in the program, but who has been additional classification or their representatives, and the certified by the Bureau of Apprenticeship and Training or a contracting officer agree on the classification and wage rate State apprenticeship agency (where appropriate) to be eligible (including the amount designated for fringe benefits where for probationary employment as an apprentice. appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and (2) The allowable ratio of apprentices to Hour Division, Employment Standards Administration, journeyman -level employees on the job site in any craft Washington, D.C. 20210. The Wage and Hour Administrator, classification shall not be greater than the ratio permitted to or an authorized representative, will approve, modify, or the c as t th entire work force under the registered disapprove every additional classification action within 30 program. Any employee listed on a payroll at an apprentice days of receipt and so advise the contracting officer or will wage rate, who is not registered or otherwise employed as notify the contracting officer within the 30 -day period that stated above, shall be paid not less than the applicable wage additional time is necessary. rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing Page 4 work on the job site in excess of the ratio permitted under the Administration withdraws approval of a training program, the registered program shall be paid not less than the applicable contractor or subcontractor will no longer be permitted to wage rate on the wage determination for the work actually utilize trainees at less than the applicable predetermined rate performed. Where a contractor or subcontractor is performing for the work performed until an acceptable program is construction on a project on a locality other than that in which approved. its program is registered, the ratios and wage rates (expressed in percentages of the joumeyman -level hourly rate) specified c Helpers: in the contractor's or subcontractor's registered program shall be observed. Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable (3) Every apprentice must be paid at not less than wage determination or is approved pursuant to the the rate specified in the registered program for the apprentice's conformance procedure set forth in Section IV.2. Any worker level of progress, expressed as a percentage of the listed on a payroll at a helper wage rate, who is not a helper journeyman -level hourly rate specified in the applicable wage under a approved definition, shall be paid not less than the determination. Apprentices shall be paid fringe benefits in applicable wage rate on the wage determination for the accordance with the provisions of the apprenticeship program. classification of work actually performed. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits 5. Apprentices and Trainees (Programs of the U.S. listed on the wage determination for the applicable DOT): classification. If the Administrator the Wage and Hour Division determines that a different practice prevails for the applicable Apprentices and trainees working under apprenticeship and apprentice classification, fringes shall be paid in accordance skill training programs which have been certified by the Secretary with that determination. of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements (4) In the event the Bureau of Apprenticeship and of paragraph 4 of this Section IV. The straight time hourly wage Training, or a State apprenticeship agency recognized by the rates for apprentices and trainees under such programs will be Bureau, withdraws approval of an apprenticeship program, established by the particular programs. The ratio of apprentices the contractor or subcontractor will no longer be permitted to and trainees to journeymen shall not be greater than permitted by utilize apprentices at less than the applicable predetermined the terms of the particular program. rate for the comparable work performed by regular employees until an acceptable program is approved. 6. Withholding: b. Trainees: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be (1) Except as provided in 29 CFR 5.16, trainees will withheld, from the contractor or subcontractor under this contract not be permitted to work at less than the predetermined rate or any other Federal contract with the same prime contractor, or for the work performed unless they are employed pursuant any other Federally- assisted contract subject to Davis -Bacon to and individually registered in a program which has received prevailing wage requirements which is held by the same prime prior approval, evidenced by formal certification by the DOL, contractor, as much of the accrued payments or advances as may Employment and Training Administration. be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or (2) The ratio of trainees to journeyman -level any subcontractor the full amount of wages required by the employees on the job site shall not be greater than permitted contract. In the event of failure to pay any laborer or mechanic, under the plan approved by the Employment and Training including any apprentice, trainee, or helper, employed or working Administration. Any helper listed on the payroll at a trainee on the site of the work, all or part of the wages required by the rate who is not registered and participating in a training plan contract, the SHA contracting officer may, after written notice to approved by the Employment and Training Administration shall the contractor, take such action as may be necessary to cause the be paid not less than the applicable wage rate on the wage suspension of any further payment, advance, or guarantee of determination for the classification of work actually performed. funds until such violations have ceased. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program 7. Overtime Requirements: shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of (3) Every trainee must be paid at not less than the laborers, mechanics, watchmen, or guards (including apprentices, rate specified in the approved program for his /her level of trainees, and helpers described in paragraphs 4 and 5 above) progress, expressed as a percentage of the journeyman- shall require or permit any laborer, mechanic, watchman, or guard level hourly rate specified in the applicable wage determination. in any workweek in which he /she is employed on such work, to Trainees shall be paid fringe benefits in accordance with the work in excess of 40 hours in such workweek unless such laborer, provisions of the trainee program. If the trainee program mechanic, watchman, or guard receives compensation at a rate does not mention fringe benefits, trainees shall be paid the full not less than one - and - one -half times his /her basic rate of pay for amount of fringe benefits listed on the wage determination all hours worked in excess of 40 hours in such workweek. unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated 8. Violation: with the corresponding joumeyman -level wage rate on the wage determination which provides for less than full fringe Liability for Unpaid Wages; Liquidated Damages: In the event benefits for apprentices, in which case such trainees shall of any violation of the clause set forth in paragraph 7 above, the receive the same fringe benefits as apprentices. contractor and any subcontractor responsible thereof shall be liable to the affected employee for his /her unpaid wages. In addition, (4) In the event the Employment and Training Page 5 such contractor and subcontractor shall be liable to the United approved programs shall maintain written evidence of the States (in the case of work done under contract for the District of registration of apprentices and trainees, and ratios and wage Columbia or a territory, to such District or to such territory) for rates prescribed in the applicable programs. liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or c. Each contractor and subcontractor shall furnish, each guard employed in violation of the clause set forth in paragraph 7, week in which any contract work is performed, to the SHA in the sum of $10 for each calendar day on which such employee resident engineer a payroll of wages paid each of its employees was required or permitted to work in excess of the standard work (including apprentices, trainees, and helpers, described in week of 40 hours without payment of the overtime wages required Section IV, paragraphs 4 and 5, and watchmen and guards by the clause set forth in paragraph 7. engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and c o m pletel y all 9. Withholding for Unpaid Wages and Liquidated of the information required to be maintained under paragraph Damages: 2b of this Section V. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose The SHA shall upon its own action or upon written request of and may be purchased from the Superintendent of Documents any authorized representative of the DOL withhold, or cause to be (Federal stock number 029 - 005 - 0014 -1 1, U.S. Government withheld, from any monies payable on account of work performed Printing Office, Washington, D.C. 20402. The prime contractor by the contractor or subcontractor under any such contract or is responsible for the submission of copies of payrolls by all any other Federal contract with the same prime contractor, or any subcontractors. other Federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime d. Each payroll submitted shall be accompanied by a contractor, such sums as may be determined to be necessary to "Statement of Compliance," signed by the contractor or satisfy any liabilities of such contractor or subcontractor for unpaid subcontractor or his /her agent who pays or supervises the wages and liquidated damages as provided in the clause set forth payment of the persons employed under the contract and shall in paragraph 8 above. certify the following: V. STATEMENTS AND PAYROLLS (1) that the payroll for the payroll period contains the information required to be maintained under paragraph (Applicable to all Federal -aid construction contracts exceeding 2b of this Section V and that such information is correct $2,000 and to all related subcontracts, except for projects located and complete; on roadways classified as local roads or rural collectors, which are exempt.) (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract 1. Compliance with Copeland Regulations (29 CFR 3): during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, The contractor shall comply with the Copeland Regulations of and that no deductions have been made either directly or the Secretary of Labor which are herein incorporated by reference. indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; 2. Payrolls and Payroll Records: (3) that each laborer or mechanic has been paid not a. Payrolls and basic records relating thereto shall be less that the applicable wage rate and fringe benefits or maintained by the contractor and each subcontractor during cash equivalent for the classification of worked performed, the course of the work and preserved for a period of 3 years as specified in the applicable wage determination from the date of completion of the contract for all laborers, incorporated into the contract. mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH- b. The payroll records shall contain the name, social 347 shall satisfy the requirement for submission of the security number, and address of each such employee; his or "Statement of Compliance" required by paragraph 2d of this her correct classification; hourly rates of wages paid Section V. (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types f. The falsification of any of the above certifications described in Section 1 (b)(2)(B) of the Davis Bacon Act); may subject the contractor to civil or criminal prosecution under daily and weekly number of hours worked; deductions made; 18 U.S.C. 1001 and 31 U.S.C. 231. and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether g. The contractor or subcontractor shall make the the employee does, or does not, normally reside in the labor records required under paragraph 2b of this Section V available area as defined in Attachment A, paragraph 1. Whenever the for inspection, copying, or transcription by authorized Secretary of Labor, pursuant to Section IV, paragraph 3b, representatives of the SHA, the FHWA, or the DOL, and shall has found that the wages of any laborer or mechanic include permit such representatives to interview employees during the amount of any costs reasonably anticipated in providing working hours on the job. If the contractor or subcontractor benefits under a plan or program de- scribed in Section 1 fails to submit the required records or to make them available, (b)(2)(B) of the Davis Bacon Act, the contractor and each the SHA, the FHWA, the DOL, or all may, after written notice to subcontractor shall maintain records which show that the the contractor, sponsor, applicant, or owner, take such actions commitment to provide such benefits is enforceable, that the as may necessary to cause the of any further ,ay aroccai j suspension v plan or program is financially responsible, that the plan or payment, advance, or guarantee of funds. Furthermore, failure program has been communicated in writing to the laborers or to submit the required records upon request or to make such mechanics affected, and show the cost anticipated or the records available maybe grounds for debarment action pursuant actual cost incurred in providing benefits. Contractors or to 29 CFR 5.12. subcontractors employing apprentices or trainees under Page 6 VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA 1. On all Federal -aid contracts on the National Highway contracting officer, or authorized representative, and such consent System, except those which provide solely for the installation of when given shall not be construed to relieve the contractor of any protective devices at railroad grade crossings, those which are responsibility for the fulfillment of the contract. Written consent constructed on a force account or direct labor basis, highway will be given only after the SHA has assured that each subcontract beautification contracts, and contracts for which the total final is evidenced in writing and that it contains all pertinent provisions construction cost for roadway and bridge is less than $1,000,000 and requirements of the prime contract. (23 CFR 635) the contractor shall: VIII. SAFETY: ACCIDENT PREVENTION a. Become familiar with the list of specific materials and supplies contained in Form FHWA -47, "Statement of 1. In the performance of this contract the contractor shall Materials and Labor Used by Contractor of Highway comply with all applicable Federal, State, and local laws governing Construction Involving Federal Funds," prior to the safety, health, and sanitation (23 CFR 635). The contractor shall commencement of work under this contract. provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA b. Maintain a record of the total cost of all materials contracting officer may determine, to be reasonably necessary to and supplies purchased for and incorporated in the work, protect the life and health of employees on the job and the safety and also of the quantities of those specific materials and of the public and to protect property in connection with the supplies listed on Form FHWA -47, and in the units shown on performance of the work covered by the contract. Form FHWA -47. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA -47 together 2. It is a condition of this contract, and shall be made a with the data required in paragraph 1 b relative to materials condition of each subcontract, which the contractor enters into and supplies, a final labor summary of all contract work pursuant to this contract, that the contractor and any subcontractor indicating the total hours worked and the total amount earned. shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, 2. At the prime contractor's option, either a single report hazardous or dangerous to his /her health or safety, as determined covering all contract work or separate reports for the contractor under construction safety and health standards (29 CFR 1926) and for each subcontract shall be submitted. promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 VII. SUBLETTING OR ASSIGNING THE CONTRACT U.S.C. 333). 1. The contractor shall perform with its own organization 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract contract work amounting to not less than 30 percent (or a greater that the Secretary of Labor or authorized representative thereof, percentage if specified elsewhere in the contract) of the total shall have right of entry to any site of contract performance to original contract price, excluding any specialty items designated inspector investigate the matter of compliance with the construction by the State. Specialty items may be performed by subcontract safety and health standards and to carry out the duties of the and the amount of any such specialty items per- formed may be Secretary under Section 107 of the Contract Work Hours and deducted from the total original contract price before computing Safety Standards Act (40 U.S.C. 333). the amount of work required to be performed by the contractor's own organization (23 CFR 635). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS a. "Its own organization "shall be construed to include In order to assure high quality and durable construction in only workers employed and paid directly by the prime conformity with approved plans and specifications and a high contractor and equipment owned or rented by the prime degree of reliability on statements and representations made by contractor, with or without operators. Such term does not engineers, contractors, suppliers, and workers on Federal -aid include employees or equipment of a subcontractor, assignee, highway projects, it is essential that all persons concerned with or agent of the prime contractor. the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or b. "Specialty Items" shall be construed to be limited to misrepresentation with respect to any facts related to the project work that requires highly specialized knowledge, abilities, or is a violation of Federal law. To prevent any misunderstanding equipment not ordinarily available in the type of contracting regarding the seriousness of these and similar acts, the following organizations qualified and expected to bid on the contract as notice shall be posted on each Federal -aid highway project (23 a whole and in general are to be limited to minor components CFR 635) in one or more places where it is readily available to all of the overall contract. persons concerned with the project: 2. The contract amount upon which the requirements set NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID forth in paragraph 1 of Section VII is computed includes the cost of HIGHWAY PROJECTS material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 18 U.S.C. 1020 reads as follows: 3. The contractor shall furnish (a) a competent "Whoever, being an officer, agent, or employee of the United superintendent or supervisor who is employed by the firm, has full States, or of any State or Territory, or whoever, whether a person, authority to direct performance of the work in accordance with the association, firm, or corporation, knowingly makes any false contract requirements, and is in charge of all construction statement, false representation, or false report as to the character, operations (regardless of who performs the work) and (b) such quality, quantity, or cost of the material used or to be used, or the other of its own organizational resources (supervision, quantity or quality of the work performed or to be performed, or the management, and engineering services) as the SHA contracting cost thereof in connection with the submission of plans, maps, officer determines is necessary to assure the performance of the specifications, contracts, or costs of construction on any highway contract. Page 7 or related project submitted for approval to the Secretary of b. The inability of a person to provide the certification Transportation; or set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall Whoever knowingly makes any false statement, false submit an explanation of why it cannot provide the certification representation, fare report or false claim with respect to the set out below. The certification or explanation will be character, quality, quantity, or cost of any work performed or to be considered in connection with the department or agency's performed, or materials furnished or to be furnished, in connection determination whether to enter into this transaction. However, with the construction of any highway or related project approved failure of the prospective primary participant to furnish a by the Secretary of Transportation; or certification or an explanation shall disqualify such a person from participation in this transaction. Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or c. The certification in this clause is a material representation report submitted pursuant to provisions of the Federal -aid Roads of fact upon which reliance was placed when the department • Act approved July 1, 1916, (39 Stat. 355), as amended and or agency determined to enter into this transaction. If it is later supplemented; determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other Shall be fined not more than $10,000 or imprisoned not more remedies available to the Federal Government, the department than 5 years or both." or agency may terminate this transaction for cause of default. X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL d. The prospective primary participant shall provide WATER POLLUTION CONTROL ACT immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary (Applicable to all Federal -aid construction contracts and to all participant learns that its certification was erroneous when related subcontracts of $100,000 or more.) - submitted or has become erroneous by reason of changed circumstances. By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction e. The terms "covered transaction," "debarred," "suspended," contractor, or subcontractor, as appropriate, will be deemed to "ineligible," "lower tier covered transaction," "participant," have stipulated as follows: "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded, "as used in this clause, 1. That any facility that is or will be utilized in the performance have the meanings set out in the Definitions and Coverage of this contract, unless such contract is exempt under the Clean sections of rules implementing Executive Order 12549. You Air Act, as amended (42 U.S.C. 1857 et seq., as amended by may contact the department or agency to which this proposal Pub.L. 91 -604), and under the Federal Water Pollution Control Act, is submitted for assistance in obtaining a copy of those as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92- regulations. 500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on f. The prospective primary participant agrees by submitting the U.S. Environmental Protection Agency (EPA) List of Violating this proposal that, should the proposed covered transaction Facilities pursuant to 40 CFR 15.20. be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, 2. That the firm agrees to comply and remain in compliance suspended, declared ineligible, or voluntarily excluded from with all the requirements of Section 1 14 of the Clean Air Act and participation in this covered transaction, unless authorized Section 308 of the Federal Water Pollution Control Act and all by the department or agency entering into this transaction. regulations and guidelines listed thereunder. g. The prospective primary participant further agrees by 3. That the firm shall promptly notify the SHA of the receipt submitting this proposal that it will include the clause titled of any communication from the Director, Office of Federal Activities, "Certification Regarding Debarment, Suspension, Ineligibility EPA, indicating that a facility that is or will be utilized for the contract and Voluntary Exclusion -Lower Tier Covered Transaction," is under consideration to be listed on the EPA List of Violating provided by the department or agency entering into this Facilities. covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier 4. That the firm agrees to include or cause to be included covered transactions, the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such h. A participant in a covered transaction may rely upon a action as the government may direct as a means of enforcing such certification of a prospective participant in a lower tier covered requirements. transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, knows that the certification is erroneous. A participant may INELIGIBILITY AND VOLUNTARY EXCLUSION decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not 1. Instructions for Certification - Primary Covered required to, check the nonprocurement portion of the "Lists of Transactions: Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is (Applicable to all Federal -aid contracts - 49 CFR 29) compiled by the General Services Administration. a. By signing and submitting this proposal, the i. Nothing contained in the foregoing shall be construed to prospective primary participant is providing the certification require establishment of a system of records in order to render set out below. in good faith the certification required by this clause. The knowledge and information of participant is not required to Page 8 exceed that which is normally possessed by a prudent person including suspension and /or debarment. in the ordinary course of business dealings. c. The prospective lower tier participant shall provide j. Except for transactions authorized under paragraph f of immediate written notice to the person to which this proposal these instructions, if a participant in a covered transaction is submitted if at any time the prospective lower tier participant knowingly enters into a lower tier covered transaction with a learns that its certification was erroneous by reason of person who is suspended, debarred, ineligible, or voluntarily changed circumstances. excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the d. The terms "covered transaction," "debarred," depart- mentor agency may terminate this transaction for cause "suspended," "ineligible," "primary covered transaction," or default. "participant," "person," "principal," "proposal, "and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing * * * * * Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy Certification Regarding Debarment, Suspension, of those regulations. Ineligibility and Voluntary Exclusion- Primary Covered Transactions e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered 1. The prospective primary participant certifies its transaction be entered into, it shall not knowingly enter into knowledge and belief, that it and its principals: to the best of its any lower tier covered transaction with a person who is knowledge and belief, that is and its principals: debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless a. Are not presently debarred, suspended, proposed authorized by the department or agency with which this for debarment, declared ineligible, or voluntarily excluded transaction originated. from covered transactions by any Federal department or agency; f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled b. Have not within a 3 -year period preceding this "Certification Regarding Debarment, Suspension, Ineligibility proposal been convicted of or had a civil judgement rendered and Voluntary Exclusion -Lower Tier Covered Transaction," against them for commission of fraud or a criminal offense in without modification, in all lower tier covered transactions connection with obtaining, attempting to obtain, or performing and in all solicitations for lower tier covered transactions. a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust g. A participant in a covered transaction may rely upon a statutes or commission of embezzlement, theft, forgery, certification of a prospective participant in a lower tier covered bribery, falsification or destruction of records, making false transaction that is not debarred, suspended, ineligible, or statements, or receiving stolen property; voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may c. Are not presently indicted for or otherwise criminally decide the method and frequency by which it determines the or civilly charged by a governmental entity (Federal, State or eligibility of its principals. Each participant may, but is not local) with commission of any of the offenses enumerated in required to, check the Nonprocurement List. paragraph 1 b of this certification; and h. Nothing contained in the foregoing shall be construed to d. Have not within a 3 -year period preceding this require establishment of a system of records in order to render application /proposal had one or more public transactions in good faith the certification required by this clause. The (Federal, State or local) terminated for cause or default. knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person 2. Where the prospective primary participant is unable to in the ordinary course of business dealings. certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a * * * ** person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to 2. Instructions for Certification - Lower Tier Covered other remedies available to the Federal Government, the Transactions: department or agency with which this transaction originated may pursue available remedies, including suspension and /or (Applicable to all subcontracts, purchase orders and other debarment.. lower tier transactions of $25,000 or more - 49 CFR 29) * * * ** a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. Certification Regarding Debarment, Suspension, Ineligibility Voluntary Exclusion —Lower Tier Covered b. The certification in this clause is a material representation Transactions: and of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective 1. The prospective lower tier participant certifies, by lower tier participant knowingly rendered an erroneous submission of this proposal, that neither it nor its principals is certification, in addition to other remedies available to the presently debarred, suspended, proposed for debarment, declared Federal Government, the department, or agency with which ineligible, or voluntarily excluded from participation in this transaction this transaction originated may pursue available remedies, by any Federal department or agency. Page 9 exceed that which is normally possessed by a prudent person including suspension and /or debarment. in the ordinary course of business dealings. c. The prospective lower tier participant shall provide j. Except for transactions authorized under paragraph f of immediate written notice to the person to which this proposal these instructions, if a participant in a covered transaction is submitted if at any time the prospective lower tier participant knowingly enters into a lower tier covered transaction with a learns that its certification was erroneous by reason of person who is suspended, debarred, ineligible, or voluntarily changed circumstances. excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the d. The terms "covered transaction," "debarred," depart- mentor agency may terminate this transaction for cause "suspended," "ineligible," "primary covered transaction," or default. "participant," "person," "principal," "proposal, "and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing * * * * * Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy Certification Regarding Debarment, Suspension, of those regulations. Ineligibility and Voluntary Exclusion- Primary Covered Transactions e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered 1. The prospective primary participant certifies its transaction be entered into, it shall not knowingly enter into knowledge and belief, that it and its principals: to the best of its any lower tier covered transaction with a person who is knowledge and belief, that is and its principals: debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless a. Are not presently debarred, suspended, proposed authorized by the department or agency with which this for debarment, declared ineligible, or voluntarily excluded transaction originated. from covered transactions by any Federal department or agency; f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled b. Have not within a 3 -year period preceding this "Certification Regarding Debarment, Suspension, Ineligibility proposal been convicted of or had a civil judgement rendered and Voluntary Exclusion -Lower Tier Covered Transaction," against them for commission of fraud or a criminal offense in without modification, in all lower tier covered transactions connection with obtaining, attempting to obtain, or performing and in at solicitations for lower tier covered transactions. a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust g. A participant in a covered transaction may rely upon a statutes or commission of embezzlement, theft, forgery, certification of a prospective participant in a lower tier covered bribery, falsification or destruction of records, making false transaction that is not debarred, suspended, ineligible, or statements, or receiving stolen property; voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may c. Are not presently indicted for or otherwise criminally decide the method and frequency by which it determines the or civilly charged by a governmental entity (Federal, State or eligibility of its principals. Each participant may, but is not local) with commission of any of the offenses enumerated in required to, check the Nonprocurement List. paragraph 1 b of this certification; and h. Nothing contained in the foregoing shall be construed to d. Have not within a 3 -year period preceding this require establishment of a system of records in order to render application /proposal had one or more public transactions in good faith the certification required by this clause. The (Federal, State or local) terminated for cause or default. knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person 2. Where the prospective primary participant is unable to in the ordinary course of business dealings. certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a * * * ** person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to 2. Instructions for Certification - Lower Tier Covered other remedies available to the Federal Government, the Transactions: department or agency with which this transaction originated may pursue available remedies, including suspension and /or • (Applicable to all subcontracts, purchase orders and other debarment.. lower tier transactions of $25,000 or more - 49 CFR 29) * * * ** a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. Certification Regarding Debarment, Suspension, Ineligibility Voluntary Exclusion —Lower Tier Covered b. The certification in this clause is a material representation Transactions: and of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective 1. The prospective lower tier participant certifies, by lower tier participant knowingly rendered an erroneous submission of this proposal, that neither it nor its principals is certification, in addition to other remedies available to the presently debarred, suspended, proposed for debarment, declared Federal Government, the department, or agency with which ineligible, or voluntarily excluded from participation in this transaction this transaction originated may pursue available remedies, by any Federal department or agency. Page 9 • 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all relaters subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and : submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for infl nr attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. Page 10 ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as.the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph 1 c shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which he estimates such employees wit be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, he shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within 1 week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1 c above. 5. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. Page 11 AMENDMENT REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) Under Section IV, Paragraph 2b(4) is deleted. Under Section IV, Paragraph 4, "and helpers" is deleted from the title. Under Section IV, Paragraph 4a(1), add: The provisions in this section allowing apprentices to work at less than the predetermined rate when they -are registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a requirement for the Contractor to pay apprentices the full applicable predetermined rate in the event a State Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws approval, of an apprenticeship program. Under Section IV, Paragraph 4c is deleted. Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper ". Under Section IV, Paragraph 7 is revised by deleting "helpers ". Under Section V, Paragraph 2a is revised by deleting "helpers ". Under Section V, Paragraph 2d(2) is revised by deleting "helper ". Amendment to Form FHWA 1273 Revised June 27, 1994 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 3 day of b\ , 2003, by and between the City of Yakima, hereinafter called the Owner, and 0 +yin - 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: $ 4 ,14 70 , for 5TH AVENUE ROUNDABOUT - North 5th Avenue at Fruitvale Blvd., Project No. 1954, all in accordance with, and as described in the attached plans and specifications and the 2002 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 forty - five (45) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. 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. 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. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this 6 day of nxv 2003.x; - ` : ' - ' "2 ''%f Cam' a • Corporation Contractor By: City Manager Attest: , C ° '' ' " - (Print Name) City Clerk Z� f, C Its (President, Owner, etc.) Address: ' 7 , c =✓/" `' C/G/," 183 184 PERFORMANCE BOND Bond No. 104175491 BOND TO CITY OF YAKIMA KNOW ALL MEN (3Y THESE PRESENTS: That we, the undersigned, Superior _Paving_ Co. ton Travelers Casualty and Surety a Washin g Corporation as Principal and Company of America a corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of 746 .70 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA, DATED at Yakima, Washington, this day of Novvrnber , 2003, Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council an , 2003, the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Su. erior Pavin_ Co. , the above bounded Principal a certa contract, the said contract being numbered 1954 _ , and providing for 5 t venue Roundabout, I�orth( contra is referred to herein and is made a part hereof as though attached hereto), and, 5 t Avenue an ruitvale B STPH- 4606(001), Project No. 1954 WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said _ Superior Paving Co . 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 aII laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub- contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its 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, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Sup erior Paving Co. C..tractor) Bill Hammett (Print Name) Approved to fc>rmvi� H Vice President �� (Pr t, Owner, etc...) (City Attorney) , Travele C. ua e y ad Sur- Company of ( (Su ty America Paula M. McCoy . qh (Print Name) Its. Attorney —in —Fact 185 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Anne E. Strieby, James B. Binder, Paula M. McCoy, Carrie Ester, of Seattle, Washington, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (1 1 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 2nd day of August, 2003. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS. Hartford FARIVIINGTON CASUALTY COMPANY COUNTY OF HARTFORD M {l1pYWlf//p� �. H � ‘ 1 44 6. ... 4 . 4 77.0, 4 .,/ , w HARTFORD t7 , g 1 9 2 o By cal "' � * �,a George W. Thompson r G� a d $ P' �y * "`' Senior Vice President On this 2nd day of August, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by authority of his /her office under the Standing Resolutions thereof. INN W\OALto C trGuCaua.9- 41 _ My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority ramains in fii11 fnra•e anal has not been revoked anal Furthermore, that the Stn(iina Resolutions of the Roams of Tlir as eat forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Com in the City of Hartford State of f onnecticiut. Dated this day o f , 20 . 6J r V TV Ary pASUq� / / I , . o � RD,i n i 9t2 By „ > Kori M. Johanson . . � " 4 ; � �a� �` * ►' '�{ Assistant Secretary, Bond • Travelers IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act "). The Act establishes a short -term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. Bond No. 104175492 RETAINAGE BOND KNOW ALL MEN BY THESE PRESENT: That we Superior Paving Co. , a corporation existing under and by virtue of the laws of the State of Washington and authorized to do business in the State of Washington, as Principal, and Travelers casualty and Surety company of Americaa corporation organized and existing under the laws of the State of CT and authorized to transact the business of surety in the State of Washington, as Surety, are jointly and severally held and bound unto City of Yakima City of Yakima hereinafter called Obligee, and are similarly held and bound unto the beneficiaries of the trust fund created by RCW 60.28 as their heirs, executors, administrators, successors and assigns, in the penal sum of Twenty Three Thousand Three Hundred Thirty Seven Dollars and 34/100 ( $23,337.34 ) plus 5% of any increased in the contract amount that have occurred or may occur, due to change orders, increases in the quantities or the addition of any new item of work. WHEREAS, on the day of November. 2003, the said Principal herein executed Travelers Casualt and for Avenue Roundabout, Contract No. 1954 with ,Suret vele Corrlpan of Amerra f 5th A R dbt North 5th Avenue and Fruitvale Blvd STPH -461. 011 • 1 - • • 4 WHEREAS, said contract and RCW 60.28 requires the City of Yakima to withhold from the Principal the sum of 5% from monies earned by the Contractor on estimates during the progress of construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal has requested that the City of Yakima not retain any future earned retained funds and that they release all of a portion of the current amount of earned retained funds as allowed under RCW 60.28. NOW THEREFORE, the condition of this obligation is such that if the Principal shall use the earned retained funds which will not be retained or shall use such funds which are now being released, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise it shall remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this day of November A.D. 2003 . Superior Paving Co. By: B i� / �'�%r r' y Principal Bill Hammett, Vice - President Travelers Casu -It an Sd urety Co pany of America By: .0-4t4, `O Attorney -in -Fact Paula M. McCoy k TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Anne E. Strieby, James B. Binder, Paula M. McCoy, Carrie Ester, of Seattle, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 2nd day of August, 2003. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS. Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD 0 ,01,44 4, V 1 ( YZ \ G �4 / I l9ARti'ORD . � a HARTFORD, 0 7, I X 1982 �` O By CDNN. �f CONN. o n * George W. Thompson , � �; � b � ��a 4'1,4 * "`� Senior Vice President On this 2nd day of August, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by authority of his /her office under the Standing Resolutions thereof. "MN 6 TAN MOALoto tttrARALL -__ S` My commission expires June 30, 2006 Notary Public Marie C. Tetreault CERTIFICA'T'E I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in fu l force and has not been revokers; and furthermore, that the Standing Resolutions of the Boards of Dir as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartfiird State of Connecticut. Dated this day of , 20 . tNd � ANp GA6U,�� wu_>pa 1 { HA}iTrORDj n i2 471-,7-7:€-M.-V-6"- By otxi�r. ' ;`� � 19• a � 6 , D Kori M. Johanson �� b < � � � ` * Assistant Secretary, Bond Travelers IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act "). The Act establishes a short -term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act, The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. ACORN'? - CERTIFICATE OF LIABILITY INSURANCE OPID RY DATE(MMIDD/YYYY) PRODUCER SUPE -25 11/04/03 _ I Brown & Brown - Seattle ealellMoTHIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. Box 24347 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle WA 98124 I Phone: 206 - 956 -1600 Fax: 206 - 956 -9600 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Zurich American Insurance INSURER B: I Superior Paving Company INSURER C: P.O. BOX 10268 INSURER D: Yakima, WA 98909 INSURER E: • COVERAGES I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1 1 AUU1 POLICY EFFECTIVE POLICY EXPIRATION LTR INSRC TYPE OF INSURANCE POLICY NUMBER DATE (MM /DD/YY) DATE (MM /DD/YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X X COMMERCIAL GENERAL LIABILITY GL0343718601 03/31/03 03/31/04 PREMISES (Ea occurence) $ 100,000 CLAIMS MADE I X I OCCUR MED EXP (Any one person) $ 5,000 PERSONAL& ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2 , 000 , 00 0 POLICY X E 0 LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT k X ANY AUTO BAP343718701 03/31/03 03/31/04 (Ea accident) $ 1,000,000 I X ALL OWNED AUTOS X SCHEDULED AUTOS c c ®g BODILY INJURY (Per person) $ X HIRED AUTOS �y R 7 0 v D BODILY INJURY I X NON -OWNED AUTOS P pp R 0 / U (Per accident) $ r u t . C-' �� PROPERTY DAMAGE $ VW (Per accident) GARAGE LIABILITY r x` 0 AUTO ONLY - EA ACCIDENT $ K r, _ ANY AUTO / K t I Og1� EA ACC $ GAIY �F yp,�c1M� OTHER THAN AUTO ONLY AGG $ EXCESS /UMBRELLA LIABILITY CVO EACH OCCURRENCE $ I OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND WC S iAl U- - 01H- EMPLOYERS' LIABILITY TORY LIMITS ER ANY PROPRIETOR /PARTNER/EXECUTIVE WASHINGTON STOP GAP E.L. EACH ACCIDENT $ 1,000,000 — OFFICER/MEMBER EXCLUDED? GL0343718601 03/31/03 03/31/04 E.L. DISEASE- EA EMPLOYEE $ 1,000,000 if yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1 , 000 , 000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS a: 5th Avenue Roundabout 5th Avenue & Fruitvale Bouldevard STPH - 4606(001), :oject No. 1954 The City of Yakima, its agents, employees and elected or appointed officials are named as Additional Insured per attached form CG2010 XXXX CERTIFICATE HOLDER CANCELLATION YAKI - 0 6 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MAIL 20 DAYS WRITTEN City of Yakima NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, L Engineering Division IA' 129 North Second Street Yakima, WA 98901 A IzED TATI A ORD 25 (2001/08) ©ACORD CORPORATION 1988 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CG201011 85 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) • This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement effective Policy No. November 4, 2003 12:01 A.M. standard time GL0343718601 Named Insured Countersigned by Superior Paving Company Scott Strickland (Authorized Representative) SCHEDULE Name of Person or Organization: City of Yakima, its agents, employees and appointed or elected officials (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your work" for that insured by or for you. • Copyright, Insurance Services Office, Inc. 1992 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of , 200 • Notary Public in and for the State of Washington residing at 191 PREVAILING WAGE RATES Department of labor & Industries Statement Federal Prevailing Wage Rates Prevailing Wage Rates for Yakima County DOLI - Manufacture & Fabrication Notice Benefit Code Key PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 Telephone: 360- 902 -5335 193 194 GENERAL DECISION WA030001 06/13/03 WA1 General Decision Number WA030001 Superseded General Decision No. WA020001 State: Washington Construction Type: DREDGING HEAVY HIGHWAY County(ies) : STATEWIDE HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date 0 06/13/2003 COUNTY(ies): STATEWIDE CARP0001W 06/01/2002 Rates Fringes COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES CARPENTERS: GROUP 1: 23.58 6.25 GROUP 2: 24.69 6.25 GROUP 3: 23.85 6.25 GROUP 4: 23.58 6.25 GROUP 5: 58.43 6.25 GROUP 6: 27.72 6.25 WA030001 Modification 0 1 Federal Wage Determinations SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES CARPENTERS: GROUP 1: 22.91 6.25 GROUP 2: 24.01 6.25 GROUP 3: 23.17 6.25 GROUP 4: 22.91 6.25 GROUP 5: 56.77 6.25 GROUP 6: 27.00 6.25 CARPENTERS CLASSIFICATIONS GROUP 1: Carpenter; Burner - Welder; Rigger and Signaler; Insulators (all types), Acoustical, Drywall and Metal Studs, Metal Panels and Partitions; Floor Layer, Sander, Finisher and Astro Turf; Layout Carpenters; Form BuilderL Rough Framer; Outside or Inside Finisher, including doors, windows, and jams; Sawfiler; Shingler (wood, composition) Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw -Off Bearer; Wire, Wood and Metal Lather Applicator GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, dock and wharf carpenters GROUP 5: Divers GROUP 6: Divers Tender DEPTH PAYY FOR DIVERS: Each foot over 50 -100 feet $1.00 Each foot over 100 -175 feet 2.25 Each foot over 175 -250 feet 5.50 HAZMAT PROJECTS Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit ". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line. WA030001 Modification 0 2 Federal Wage Determinations CARP0003O 06/01/2002 Rates Fringes SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: CARPENTERS; ACOUSTICAL 27.37 8.80 DRYWALL 27.37 8.80 FLOOR LAYERS & FLOOR FINISHERS (the laying of all hardwood floors nailed and mastic set, parquet and wood -type tiles, and block floors, the sanding and finishing of floors, the preparation of old and new floors when the materials mentioned above are to be installed); INSULATORS (fiberglass and similar irritating materils 27.52 8.80 MILLWRIGHTS 27.87 8.80 PILEDRIVERS 27.87 8.80 DIVERS 65.05 8.80 DIVERS TENDERS 29.91 8.80 DEPTH PAY 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 100 TO 150 FEET 1.50 PER FOOT OVER 100 FEET 150 TO 200 FEET 2.00 PER FOOT OVER 150 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 WA030001 Modification 0 3 Federal Wage Determinations BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities CARP0770D 06/01/2002 Rates Fringes WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES CARPENTERS AND DRYWALL APPLICATORS 27.95 8.05 CARPENTERS ON CREOSOTE MATERIAL 28.05 8.05 INSULATION APPLICATORS 25.50 8.05 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS 28.08 8.05 MILLWRIGHT AND MACHINE ERECTORS 28.95 8.05 ACOUSTICAL WOKRERS 28.11 8.05 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING 28.15 8.05 PILEDRIVER, BRIDGE, DOCK & WHARF CARPENTERS 27.95 8.05 DIVERS 68.97 8.05 DIVERS TENDER 30.68 8.05 WA030001 Modification 0 4 Federal Wage Determinations (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay 0 -25 radius miles Free 25 -35 radius miles $1.00 /hour 35 -45 radius miles $1.15 /hour 45 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay 0 -25 radius miles Free 25 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS AND DRYWALL APPLICATORS 20.72 7.82 CARPENTERS ON CREOSOTED MATERIAL 20.82 7.82 INSULATION APPLICATORS 20.72 7.82 SAWFILERS, STATIONARY POWER S37 OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLERS, FLOOR SANDER OPERATORS 20.85 7.82 MILLWRIGHT AND MACHINE ERECTORS 28.95 7.82 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE • TREATED MATERIAL, ALL PILING 28.15 7.82 PILEDRIVER, BRIDGE DOCK AND WHARF CARPENTERS 27.95 7.82 DIVERS 68.97 8.05 DIVERS TENDER 30.68 8.05 WA030001 Modification 0 5 Federal Wage Determinations • ELEC0046A 12/30/2002 Rates Fringes CALLAM, JEFFERSON, KING AND KITSAP COUNTIES ELECTRICIANS 34.25 3% +9.55 CABLE SPLICERS 37.68 3% +9.55 ELEC0048C 01/01/2003 Rates Fringes CLARK, KLICKITAT AND SKAMANIA COUNTIES ELECTRICIANS 31.00 3% +11.83 CABLE SPLICERS 31.25 3% +11.83 ---------------------------------------------------------------- . ELEC0073A 01/01/2003 Rates Fringes ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES ELECTRICIANS 24.07 3% +10.63 CABLE SPLICERS 24.47 3% +10.63 ELEC0076B 07/01/2002 Rates Fringes GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES ELECTRICIANS 29.78 3% +11.01 CABLE SPLICERS 32.76 3% +11.01 A ELEC0077C 02/01/2003 Rates Fringes LINE CONSTRUCTION: CABLE SPLICERS 37.95 3.875% +7.45 LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN 33.88 3.875% +7.45 LINE EQUIPMENT MEN 29.14 3.875% +5.70 POWDERMEN, JACKHAMMERMEN 25.41 3.875% +5.70 GROUNDMEN 23.72 3.875% +5.70 TREE TRIMMER 23.81 3.875% +5.70 ELEC0112E 06/01/2002 Rates Fringes ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES ELECTRICIANS 28.75 3% +9.63 CABLE SPLICERS 30.19 3% +9.63 WA030001 Modification 0 6 Federal Wage Determinations ELEC0191C 08/31/2002 Rates Fringes ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES ELECTRICIANS 30.66 3% +9.33 CABLE SPLICERS 33.72 3% +9.33 ELEC0191D 12/01/2002 Rates Fringes CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES ELECTRICIANS 26.66 3% +9.28 CABLE SPLICERS 29.33 3% +9.28 ELEC0970A 01/01/2003 Rates Fringes COWLITZ AND WAHKIAKUM COUNTIES ELECTRICIANS 28.55 3% +9.25 CABLE SPLICERS 31.41 3% +9.25 ENGI0302E 06/01/2002 Rates Fringes CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUAN, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS CATEGORY. A PROJECTS (excludes Category B projects, as show below) POWER EQUIPMENT OPERATORS: Zone 1 (0 -25 radius miles): GROUP lAAA 31.14 8.40 GROUP 1AA 30.64 8.40 GROUP 1A 30.14 8.40 GROUP 1 29.64 8.40 GROUP 2 29.20 8.40 GROUP 3 28.84 8.40 GROUP 4 26.74 8.40 Zone 2 (26 -45 radius miles) - Add $ .70 to Zone 1 rates Zone 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS: Bellingham, Mount Vernon, Kent, Port Angeles, Port Townsend, Aberdeen, Shelton, Bremerton, Wenatchee, Yakima, Seattle, Everett WA030001 Modification 0 7 Federal Wage Determinations POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -over 300 tons or 300 ft. of boom (including job with attachments) GROUP IAA - Cranes - 200 tons to 300 tons or 250 ft. of boom (including jib and attachments); Tower crane over 175 ft. in height, base to boom GROUP lA - Cranes - 100 tons thru 199 tons or 150' of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft. in height base to boom; Loader - overhead, 8 yards and over; Shovel, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes -45 tons thru 99 tons, under 150 ft. of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Shovel, excavator, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader - overhead, 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, d -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self - propelled- 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Barch Plant opeator- concrete; Bump cutter; Cranes -20 tons thru 44 tons with attachments; Cranes - overheads, bridge type -20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel backhoe -3 yards and under; Finishing machine Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders, overhead under 6 yds.; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers - asphalt plant; Motor patrol graders- finishing; Pildriver (other than crane mount); Roto -mill, roto - grinder; Screedman, Spreader, Topside Operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper- self - propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrader trimmer; Tractors, backhoes -over 75 hp; Transfer material service machine - shuttle buggy, blow knox, roadtec; Truck crane oiler /driver -100 tons and over; Truck mount portable conveyor;Yo Yo Pay Dozer GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments; Cranes -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers D9 and under; Forklifts -3000 lbs and over with attachments; horizontal /directional drill locator; Outside hoists- (elevators and manlifts), air tuggers, strao tower bucket elevators; Hydralifts /boom truck -over 10 tons; Loader- elevating type belt; Motor Patrol Grader - non - finishing; Plant Oiler - asphalt, crusher; Pumps- concrete; Roller, plant mix or multi -lift materials; Saws- concrete; Scrapers- concrete and carryall; Service engineers - equipment; Trenching machines; Truck crane oiler/ driver -under 100 tons Tractors, backhoes -under 75 hp WA030001 Modification 0 8 Federal Wage Determinations GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes -A- frame -10 tons and under; Elevator and manlift- permanent and shaft type; Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts, boom trucks -10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Post Hole Digger- mechanical; Power Plant; Pumps - water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shot crete /gunite equipment operator CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects. Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. WORK PERFORMED ON HYDRAULIC DREDGES: Total Project Cost $300,000 and over GROUP 1 28.38 8.40 GROUP 2 28.48 8.40 GROUP 3 28.82 8.40 GROUP 4 28.87 8.40 GROUP 5 30.26 8.40 GROUP 6 28.38 8.40 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance Total Project cost under $300,000 GROUP 1 26.96 8.40 GROUP 2 27.06 8.40 GROUP 3 27.38 8.40 • GROUP 4 27.43 8.40 GROUP 5 28.75 8.40 GROUP 6 26.96 8.40 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance WA030001 Modification 0 9 Federal Wage Determinations HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. HANDLING OF HAZAARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $.25 per hour. H -3 Class "B" Suit - Base wage rate plus $.50 per hour. H -4 Class "A" Suit - Base wage rate plus $.75 per hour. ENGI0370C 06/01/2002 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), • COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: POWER EQUIPMENT OPERATORS: GROUP 1A 20.94 6.52 GROUP 1 21.49 6.52 GROUP 2 21.81 6.52 GROUP 3 22.42 6.52 GROUP 4 22.58 6.52 GROUP 5 22.74 6.52 GROUP 6 23.02 6.52 GROUP 7 23.29 6.52 GROUP 8 24.39 6.52 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho WA030001 Modification 0 10 Federal Wage Determinations POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Grade Checker; Hydro- seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable- concrete); Pavement Breaker, Hydra- Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self - propelled); Railroad Power Tamper Operator (self - propelled); Railroad Tamper Jack Operator (self - propelled; Spray Curing Machine (concrete); Spreader Box (self - propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat; Boring Machine (earth); Boring Machine (rock under 8" bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric);. Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Tractor (to D -6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator WA030001 Modification 0 11 Federal Wage Determinations GROUP 4: Concrete Pumps (squeeze - crete, flow - crete, pump - crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond)(operate drilling machine, drive or transport drill rig to and on job site and weld well casing); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front -end, under 4 yds. R /T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R /T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth. capacity); Turnhead (with re- screening); Vacuum Drill (reverse circulation drill under 8" bit) GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8" bit & over) (Robbins, reverse circulation & similar) (operates drilling machines rarive nr transport drill rig to and on job site and weld well casing); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self - propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar) GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments, Athey & Huber); Boom Cats (side); Cable Controller (dispatcher); Clamshell Operator (under 3 yds.); Compactor (self - propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D. Welder; Loader Operator (front -end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber - tired; Screed Operator; Shovel(under 3 yds.); Tractors (D -6 & equilvalent & over); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & biuetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning /Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffieys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front -end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL WA030001 Modification 0 12 Federal Wage Determinations GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front -end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180' to 250' $ .30 over scale Over 250' $ .60 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0370G 06/01/2002 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES WORK PERFORMED ON HYDRAULIC DREDGES GROUP 1: 24.73 6.27 GROUP 2: 25.10 6.27 GROUP 3: 25.13 6.27 GROUP 4: 25.52 6.27 GROUP 5: 24.73 6.27 GROUP 1: Assistant Mate (Deckhand) and Oiler GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump); Mates and Boatmen GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. WA030001 Modification 0 13 Federal Wage Determinations ENGI0612A 06/01/2002 Rates Fringes LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES PROJECTS: CATEGORY A PROJECTS (excludes Category B projects, as shown below) POWER EQUIPMENT OPERATORS: ZONE 1 (0 -25 radius miles): GROUP lAAA 31.14 8.40 GROUP 1AA 30.64 8.40 GROUP 1A 30.14 8.40 GROUP 1 29.64 8.40 GROUP 2 29.20 8.40 GROUP 3 28.94 8.40 GROUP 4 26.74 8.40 ZONE 2 (26 -45 radius miles) - Add $.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS: Tacoma, Olympia, and Centralia POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 tons to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A - Crane 100 tons thru 199 tons, or 150 of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Shovel, excavator, backhoes -6 yds and over with attachments • GROUP 1 - Cableways; Cranes -45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type - 45 tons thru 99 tons; Excavator, shovel, backhoes over 3 yards and under 6 yards; hard tail end dump articulating off -road equipment 45 yards and over; loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self- propelled -45 yds and over; Slipform pavers; Transporters -all track or truck type WA030001 Modification 0 14 Federal Wage Determinations GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump cutter; Cranes -20 tons through 44 tons with attachments; Crane - overhead, bridge type -20 tons thru 44 tons; Chipper, Concrete Pump -truck mounted with boom attachment; Crushers; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe- 3yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders, overhead under 6 yds.; Loaders, plant feed; Locomotive -all; Mechanics -all; Mixers, asphalt plant; Motor patrol graders- finishing; Piledriver (other than crane mount); Roto -mill, roto grinder; screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment under 45 yds.; Subgrader trimmer; Tractors, backhoes over 75 hp.; Transfer material service machine - shuttle buggy, Blaw Knox - Roadtec; Truck Crane Oiler /driver -100 tons and over, Truck Mount Portable Conveyor; Yo Yo Pay dozer. GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments; Cranes -A -frame over 10 tons; Drill Oilers -Auger type, truck or crane mount; Dozers -D -9 and under; Forklifts -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /Boom Trucks -over 10 tons; Loaders - elevating type, belt; Motor patrol grader- nonfinishing; Plant Oiler- Asphalt, Crusher; Pumps, Concrete; Roller, plant mix or multi -lift materials; Saws - concrete; Scrapers- Concrete and Carry all; Trenching machines; Truck Crane Oiler /Driver -under 100 tons; Tractor, backhoe -under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Crane -A- Frame, 10 tons and under; Elevator and manlift- permanent and shaft type; Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts, boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole Digger- mechanical; Power plant; Pumps - Water; Roller -other than Plant Mix; Wheel Tractors, Farmall type; Shotcrete /Gunite Equipment Operator CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docts, wharfs, etc.) less than $150,000 WA030001 Modification 0 15 Federal Wage Determinations WORK PERFORMED ON HYDRAULIC DREDGES: Total Project cost $300,000 and over GROUP 1 28.38 8.40 GROUP 2 28.48 8.40 GROUP 3 28.82 8.40 GROUP 4 28.87 8.40 GROUP 5 30.26 8.40 GROUP 6 28.38 8.40 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance Total Project Cost under $300 GROUP 1 26.96 8.40 GROUP 2 27.06 8.40 GROUP 3 27.38 8.40 GROUP 4 27.43 8.40 GROUP 5 28.75 8.40 GROUP 6 26.96 8.40 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS HANDLING OF HAZARDOUS WASTE MATERIALS H -1 - When not outfitted with protective clothing of level D equipment - Base wage rate H -2 - Class "C" Suit - Base wage rate + $.25 per hour H -3 - Class "B" Suit - Base wage rate + $.50 per hour H -4 - Class "A" Suit - Base wage rate +$.75 per hour WA030001 Modification 0 16 Federal Wage Determinations ENGI0701D 01/01/2003 Rates Fringes CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER EQUIPMENT OPERATORS (See Footnote A) ZONE 1: GROUP 1 29.30 8.95 GROUP 1A 30.77 8.95 GROUP 1B 32.23 8.95 GROUP 2 28.07 8.95 GROUP 3 27.31 8.95 GROUP 4 26.79 8.95 GROUP 5 26.19 8.95 GROUP 6 23.84 8.95 Zone Differential (add to Zone 1 rates): Zone 2 - $1.50 Zone 3 - 3.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. WA030001 Modification 0 17 Federal Wage Determinations POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and /or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, Dil, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and /or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (with luffing or tower attachment); TOWER /WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and /or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth - moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi - engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES - EXCAVATOR: Excavator over 130,000 lbs. WA030001 Modification 0 18 Federal Wage Determinations GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES - EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self- loading, paddle wheel, auger type, finish and /or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi- engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF - PROPELLED: Compactor Operator, with blade; Compactor Operator, multi - engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K -17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel- Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller - Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs, pullback; FLOATING EQUIPMENT: Diesel- electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel - Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel - electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and . wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less WA030001 Modification 0 19 Federal Wage Determinations than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting Machine operator /mechanic RPDATRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator,single engine, single scraper; Self- loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push - ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL SKOOPER OPERATOR! Diesel. Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR - RUBBERED TIRED: Tractor operator, rubber - tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and /or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller- Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and /or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: WA030001 Modification 0 20 Federal Wage Determinations Fireman; FORKLIFT: Fork Lift, over 10 ton and /or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber - tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi - Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJB's Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self - propelled; Pulva -mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self - propelled construction job site; TRACTOR - RUBBER TIRED: Tractor operator, rubber - tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self - propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler - Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self - propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator WA030001 Modification 0 21 Federal Wage Determinations ENGI0701E 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES DREDGING: ZONE A LEVERMAN, HYDRALTLTC 32.43 8.50 LEVERMAN, DIPPER, FLOATING CLAMSHELL 30.25 8.50 ASSISTANT ENGINEER 29.25 8.50 TENDERMAN 28.44 8.50 ASSISTANT MATE 26.58 8.50 ZONE B LEVERMAN, HYDRAULIC 34.43, 8.50 LEVERMAN, DIPPER FLOATING CLAMSHELL 32.25 8.50 ASSISTANT ENGINEER 31.25 8.50 TENDERMAN 30.44 8.50 ASSISTANT MATE 28.58 8.50 ZONE C LEVERMAN, HYDRAULIC 35.43 8.50 LEVERMAN, DIPPER, FLOATING CLAMSHELL 33.25 8.50 ASSISTANT ENGINEER 32.25 8.50 TENDERMAN 31.44 8.50 ASSISTANT MATE 29.58 8.50 ZONE DESCRIPTION FOR DREDGING: ZONE A - All jobs or projects located within 30 road miles of Portland City Hall. ZONE B - Over 30 -50 road miles from Portland City Hall. ZONE C - Over 50 road miles from Portland City Hall. *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. • WA030001 Modification 0 22 Federal Wage Determinations IRON0014F 02/01/2003 Rates Fringes ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES IRONWORKERS 25.52 11.80 IRON0029I 07/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES IRONWORKERS 26.97 11.80 IRON0086B 07/01/2002 Rates Fringes YAKIMA, KITTITAS AND CHELAN COUNTIES IRONWORKERS 26.72 11.80 IRON0086E 07/01/2002 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES IRONWORKERS 27.22 11.80 WA030001 Modification 0 23 Federal Wage Determinations LAB00001D 06/01/2002 Rates Fringes CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES LABORERS: ZONE 1: GROUP 1 14.79 6.20 GROUP 2 17.11 6.20 GROUP 3 18.83 6.20 GROUP 4 19.31 6.20 GROUP 5 19.67 6.20 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES LABORERS: ZONE 1: GROUP 1 17.71 6.20 GROUP 2 20.03 6.20 GROUP 3 24.71 6.20 GROUP 4 25.19 6.20 GROUP 5 25.55 6.20 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall WA030001 Modification 0 24 Federal Wage Determinations LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper - Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder - Mudman; Mortarman and Hodcarrier; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power; Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20'); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Powderman; Re- Timberman; Hazardous Waste Worker (Level A). WA030001 Modification 0 25 Federal Wage Determinations LAB00238E 06/01/2002 Rates Fringes ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES LABORERS: ZONE 1: GROUP 1 17.66 5.50 GROUP 2 19.76 5.50 GROUP 3 20.03 5.50 GROUP 4 20.30 5.50 GROUP 5 20.58 5.50 GROUP 6 21.95 5.50 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer /Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean -up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean -up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right -of -way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer WA030001 Modification 0 26 Federal Wage Determinations GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non - mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo -crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi - plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line); Miner Class "D ", (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 - Powderman LAB00238G 06/01/2002 Rates Fringes COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN HOD CARRIERS 21.55 5.50 WA030001 Modification 0 27 Federal Wage Determinations LAB00335A 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES ZONE 1: LABORERS: GROUP 1 23.43 6.15 GROUP 2 23.94 6.15 GROUP 3 24.33 6.15 GROUP 4 24.66 6.15 GROUP 5 21.26 6.15 GROUP 6 19.16 6.15 GROUP 7 16.40 6.15 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) WA030001 Modification 0 28 Federal Wage Determinations GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake - Setter; Tunnel - Muckers, Brakemen, Concrete Crew, Buligang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber - mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) - applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive - Tunnel; Powderman- Tunnel; Shield Operator - Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LABO0335L 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES HOD CARRIERS 25.04 6.15 WA030001 Modification 0 29 Federal Wage Determinations PAIN0005B 06/01/2002 Rates Fringes STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), MANIA, AND WAHKIAKUM COUNTIES STRIPERS 21.25 6.40 PAIN0005D 07/01/2002 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES PAINTERS 23.27 5.36 PAIN0005G 07/01/2002 Rates Fringes ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES PAINTERS *: Brush, Roller, Striping, Steam - cleaning and Spray 18.97 5.32 Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples 19.97 5.32 • TV Radio, Electrical Transmission Towers 20.72 5.32 Lead Abatement, Asbestos Abatement 19.97 5.32 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055C 07/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES PAINTERS: Brush & Roller 17.35 5.08 Spray and Sandblasting 17.95 5.08 High work - All work 60 ft. or higher 18.10 5.08 WA030001 Modification 0 30 Federal Wage Determinations PAIN0055L 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES PAINTERS: HIGHWAY AND PARKING LOT STRIPER 23.36 5.75 PLAS0072E 06/01/2002 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES ZONE 1: CEMENT MASONS 22.33 5.98 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528A 12/01/2002 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES CEMENT MASON 28.05 9.84 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE 28.30 9.84 WA030001 Modification 0 31 Federal Wage Determinations PLAS0555B 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND • WAHKIAKUM COUNTIES ZONE 1: CEMENT MASONS 24.24 9.70 COMPOSITION WORKERS AND D WwR MACHINERY OPERATORS 24 68 9.70 CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD 24.68 9.70 • CEMENT MASONS DOING BOTH COMPOSITION /POWER MACHINERY AND SUSPENDED /HANGING SCAFFOLD 25.13 9.70 7nnP fi fferent-i al (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: BEND, CORVALLIS, EUGENE, LONGVIEW, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall PLUM0032B 01/01/2003 Rates Fringes CLALLAM, KING AND JEFFERSON COUNTIES PLUMBERS AND PIPEFITTERS 34.18 12.68 PLUM0032D 06/01/2002 Rates Fringes CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES PLUMBERS AND PIPEFITTERS 26.13 10.23 WA030001 Modification 0 32 Federal Wage Determinations PLUM0044C 06/01/2002 Rates Fringes ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN (EASTERN PART), PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES PLUMBERS AND PIPEFITTERS 26.16 9.89 PLUM0082A 08/01/2002 Rates Fringes CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES PLUMBERS AND PIPEFITTERS 29.60 11.62 ---------------------------------------------------------------- PLUMO265C 08/01/2002 Rates Fringes ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES PLUMBERS AND PIPEFITTERS 29.00 11.62 PLUMO290K 10/01/2002 Rates Fringes CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) PLUMBERS AND PIPEFITTERS 31.73 12.93 PLUM0598E 06/01/2002 Rates Fringes ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF CLARKSTON), BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY (WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN (EASTERN), WALLA WALLA AND YAKIMA COUNTIES PLUMBERS 29.85 12.59 WA030001 Modification 0 33 Federal Wage Determinations PLUM0631A 08/01/2002 Rates Fringes MASON (NE SECTION), AND KITSAP COUNTIES PLUMBERS /PIPEFITTERS: All new construction, additions, and remodeling of commercial building projects such as: cocktail lounges and taverns, professional buildings, medical clinics, retail stores, hotels and motels, restaurants and fast food types, gasoline service stations, and car washes where the plumbing and mechanical cost of the project is less than $100.000 19.20 4.58 All other work where the plumbing and mechanical cost of the project is $100,000 and over 27.84 11.62 TEAM0037C 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES TRUCK DRIVERS ZONE 1: GROUP 1 23.65 8.45 GROUP 2 23.77 8.45 GROUP 3 23.90 8.45 GROUP 4 24.16 8.45 GROUP 5 24.38 8.45 GROUP 6 24.54 8.45 GROUP 7 24.74 8.45 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. WA030001 Modification 0 34 Federal Wage Determinations TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w /load bearing surface; Articulated dump truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete pump truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and /or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup truck; Solo Flat Bed and misc. Body Trucks, 0 -10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom truck /hydra lift or retracting crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks /articulated dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi - trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver - Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum trucks; Water truck /Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia nitrate distributor driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated dump trucks; Selfpropelled street sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic - Welder -Body Repairman; Utility and cleanup truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt burner; Dump Trucks, side, end and bottom cumps, including Semi - Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes articulated dump trucks; Fire guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes articulated dump trucks GROUP 6: Bulk cement spreader w/o auger; Dry prebatch concrete mix trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes articulated dump trucks; Skid truck WA030001 Modification 0 35 Federal Wage Determinations GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes articulated dump trucks; Industrial lift truck (mechanical tailgate) TEAM0174A 06/01/2002 Rates Fringes CL,ALLAM, GRAVE HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES TRUCK DRIVERS; ZONE A: GROUP 1: 25.79 9.68 GROUP 2: 25.21 9.68 GROUP 3: 22.81 9.68 GROUP 4: 18.56 9.68 GROUP 5: 25.55 9.68 ZONE B (25 -45 miles from center of listed cities *): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities *): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four - Wheeled power tractor with trailer and similar top- loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity WA030001 Modification 0 36 Federal Wage Determinations GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four - wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and /or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber - tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self - contained breathing apparatus or a supplied air line. WA030001 Modification 0 37 Federal Wage Determinations TEAM0760C 06/01/2002 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, AND WHITMAN COUNTIES TRUCK DRIVERS (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: (INCLUDES ALL OF YAKIMA COUNTY) GROUP 1 17.73 8.50 GROUP 2 20.00 8.50 GROUP 3 20.50 8.50 GROUP 4 20.83 8.50 GROUP 5 20.94 8.50 GROUP 6 21.11 8.50 GROUP 7 21.64 8.50 GROUP 8 21.97 8.50 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber - tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001 - 16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck WA030001 Modification 0 38 Federal Wage Aetellninations GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self - loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck - Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi - end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DW's & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self- contained breathing apparatus. NOTE: Trucks Pulling Equipment Railers: shall receive $.15 /hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a) (1) (ii)) . WA030001 Modification 0 39 Federal Wage Determinations In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION 'APPEALS PROCESS 1,) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: WA030001 Modification 0 40 Federal Wage Determinations Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION WA030001 Modification 0 41 Federal Wage Determinations State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts • The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. YAKIMA COUNTY • Effective 08 -31 -03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $25.78 IN 5D BOILERMAKERS JOURNEY LEVEL $41.02 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $32.77 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $30.25 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $37.67 1M 5D CARPENTER $29.99 1M 5D CREOSOTED MATERIAL $30.09 1M 5D DRYWALL APPLICATOR $29.99 1M 5D FLOOR FINISHER $30.12 1M 5D FLOOR LAYER $30.12 1M 5D FLOOR SANDER $30.12 1M 5D MILLWRIGHT $38.67 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $37.87 1M 5D SAWFILER $30.12 1M 5D SHINGLER $30.12 1M 5D STATIONARY POWER SAW OPERATOR $30.12 1M 5D STATIONARY WOODWORKING TOOLS $30.12 1M 5D CEMENT MASONS JOURNEY LEVEL $29.36 1N 5D DIVERS & TENDERS DIVER $79.57 1M 5D 8A DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $37.22 1B 5D 8L ASSISTANT MATE (DECKHAND) $36.78 1B 5D 8L BOATMEN $37.22 1B 5D 8L ENGINEER WELDER $37.27 1B 5D 8L LEVERMAN, HYDRAULIC $38.66 1B 5D 8L MAINTENANCE $36.78 1B 5D 8L MATES $37.22 1B 5D 8L OILER $36.88 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $27.03 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL $41.11 1J 5A ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $47.12 4A 5A CERTIFIED LINE WELDER $42.90 4A 5A GROUNDPERSON $30.59 4A 5A HEAD GROUNDPERSON $32.34 4A 5A HEAVY LINE EQUIPMENT OPERATOR $42.90 4A 5A JACKHAMMER OPERATOR $32.34 4A 5A JOURNEY LEVEL LINEPERSON $42.90 4A 5A LINE EQUIPMENT OPERATOR $36.21 4A 5A POLE SPRAYER $42.90 4A 5A POWDERPERSON $32.34 4A 5A Page 1 - YAKIMA COUNTY Effective 08 -31 -03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $46.46 4A 6Q MECHANIC IN CHARGE $51.14 4A 6Q LABORER $7.01 1 PRODUCTION WORKER $7.15 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $24.06 IN 5D GLAZIERS JOURNEY LEVEL $19.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $26.26 1N 5D INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $39.92 1B 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $7.38 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $7.63 1 LATHERS JOURNEY LEVEL $29.99 1M 5D PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $39.33 1R 5A PLUMBERS & PIPEFITTERS JOURNEY LEVEL $44.58 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $36.19 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $38 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $39.19 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $39.70 IT 5D 8L BACKHOES, (75 HP & UNDER) $38.36 IT 5D 8L BACKHOES, (OVER 75 HP) $38.73 1T 5D 8L BARRIER MACHINE (ZIPPER) $38.73 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $38.73 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $38.36 1T 5D 8L • BOBCAT $36.19 1T 5D 8L BROOMS $36.19 IT 5D 8L BUMP CUTTER $38.73 1T 5D 8L CABLEWAYS $39.19 1T 5D 8L CHIPPER $38.73 1T 5D 8L COMPRESSORS $36.19 1T 5D 8L CONCRETE FINISH MACHINE - LASER SCREED $36.19 1T 5D 8L CONCRETE PUMPS $38.36 1T 5D 8L lAJINUKt I t UMP - T RUt.K NIOUN I W II H 17UUM HI l AI.HMEN I $38.73 3 1 T 513 8L CONVEYORS $38.36 1T 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $38.36 IT 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $38.73 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $39.19 IT 5D 8L JIB WITH ATACHMENTS) Page 2 YAKIMA COUNTY Effective 08 -31 -03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $39.70 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $40.21 1T 5D 8L WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $36.19 1T 5D 8L CRANES, A- FRAME, OVER 10 TON $38.36 1T 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $40.73 1T 5D 8L ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $38.73 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $39.19 1T 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $39.70 1T 5D 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $39.70 1T 5D 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $40.21 1T 5D 8L CRUSHERS $38.73 IT 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $38.73 1T 5D 8L DERRICK, BUILDING $39.19 IT 5D 8L DOZERS, D -9 & UNDER $38.36 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $38.36 1T 5D 8L DRILLING MACHINE $38.73 1T 5D 8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $36.19 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $38.36 1T 5D 8L FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $38.73 1T 5D 8L. FORK LIFTS, (3000 LBS AND OVER) $38.36 1T 5D 8L FORK LIFTS, (UNDER 3000 LBS) $36.19 IT 5D 8L GRADE ENGINEER $38.36 1T 5D 8L GRADECHECKER AND STAKEMAN $36.19 1T 5D 8L GUARDRAIL PUNCH $38.73 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $38.36 1T 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $38.36 1T 5D 8L HORIZONTALJDIRECTIONAL DRILL OPERATOR $38.73 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $36.19 1T 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $38.36 IT 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $39.19 1T 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $39.70 1T 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $38.73 1T 5D 8L LOCOMOTIVES, ALL $38.73 IT 5D 8L MECHANICS, ALL $39.19 1T 5D 8L MIXERS, ASPHALT PLANT $38.73 1T 5D 8L . MOTOR PATROL GRADER (FINISHING) $38.73 1T 5D 8L MOTOR PATROL GRADER (NON- FINISHING) $38.36 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $39.19 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $36.19 1T 5D 8L OPERATOR PAVEMENT BREAKER $36.19 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $38.73 1T 5D 8L PLANT OILER (ASPHALT, CRUSHER) $38.36 1T 5D 8L POSTHOLE DIGGER, MECHANICAL $36.19 IT 5D 8L POWER PLANT $36.19 1T 5D 8L PUMPS, WATER $36.19 1T 5D 8L QUAD 9, D -10, AND HD-41 $39.19 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $39.19 1T 5D 8L EQUIP RIGGER AND BELLMAN $36.19 1T 5D 8L ROLLAGON $39.19 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $36.19 1T 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $38.36 1T 5D 8L ROTO -MILL, ROTO - GRINDER $38.73 1T 5D 8L SAWS, CONCRETE $38.36 1T 5D 8L Page 3 YAKIMA COUNTY Effective 08 -31 -03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $38.73 1T 5D 8L OFF -ROAD EQUIPMENT ( UNDER 45 YD) • SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $39.19 1T 5D 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $38.36 1T 5D 8L SCREED MAN $38.73 1T 5D 8L SHOTCRETE GUNITE $36.19 1T 5D 8L SLIPFORM PAVERS $39.19 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $38.73 1T 5D 8L SUBGRADE TRIMMER $38.73 1T 5D 8L TOWER BUCKET ELEVATORS $38.36 1T 5D 8L TRACTORS, (75 HP & UNIDFR ) $38.36 1T 5D 8L TRACTORS, (OVER 75 HP) $38.73 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $38.73 1T 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $39.19 1T 5D 8L TRENCHING MACHINES $38.36 1T 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $38.36 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $38.73 IT 5D 8L TRUCK MOUNT PORTABLE CONVEYER $38.73 1T 5D 8L WHEEL TRACTORS, FARMALL TYPE $36.19 IT 5D 8L YO YO PAY DOZER $38.73 1T 5D 8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $31.05 4A 5A SPRAY PERSON $29.39 4A 5A TREE EQUIPMENT OPERATOR $29.79 4A 5A TREE TRIMMER $27.60 4A 5A TREE TRIMMER GROUNDPERSON $20.28 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $44.58 10 5A ROOFERS JOURNEY LEVEL $27.03 1J 51 USING IRRITABLE BITUMINOUS MATERIALS $30.03 1J 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $36.29 1B 5A SOFT FLOOR LAYERS JOURNEY LEVEL $21.76 1N 5A SOLAR CONTROLS FOR WINDOWS ' JOURNEY LEVEL $7.01 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $34.90 1R 51 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $25.42 2B 5A HOLE DIGGER/GROUND PERSON $13.51 2B 5A INSTALLER (REPAIRER) $24.31 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $23.53 2B 5A SPECIAL APPARATUS INSTALLER I $25.42 2B 5A SPECIAL APPARATUS INSTALLER II $24.87 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $25.42 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $23.53 2B 5A TELEVISION GROUND PERSON $12.73 2B 5A TELEVISION LINEPERSON /INSTALLER $17.47 2B 5A TELEVISION SYSTEM TECHNICIAN $21.10 2B 5A TELEVISION TECHNICIAN $18.82 2B 5A Page 4 YAKIMA COUNTY Effective 08 -31 -03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TREE TRIMMER $23.53 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $25.66 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $21.86 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $30.40 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $27.09 2G 61 DUMP TRUCK & TRAILER $27.09 2G 61 OTHER TRUCKS $27.09 2G 61 TRANSIT MIXER $27.09 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.15 1 OILER $9.20 1 WELL DRILLER $17.68 1 Page 5 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. $$1$$ Supplemental To Wage Rates $$2$$ Pagel WSDOT's Predetermined List for Suppliers - Manufacturers - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DE YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 X for bridges. For use with Catch Basin type 2. The casting to meet AASHTO -M -105, class 30 gray iron casting. See Std. Plan B-lf, B -23a, B -23b, B-23c, and B -23d. 2. Frame & Grate - frame and Grate for Catch Basin type X 1, 1 L, 1 P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70 -36 steel, class 30 gray cast iron or grade 80 -55 -06 ductile iron. The cast grate may be grade 70 -36 steel or grade 80 -55 -06 ductile iron. See Std. Plan B -2, B -2a, and B -2b. 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B -4h. Frames & Grates to be galvanized. 4. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes larger than 60 inch $$1$$ Supplemental To Wage Rates $$2$$ Page 2 YES NO 6. Corrugated Steel Pipe - Steel lock seam corrugated X pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam X corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for X mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail X conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). 10. Major Structural Steel Fabrication - Fabrication of X major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication - Fabrication of X minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing X conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). $$1$$ Supplemental To Wage Rates $$2$$ Page 3 YES NO 13. Concrete Piling -- Precast - Prestressed concrete piling for X use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6- 05.3(3) of the Std. Spec. 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and /or cones. See Std. Plans. 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 11_, 1P, 2, 3, and 4, X including risers, frames maybe cast into riser. See Std. Plans. 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B -4f and B-4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B -4g and B -4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 21. Precast Concrete Utility Vaults - Precast Concrete X utility vaults of various sizes. Used for in grou.nd 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. $$1$$ Supplemental To Wage Rates $$2$$ Page 4 YES NO 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for X use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels - Reinforced X Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - X tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed X Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. $$1$$ Supplemental To Wage Rates $$2$$ Page 5 YES NO 29. Prestressed Concrete Girder Series 4 -14 - X Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam X Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 31. Prestressed Precast Hollow -Core Slab - Precast X Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed X Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(26)A. 33. Monument Case and Cover - To meet AASHTO -M -105 class X 30 gray iron casting. See Std. Plan H -7. 34. Cantilever Sign Structure - Cantilever Sign Structure X fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans G -3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge X fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. $$1$$ Supplemental To Wage Rates $$2$$ Page 6 YES NO 36. Steel Sign Bridges - Steel Sign Bridges fabricated X from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans G -2, G2a, G -2b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated steel sign posts as detailed X in Std. Plan G -8. Shop drawings for approval are to be provided prior to fabrication. 38. Light Standard- Prestressed - Spun, prestressed, hollow, X concrete poles. 39. Light Standards - Lighting Standards for use X on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J -1, J -1 a, and J -1 b. See Special Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway and /or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J -1, J -7a, J -7c, and J -8. See Special Provisions for pre- approved drawings. 41. Traffic Curb, Type A or C Precast - Type A or C X Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. $$1$$ Supplemental To Wage Rates $$2$$ Page 7 YES NO 42. Traffic Signs - Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: "' Fabrication inspection required. Only signs tagged "Fabrication Approved" by \AfsnOT sign Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates /Concrete mixes Covered by WAC 296- 127 -018 46. Asphalt Covered by WAC 296 -127 -018 47: Fiber fabrics X 48. Electrical wiring /components X 49. treated or untreated timber piles X 50. Girder pads (elastomeric bearing) X $$1$$ Supplemental To Wage Rates $$2$$ Page 8 YES NO 51. Standard Dimension lumber X 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X $$1$$ Supplemental To Wage Rates $$2$$ Page 9 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08/31/03 METAL FABRICATION (IN SHOP) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I,ItlJJllil.atll711 vv �5� Code �.Ouc Code Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Fitter 12.76 1 Welder 12.76 1 Machine Operator 12.66 1 Painter 1n.90 1 Laborer 8.13 1 Counties Covered: Benton Welder 16.70 1 Machine Operator 10.53 1 Painter 9.76 1 Laborer 7.06 1 Counties Covered: Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9.71 1 Painter 9.93 1 Laborer 8.77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Juan and Skagit Fitter 15.16 1 Welder 15.16 1 Machine Operator 10.66 1 Painter 11.41 1 Laborer 11.13 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 10 METAL FABRICATION (IN SHOP) 08/31/03 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Clark Layerout 24.06 1J 6U Fitter 23.69 1J 6U Welder 23.13 1J 6U Painter 20.51 1J 6U Machine Operator 17.86 1J 6U Laborer 17.21 1J 6U Counties Covered: Snohomish Fitter 15.38 1 Welder 15.38 1 Machine Operator 8.84 1 Painter 9.98 1 Laborer 9.79 1 Counties Covered: Spokane Fitter 12.59 1 Welder 10.80 1 Machine Operator 13.26 1 Painter 10.27 1 Laborer 7.98 1 Counties Covered: Thurston Layerout 24.49 1R 6T Fitter 22.51 1R 6T Welder 20.51 1R 6T Machine Operator 17.53 1R 6T Laborer 14.56 1R 6T Counties Covered: Whatcom Fitter/Welder 13.81 1 Machine Operator 13.81 1 Laborer 9.00 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 11 METAL FABRICATION (IN SHOP) 08/31/03 Over PREVAILING Time Holiday Note • Classification WAGE Code Code Code Counties Covered: Yakima Fitter 12.00 1 Welder 11.32 1 Machine Operator 11.32 1 Painter 12.00 1 Laborer 10.31 1 C".ntio e- r Cowlitz Fitter 21.99 1B 6V Welder 21.99 1B 6V Machine Operator 21.99 1B 6V Laborer 15.87 1B 6V Counties Covered: Grant Fitter 10.79 1 Welder 10.79 1 Painter 7.45 1 Counties Covered: King Fitter 15.86 1 Welder 15.48 1 Machine Operator 13.04 1 Painter 11.10 1 Laborer 9.78 1 Counties Covered: Kitsap • Fitter 26.96 1 Welder 13.83 1 Machine Operator 13.83 1 Laborer 7.01 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 12 METAL FABRICATION (IN SHOP) 08/31/03 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Klickitat, Skamania and Wahkiakum Fitter/Welder 16.99 1 Machine Operator 17.21 1 Painter 17.03 1 Laborer 10.44 1 Counties Covered: Pierce Fitter 15.25 1 Welder 13.98 1 Machine Operator 13.98 1 Laborer 9.25 1 • $$1$$ Supplemental To Wage Rates $$2$$ Page13 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08/31/03 FABRICATED PRECAST CONCRETE PRODUCTS Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams, Asotin, Benton, Columbia, Douglas, Ferry, Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman All Classifications 9.96 1 r-,-unties Cnvcrod Franklin • All Classifications 11.50 1 Counties Covered: King All Classifications 11.35 2K 6S Counties Covered: Pierce All Classifications 9.28 1 Counties Covered: Chelan, Kittitas, Klickitat and Skamania All Classifications 8.61 1 Counties Covered: Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, Wahkiakum All Classifications 13.50 1 $$1$$ Supplemental To Wage Rates $$2$$ Page14 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 08/31/03 FABRICATED PRECAST CONCRETE PRODUCTS Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Spokane All Classifications 20.23 1 Counties Covered: Yakima Craftsman 8.65 1 Production Worker 7.15 1 Laborer 7.01 1 Counties Covered: Whatcom All Classifications 13.67 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 15 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L &I) dated August 1 8 1992 and June 1 8, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296- 127 -018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. Pff Qcnfcmhcr 1 1 QQ3 minimum nravailinn 1e/%1 c fnr III ,einrI' co vor e d by WAC 296- 127 -018 for the production and /or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. $$1$$ Supplemental To Wage Rates $$2$$ Page 16 ESAC DIVISION - TELEPHONE (206) 586 -6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers - WAC 296- 127 -018 This memo is intended to provide greater clarity regarding the application of WAC 296- 127 -018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. $$1$$ Supplemental To Wage Rates $$2$$ Page 17 `4 STA7p GA O 4 S a. STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296- 127 -018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296- 127 -018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296 -127 -018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504 -4510, or call (360) 902 -5310. Please publish the above Notice in WSR 99 -13. If you have questions or need additional information, please call Selwyn Walters at 902 -4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager $$1$$ Supplemental to Wage Rates $$2$$ 18 BENEFIT CODE KEY - EFFECTIVE 08 -31 -03 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, 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. 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. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. 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 CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 0S -31 -03 -2- 1. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:O0PM SATURDAY TO 6:00AM MONDAY AND ON HOLIDAYS 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 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. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS) 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. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS • AND HOLIDAYS SHAT BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 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. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS 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 IN ADDITION TO THE HOLIDAY PAY. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 4. 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. BENEFIT CODE KEY - EFFECTIVE 08 -31 -03 -3- 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). 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). • E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). 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). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). 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). 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: SEVEN (7) PAID HOLIDAYS. V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). BENEFIT CODE KEY - EFFECTIVE 08 -31 -03 -4- 6. H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS' DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). PAID HOLIDAYS: - �r IDA YS: NEW YEAR'S DAv PRESIDENTS' L TS' DAY MEMORIA DAY, INDEPENDENCE DAY, LABOR 1 . DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (i0). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: • OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D; 50.50. 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. PROPOSAL Proposal Form Item Proposal Bid Sheet • Bid Bond Form Non- Collusion Declaration Non - Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Materially and Responsive Proposal Signature Sheet Prequalification Form Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima 5 th Avenue Roundabout City Project No. 1954 Federal Aid No. STPH- 4606(001) and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 195 196 • ITEM PROPOSAL BID SHEET City of Yakima 5 A venue Roundabout North 5 Avenue and Fruitvale Blvd. City Project No. 1954 PROPOSAL ITEM __ UNIT AMOUNT UNIT ITEM PAYMENT SECTION QTY PRICE DOLLARS NO. e,f (1/1iOLLARS 25 b. Ctc3 rDeD. e7 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS v 1 -07.15 vi0n_(X3 U2)_CZ� 2 MOBILIZATION - 1 LS // 1 -09.7 l 6, e( o' Cz) z/(0, b `.) . G•ci 3 TRAFFIC CONTROL SUPERVISIOR 450 HR 1 -10.5 , 3 50 / ; 5025 4 MAINTENANCE AND PROTECTION OF TRAFFIC (MIN. BID $40,000) 1 LS / 1-10.5 640, (GL, • L90 ..� -o, OCX5 - c1) 5 ROADSIDE CLEANUP 1 FA 2 -01.5 '6i 66(7_ Co ,��",` G)(_: , < 90 6 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS 2 - 02.5 35, e_)6`c1 - CX ) ,3 5 i GYM - c `_) 7 SAW CUT, PER INCH DEPTH 4050 LF 2 -02.5 . 57 , e6,5 5 - 0 8 ROADWAY EXCAVATION INCL. HAUL 2067 CY 2 -03.5 g 66 /6, 36.6c) 9 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 47 TON 4 -04.5 5 g;GGr, _5G 10 CRUSHED SURFACING BASE COURSE 2331 TON 4 -04.5 rba - 95 ,-,36_, 1/3- 5 11 ASPHALT TREATED BASE 380 TON 4 -06.5 3Y. 52e) /e/ /o CJ �Y_ 12 ASPHALT CONC. PAVEMENT CL. `A' WITH PG64 -28 273 TON 5 -04.5 , 66 .4 /`i 5L) 13 CEMENT CONC. PAVEMENT 1367 SY 5 -05.5 'O -G d3 S /la• e)e) 14 COMMERCIAL DRIVEWAY APPROACH 2 EA 5 -05.5 r9=5:/-e) 2 2 96 62 15 RESIDENTIAL DRIVEWAY APPROACH 1 EA 5 -05.5 / 5a).ee) / L=l ,G- ..) 16 MASONRY PAVERS 1210 SY 5 -05.5 5/. -25 4 j /9,2. 50 17 SOLID WALL PVC STORM SEWER PIPE, 12 IN. DIAM. 160 LF 7 -04.5 02 6a°"' 44 ��C 18 PRECAST CONCRETE CATCH BASIN, TYPE 1L 5 EA 7 -05.5 ,:57,15 c d,/, /� �•,ex;) 19 REVERSIBLE FRAME AND HERRINGBONE GRATE FOR TYPE 1L 5 EA 7 -05.5 , .35 / 6S_ c� 20 ADJUST MANHOLE 1 EA 7 -05.5 t ?,✓G. GG 6 SCJ • 21 ADJUST VALVE BOX 1 EA 7 -05.5 / ✓G. GG /.SCI, pCJ • 22 STRUCTURE EXCAVATION CLASS `B' INCL. HAUL 75 CY 7 - 08.5 6- ; GV ',i. e 23 CEMENT CONC. TRAFFIC CURB AND GUTTER 1877 LF 8 -04.5 f ;;25' / j, 4e5, c,2 S 5th & Fruitvale Roundabout, Addendum No. 1 Page 3 ITEM PROPOSAL BID SHEET City of Yakima 5 Avenue Roudabout North 5 Avenue and Fruitvale Blvd. City Project No. 1954 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS 1 -07.15 2 MOBILIZATION 1 LS 1 -09.7 3 TRAFFIC CONTROL SUPERVISIOR 450 HR 1 -10.5 4 MAINTENANCE AND PROTECTION OF TRAFFIC (MIN. BID $40,000) 1 LS 1 -10.5 5 ROADSIDE CLEANUP 1 FA 2 -01.5 6 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS 2 -02.5 • 7 SAW CUT, PER INCH DEPTH 675 LF 2 -02.5 8 ROADWAY EXCAVATION INCL. HAUL 2067 CY 2 -03.5 9 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 47 TON 4 -04.5 10 CRUSHED SURFACING BASE COURSE 2331 TON 4 -04.5 11 ASPHALT TREATED BASE 380 TON 4 -06.5 12 ASPHALT CONC. PAVEMENT CL. 'A' WITH PG64 -28 273 TON 5 -04.5 13 CEMENT CONC. PAVEMENT 1367 SY 5 -05.5 14 COMMERCIAL DRIVEWAY APPROACH 2 EA 5 -05.5 15 RESIDENTIAL DRIVEWAY APPROACH 1 EA 5 -05.5 16 MASONRY PAVERS 1210 SY 5 -05.5 17 SOLID WALL PVC STORM SEWER PIPE, 12 IN. DIAM. 160 LF 7 -04.5 18 PRECAST CONCRETE CATCH BASIN, TYPE 1L 5 EA 7 -05.5 19 REVERSIBLE FRAME AND HERRINGBONE GRATE FOR TYPE 1L 5 EA 7 -05.5 20 ADJUST MANHOLE 1 EA 7 -05.5 21 ADJUST VALVE BOX 1 EA 7 -05.5 22 STRUCTURE EXCAVATION CLASS 'B' INCL. HAUL 75 CY 7 -08.5 23 CEMENT CONC. TRAFFIC CURB AND GUTTER 1877 LF 8 -04.5 197 1 ITEM i PROPOSAL ITEM i QTY 1 UNIT 1 UNIT PRICE 1 AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 24 1 CEMENT CONC. PEDESTRIAN CURB, 6" FACE 73 LF 8 -04.5 25 CEMENT CONC. ROUNDABOUT TRUCK APRON INNER CURB 179 LF 8 -04.5 26 CEMENT CONC. ROUNDABOUT TRUCK APRON OUTER CURB 258 LF 8 -04.5 27 CEMENT CONC. SIDEWALK, 4 -IN DEPTH 4400 SY 8 -14.5 28 SIDEWALK RAMPS 11 EA 8 -14.5 29 CHAIN LINK FENCE, TYPE 6 140 LF 8 -12.5 30 14 -FT DOUBLE CHAIN LINK GATE, TYPE 6 1 EA 8 -12.5 31 END, CORNER, AND PULL POST FOR CHAIN LINK FENCE 2 EA 8 -12.5 32 ILLUMINATION SYSTEM 1 I LS 8 -20.5 33 PAINTED WIDE LINE 530 LF 8 -22.5 34 PAINTED DOUBLE YELLOW CENTER LINE I 485 LF 8 -22.5 35 PAINTED CROSSWALK LINE 368 SF 8 -22.5 36 PAINTED TRAFFIC ARROW 4 EA • • 8 -22.5 • • 37 PAINTED TRAFFIC LETTER 16 EA 8 -22.5 38 REPAIR OR REPLACEMENT 1 FA • 8 -30.5 TOTAL 198 [ __ -- _ 1 PROPOSAL ITEM 1 UNIT ! AMOUNT I ITEM >u�vx PAYMENT SECTION QTY I UNIT 1 NO. , PRICE DOLLARS DOLLARS 24 CEMENT CONC. PEDESTRIAN CURB, 6" FACE 73 LF 8 -04.5 / 3 ,;?.5 96 .2 ; 25 CEMENT CONC. ROUNDABOUT TRUCK APRON INNER CURB 179 LF 8 -04.5 /3,,..d> ,-,i,„), 3 2, 7 26 CEMENT CONC. ROUNDABOUT TRUCK APRON OUTER CURB 258 LF 8 -04.5 /3 ;;j6 c -3 "//f, 5CI 27 CEMENT CONC. SIDEWALK, 4 -IN DEPTH 4400 SY 8 -14.5 , 6c - ) 9 .00 • 28 SIDEWALK RAMPS 11 1 EA • 8 -14.5 29 CHAIN LINK FENCE, TYPE 6 140 LF 8 -12.5 �1::, -, . L %f.) ` �)��e)-Cz°� 30 14 -FT DOUBLE CHAIN LINK GATE, TYPE 6 1 EA . - 8 -12.5 ° Ciz,i,. °- C)e.',% , 31 END, CORNER, AND PULL POST FOR CHAIN LINK FENCE 2 EA 8 -12.5 6 /_.,f) _/r') 1i"). s')C) 32 ILLUMINATION SYSTEM 1 LS - 33 i .LI' TED iYVIDE L INJ.. 530 LF // 8 -22,5 1 I ,. 1 41,, f• 34 PAINTED DOUBLE YELLOW CENTER LINE 1 485 ' T F 8-22.5 .- ). LJ % 7, l. '--) - . 35 PAINTED CROSSWALK LINE 368 SF 8 -22.5 - - (i 5 . - 7' ,_21-' , 36 ' PAINTED TRAFFIC ARROW 4 EA • • 8 -22.5 5 =e-'C(: AC%L -C 37 PAINTED TRAFFIC LETTER 16 EA . 8 -22.5 5 O . C1z) 38 REPAIR OR REPLACEMENT 1 FA $5,000 �� L)e2) 04 8 -30.5 TOTAL /16� // . • , • 5th R Fru;tva!e Roundabout, Addendum No. 1 Page 4 BID BOND FORM Herewith find depos in the form of a certified Check, cashiers check, cash, or bid bond in the amount of $ amount is not Tess than five percent of the total bid. Sign Here_ BID BOND KNOW ALL MEN BY THESE PRESENTS: Superior Paving Co. as principal, and ihat Su e ravel ' erg o `dAmgli a dnd Surely Uump=rr s Surety, are held d firml bound unto the City of Yakima, as Obligee, in the penal sum of Five Percent 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 p di ion f thi ' o bligati n i su • lat , • li e r shafl age award to Princpal for en - ► . 0 1 rui va e u a 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 16th DAY OF October , 20 03 Superior aving o. By . mac -Bill g tt Print'p, Vice- President Travelers Cal t . to Suret Company of America • P:uleiq ttorne`- in -h'a: Surety ,20 Received return of deposit in the sum of $ 199 • • TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Anne E. Strieby, James B. Binder, Paula M. McCoy, Carrie Ester, of Seattle, Washington, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (11 Standard) IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 2nd day of August, 2003. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA }SS. Hartford TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD ' �,;� y�- c ASii,� t747Yn j / �pC. 4� 4 ✓�r� , s ply, � W NARTFORD� � i 1 *O B ; By - CQNN. $ � , ` +s 4./...,* George W. Thompson vas 61 , 1.N " Senior Vice President On this 2nd day of August, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he/she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. Q/v�t.J� c. Ulx.�.�► (Z * _ 4 My commission expires June 30, 2006 Notary Public ` Marie C. Tetreault CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 1(9 �` ® day of p�qY Atva ASb COiNN. t . i i I f 7 4 71 - ;;:t . ilit- --, � �8 ! 6 Kori M. Johanson . �1 t.% y * '�� Assistant Secretary, Bond 'l�ravelers w IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act "). The Act establishes a short-term program under which the Federal Govemment will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for . certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible: Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ which amount is not Tess than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, , as principal, and , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of 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 , 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 DAY OF , 20 Principal Surety , 20 Received return of deposit in the sum of $ 199 200 NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: I - 800 -424 -9071 The U.S. Department of Transportation (USOOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 201 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. - *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or 203 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." 204 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non - responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name l Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers 205 Subcontractor Name Item Numbers Sid Items to be performed by the Prime Contractor: Prime Contractor Name x,11 ) / //. ' Item Numbers fj j . � �� % � / /l /3 „:2/ :.>Z A 3s' 206 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. 207 RESOLUTION NO. D" 418 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. • ADOPTED BY THE CITY COUNCIL this of fc- ,.e-- , 1983. C.Nlyvvv, \q C Mayor ATTEST: City Clerk 209 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. 211 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. L TL.. a a.... L...II 1... 'F.. effort f present m inority em to 11. 1 tie 1.olllracLuI shall make specific envl is .o encourage present vn. employees recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that • the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 212 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: certifies that: (: IbER) 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: if 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) • 213 214 SUBCONTRACTORS CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Bid Condition, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) 215 216 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification wilt render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non- compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each 217 contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the • contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of th Rid Conditions b instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in • writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to • the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 218 PROPOSAL CITY OF YAKIMA 5 AVENUE ROUNDABOUT North 5 Avenue and Fruitvale Blvd. City Project No. 1954 The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH ❑ IN THE AMOUNT OF CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND ``4 IN THE AMOUNT OF 5% OF THE BID " Receipt is hereby acknowledged of addendum(s) No.(s) / & �O �5 550t SIGNATURE OF AUTHORIZED OFFICIAL(s) 5 /1`1)1mett FIRM NAME'� ' e � / a -Le G e' - (ADRESS) / /� &s 2/1) e/p9z',7 ONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE N MBERG�� /`' ° 7 FEDERAL ID No. 1, I / 1 i [ ' I ' 1 1 1 Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1 -02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 219 1 of 4 PREQUALIFICATION FORM - 3/02 Date: To: City of Yakima, Engineering Division 129 No. 2nd Street Yakima, WA 98901 • Attn: Mr. K. Wendell Adams, P.E., City Engineer Re: 5 Avenue Roundabout City of Yakima Project No. 1954 Federal Aid No. STPH- 4606(001) Note: This form must be filled in, signed by the bidder and returned with the Proposal at the date and time noted in the advertisement for the bid to be considered. CONTRACTOR PREQUALIFICATION INFORMATION The following statement of experience, personnel, equipment, and general qualifications of the Bidder are submitted as a part of the Proposal and the Bidder represents and guarantees the truthfulness and accuracy thereof: (If additional space is required, attach additional importation to this Certification) • Our organization has been in business continuously from /c 4,Q. // • Our organization has had experience in construction comparable to that required under the proposed contract as a prime contractor for 15 years, or as a subcontractor for /S" years. • Name of contact person: c 6 j /( _ / � e - -2 , 7 1 `�,114�Z • Telephone Number: C't" z7e1' —6 2 3 Cell: � 9 221 2 of 4 PREQUALIFICATION FORM m 3/02 The following is a list of the projects our organization has completed in the last three (3) years which are similar in character and magnitude to that required in the proposed contract (or attach a separate job listing showing the same details) } Project %3`> > <_ " } ;: t .:4._r o ti.,. � ,� >�.$ e'' Date Completed ' ( � j .., Name J_J L -r / c Nai i is & address of owner � .. / Contact ( -- ;,t. c � �_ '_� - >, f' Phone // U Engineer r ef„ s ? t_.: r �- - t �a Phone "'ex?) i f e Contract Amount a 2'6< r ` 6 Pipe size . Project 2 Date Completed r ,/,(? / Name & address of owner j!�=- �_!<� / / d ;21 Contact ;., ✓(c ,:f__. Phone ,52) Engineer . / ' �.� ip�. �f f/r Phone _ 4)`' s� � °v t �._!i sa%.` -5'> _. Contract Amount ` ° // t 3'? 6 V. Pipe size GS - J < rf Project eS t�lv l S / ! y'/� Jr t- r _. 4'e' 1 CG.!✓ �,L.!c'�{ Date Completed ' ' f �'. ' Name & address of owner Contact r ,. <� C_6 -. _�' <t c t Phone lQ�> ; ?w� _ ✓ / ' Engineer l ,! -�, Sri s Phone sa% Contract Amount ' : $ s '- Y? Pipe size ; 69(2 222 3 of 4 PREQUALIFICATION FORM - 3/02 The following is a listing of all projects we have undertaken in the last five years, which have resulted in partial or final settlements of the contract by arbitration or litigation: Project Date Completed Name & address of owner Original Contact Amount Total Claims Arbitrated or Litigated Amounts of Settlements of Claims Project Date Completed Name & address of owner Original Contact Amount Total Claims Arbitrated or Litigated Amounts of Settlements of Claims Project Date Completed Name & address of owner Original Contact Amount Total Claims Arbitrated or Litigated Amounts of Settlements of Claims 223 4 of 4 PREQUALIFICATION FORM - 3/02 AFFIDAVIT Affidavit for Individual State of ) County of )ss. dba 1 , , being duly sworn depose and say that the foregoing statements and answers to the questions are correct and true as of the date of this affidavit. (Applicant sign here) • Subscribed and sworn to before me this day of , 19 . NOTARY PUBLIC - My commission expires Affidavit for Co- Partnership State of ) County of )ss. dba I, , being duly sworn depose and say that I am a partner in the firm of ; that the foregoing statements and answers to the questions are correct and true as of the date of this affidavit. (Member of firm sign here) Subscribed and sworn to before me this day of , 19 . NOTARY PUBLIC My commission expires Affidavit for Corporation State of r y 624-.1 -72� - ryrz-J ) County of / -/ :.�._ ,e� )ss. dba � V I, , / / /`r i » «1 i' - being duly sworn depose and say that I am a 14rr - »te li/r'��; of the \S' /,,‘"f,ecy7xi, /- i - kvi/f e°0 Corporation described in and which executed the foregoing statement; that the foregoing statements and answers to the questions are correct and true as of the date of this affidavit. , (Member of firm sign here) • . F Subscribed and sworn to before me this 02-(> - day of (if . '- :.4..,/ , 99� - Q 2 e= STATE OF WASHINGTON ✓ J"P. 7- e- -"2.'ptJ Oe e LILLIAN 1 ,'"; ;i': NOT PUBLIC My commission expires [ 6eejC. e 15 - 063 °`' AUGUST 15 2004 224 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. /B. PROPOSAL SIGNATURE SHEET To be filled in and signed by the bidder. C. BOND ACCOMPANYING BID This bid form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. D. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information at Bid Opening WILL NOT render the bid non - responsive. v / F. PREQUALIFICATION FORM The prequalification form must be filled in and signed by the bidder. Failure to do so will render the bid non - responsive. G. AFFIRMATIVE ACTION PLAN It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. 225 PLANS & DETAILS Construction Details Construction Plans • 0 TI D D R . R/W 50' (MIN) 50' (MIN) 7' (MIN) 35.5' (MIN) 35.5' (MIN) 7' (MIN) 12' (MIN) CBD 12' (MIN) CBD 70 GRADE EQUAL TO TOP OF CURB m Immo I > ,,,,,,,,,,,,,,,,,,,,, „ ,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,,, • .................................. ............................... ..... ........ .. —�- f 6" (MIN) 6" (MIN) COMPACTED SUB GRADE 'fl 2" CLASS "A" ACP (COMPACTED DEPTH) Z 4" ATB (COMPACTED DEPTH) n 6" ATB (COMPACTED DEPTH) OR 12" CSBC (COMPACTED DEPTH) r R5 PRINCIPAL ARTERIAL - ROADWAY SECTION NTS City of Yakima — Engineering Division rn 70 D r 0 r*�1 0 F.- 70 v CJ1 v • EXISTING PAVEMENT - DEPTH VARIES ASPHALT CONCRETE PATCH UMITS 1' -0" EXCAVATION UNE 1' -0" 1' -0" (MIN) Q I �1Y ALTERNATE BACK SLOPE AT CONTRACTORS - OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA • ACP CLASS "A' 0 1.5 TIMES DEPTH OF EXISTING ASPHALT. 3" MINIMUM COMPACTED DEPTH. 2 EQUAL LIFTS 6" CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACED EXISTING SURFACE - DEPTH VARIES GRAVEL SURFACE PATCH LIMITS 1' -0" EXCAVATION UNE 1' -O" 1' - 0" (MIN) — q y�yyyynyyn - OPTION AND AT NO ADDITIONAL COST THE CITY OF YAKIMA 2" CSTC (COMPACTED DEPTH) GRAVEL SURFACED UNSURFACED AREAS PATCH EXISTING GROUND UMITS 1' -0" EXCAVATION LINE 1' -0" 1' -0" (MIN) Q yr ++++++++++++ + + + + + + + + + + y � + + + +4++++ + + + + ++++++ + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + y/ 'r / 'Yrr ALTERNATE SLOPE AT /� OPTION A ND BACK NO ADDITIONAL COST THE CITY OF YAKIMA _ 12" MINIMUM (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTE 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. R24 SURFACE REPAIR DETAIL NTS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I SURFACE REPAIR DETAIL I R24 " SAWED GROOVE SAWED GROOVE DRILL AND GROUT WHEN WIDTH 3/18" MIN., 5/18" MAX. WIDTH 3/18" MIN., 5/18' MAX. WIDENING EXISTING DEPTH 1" MIN. DEPTH 1" MIN. ' PAVEMENT WITH PCCP SEE STD. SPEC. 5- 05,3(8)C SEE STD. SPEC. 5- 05.3(8)0 EXISTING PCCP PCCP _ _ FINISH OUTER EDGE OF PCCP 1 D/2 D!2 SHOULDER WITH 1/2" R. EDGER D - - - —+- D - — j ! .E PCCP SHOULDER IF REQUIRED I•, 18" / - 9" S r$ 110,. TI EE SECTIONS) N J OINTS TION TIE N 3 ON 38" CENTERS / ON DOWEL 1/2" DIAM. • 18' CENTERS A PCCP TO PCCP TRANSVERSE CONSTRUCTION JOINT LONGITUDINAL CONSTRUCTION JOINT SECTION VIEW '1'1 ON 38 C R ENTERS. N 32" SECTION VIEW 5 § TYPICAL ALL LANES IIIflhIIIIIHhII SAWED GROOVE SAWED GROOVE , DOWEL BARS, 1 1/2" DIAM. • 18" WIDTH 3/18" MIN., 5/18" MAX. WIDTH 3/18" MIN., 5/16" MAX. w x �' • 1 2 ' C ENTERS . SEE STD. SPEC. 5- 05.3(8)13 SEE STD. SPEC. 5 OF BAR -05. (8)B S SPEC. NOTED IN THE PLANS UNLESS 1 f D /4' �_ w Dl3 • D/2 D/2 15' TYP. • TRANSVERSE CONTRACTION D - -- - - - - - - - - - - - �- D - OR CONSTRUCTION JOINTS • (SEE SECTIONS) • CEMENT CONCRETE PAVEMENT JOINTS PLAN VIEW TIE BAR, 15 BARN 32" ON 38" CENTERS ` DOWEL BAR, 1 1/2' DIAM. N 18' ON 12" CENTERS LONGITUDINAL CONTRACTION JOINT TRANSVERSE CONTRACTION JOINT • SECTION VIEW SECTION VIEW • r Zy 7. DJt PT . WID H 3l 8" M 5/18" MAX. 4 pA 4 0 � O4. DEPTH 1" MIN. 'I L SEE STD. SPEC. 5- 04.3(11) EXISTING PCCP ACP '�. 1 ; O ' 4, 2<OS Q O 47' or srs, L Y • ONAL T • ( EXPIRES JULY 27. 2003 i PCCP TO ACP CEMENT CONCRETE LONGITUDINAL JOINT SECTION VIEW PAVEMENT JOINTS STANDARD PLAN A -1 ' APPROVED FOR PUBUCATION ,moo.«,MMAIV .MMO �" . +4. , :o " " ° � ""'"° """'° "" "" "°' " OMNO Harold J. Paterfeso 05-13-02 OELETEO PLAIN JOUST LAYOUT PLAN; RATE DUNN BNN✓Qel WE OI IPOp2 DELETED GRO VE CONSTR SCCOIO CTION JOINT ; NAS ink PEYI SED CONSTRUCTION JOINT OEP1N5 T W SW, of T;°Nywlallen DATE REVISION EY A MEDIAN ccc, ROADWAY — . —. —. —_ .— .— .— .— .— .— .— .— .-- -. —. —. MEDIAN • - -- SEE 'DOWEL BAR PLACEMENT DETAIL w ■ PLAN VIEW " w (SHEET 3) EXISTING CEMENT p Z E CONCRETE PAVEMENT 2 z w Ill r— EXISTING CEMENT 7 7 S DOWEL BAR (1 CONCRETE PAVEMENT — a Z L s O — I PLAN VIEW PLAN VIEW DIVIDED HIGHWAY DIVIDED HIGHWAY (ONE WAY TRAFFIC) (ONE WAY TRAFFIC) DOWEL BAR RETROFIT DOWEL BAR RETROFIT FOR TWO LANES FOR ONE LANE r-0^ r o" 1 0" r-0^ 1 -0^ r o^ 2'-0" r -0^ r -0^ r-0' 1 -0^ 1 0" z-0" 1.-o" r 1-0 1 -0^ 1 o^ � J. D9 y� 31 711, 1/41 4 , • • • • • • I • • • • • • I • • • • • yam! 4•11 �y INSIDE LANE OUTSIDE LANE INSIDE LANE OUTSIDE LANE q f SECTION OA SECTION O � �8 , ) s TERQ ' � G t�� S %AL 1r I EXPIRES JULY 27, 2003 DOWEL BAR RETROFIT FOR CEMENT CONCRETE PAVEMENT STANDARD PLAN A -5 SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION Harold J. Peterfeso 02 -24-03 RATE DERR VCRWE1 DATE 1716 COVAIWI. ,,......,.. ,. a awro,,w- R v71 WOO* ^ S. ap"A^mm• of TIIIMIXIONION IR* AMER SEE "DOWEL BAR O c . PLACEMENT DETAIL PLAN VIEW - • (SHEET 3) — — — — — Z 7 \ \---- EXISTING L k CEMENT CONCRETE w , PAVEMENT r - ROADWAY SKEWED TRANSVERSE J DOWELBAR 'C CONTRACTION JOINT (SEE STD. PLAN A -1) b. (TYP) lk w 7 Z — _ -'-\\\ DOLL 0,,,p.) CONCRETE AVE NT L PLAN VIEW — — SKEWED JOINT DETAIL PLAN VIEW 2' -0" T-0" 1'-0" 1'-0" 1'-0" 1'-0" UNDIVIDED HIGHWAY L • • • • • • (TWO WAY TRAFFIC) DOWEL BAR RETROFIT LANE . FOR EACH LANE SECTION 1 r C� ROADWAY 4 `� 3 . OA y �°� 1 NASy/4, O ti r-0" r-0" r-0" r-0" V-0" 7•-0" 2LO" V-0" V-0" r -0" V -0" 1-0" , �� c A A 24035 .4".., 4‘,,, LANE LANE 4‘ CISTE O G∎ S 'ONAL l� SECTION OC EXPIRES JULY 2T, 2003 DOWEL BAR RETROFIT FOR CEMENT CONCRETE PAVEMENT - STANDARD PLAN A-5 , SHEET 2 OF 3 SHEETS APPROVED FOR PUBUCATION Harold J. Paterfaso 02 -24-03 Nom nmft.vosmorm.e....arem000mmeersurma.ecnnowor.moma m 6..40 MT[ T ;.: m n r ron °° ar * • > V w•++4$.. 14" D.P."...., 0 T,...11..1.1., 11/2" X 18" EPDXY COATED 1 TRANSVERSE DOWEL BAR RETROFIT 1 CONTRACTION EXISTING CEMENT CONCRETE PAVEMENT I JOINT 3/8" FOAM CORE BOARD FILLER 1 1 12" MATERIAL TO MAINTAIN JOINT i 9' I I I CONCRETE I I I DOWEL BAR 1 I I PATCH . © 1 I - I 1 MATERIAL a J / 1/4" I (rP) I CHAIR (TYP) DOWEL BAR EXPANSION CAPS BOTH ENDS (TYP.) AS NEEDED FOR DOWEL BAR PLACEMENT _ _ • PLAN VIEW DOWEL BAR PLACEMENT DETAIL y18' MIN. TO 5N8" MAX. F — 1/8" MIN. - 1/4" MAX. DEPTH OF CONCRETE TOP OF EXISTING CEMENT TOP OF PAVEMENT 3/8" FOAM CORE BOARD PATCH MATERIAL ABOVE EXISTING CONCRETE PAVEMENT AFTER GRINDING DRILL 1 12' DIAM. HOLE SAW CUT AFTER CONCRETE CONCRETE SURFACE f / FOR DOWEL BAR -1 r PATCH MATERIAL HAS SET I I —1D. ° - CUT DEPTH _ ° v CONCRETE PATCH D • • v v — — MATERIAL D • RADIUS VARIES ° ° DEPENDING ON 1 'MIN.--{ -y4" MIN, - D • . • D SAW BLADE DIAM. • . �--T v D ° v • • 2" MIN -- DOWEL BAR ` 1 -. 2" Mt.- D ° v • • • ° • v D 12 " MIN .J v D v ° 8 "MIN D ° p ° D ° ° D ° ° v EXISTING CONCRETE PAVEMENT ° V D ° . ' v D • CAULKING FILLER, TRANSVERSE CONTRACTION • v D ° v ° ° JOINT v v v D v p ° v SECTION OE L BOTTOM OF SLOT IS PARALLEL TO PAVEMENT SURFACE `1 y J. DA I., PO TOP OF EXISTING 1 4" IN. MMAX. AFTER GRINDING T ^1a�'�' *0.0 Op I / dy�N C '/ CEMENT CONCRETE � h 2 12" I /- (NOT INCLUDED IN ��D PAVEMENT T HIS BID ITEM) . 1 L D T . w p / y . y • CONCRETE Irt o ' oF F A F CI S1ZO ��� • 1.- CONCRETE PAVEMENT MAATERIHAL V p � S �ONAL � ~G 7 , ° DOWEL / C < p 7 I EXPIRES JULY 27. 2003 D L • • C HAIR ;% a L DOWEL BAR RETROFIT D :. D FOR CEMENT . P 4.1111M CONCRETE PAVEMENT • a D D D _ • STANDARD PLAN A -5 v D ° • p SHEET 3 OF 3 SHEETS • I v D APPROVED FOR PUBLICATION I O CHAIR TO REST Harold J. Paterfaso 02 -24-03 PARALLEL TO ATE...ax D..ta wTe SECTION F SURFACE ME ` ov n�M!� a .« R R W..I.ngNn S&. D.p.,.-..a T,w,•p•.r1.. CONCRETE APRON 7' MIN. OR TO R/W LINE WIDTH PER YMC 8.64.070 (WHICHEVER IS GREATER) ` SEE PLANS RP 15' (MIN) A �- - - 15 (MIN) R • SEE PLAN SEE PLAN PREFERRED RAMP '•' CONFIGURATION � 1.'.'. ALTERNATE RAMP ,,. : :,• „•• :• CONFIGURATION • CONCRETE VALLEY GUTTER • VALLEY GUTTER RAISED CURBING MAY CONTINUE INTO SITE. SURFACING 6” T ___________ _ r / ' � < e d ••••••••••••••• • // ••••••••••••• TO FLOW LINE —�- 1' MIN. 4" COMPACTED DEPTH CRUSHED SURFACING, TOP COURSE 3' VALLEY GUTTER SECTION A NOTES 1. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE SEPARATED BY 3/8" THICK EXPANSION JOINT MATERIAL. 2. THIS DETAIL INDICATES GENERAL CONFIGURATION REQUIREMENTS FOR COMMERCIAL DRIVEWAY APPROACHES. STYLE AND LOCATION OF HANDICAP RAMPS WILL DEPEND UPON SITE CONDITIONS AND SHALL BE CONSTRUCTED ACCORDING TO THE SPECIFIC PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER. 3. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. R11 COMMERCIAL APPROACH • NTS City of Yakima — Engineering Division APPROVED: 10.5.99 CITY OF YAKIMA - STANDARD DETAIL I COMMERCIAL APPROACH I R11 40 00110k • 1. N 0... ' VI, 1 • • 4'14, 1 • • 470 6 C'S O. c. - --o-- - COLD JOINT , ,..... .., CURB & GUTTER . . ....' 1" CSTC (COMPACTED DEPTH) 6" WSDOT CL 3000 CONCRETE W/ COARSE AGGREGATE GRADING NO. 5 DISTANCE VARIES — SEE PLAN YMC 8.64.070 CONSTRUCTION JOINT CONSTRUCTION JOINT —/ R10 RESIDENTIAL DRIVEWAY APPROACH NTS City of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I RESIDENTIAL DRWY APPROACH I R10 1 1 j i 1 � 1 I � 7.0 "x8.75' COBBLESTONE PAVER IN RUNNING BOND LAYOUT AS PER MUTUAL MATERIALS CO. OR APPROVED EQUIVALENT. COLOR PER SPECIFICATIONS. PLAN VIEW SANDED JOINTS (SWEPT AND EDGE RESTRAINT IN AREAS WITHOUT VIBRATED INTO VOIDS) PERMANENT SUPPORT G Y COMPACTED SUB GRADE 0.3' CSBC (COMPACTED DEPTH) 0.08' SAND BEDDING (COMPACTED DEPTH) SECTION VIEW P1 MASONRY PAVERS NTS City of Yakima — Engineering Division APPROVED: 9.5.03 CITY OF YAKIMA - PROJECT DETAIL' MASONRY PAVERS I P1 SEE DETAIL R24 FOR TRENCH PATCHING >> '/ EXCAVATION LIMIT 18" _ OVER _ 18" ..- o -.Al 24" I.D. r 0 <0 I a 12" UP TO 12" _ Z 24 I.D. m • COMPACTED BACK FILL •mo \• :< °moo c0 moo BEDDING MATERIAL SHALL • MEET THE REQUIREMENTS OF CLASS 'C' PER SECTION °•.• 9 -03.18 UNLESS THE ENGINEER r 4 �o ° DETERMINES THAT CONDITIONS O O ; >, REQUIRE ANOTHER CLASS. :: C r 0.,%., o N °W°° �o UNDISTURBED EARTH NOTES 1. ACTUAL SLOPE OF TRENCH SIDES TO BE DETERMINED BY THE CONTRACTOR TO FIT THE METHOD OF CONSTRUCTION AND ALL SAFETY REQUIREMENTS. 2. MECHANICAL COMPACTION SHALL BE REQUIRED FOR ALL TRENCHES. • W3 TYPICAL TRENCH SECTION NTS City of Yakima — Engineering Division APPROVED: 4 -18 -02 CITY OF YAKIMA - STANDARD DETAIL I TYPICAL TRENCH SECTION I W3 NOTES PIPE ALLOWANCES 1. As an acceptable alternate to rebar, wire mesh having a 44- minimum area of 0.12 square inches per foot may be used. 4 ��• MAXIMUM Wire mesh shall not be laced In knockouts. : ∎ � PIPE MATERIAL INSIDE p • ,� DIAMETER 2. The knockout diameter shall not be greater than 28 ". i�i�N� REINFORCED OR Knockouts shall have a wall thickness of 2" minimum to • \� PLAIN CONCRETE 1B" 2.5" maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe. After the pipe Is ALL METAL PIPE 21" installed, fill the gap with joint mortar in accordance with Std. Spec. 9 -04.3. CPSSP * 18" FRAME AND VANED GRATE (Std. Spec. 9 3. The maximum depth from the finished grade to the pipe SOLID WALL PVC invert shall be 5'. (Std. Spec. 9 21" 4. Frame and grate may be installed with flange down or cast PROFILE WALL PVC 21" into adjustrnent section. (Std. Spec. 9 * CORRUGATED POLYETHYLENE 5. The precast base section may have a rounded floor and STORM SEWER PIPE the walls may be sloped at a rate of 1:24 or steeper. 8. Opening shall be measured at the top of the precast base section. 4#> fig' l .- -'9-P" RECTANGULAR ADJUSTMENT SECTION I , I N I ' 03 BAR EACH CORNER - - - - --� _ f ,G"`� W_� J. H iv /., Y �E 49 S_ r n T r, ` - .p <�5 i .� .45. 03 BAR EACH SIDE -- � - o p i S ea J O • W .. " °NAL p I rs / F v. ®® 'le er I EXPIRES JULY I, 2003 03 BAR EACH WAY — / ® CATCH BASIN TYPE 1L PRECAST BASE SECTION 11111 Two s3 BAR HOOPS — STANDARD PLAN B -1 a REDUCING SECTION MOM Twtie•aaTALL.+I.1W OMITIM MXIIIENT .7,11111.171CMGDMICAM APPROVED FOR PUBLICATION 1.1.000.14.1■11MIrrn.NOII■GW3,10.10.110,01.1ILIK.07004 XI MTG.'. C Clifford E. Mansfield _ 07-31-01 RATE DIMON MOWER DATE T.01 ADOEO PIPE ALLOWANCES TABLE MAS T k .sl,J. p, Slab. D•pp.Nnerll et T,.nyerlalk l DATE REVISION BY -'� JJ \I NOTES I ll % \ _ _ 1. As on acceptable alternate to rebar, ware mesh having o �I 1 minimum area of 0.12 square inches per foot may be used •6 Bars at 7" spacing / for adjustment sections. ■ ham, Ikl >I I l ' \ / 1 tl- 20" x 24 ", �` y r 1 , 12'" (TYP 1 i 24 48" D[A / / _ or 54" DIA Hole 2' ITYP)-ryr ■ _ �, a 12" Eri -. , . 1 "' MW 2'/z" MAX 96" FLAT SLAB TOP 6 '" TYPICAL ORIENTATION FOR ACCESS AND STEPS a , C,--'1\ 1,• •5 Bars at 6" spacing PREF ABRICATEO LADDER 1 ,, I [� h 6" or 12 "' � 12 "" M h 20" x 24 -, '/ � i 24 48" DIA IHI�'. or 54" DIA Hole Q � 2 1TYP) -slr One •3 bar hoop for 6 Two 0 3 bar hoops for 12" STEP 8 " ? -� � MIN RECTANGULAR ADJUSTMENT SECTION 2'/2" Max ' rz" FLAT SLAB TOP 34'" MISCELLANEOUS DETAILS FOR MANHOLES AND � , '4 Bars 07 '6" spacing CATCH BASINS ( I � I I One `3 bar hoop ) •" g 20 "" x 24" or — 24" DIA Hole / I� 1 A x CIRCULAR ADJUSTMENT SECTION _< �I� -2" ITYP) E r_rUMMUMWE'l — v —1 1" MIN r 2/2" MAX ► L 48" MIN 48 ", 54" or 60" B-lz /of/ FLAT SLAB TOP ECCENTRIC CONE SECTION 05 -30 -97 • NOTES 29 1/4" r I 1 1. This frame is designed to accommodate 20" x 24" grates or covers as shown on Standard Plans B-2, B -2b, B -2c and B-2d. 2. When bolt down grates or covers are specified In the Contract, provide two holes in the frame that are vertically aligned with the grate or cover slots. Tap each hole to accept a 5/8" x - 11 NC x 2" alien head cap screw. Location of bolt down holes varies among different manufacturers 3. Refer to Standard Specification 9- 05.15(2) for additional requirements. 5/8" x - 11 NC (TYP., SEE NOTE 2) r 7/8 "1 *-1/8" 3/4" . I it it v N R ALLEN = HEAD CAP SCREW (SEE NOTE 2) 1 5/8" wo gig GRATE OR 4 4 — W SOLID COVER 2 1/2" I DETAIL "A" FRAME . 111 eC "sN �� 1 c 1 fi ., C c BOLT DOWN DETAIL F ./, o f;-: o / 24 1 /4" � �s u , AF C I ST Ev �\ " S IONAL e' / EXPIRES JULY I. A 2003 I // %°°4 RE CATCH BASIN OR OR CONCRETE INLET STANDARD PLAN B-2a 2 Ro, r" ..«>R.w4DOaR,a.."..R.x��.co",�a SHEET 1 OF 1 SHEET M ryM =mo w "�ON � APPROVED FOR PUBLICATION SEE DETAIL ^A^ =°•^ .,.,R�..„R� d,R,.R "''', .�.. R,. ' D..R.m Harold J. Petarfeso 06 -17 -02 05'0.2 OEEE 1(0 GREiE' "0" "LT "" 017*11, Rp RATE MEW MOWER OAIE REVISED (01(5 W OS*, g lyq SpM DppM,wM Of T tw�rl M, DATE RE07570 51 -" • NOTES 1. When bolt down grates are specified in the Contract, provide two slots in the grate that are vertically aligned with the holes in the frame. Location of bolt down slots vanes among different manufacturers. 2. Refer to Standard Specification 8-05.15(2) for additional requirements. • 8 LEVELING PADS 3. For frame details, see Standard Plan B -2a. �2" ■ "x1l8" ' 4. The thickness of the grate shall not exceed 1 O \ii m ' z a 1 S {- 3/4" , 0 1 1/4" to w 'ID N ; \ 1" OPENING (TYP.) . N , ` I \ ` SLOT DETAIL , , / _ _ c)111\ r - ' A: 0Y WAS,v, i l' t o 1_ J I ... 4' ga 6'9 t, / 'O � �,. A %I i O A , e CfsTBR �o .. 6- S/ONAL 0- EXPIRES JULY I. 2003 1 1 SEE SLOT DETAIL & NOTE 1 HERRINGBONE GRATE FOR CATCH BASIN AND INLET STANDARD PLAN B -2d SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION .==''''''''''''..'.'''''''''''''' "°" .. "`°R"`° Harold J. Pet.rfeso 06 -17 -02 �_ RAT! CUM 1910011971 111,1I waihingta, SI.1. Mpwanaa al T,anpwI..IL. . CENTRAL 7 1rr TRUCK GENERAL NOTE ISLAND APRON 5 2"" See Standard Plan F for Curb Expansion and Contraction Joint spacing. 12" R. /- 1" R. S CURB FACE OF CURB Ili' TRUCK 10" 12" ROUNDABOUT RIM TOP OF APRON 4" LANE 12" R 8" y' 12" R CEMENT CONCRETE t' R. MENT C 1' R. ,- SIDEWALK RAM , LAN ROADWAY FACE OF R. SIDEWALK OR VARIES OR DRIVEWAY ENTRANCE b 1 2" R. ) to % ASPHALT CONCRETE ONCRETE FROM -- iV Tn 12" R. TOP OF PASSAGEWAY 8' TO 0 I ROADWAY 1 _ / 6" �a b r �► 1/4" PREMOLDED 1 ROUNDABOUT r 1/4" PREMOLDED JOINT FILLER JOINT FILLER ► DING, \ , Q- LANE OP E ROSS (WHEN ADJACENT TO CEMENT CEMENT CONCRETE 9 /2' f 1' 1p" `l CONCRETE SIDEWALIQ '1 I 1 CEMENT CONCRETE PEDESTRIAN CURB ROUNDABOUT TRUCK APRON ROUNDABOUT TRUCK APRON AT PEDESTRIAN CURB A NSIDEWALK DRVEWAY ENTRANCES LANDINGS, INNER CEMENT CONCRETE CURB OUTER CEMENT CONCRETE CURB AND GUTTER VARIES 12" TO 24" FACE OF CURB VARIES 8 12" 6 1/2" VARIES FROM 8' TO 0, S 10" TO 22' MAINTAIN 1H:8V SLOPE FACE OF CURB FACE OF CURB 1/2" 1' FACE OF CURB ON SIDE OF CURB ?SEE CONTRACT) 5 12 VARIES 1" R MATCH \ 1';\ LEVEL 7 /- 1" 1ROADWAY 12" R. 1" R. MATCH LEVEL - ROADWAY \ f MATCH ROADWAY /J / ROADWAY \ SLOPE TOP OF SLOPE b ° / SLOPE TOP OF L SLOPE TOP OF 12" R TOP OF ROADWAY 12• R ° • . -r / / 12" R � ROADWAY l TO / - 72" R. ROADWAY - ; / 12' R. ROAD WAY a, 6 , -D 11 12' 1112' � 1'-8" 1 FL PAN A TSIDETER 1 1' -8" I � RAMP ENTRANCE """111 DUAL -FACED CEMENT CONCRETE CEMENT CONCRETE DEPRESSED CURB SECTION TRAFFIC CURB AND GUTTER TRAFFIC CURB AND GUTTER AT SIDEWALK RAMPS AND O �, D PEp DRIVEWAY ENTRANCES �� T 1143 /44 9� VARIES 12" TO 24" _ .o : >, VARIES 8 12' 7 1/4 FACE OF CURB /e! v ✓ Q' FACE OF CURB 1" (SEE CONTRACT) 1" FACE OF CURB FACE OF CURB o F F � 4'0'1 1 STEt R0 �' �% 5 12' 1 3�3" 4" /j 1 12" R. J' G 1" R -. � LEVEL /- 1" R. 12" R. 1' R 12" R. // S / ONA L Q '� TOP OF TOP OF I ' TOP OF I b TOP OF EXPIRES MCY 16. 2003 ] b o 1 to ROADWAY 1 b Cl- ° , ROADWAY/ 1 /� RO ADWAY ROADWAY ° y CEMEN CONCRETE 1 ' D CURBS ST PLAN F -1 i l ' D D ° SHEET 1 OF 1 SHEET 1 314" 1 3/4 1... 8 1/4' 1 + / �^ a ��a r r s ^r µ ' F ° " m 'r ^ ' i n 8 1/4" APPROVED FOR PUBLICATION ���111 111 I.P. „��,. °111 `°°HA° b"Y 1°"" ° "4° " "r0"'. 1 Harold J. Peterfeso 12 -17 -02 RAT[ MIMI MIMEO ram DUAL -FACED CEMENT CEMENT CONCRETE MOUNTABLE CEMENT AN. Waring,. s,.,. D.o.n.wr.r T,.mp..,.x.. CONCRETE TRAFFIC CURB TRAFFIC CURB CONCRETE TRAFFIC CURB 8" SLOPE ROUNDING - VARIES (SEE CONTRACT) 7 WHEN SPECIFIED SIDEWALK MAY BE ADJACENT SEE © 8 12' 51 12' ..- VAN CONTRACT TO A WALL (SEE DETAIL) CONTRACTION — FACE OF CURB p- 0" JOINT 8 12' 1' 12' R. 1' R MIN. 8' SIDEWALK SIDEWALK 8 12' ,. 2% 1' R. VARIES - 8' - Cr O' MIN. VARIES - 8' - 0" MIN. 1 j 4" (SEE CONTRACT) (SEE CONTRACT) n l b TOP OF yq�i ROADWAY 10 1/2" R. (TYP.) 12' R. CURB NOT .) ' 4 Q INCLUDED 2% 2% `' D • SS • �L 2 % ` IN BID ITEM o ' i� ' v' /� B 1 y �, / r' r " fir' NOTE: EXTEND SIDEWALK TRANSVERSE f JOINTS TO INCLUDE RAISED EDGE SEE RAISED 1/4" PREMOLDED • •• • 1 EDGE DETAIL JOINT FILLER SEE CURB FACE DETAIL 8" 8 1/2" 1' RAISED EDGE DETAIL T' CEMENT CONCRETE SIDEWALK MONOLITHIC CEMENT CONCRETE NOTE: EXTEND SIDEWALK TRANSVERSE EXPANSION JOINTS TO INCLUDE CURB (FULL DEPTH) WITH RAISED EDGE CURB AND SIDEWALK CURB FACE DETAIL SLOPE ROUNDING - VARIES (SEE CONTRACT) WHEN EN SPECIFIED ` SIDEWALK MAY 8E ADJACENT IN CONTRACT / TO A WALL (SEE DETAIL) WALL OR BARRIER _ SIDEWA O r 6 VARIES - - 0" MIN. (SEE CONTRACT) 5, , O ' BROOMED FINISH SIDEWALK 12' R (TYP) CURB NOT O r INCLUDED 4, SM . . r: 12" 2% 2% IN BID ITEM Q" - 0 5" , TROWMA DEELED PERIMETER 1 5'' r ° 1/4" PREMOLDED • JOINT FILLER b JOINT FlLLER CEMENT CONCRETE SIDEWALK 5 0^ 05' v CEMENT CONCRETE CURB ADJACENT TO CURB (CURB AND GUTTER SHOWN) oe q NOT INCLUDED IN 81D ITEM SIDEWALK ADJACENT 5 ' �^ TO WALL DETAIL \ v / \`/ CONTRACTION JOINT O�0 I. Pep �� / IN SIDEWALK ONLY � Q - � �� 04 MASq� EXPANSIO JOINT IN BOTH O SLOPE ROUNDING - VARIES (SEE CONTRACT) CURB AND SIDEWALK e� ac - WHEN SPECIFIED SIDEWALK MAY BE ADJACENT SAO p � � W IN CONTRACT TO A WALL (SEE DETAIL) ' AF T' 1 T SR \� JOINT AND FINISH Js /ONAL ��G -.- SIDEWALK BUFFER STRIP 111111114 JOINT VARIES- 6- 0"MIN. VARIES- 3'- 0"MIN. (SEE CONTRACT) (SEE CONTRACT) I EXPIRES MAY 16. 2003 1/2" R. (TYP.) CURB NOT ?% Lt 2 % -� IN 81D • 1 1/8" TO 1/4" CONCRETE • • ,✓r �qri✓�\\ary\�, . �ii SIDEWALK ° } ° . ° STANDARD PLAN F-3 all R O. D H SHEET 1 OF 1 SHEET CEMENT CONCRETE SIDEWALK ° APPROVED FOR PUBUCARON ADJACENT TO BUFFER STRIP PREMOLDED Harold J. Peterfeso 01 -13-03 NOM n.w.w•.vr.uw .e...onw.wre JOINT FILLER arAie oemN 010•11f01 MTE Mr.ri0MOM' 1. nM MINIM aowr PORMI°"'°"""`° °"°" " `°" MIIMIT"'•° 0 EXPANSION JOINT © CONTRACTION JOINT T Woih �n+ a ln°'°" sate D... Transpo ellen • • ' DETECTABLE WARNING f` RADIUS EWALK POINT OF Al 1 8 ► SID RA AND SIDEWALK PATTERN (SEE DETAIL) ```/� (TYPJ BACK EDGE OF APPROA IS PARALLEL (TYP.) 3/8' EXPANSION JOINT (TYP.) 411 � (SEE STD. PIAN F-3) ��� ! r 1 `/ - — (1' Of '''' 0 . b , ' . [ I 101 / \' '; d � SEE RAMP DETAIL — � 1 � ,Itl ' /1 .. P SEE RAMP DETAIL 6 CROSSWALK (TYP.) I ) I (TYP.) SEE RAMP DETAIL (SEE STD. PLAN H i / H-54) Cm.) , 1 f SIDEWALK RAMP TYPE 113 SIDEWALK RAMP TYPE 1C SIDEWALK RAMP TYPE 1D SIDEWALK RAMP TYPE 1A PLAN PLAN PLAN PLAN NOTES ��jj�� 1. Avoid placing drainage structures, junction boxes or other obstructions In A 4' - 0' MIN. B' - 0" MIN. front of ramp access areas. LANDING RAMP 7 - 0' to 2. Detectable waming patterns may be created by any method that will • 3/8" EXPANSION J' TOP OF achieve the truncated dome dimensions and spacing shown. JOINT (TYP.) 2 ' ~ 'a f ROADWAY y - (SEE STD. PLAN F O// , � m �ess 3. Curb and gutter shown, see the Contract Plans for the curb design *• 0"�''\\ CEMENT CONCRETE I Specified. See Std. Plan F -1 for curb details. �� \� SIDEWALK DEPRESSED 4. The plan views for SIDEWALK RAMP TYPES 18, 1C & 1D are provided e �\ DETECTABLE WARNING DETECTABLE WARNING CURB b GUTTER to define each ramp type. See the RAMP DETAIL on this sheet See P ATTERN (SEE DETAIL) Std. plan F far sidewalk joint pl acement and details. PATTERN (SEE DETAIL) (SEE NOTE 3) • SECTION OA 5. Ramp slopes shall not be steeper than 12H:1 V. , 4 a s - �p 7.PgT /B p S - O'MIN. <k...."' pp NASy� �� 2' - 0' DETECTABLE WARNING PATTERN AREA �� y Ar�'�' yc 1 c t:O • - SHALL BE YELLOW, IN COMPLIANCE /ROSSWALK WITH STD. SPEC. 8- 14.3(3) (SEE STD. PLAN 14-54) A �,ri 29G + TOP OF ROADWAY f B RAMP ��� °,�'f : ° P m RAMP DETAIL ~� CEMENT CONCRETE oA F .Fe CI & ♦� FOR SIDEWALK RAMP SIDEWALK CEMENT CONCRETE TYPES 1B, 1C, 1D - . - S I © & GUTTER i 'rSiONAL 1 AI- I } B SECTION OB (SEE NOTE 3) 4IrP / I EXPIRES MAY 16. 2003 MIN. MAX. �A 15/8" 23/8" PLAN 10- 0"MIN. ""' SIDEWALK RAMP _/-_ TYPES 1A, 1B, 1C & 1 D C 7/1 13/4- 5 P T OF / ISOMETRIC VIEW STANDARD PLAN F -3a ,. D 7/8' 1 7/18" / I .-. 2% Y ROADWAY SHEET 1 OF 1 SHEET 4 �~ "r APPROVED FOR PUBLICATION ' -- j ELEVATION CEMENT CONCRETE SIDEWALK CEMENT CONCRETE Harold J. Peterfeso 01 -29-03 TRUNCATED DOMES (SEE NOTE 2) CURB & GUTTER ,.,. , , ETA11 MIEN enINra DATE DETECTABLE WARNING SECTION OC (SEE NOTE 3) n orm "` ..orco NO A W� WO W..14. 0.0. 0.1.."..." .r T,,,,r"..1.,, PATTERN DETAIL. U, ROM A:. -" • RADIUS POINT OF SIDEWALK RAMP RADIUS POINT OF SIDEWALK RAMP RADIUS AND CURB RETURN AND CURB RETURN L (AT CURB FACE) A B C A 20 FEET 4' - 51/4" V- 1012" 7 .812" 30 3' iP ' 3' - 1/4' • \ R AMP C ENTERLINE L \ \ ii TECTABLE WARNING 40 FEET FEET 3' - -T T T - 2 - 8 " 3' - P A \ PAT (IYP.) \ \ (S DETAIL) 50 FEET 3' - 5 12" 6' - 10 31 4' 2' - 10 2 12" O \ b \ 3/8" EXPANSION \ 80 FEET 3' - 4 12" 8' - 83/4" 7 - 9 1/7' JOINT (TYP.) \ - \ 6 \ (SEE STD. PLAN F3) RAMP CENTERLINE 70 FEET 3' - 33/4" 8' - 7 12' 7 - 0` \ b \� /, O m _ 80FEET 3' -31/4" 8' -6 7 -81R' d —a 90 FEET 3' -2314" 8' -8 7 - 8 1/4" �EMENT CONCRETE � ,�• > - . ECTABLE WARNING \ PEDESCURB d PATTERN (SEE DETAIL) 6 100 FEET 3' - 2 12" 8' - 5" 7 - 8' % 41 \ ® INTERMEDIATE RADII CAN BE INTERPOLATED CEMENT CONCRETE � b �f ' \ PEDESTRIAN CURB „,/ \ \Aje_ r 1 CROSSWALK(TYP.) (SEE STD. PLAN H -5c) O N/ _ - tirz 2' -8" �.w .ravr arn..sv.r.nua . arwr�m..c TT 13 3 8" EXPANSION NOTES .. .. ...wo • JOINT (TYP.) ' B -d (SEE STD. PLAN F-3) I c114 1. Avoid placing ionin front dn o, junction boxes or other � / SEE CONTRACT FOR obstructions n fnt t of f ramp amp access areas. SEE CONTRACT FOR CROSSWALK (T CURB RETURN RADIUS CURB RETURN RADIUS I (SEE STD. PLAN H 2. Detectable warning patterns may be created by any method I that will achieve the truncated dome dimensions and spacing ® shown. The detectable waming pattem area shall be yellow, SIDEWALK RAMP TYPE 2A �� \ e in compliance with Std. Spec. 8-14.3(3) 3. Curb and gutter shown, see the Contract Plans for the curb PLAN ' c design specified. See Std. Plan F -1 for curb details. • c D B SIDEWALK RAMP TYPE 2B 4. See Std. Plan F -3 for sidewalk joint placement and details. r E R p PLAN 5. Ramp slopes shall not be steeper than 12H:1 V. O 8'- 0" MIN. I : \ to D I E TOP OF I. 2% /- ROADWAY 0\ PE rE A VARIES - VARIES - ,Z. y,�e V N CEMENT CONCRETE , 3' -PTO "A" 2' - 8" TO "C" 0 SIDEWALK CEMENT CONCRETE - TYPE 2A TYPE 2B � MIN. MAX CURB & GUTTER SECTION O (SEE NOTE 3) VARIES - 8' - 0" TO "B" I VARIES - 8' - PTO "B' _ F .o SECTION D 1 5/8" 2 3/8" RAMP RAMP 90 F re -i?'' To E 5/8" 112' q e 8 61 zraer �,o G �I STe t 2 F Ins' 3/4" a " 7 � l a " S/ONAL % $ O 7B' 1 7/18' 3B" EXPANSION r t / I EXPIRES MAY 16. 2003 8y B - P MIN. JOINT (TYP.) L LANDING ai l _...1 F b I LANDING (SEE STD. PLAN F-3) O TOP OF • SIDEWALK RAMP � 2 0" SECTION C TYPES 2A & 2B `-' ` � L- } � 4 „,-( ” I FLUSH /- ROADWAY STANDARD PLAN F -3b I II ELEVATION f SHEET 1 OF 1 SHEET TRLSICATED DOMES (SEE NOTE 2) DEPRESSED CEMENT CURB & GUTTER .. / APPROVED FOR PUBLICATION DETECTABLE WARNING PATTERN DETAIL CEMENT CONCRETE CONCRETE (SEE NOTE 3) " "" /— PEDESTRIAN CURB SIDEWALK — �, / — Harold J. Patarfeso 01 -13-03 (SEE STD. PLAN F -1) DETECTABLE WARNING Ran MON MOWER DATE /'� SECTION 1 �B PATTERN (SEE DETAIL) — ____i --i—�--_ ISOMETRIC VIEW w,.Ith...., W. D.p,.,....4 • Brace posts Twisted and barbed selvage Brace post End, gate or corner post Line post Pull post iiiiii i 3; Top rail •• To rail c o p Sleeves l P II Fabric bond I:. I Stretcher bar X Chain link fabric :II .;:Ills::.;; II ilip1100111/■ Brace roi I •:••. II:: .III`. :�;:; r lij i `Twisted and ag 1 '^ I I I barbed selve I Line post Brace Post Brace post End, gate or corner post Twisted and barbed selvage Broce post CHAIN LINK FENCE TYPE I Pull post II: Broc r hoin link fabric :? Tension wire 111 Brace %11:10 Brace rail ni iO �' Fobr i c band I:' II, : Stretcher • Tension wire • f" ? ' •'l!I " • bar tip Tsted and bed ,s, wi bar selvage CHAIN LINK FENCE TYPE 3 Brace post Brace post Brace post , End, gate or corner post Line post Pull post — Knuckled selvage Tension wire {'+,! ¢ Chain link fabric '.d{ �..,. Oh wire Tension ,;:r,.. ( :� I }? lli c ' { :race roil ll Stretcher bar };:;;•{ 1,:. ' / Fabric bond �� � �:i ?;;: II� 'I � ; 6A Brace rail ElEl . . . . . • �{I�'/ t, — ' � �El M di�l1 1 i�l CHAIN LINK FENCE CHAIN LINK FENCE TYPE 4 Brace post Brace post Line post Pull post End. gate or corner post Sleeve Knuckled Selvage El gi a yr:�i• Chain link fabric Il ; Top rail :�r v :.:II • Fabric bandSiai: I1 i „ Tension wire ( N�' ' . CHAIN LINK FENCE TYPE 6 07-18-97 Sheet 1 of 2 Sheets RADIUS POINT OF CURB RETURN i t RADIUS W• 3' - 0" W . 4' -0" W . 6' - 0" W. W - W. 7 -0" (AT CURB FACE) X Y X Y X Y X Y X Y 20 FEET 30 FEET 40 FEET 6' -612" 4' -812" 4'- 812" 5 -0" 4' -1" T -23/4" 3' -7" 8' -312" 3' -112' 9' -212" T - 33/4" T -1" 6' -512" 8' -1112" 5' -91/4" 10' - 5 - 212" 17 -0" 4' -8314" 13' -31/4" S Cp F,1 8' -812" 9 - 212" T - 10' 11' -5114" T -1' 13' -412" 6' -63/4" 16'- 3/4" 6' -1112" 18' -7114" 50 FEET 10' - 3/4" 11' - 3/4" 9'- 1/4" 13' -71/4" 8' -212" 15' -912" T - 812" 1T -9" 8'- 113/4" 19' -81/4" CEMENT CONCRETE 80 FEET 11' - 2 12" 12' - 8 3/4" 10' - 314" 15' - 8 12" 9' - 2 1/4" IT - 11 3/4" 8' - 534" 20' - 1 3/4" T - 10 12" 27 - 1 12" PEDESTRIAN CURB 3I8" EXPANSION JOINT DETECTABLE WARNING 70 FEET 17 - 2 3/4" 14' - 3 1/4" 11' - 1/4" 1T - 4" 10 - 1' 19' - 11 3/4" 9' - 3 3/4" 22' - 4 1/4" 8' - 8 1/4" 24' - 8 1 /4" (SEE STD. PLAN F-3) PATTERN (SEE DETAIL) 80 FEET 13' - 2" 15 - 8 12" 11' - 10 12" 18' - 11 3!4" 10' - 10 3/4" 21' - 10' 10 - 1" 24' - 4 3/4" 9' - 5" 28' - 8 314" O 00 FEET 14' - 12" 17- 1/2" 12' -81/4' 20' -812 14 " 11' 23' 10.93 28' -33/4" 10' -11/4 28' -912" 100 FEET 14' -1012" 18' -33/4" 13' - 512" 22' - 12' -41/4" 25' -23/4" 11' -53/4' 28' -112" 10' - 30' -9" / 1 INTERMEDIATE RADII CAN BE INTERPOLATED — b� —�_ i "1111' 4,1 DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE \ WITH STD. SPEC. 8- 14.3(3) ���' CROSSWALK, 1" B "1 RAMP NOTES (SEE STD. PLAN H-5c) ->,,' 1. Avoid placing drainage structures, junction boxes or other BUFFER Y 5 - 0" X T _ _ O obstructions in front of ramp access areas. STRIP DISTANCE FROM P.C. RAMP LANDING MIN. MAX. A ■ ■ ' s 2. Detectable warning patterns may be created by any method That will achieve the truncated dome dimensions and spacing SIDEWALK RAMP TYPE 4B A 15/8" 23/8" s © - © shown. PLAN B 5/8" 1 12" PLAN 3. Curb and gutter shown, see the Contract Plana for the curb C 7/18" 3/4" design specified. See Std. Plan F -1 for curb details. D 7/8" 1 7/18" 51--1 f 4. See Std. Plan F -3 for sidewalk joint placement and details. 5 - 0' _ _ W - BUFFER STRIP t D 5. Ramp Slopes shall not be steeper than 12H:1 V. TOP OF ELEVATION 2% Y / ROADWAY UNCATED DOMES (SEE NOTE yy. ��A. 5'- 0" RAMP � DETECTABLEWARNINO 2) CEMENT BUFFER STRI PATTERN DETAIL V J. Pepe , CONCRETE SECTION O CEMENT CONCRETE VARIES VARIES 0 TO W *9 OP WASH , � SIDEWALK CURB & GUTTER �' 0 TO 8" (SEE NOTE 3) �j' _ TOP OF .r ,r4.\ , F'N jt +� ROADWAY a b �' O r r . Bon CEMENT CONCRETE � ,4- Z CEMENT CONCRETE\ CURB & GUTTER oF F 9� N., PEDESTRIAN CURB ' SECTION 0 (SEE NOTE 3) J' ..,;,G (SEE STD. PLAN 0 -1) NA 318' EXPANSION JOINT 1 EXPIRES MAY 16. 2003 (SEE STD. PLAN F-3) 8' - 0" ° " ":,:, CEMENT RAMP 7 �— „” ^ ^ ^ ^^ " SIDEWALK RAMP TYPE 4B CONRETE SID C EWALK Y G LANDING ROADWAY �-� TOP OF �e `�-- ,-��"'� STANDARD PLAN F -3e ISOMETRIC VIEW SHEET 1 OF 1 SHEET DEPRESSED APPROVED FOR PUBIJCATION DETECTABLE WARNING CURB 6 GUTTER PATTERN (SEE DETAIL) (SEE NOTE 3) Harold J. Peterfeso 01 -13-03 SECTION 0 mat ,".,,.wi.,A,.,,.,rm.rc,00.,,cR � .,.,� MTh .wn 1INI r �7,m2 Or m rn�ioiim W.NrpNn S. D•w1...dT...P...k.. a • 3%2 1 1 /e NOTES: A 1�/+ 1 7� All concrete post bases shall be 10 "" minimum diameter. in Y All posts shall be spaced at 10' maximum intervals l ess otherwise by the A unitherwise directed b En Weer. Fabric loops gi x Top or bottom tension wires shall be placed within the v limits of the first full fabric weave. y x �/+ Details ore illustrative and shall not limit hardware Radius design or post selection of any particular fence type. 1 Fabric loops ITYPI Fence Line w RAIL AND END, CORNER AND PULL POST BRACE LINE POST ROLL FORMED SECTIONS MEMBER BRACE RAIL & TOP RAIL LINE & BRACE POST END, CORNER, & PULL POST GATE POST ALL TYPE ROUND H- COLUMN ROLL FORMED ROUND H- COLUMN ROLL FORMED ROUND ROLL FORMED ROUND POSTS I.D. Weight Weight Weight I.D. Weight Weight Weight 1.0. Weight Weight I.D. Weight Pipe Per Foot Size Per Foot Size Per Foot Pipe Per Foot Size Per Foot Size Per Foot Pipe Per Foot Size Per Foot Pipe Per Foot LENGTH (Inches) (Pounds) (inches) (Pounds) (Inches) (Pounds) (Inches) (Pounds) (Inches) (Pounds) (Inches) (PoundS) (Inches) (Pounds) (Inches) (Pounds) (Inches) (Pounds) 1 1' /4 2.27 11/4 x 1% 1.35 1% x 11/4 1 . 3 5 2 3.65 2 4.0 I% x I N 2.34 21/2 5.79 31/2 x 31/2 5.14 3 9.1 8" 8 "" CHAIN LINK FENCE 3 1'/ 2.27 1' /4 x 1% 1.35 1% x 11/4 1.35 1' /2 2.72 l %8 2.72 1% x IN 1.85 2 3.65 31/2 x 31/2 5.14 31/2 9.1 1:1 4 11/4 2.27 1' /4 x i% 1.35 1% x 11/4 1.35 11/2 2.72 IN 2.72 1% x IT /B 1.85 2 3.65 31/2 x 31/2 5.14 31/2 9.1 5' 6 " 6 I1/4 2.27 1' /4 x 1% 1 .35 1% x 1 1.35 2 3.65 2 4.0 1% x 1 %8 2.34 2V 5.79 31/2 x 31/2 5.14 31/2 9.1 5 L -2 07 -18 -97 Sheet 2 of 2 Sheets Top Hinge I` 14' or 20' �� NOTES: (180 Swings 1. Fence fabric shall be secured to gate —•1a =11 =11 =11= 11=11= 11=11= 11= ��� e - ? - ,- ��� -�._ �e��.e- ee� .r.� -� -!7•••-••-••---- frames with knuckled selvage along top ♦ ♦ ♦ ♦ ♦47 �. - t ��'1 I ���' ����� ���� 1 edge for T pes 4 & 6 chain link fence ♦: ♦: ♦: ♦: ♦ • . , ♦♦, ♦ ♦ . _ _ ♦ ♦.. .� . . . �� ��, ♦♦ �� ♦ ♦ ♦ � ♦ ♦ ♦ ♦ ♦ ♦► ♦ � :II ♦ ♦ ♦ •Ii. j1 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ins ♦ ♦ ♦♦ ♦ III' ., , . I . ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦♦ ♦ ♦ ♦♦ — I♦ ♦♦♦ 4 4 �♦ � ♦ � ♦ � � ♦ � ♦ � ♦ � ♦ � ♦ i�� ♦ ♦ ♦ ♦ ♦ ♦ � 1 11 I� ♦ ♦ ∎�* 4 o ♦ ♦ ♦ ♦♦ ♦j ♦j ♦♦ ♦♦ ♦♦ i♦♦ j ♦ ♦ ♦ ♦♦ z . Minimum post I length: ♦ ♦ ♦ ♦ ♦ �I ♦ ♦ ♦ ♦ ♦ � ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ � ♦ ♦ ♦ ♦� II' ♦�� I� O i ♦♦♦♦♦ .1 .4 Types 1 & 3 8 " _ 8 " � I� ♦ ♦ ♦ ♦ ♦ ���� ♦ ♦ ♦ ♦ ♦♦.. ♦ ♦ ♦ ♦ ♦� (♦♦♦♦♦ ���� ♦ ♦ ♦ ♦ ♦. ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦i I► ♦ ♦ ♦ ♦♦ Q Types a & 6 5 " - 6 " ♦ ♦ ♦ ♦ ♦ •4 = ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ * , e ♦ l Fabric ♦♦ ♦� I s tretcher ♦ . 4 � ♦i ♦, ♦ ♦ ♦ ♦♦ AIM I ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ • ♦ Band • Bar ♦ � °♦ �j�j I "-- �•� -� -�- v v ♦����1IIM Ir ♦ ♦ ♦ ♦ ♦ ♦♦ ♦i �• �� ♦♦ �II II�► ♦ ♦i� 7���I ♦ " ♦ >° ♦ ♦ ♦ ♦ ♦ 1t / ♦ ♦ ♦♦ ♦♦ ♦ ♦ ♦ ♦ ♦♦ ♦ , ♦ ♦ ♦ ♦♦ 1 ♦ ♦ ♦ ♦ ♦ ♦ I ♦� ♦ ♦� ♦ ♦ ♦ ♦ ♦♦ t ► ♦ ♦ ♦ ♦♦ I- 1- ♦♦♦♦♦ I' ♦ ♦ ♦ ♦ ♦ ♦i ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦♦ " • — ♦ ♦ ♦ ♦ ♦ ♦i ■ i ♦ ♦ ♦ ♦ ♦ ♦� ♦ ♦ ♦♦ ♦ ♦ ♦ ♦ ♦♦ ♦ ♦ ♦ ♦♦ ♦ ♦ ♦ ♦" 1 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦♦ ♦ ♦ ♦ ♦� ♦ ♦♦ ♦ j am 1K ` ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ : ♦ ♦ ♦ ♦� ♦ ♦ ♦ ♦♦ 1 � .... 4 !! L ♦ ♦♦♦♦♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦�. J 1 ♦ ♦♦♦ ♦ ♦� ♦� ♦� ♦� ♦� ♦� ♦� ♦� ♦� ♦� ♦� ♦� ♦� ♦ it. 41=11=11=11=11=11=11=11=11=H=11=11=11=11=11=11..11-11.41.-.11.. • 11=11 =11 `I � =II =I1 =11=11 =II= 11011 =11 =11 =11F11=011 =11 =11 =I1 =II =I1= 11=11' -Ili! 11= 11=11 =11 1 11 - 1r m IC 1 i i , 1 18 R 11 12 Round Section n Bottom Hinge Ii '11 �lo = I. � 3' - Types 1 & 3 1180 Swing) n 1 • I 2' - Types 4 & 6 It. 12 Round Section 1 1 4 � 12" Round Section _ 1 I '1 1 11 =11 =11 1 1 1=1=11 '1 r 6'-0'" 1 Top Hinge (90° Swing) ■ ∎ ∎ ∎”..�.�..■s ∎ ∎ ∎∎ Ira emem A ♦ ♦ ♦ ♦ ♦ ♦♦ ♦ ♦� ♦1 I I C • ♦ ♦ ♦ ♦ ♦ ♦ ♦/1 'II. ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦♦ �♦�♦�♦�♦� ; ♦� ♦� ♦� ♦� ♦� � � ♦� 41 � ■ � ♦ � ♦ � ♦ � ♦ � .0 on CHAIN LINK GATES t. ♦ ♦ ♦ ♦ ♦ <. ♦ �� Stretcher ■I' ♦ ♦ ♦ ♦ ♦ . w : ♦�i� ♦�i�i / Fabric Bar I ..... .0.... ; v a a •." 1/ Band ♦ I ■ •��•.•� - - - • ii if I1 " II; s ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ 1 I /. - = i =110 11 =11 1 II I- I I :I1 Bottom Hinge 1 � I l 1 I 41 (90° Swing) I� ( i :u 1 it 3' - Types 1 & 3 '1 m 12 Round Section i= i i 2 - Types 4 & 6 1 of 1 :II 1• i.- L -3 Il n =101 ll 1 1 1 =11 =n = I 07 -18 -97 VARIES G.E. COBRA HEAD LUMINAIRE TYPE 200 WATT FOR RESIDENTIAL, 250 OR 310 WATT FOR CLASSIFIED STREETS TAPERED POLE 30' MOUNTING HEIGHT POLE SHALL BE VALMONT DS 32 No. 85A336 -125 GALVANIZED STEEL WITH AN 11 1/2" BOLT CIRCLE OR APPROVED EQUAL. AWG No. 12 THW STRANDED COPPER WIRE 600 VOLT FROM LUMINAIRE TO A TRON HEB A —C FUSE HOLDER WITH 5 AMP FUSE AT THE BASE OF THE POLE. 0 TAPERED POLE 30" X 30" X 60" DEEP, AUGERED EXCAVATION, CLASS "B" CONCRETE POURED IN PLACE; CONDUIT EXTENDS 3" ABOVE CONCRETE FOOTING; DOUBLE NUTTED AND WASHERED GALVANIZED STEEL ANCHOR BOLTS TO BE PER MANUFACTURERS SPECIFICATIONS; 54" REBAR PLINTH OF EIGHT (8) NO. 7 VERTICAL AND SIX (6) NO. 4 HORIZONTAL HOOPS EVENLY SPACED. 3" MINIMUM CONCRETE COVER. REBAR SHALL NOT BE WELDED. GROUT BETWEEN POLE AND BASE AND FINISH TO GRADE 1 I •` 2" SCH. 40 PVC CONDUIT TO JUNCTION BOX. • El 30' TAPERED STREET LIGHT NTS City of Yakima — Engineering Division APPROVED: 1.13.00 CITY OF YAKIMA - STANDARD DETAIL I 30' TAPERED STREET LIGHT I El • 120 V • — C2 TEST SWITCH II • • I CON • PHOTO ELECTRICAL i CONTROL IN SERVICE EQUIPMENT WIRING DIAGRAM FOR LIGHTING CONTROLS 1 1/4" RIGID STEEL CONDUIT TO 3 —WIRE WEATHERHEAD (3) AWG NO. 2 CU. THW PHOTO— ELECTRIC CONTROL AT APPROX. 33 FT. MOUNTING HEIGHT ° 3/4" RIGID STEEL CONDUIT, STEEL TRAFFIC SIGNAL POLE n — (3) AWG NO. 14 THW l O METER BASE — TYPE AS REQUIRED BY PP &L MYER'S HUB MYER'S HUB LOCKABLE SERVICE EQUIPMENT 1 11 1 STREET LIGHTING CONTACTOR ENCLOSURE 2" RIGID STEEL CONDUIT (ALL EXPOSED CONDUIT IS RIGID STEEL) ENTRANCE TO POLE •�O� AWG NO. 6 COPPER GROUND FINISHED GRADE—\\ APPROVED GROUND CLAMP 5/8 "x10' COPPER —WELD GROUND ROD STEEL SWEEP ELBOWS 2 — 2" SCH 40 CONDUIT J TO JUNCTION BOX E8 ELECTRICAL SERVICE (120/240) w/ LIGHTING CONTROLS NTS City of Yakima — Engineering Division APPROVED: 1.13.00 CITY OF YAKIMA - STANDARD DETAIL I ELEC. SERVICE W/ LIGHTING I E8 3/8" — 16NC HEX BOLT COVER w/ WASHER ' 11 44* � 9 S ID RESISTANT J CARRIAGE BOLT SURFACE • w/ WASHER L4 "4 F BOX � �� r JUNCTION BOX DIMENSIONS (INCHES) LBS. WT. COVERS A B C TYPE 1 25 1/4 14 1/4 3/4 30 TYPE 2 31 1/8 18 1/4 3/4 50 DIMENSIONS (INCHES) WT. LBS. JUNCTION BOX D E F G H J K TYPE 1 27 1/4 16 1/4 12 12 3/4 23 3/4 1/2 11 1/4 47 TYPE 2 33 1/8 20 1/8 12 16 3/8 29 3/8 1/2 11 1/4 56 NOTE 1. JUNCTION BOXES AND COVERS SHALL BE CONSTRUCTED OF POLYMER CONCRETE GRAY IN COLOR, REINFORCED BY A HEAVY —WEAVE FIBERGLASS. COVERS SHALL BE RATED FOR A MINIMUM SURFACE LOAD OF 15,000 LBS, AND BOXES RATED FOR A MINIMUM OF 8,000 LBS. OVER A 10" SQUARE AREA, MATERIAL COMPRESSIVE STRENGTH SHOULD BE NO LESS THAN 11,000 P.S.I., COVERS SHALL HAVE A MIN. COEFFICIENT OF FRICTION OF 0.5 AND HAVE THE LOGO "TRAFFIC SIGNAL" ON IT. BOXES SHALL BE SIMILAR TO "COMPOSOLITE" AS MANUFACTURED BY QUAZITE CORPORATION OR APPROVED EQUAL Ell JUNCTION BOX DETAIL NTS City of Yakima — Engineering Division APPROVED: 9.20.99 CITY OF YAKIMA - STANDARD DETAIL I JUNCTION BOX DETAIL I E11 SUBGRADE BACKFILL AND CONDUIT BEDDING N • .... . MATERIAL SHALL BE COMPACTED CRUSHED SURFACING TOP COURSE. • :••••• • 2" OR 3" SCHEDULE 40 CONDUIT(S) , AS SHOWN ON PLANS / \ /1�% ij\� /ley E14 CONDUIT TRENCH SECTION NTS City of Yakima — Engineering Division APPROVED: 1.13.00 CITY OF YAKIMA - STANDARD DETAIL I CONDUIT TRENCH SECTION I E14