Loading...
HomeMy WebLinkAbout2006-048 North 6th Avenue Infrastructure Improvements, Vicinity of Jeld-Wen CorporationORDINANCE NO. 2006 - 48 AN ORDINANCE amending the 2006 budget for the City of Yakima, and making an appropriation of $260,295 in the 142 - Arterial Street Fund to make infrastructure improvements on North Sixth Avenue in the vicinity of Jeld- Wen Corporation. WHEREAS, the amount of $260,295 must be appropriated within the 142 - Arterial Streets Fund for expenditure during 2006 to make infrastructure improvements on North Sixth Avenue in the vicinity of Jeld-Wen Corporation; and WHEREAS, the City of Yakima, Washington was awarded a $100,000 loan and $100,000 grant from the Yakima County Supporting Investments in Economic Development (SIED) Fund for this project; and WHEREAS, at the time of the adoption of the 2006 budget it could not reasonably have been foreseen that the appropriation provided for by this ordinance would be required; and the City Council declares that an emergency exists of the type contemplated by RCW 35 33 091 and that it is in the best interests of the City to make appropriation herein provided; now, therefore, BE IT ORDAINED BY THE CITY OF YAKIMA, WASHINGTON: Section 1 The amount of $260,295 is hereby appropriated from the Unappropriated Fund Balance in the 142 - Arterial Street Fund to the following accounts as a 2006 appropriation Resources: SIED Fund Grant Contribution for local match 142 -142 -528 -2120 -36810 -SAP ---$100,000 142-142-528-2120-36711-CNT --- $60,295 Expenditures: Construction Project---------- 142-142-528-2120-59530-650 --- $260,295 Section 2: This ordinance is one making an appropriation and shall take effect immediately upon its passage, approval and publication as provided by law and by the City Charter PASSED BY THE CITY COUNCIL, signed and approved September 2006 First Reading. 9-5-2006 Publication Date 9-22-2006 Effective Date. 9-22-2006 Cje SIED JeldWen 142 approp ord 06 8/31/2006 , , 19th day of DAVID EDLER, MAYOR ITEM TITLE. SUBMITTED BY BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No 17G For Meeting Of 9/19/06 An Ordinance Amending the 2006 Budget in the Arterial Street Fund to Provide for Infrastructure Improvements on North Sixth Avenue Bill Cook, Director of Community & Economic Development Cindy Epperson, Financial Services Manager CONTACT PERSON/TELEPHONE. Cindy Epperson - 575-6070 SUMMARY EXPLANATION The City has received a grant/loan package from Yakima County for Supporting Investments in Economic Development (SIED) funds to make infrastructure improvements on North Sixth Avenue. The City has partnered with Jeld-Wen Corporation in order to accommodate construction of a new manufacturing facility Improvements include 30' wide roadway, curb and gutter, 5' sidewalk on the east side, 12" diameter storm drain and related improvements, adjustment of existing utilities, driveway approaches and streetlights. The project is expected to cost $260,295 Of this amount, $100,000 is funded a SLED loan, with repayment to be passed through the City by Jeld-Wen, $100,000 is a SIED grant; and $60,295 is a contribution from Jeld-Wen, representing local match for the project. The attached appropriation increases expenditures in the Arterial Street Fund by $260,295 to accomplish the improvements. Revenues include the SIED grant and Jeld-Wen contribution. The loan proceeds are not included in this revenue adjustment, as that $100,000 was received late in 2005 The project is scheduled to go out for bid in the near future Resolution Ordinance X Contract Other (Specify) Funding Source: Yakima County SIED Loan and Grant; Jeld-Wen Contribution APPROVED FOR SUBMITTAL.� �► City Manager STAFF RECOMMENDATION Read attached ordinance by title only at the September 5, 2006 Council Meeting Pass ordinance at the September 19, 2006 Council Meeting. BOARD/COMMISSION RECOMMENDATION COUNCIL ACTION First reading of ordinance; second reading scheduled 9-19-2006 Ordinance passed. ORDINANCE NO. 2006-48 Bid Opening: 06.1 1 .2009 Time: 2:00 PM Location: City of Yakima - Council Chambers Construction Contract Specifications & Bid Documents 2008-09 6th Avenue Improvements Jeld-Wen Frontage City of Yakima - Engineering May 2009 City of Yakima - Engineering 129 North Second Street Yakima, WA 98901 Engineering Department Phone (509)575-6111 Engineering Construction FAX (509)576-6383 Engineering Design FAX (509)576-6305 City of Yakima No. 2120 This project is an asphalt roadway improvement project which extends from just south of the intersection at River Road and North 6th Avenue and continues approximately 1000 Linear Feet north to a point which encompasses the frontage ofjeld-Wen Manufacturing. While significantly improving the roadway through this por- tion of 6th Avenue it, in conjunction with the William O. Douglas Pathway project, will provide a base for needed im- provements within this area as Yakima plans for future de- velopment in the area. City Of Yakima Engineering Division 129 North Second Street Yakima. Washington City Clerk IM N EN M NM 11111 1 E E M I E E E 1 NE I MI BID SUMMARY City of Yakima - Jeld-Wen Frontage Improvements Project CITY PROJECT NO 2120 ENGINEERS ESTIMATE Granite Northwest, In, Yakima, WA Ken Leingang Excavating, Yakima, WA Columbia Asphalt & Yakima, WA Belsaas & Smith Ellensburg, WA ITEM NO. BID SECURITY ITEM 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS 5500.00 $500.00 6172.00 5172.00 $225.00 $225.00 $1,000.00 $1,000 00 $250.00 5250.00 2 MOBILIZATION 1 LS 616.000.00 516,000.00 58,400.00 $8,400.00 514,000.00 514,000.00 521,385.00 $21,385.00 526,000.00 526,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL (Min Bid $15,000) 1 LS $15.000.00 515,000.00 $15,000.00 $15,000.00 524,500.00 524,500.00 531,570.00 $31,570.00 $42,000.00 542,000.00 4 CLEARING AND GRUBBING 1 LS 61,000.00 51,000.00 $2,500.00 62,500.00 51, 700.00 $1,700.00 $2,500.00 52,500.00 52,200.00 52,200.00 5 ROADWAY EXCAVATION. INCL HAUL 1140 CY 510.00 511,400.00 $15.00 517,100.00 $15.25 517,385.00 520.40 $23,256.00 534.00 538,760.00 6 CONTROLLED DENSITY FILL 12 CY $75.00 $900 00 5150.00 51,800.00 $160.00 $1,920.00 5180.00 52,160.00 $178.00 52,136.00 7 CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE 105 SY 515.00 $1,575.00 $8.00 5840.00 58.50 $892.50 $9.00 $945.00 $5.00 5525.00 8 CRUSHED SURFACING BASE COURSE 799 TON $15.00 $11,985. D0 825.00 619,975.00 $24.00 $19,176.00 $21.00 $16, 779.00 $31.00 524,769.00 9 ASPHALT TREATED BASE 772 TON $80.00 $61,760.00 559.00 545,548.00 $56.85 $43,888.20 $60.00 $46,320.00 663.00 $48,636 00 10 HOT MIX ASPHALT . CLASS 1/7, PG 64-28 398 TON $90.00 535,820.00 583.00 $33,034.00 580.50 532,039.00 578.00 631,044.00 593.00 637.014.00 11 STORM WATER TREATMENT SYSTEM 1 EA 515,000.00 $15.000.00 59,100.00 59,100.00 $9,500.00 59,500.00 $11,000.00 511,000.00 $10,843.00 $10,843.00 12 314' - 2' CRUSHED WASHED STONE 17 CY $100.00 $1,700.00 660.00 81,020.00 670.00 61,190.00 680.00 $1,360.00 $52.00 5884.00 13 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 8 inch 50 LF 530.00 51,500.00 538.00 $1,900.00 $32.00 61,600.00 $33.50 51,675.00 524.00 51,200.00 14 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 inch 10 LF 640.00 6400.00 520.00 $200.00 $23.00 $230 00 $22.00 6220.00 556.00 $560.00 15 CORRUGATED POLYETHYLENE PERF. STORM SEWER PIPE. 12 inch 65 LF $50.00 53,25000 $22.00 $1,430.00 525.50 $1,657.50 627.00 51,755 00 $31.00 52,015.00 16 ADJUST MANHOLE 3 EA 5500.00 51,50000 5400.00 51,200.00 $500.00 $1,500.00 5710.00 52,130.00 5440.00 51,320.00 17 ADJUST VALVE BOX 3 EA $300.00 5900.00 5350.00 51,050.00 $400.00 $1,200.00 $420.00 61.260.00 $400.00 51.20000 18 CATCH BASIN TYPE 1 1 EA 62,000.00 $2,000.00 6400.00 5400.00 5550.00 $550.00 6550.00 5550.00 51,150.00 51,150.00 19 RECTANGULAR FRAME & HERRINGBONE GRATE 1 EA $300.00 $300.00 5250.00 6250.00 5225.00 6225.00 5210.00 $210.00 $400.00 5400.00 20 CRUSHED SURFACING TOP COURSE (FOR TRENCH BACKFILL) 2 TON $25.00 $50.00 525.00 550.00 $14.00 528.00 555.00 $110 00 $70.00 $140.00 21 CEMENT CONCRETE BARRIER CURB AND GUTTER 120 LF $30.00 $3,600.00 518.00 $2,160.00 $25.00 $3,000.00 $25.00 53,000.00 621.00 52, 520.00 22 MONUMENT CASE & COVER 1 EA 5300.00 $300.00 5350.00 5350.00 $350.00 $350.00 $1,300.00 51,300.00 5470.00 $470.00 23 CEMENT CONC SIDEWALK RAMP TYPE 1 2 EA 51, 500.00 53,000 00 $1,200.00 62,400.00 $1,240.00 52,480.00 52,250.00 64,500.00 5900.00 $1,800.00 24 REMOVE AND RELOCATE UTILITY POLE 1 EA 51,500.00 $1,500.00 $4,000.00 54,000.00 54,000.00 $4,000.00 $4,280.00 $4,280.00 54,400.00 $4,400.00 25 REPAIR OR REPLACEMENT 1 FA $10,000.00 TOTAL 510,000.00 $200,940.00 $10,000.00 $10,000.00 510,000.00 510,000.00 510,000.00 $10,000.00 $10,000.00 610,000.00 5179,879.00 5193,236.20 5220,309.00 5261.192.00 CITY ENGINEERS REPORT .0f•1PETITIVE BIDS WERE OPENED ON JUNE 11. 2009 ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE I RECOMMEND THE CONTRACT BE AWARDED TO- Granite O Granite Northwest, Inc. AWARD MADE BY CITY MANAGER ` OATH CITY OF YAKIMA Jeld-Wen Frontage Improvements Project 6TH AVENUE - RIVER ROAD INTERSECTION NORTH PROJECT NO. 2120 DATE June 11 2009 1 ADDENDUM NO. 1 TO THE BID DOCUMENT AND PROJECT SPECIFICATION FOR THE CITY OF YAKIMA, WA For JELD-WEN FRONTAGE IMPROVEMENTS 6th Avenue from River Road North CITY OF YAKIMA PPROJECT No. 2120 BID OPENING: June 11th, 2009 a 2:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Provisions; Special Provisions Section 1-06: 1-06.2(1) Samples and Tests for Acceptance This section of the standard specifications is supplemented and added to the construction contract specifications and bid documents: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. The sampling frequency is as follows: Trench Backfilling Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7-08.3(3) or 7-09.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shalt 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 Addendum No. 1 Page 1 of 4 6/3/2009 Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4-04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5-04.3(10) B of these Special Provisions. Cement Concrete Curb, Gutter and Sidewalk One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. The concrete shall be tested for temperature, air content, slump and compressive strength. ITEM.2. Contract Provisions; Special Provisions Section 8-19: 8-19 REMOVING AND RELOCATING UTILITY POLE (NEW SECTION) This section of the construction contract specification and bid documents is deleted in its entirety and replaced with the following: 8-19 REMOVING AND REPLACING UTILITY POLE (NEW SECTION) 8-19.1 Description This work shall consist of removing and installing in a new location, new utility poles as shown on the plans. 8-19.2 Materials Replacement poles shall be Class 4 and shall meet the requirements of Section 9-29.6(3) Timber Light Standards, Timber Strain Poles, Timber Service Supports. 8-19.3 Construction Requirements Where shown in the plans or where designated by the Engineer, existing utility pole(s) shall be removed and new poles placed where shown in the plans. New poles shall be compacted to stand perfectly plumb, and the void resulting from the existing pole removal shall be backfilled, compacted and finished to match the surrounding existing surfacing. All utilities attached to the existing utility pole shall be reattached to the new pole at It's new location at no additional charge. 8-19.4 Measurement The Bid item price per each, for Remove and Replace Utility Pole will be measured per each for each combination of existing pole removed and new pole installed. 8-19.5 Payment Payment will be made in accordance with section 1-04., for the following bid item that is included in the proposal: "Remove and Replace Utility Pole", per each. The unit Contract price per each for "Remove and Replace Utility Pole" shall be full pay for all costs necessary to remove and dispose of the existing pole, furnish and install a new utility pole, reattach the utilities to the new pole, and restore the surface areas adjacent to the existing and new poles in a manner acceptable to the Engineer. ITEM 3. Item Proposal Bid Sheet: Remove the item proposal bld sheet in the construction contract specifications and bid documents and replace it with the attached item proposal bid sheet labeled "Addendum No. 1", dated June 3, 2009. Addendum No. 1 Page 2 of 4 6/3/2009 This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: 7� 4 Addendum No. 1 Brett Sheffield,E. Date Chief Engineer * END OF ADDENDUM NO. 1 * Page 4 of 4 6/3/2009 CITY OF YAKIMA JELD-WEN FRONTAGE IMPROVEMENTS 6TH AVE. - RIVER ROAD INTERSECTION NORTH CITY PROJECT NO. 2120 MAY 2009 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 PM on June 11, 2009 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Jeld-Wen Frontage Improvements 6th Avenue - River Road Intersection North City Project No. 2120 This contract provides for the improvement of 6th Avenue from and including the intersection of River Road to a point approximately 1000 feet north encompassing the frontage of Jeld-Wen manufacturing. The project includes removing and replacing the existing roadbed and surfacing to limits shown as well as the addition of new cement concrete curb, gutter and sidewalk along with storm drainage improvements at the intersection of River Road & 6th Avenue. This project also includes improvements at the northeast corner of the intersection of 6th Avenue and 'I' Street. The Contractor is to coordinate all work in this area with the City of Yakima, William O. Douglas Trail Enhancement Project #2166 as this project adjacent to it along the west side of 6th Avenue. All work shall be in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $50.00 for each set, non refundable, or by ordering a set by phone at 509-575-6111 or by FAX at 509-576-6314. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. A pre-bid conference will be held on site at 10:00 AM on June 2, 2009. The conference will include project discussion. The City reserves the right to reject any or all bids and proposals. DATED this 30th day of April, 2009 (SEAL) DEBORAH MOORE CITY CLERK PUBLISH May 20, 2009 May 27, 2009 3/180 CONTENTS CITY OF YAKIMA Jeld-Wen Frontage Improvements 6th Ave. - River Road Intersection North City Project No. 2120 SECTION PAGE INVITATION TO BID 3 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2008 Standard Specifications 7 CONTRACT PROVISIONS Special Provisions 75 Project Description 77 Definitions 77 1-02 Bid Procedures and Conditions 79 1-03 Award and Execution of Contract 84 1-04 Scope of the Work 86 1-05 Control of Work 86 1-06 Control of Material 93 1-07 Legal Relations and Responsibilities to the Public 94 1-08 Prosecution and Progress 113 1-09 Measurement and Payment 116 1-10 Temporary Traffic Control 117 2-01 Clearing, Grubbing, and Roadside Cleanup 119 2-03 Roadway Excavation and Embankment 119 2-07 Watering 120 5-04 Hot Mix Asphalt 122 7-04 Storm Sewers 126 7-05 Manholes, Inlets, Catch Basins, and Drywelis 127 7-08 General Pipe Installation Requirements 128 8-02 Roadside Restoration 129 8-19 Removing and Relocating Utility Pole (New Section) 129 8-30 Repair or Replacement (New Section) 130 9-03 Aggregates 131 Revised Standard Plans 132 Contract Form Performance Bond Form 139 Informational Certificate of Insurance 141 Informational Additional Insured Endorsement 143 Minimum Wage Affidavit Form 145 138 PREVAILING WAGE RATES Prevailing Wage Rates STATE WAGE RATES 1 147 154 PROPOSAL I Proposal Form 161 Item Proposal Bid Sheet 163 Bid Bond Form 165 I Non-Collusion Declaration 167 Non -Discrimination Provision 168 Subcontractor List 169 Women and Minority Business Enterprise Policy 170 t Council Resolution 171 Affirmative Action Plan 172 Bidders Certification 174 Subcontractors Certification 175 Materially and Responsive 176 PROPOSAL SIGNATURE SHEET 177 BIDDERS CHECKLIST 179 1 PLANS & DETAILS I Standard Details Attached Project Details Attached Construction Plans Attached 1 1 1 1 1 1 1 1 1 1 6/180 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2008 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-03, AWARD AND EXECUTION OF CONTRACT April 7, 2008 1-03.1 Consideration of Bids This section is supplemented with the following new sub -section. 1-03.1(1) Tied Bids After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie- breaker will be determined by drawing as described in this Section. Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful". The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked 'Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders that submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to draw. SECTION 1-04, SCOPE OF THE WORK April 7, 2008 1-04.4(1) Minor Changes The first sentence in the first paragraph is revised to read: Payments or credits for changes amounting to $15,000 or less may be made under the bid item "Minor Change." 1-04.5 Procedure and Protest by the Contractor In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 calendar days. The second sentence in the fifth paragraph is revised to read: The determination will be provided within 14 -calendar days after receipt of the Contractor's supplemental written statement (including any additional information requested by the Project Engineer to support a continuing protest) described in item 2 above. 7/180 SECTION 1-05, CONTROL OF WORK April 7, 2008 1-05.1 Authority of the Engineer The fourth paragraph is revised to read: At the Contractor's risk, the Project Engineer may suspend all or part of the Work according to Section 1-08.6. 1-05.12 Final Acceptance The second paragraph is revised to read: The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency against any claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, material persons, or any other person who provides labor, supplies, or provisions for carrying out the Work or for any payments required for unemployment compensation under Title 50 RCW or for industrial insurance and medical aid required under Title 51 RCW. SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC April 6, 2009 1-07.2(2) State Sales Tax: Work on State -Owned or Private Land The following new paragraph is inserted in front of the first paragraph: State Department of Revenue Rule 170 and its related rules apply for this section. 1-07.8 High Visibility Apparel This section is revised to read: The Contractor shall require all personnel under their control (including service providers, Subcontractors and lower tier Subcontractors) that are on foot in the work zone and are exposed to vehicle traffic or construction equipment to wear the high visibility apparel described in this Section. The Contractor shall ensure that a competent person as identified in the MUTCD selects the appropriate high -visibility apparel suitable for the job -site conditions. High visibility garments shall always be the outermost garments. High visibility garments shall be in a condition compliant with the ANSI 107-2004 and shall be used in accordance with manufacturer recommendations. This section is supplemented with the following new sub -sections. 1-07.8(1) Traffic Control Personnel All personnel performing the Work described in Section 1-10 (including traffic control supervisors, flaggers, spotters, and others performing traffic control labor of any kind), shall comply with the following: 1. During daylight hours with clear visibility, workers shall wear a high -visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high visibility headwear requirements of WAC 296-155-305; and 8/180 2. During hours of darkness (1/2 -hour before sunset to 1/2 -hour after sunrise) or other low visibility conditions (snow, fog, etc.), workers shall wear a high -visibility ANSI/ISEA 107- 2004 Class 2 or 3 vest or jacket, high visibility lower garment meeting ANSI/ISEA 107- 2004 Class E, and hardhats meeting the high visibility headwear requirements of WAC 296-155-305. 1-07.8(2) Non -Traffic Control Personnel All personnel, except those performing the Work described in Section 1-10, shall wear high visibility apparel meeting the ANSI/ISEA 107-2004 Class 2 or 3 standard. 1-07.9(1) General The following new paragraph is inserted to follow the sixth paragraph: The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 296-127-010, complies with all the requirements of RCW 39.12. 1-07.15 Temporary Water Pollution/Erosion Control This section is supplemented with the following: Stormwater or dewatering water that has come in contact with concrete rubble, concrete pours, or cement treated soils shall be maintained to pH 8.5 or less before it is allowed to enter waters of the state. If pH exceeds 8.5, the Contractor shall immediately discontinue work and initiate treatment according to the plan to lower the pH. Work may resume, with treatment, once the pH of the stormwater is 8.5 or less or it can be demonstrated that the runoff will not reach surface waters. High pH process water shall not be discharged to waters of the state. Unless specific measures are identified in the Special Provisions, high pH process water may be infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system. Water being infiltrated or dispersed shall have no chance of discharging directly to waters of the state, including wetlands or conveyances that indirectly lead to waters of the state. High pH process water shall be treated to within a range of 6.5 to 8.5 pH units prior to infiltration to ensure the discharge does not cause a violation of groundwater quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide a copy of permits and requirements for placing the material into a sanitary sewer system prior to beginning the work. Process water may be collected and disposed of by the Contractor off the project site. The Contractor shall provide a copy of the permit for an approved waste site for the disposal of the process water prior to the start of work which generates the process water. 1-07.15(1) Spill Prevention, Control and Countermeasures Plan This section is revised to read: The Contractor shall prepare a project -specific spill prevention, control, and countermeasures plan (SPCC Plan) that will be used for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on-site construction activities may commence until WSDOT accepts an SPCC Plan for the project. The term "hazardous materials", as used in this Specification, is defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in but not limited to WAC 296-824 and WAC 296-843. 9/180 Implementation Requirements The SPCC Plan shall be updated by the Contractor throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. All project employees shall be trained in spill prevention and containment, and shall know where the SPCC Plan and spill response kits are located and have immediate access to them. If hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. The Contractor shall supply and maintain spill response kits of appropriate size within close proximity to hazardous materials and equipment. The Contractor shall implement the spill prevention measures identified in the SPCC Plan before performing any of the following: 1. Placing materials or equipment in staging or storage areas. 2. Refueling, washing, or maintaining equipment. 3. Stockpiling contaminated materials. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel Identify the name(s), title(s), and contact information for the personnel responsible for implementing and updating the plan, including all spill responders. 2. Spill Reporting List the names and telephone numbers of the federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. C. The drainage pathways from the site. D. Nearby waterways and sensitive areas and their distances from the site. 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or generated on-site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. B. Estimated maximum amount on-site at any one time. C. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. 10/Iso D. Decontamination location and procedure for equipment that comes into contact with the material. E. Disposal procedures. 5. Pre -Existing Contamination Describe any pre-existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract documents. Identify equipment and work practices that will be used to prevent the release of contamination. 6. Spill Prevention and Response Training Describe how and when all personnel (including refueling contractors and Subcontractors) will be trained in spill prevention, containment and response in accordance with the Plan. Describe how and when all spill responders will be trained in accordance with WAC 296-824. 7. Spill Prevention Describe the following items: A. Spill response kit contents and location(s). B. Security measures for potential spill sources. C. Secondary containment practices and structures for hazardous materials. D. Methods used to prevent stormwater from contacting hazardous materials. E. Site inspection procedures and frequency. F. Equipment and structure maintenance practices. G. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum based products. H. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. 8. Spill Response Outline the response procedures the Contractor will follow for each scenario listed below. Include a description of the actions the Contractor shall take and the specific, on-site, spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, and clean up and dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. B. Stormwater that has come into contact with hazardous materials. C. A release or spill of any pre-existing contamination and contaminant source described in 5, above. D. A release or spill of any unknown pre-existing contamination . and contaminant sources (such as buried pipes or tanks) encountered during project Work. 11 / 180 E. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor will be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map Provide a map showing the following items: A. Site location and boundaries. B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. E. Hazardous materials, equipment, and decontamination areas identified in 4, above. F. Pre-existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor will use in the event of a release or spill. Payment Payment will be made in accordance with Section 1-04.1 for the following Bid item when it is included in the Proposal: "SPCC Plan", lump sum. When the written SPCC is accepted by WSDOT, the Contractor shall receive 50 -percent of the lump sum Contract price for the plan. The remaining 50 -percent of the lump sum price will be paid after the materials and equipment called for in the plan are mobilized to the project. The lump sum payment for "SPCC Plan" shall be full pay for: 1. All costs associated with creating the accepted SPCC Plan. 2. All costs associated with providing and maintaining the on-site spill prevention equipment described in the accepted SPCC Plan. 3. All costs associated with providing and maintaining the on-site standby spill response equipment and materials described in the accepted SPCC Plan. 4. All costs associated with implementing the spill prevention measures identified in the accepted SPCC Plan. 12 / 180 5. All costs associated with updating the SPCC Plan as required by this Specification. As to other costs associated with releases or spills, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or omissions. 1-07.16(4) Archaeological and Historical Objects This section is supplemented with the following new sub -section: 1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains If human skeletal remains are encountered by the Contractor, they shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds, and shall cease all work adjacent to the discovery, in an area adequate to provide for the total security and protection of the integrity of the skeletal remains. The Engineer may require the Contractor to suspend Work in the vicinity of the discovery until final determinations and removal of the skeletal remains is completed. 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. 1-07.17(2) Utility Construction, Removal or Relocation by Others The first sentence in the second paragraph is revised to read: If the Contract provides notice that utility work (including furnishing, adjusting, relocating, replacing, or constructing utilities) will be performed by others during the prosecution of the Work, the Special Provisions will establish the utility owners anticipated completion. The first sentence in the third paragraph is revised to read: When others delay the Work through late performance of utility work, the Contractor shall adhere to the requirements of Section 1-04.5. 1-07.23 Public Convenience and Safety This section is revised to read: The Contractor shall be responsible for providing adequate safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the Work covered by the Contract. The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the Contracting Agency as specified in other sections of these Specifications. Nothing contained in this Contract is intended to create any third - party beneficiary rights in favor of the public or any individual utilizing the Highway facilities being constructed or improved under this Contract. 1-07.23(1) Construction Under Traffic The second sentence in the second paragraph is revised to read: The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. The fifth sentence in the second paragraph is revised to read: 13/180 The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. The final paragraph in this section is deleted. 1-07.23(2) Construction and Maintenance of Detours Number 1. under the first paragraph is revised to read: Detours and detour bridges that will accommodate traffic diverted from the Roadway, bridge, sidewalk or path during construction, SECTION 1-08, PROSECUTION AND PROGRESS August 4, 2008 1-08.1 Subcontracting Item (2) in the first sentence of the seventh paragraph is revised to read: (2) Delivery of these materials to the Work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies hired by those commercial plants. 1-08.3(2)A Type A Progress Schedule This section is revised to read: The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.5 Time for Completion The third sentence in the first paragraph is revised to read: A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the Contract specifically prohibits Work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 1-08.6 Suspension of Work The first paragraph is revised to read: The Engineer may order suspension of all or any part of the Work if: 1. Unsuitable weather that prevents satisfactory and timely performance of the Work; or 2. The Contractor does not comply with the Contract: or 3. It is in the public interest. 1-08.7 Maintenance During Suspension The first sentence in the fourth paragraph is revised to read: 14 / 180 If the Engineer determines that the Contractor has pursued the Work diligently before the suspension, then the Contracting Agency will maintain the temporary Roadway (and bear its cost). The fifth paragraph is revised to read: The Contractor shall protect and maintain all other Work in areas not used by traffic. All costs associated with protecting and maintaining such Work shall be the responsibility of the Contractor, except those costs associated with implementing the TESC Plan according to Section 8-01. The seventh paragraph is revised to read: After any suspension, the Contractor shall resume all responsibilities the Contract assigns for the Work. SECTION 1-09, MEASUREMENT AND PAYMENT April 7, 2008 1-09.9 Payments The first paragraph is supplemented with the following: For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction meeting. The second sentence in the third paragraph is revised to read: Unless otherwise provided in the payment clause of the applicable Specifications, partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Project Engineer's determination of the amount of Work performed, with consideration given to but not exclusively based on the Contractors lump sum breakdown. The third paragraph is supplemented with the following: The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.9(1) Retainage In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. SECTION 1-10, TEMPORARY TRAFFIC CONTROL April 6, 2009 1-10.1(2) Description The following new paragraph is inserted after the second paragraph: Unless otherwise permitted by the Contract or approved by the Project Engineer, the Contractor shall keep all existing pedestrian routes and access points (including sidewalks, paths and crosswalks) open and clear at all times. The second and third sentences in the third paragraph are revised to read: The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on or adjacent to Highways, 15/180 roads, streets, sidewalks or paths. No Work shall be done on or adjacent to any Traveled Way until all necessary signs and traffic control devices are in place. 1-10.2(1) General The second sentence in the third paragraph is revised to read: Possession of a current TCS card and flagging card by the primary and alternate TCS is mandatory. 1-10.2(2) Traffic Control Plans The first sentence in the first paragraph is revised to read: The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle and pedestrian traffic. In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised to "MUTCD, Part 6". 1-10.3(2)B Rolling Slowdown The first two paragraphs are deleted and replaced with the following: Rolling slowdown traffic control operations are not to be used for routine work that can be addressed by standard lane or shoulder closure traffic control. When a short-term roadway closure is needed for an infrequent, non -repetitive work operation such as a sign bridge removal, or utility wire crossing, the Contractor may implement a rolling slowdown on a multi -lane roadway, as part of an approved traffic control plan. The Contractor shall submit for approval a traffic control plan detailing the expected delay time, interchange ramp control and rolling slowdown distance. A portable changeable message sign shall be placed ahead of the starting point of the traffic control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the Work to avoid any expected backup of vehicles. A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least one traffic control vehicle will be used for every two lanes to be slowed, plus a control vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade. The traffic control vehicles shall enter the roadway and form a moving blockade to reduce traffic speeds and create a clear area ahead of the blockade in which to accomplish the work without a total stoppage of traffic. 1-10.3(3)A Construction Signs The fifth paragraph is revised to read: Where it is necessary to add weight to signs for stability, sand bags or other similar ballast may be used but the height shall not be more than 4 -inches above the Roadway surface, and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendations for sign ballasting. 1-10.3(3)D Barricades The second paragraph is revised to read: Where it is necessary to add weight to barricades for stability, sand bags or other similar ballast may be used but the height shall not be more than 4 -inches above the Roadway surface and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendation for sign ballasting. 16/180 1-10.3(3)G Traffic Cones This section including title is revised to read: 1-10.3(3)G Traffic Cones and Tall Channelizing Devices Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic cones or tall channelizing devices. Cones and tall channelizing devices shall be kept in good repair and shall be removed immediately when directed by the Engineer. Where wind or moving traffic frequently displaces cones, an effective method of stabilizing them, such as stacking two together at each location, shall be employed. 1-10.3(3)K Portable Temporary Traffic Control Signal The first paragraph is revised to read: Where shown on an approved traffic control plan, the Contractor shall provide, operate, maintain and remove a portable temporary traffic control signal system to provide alternating one -lane traffic operations on a two-way facility. A portable temporary traffic control signal system shall be defined as two traffic control units that operate together. The system shall be trailer mounted, fully self- contained and designed so that it can be easily transported and deployed at different locations. The third sentence in the second paragraph is deleted. The following is inserted in front of the sixth paragraph: The Traffic Control Supervisor shall monitor and insure that the Portable Temporary Traffic Control Signal is fully operational and maintained as specified by the manufacturer. This Work may include cleaning and replacing lamps and other routine maintenance as needed. 1-10.4(2) Item Bids with Lump Sum for Incidentals The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised to read: No specific unit of measurement will apply to the lump sum item of "Portable Temporary Traffic Control Signal". 1-10.5(1) Lump Sum Bid for Project (No Unit Items) This section is revised to read: "Project Temporary Traffic Control", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1-10, except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 1-10.4(3). 1-10.5(2) Item Bids with Lump Sum for Incidentals The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to lump sum. The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: The lump sum Contract price shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the Contract Work as described in Section 1- 10.3(3)K, including all costs for traffic control during manual control, adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. 17/180 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April 7, 2008 2-01.3(1) Clearing Item 3 .is deleted. The first sentence in Item 4. is revised to read: Follow these requirements for all stumps that will be buried deeper than 5 -feet from the top, side, or end surface of the embankment or any structure: 2-01.3(2) Grubbing Item 2. e, is revised to read: Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2-01.3(1) item 4. SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS April 7, 2008 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters The first sentence in 3. is supplemented with the following: For removal of bituminous pavement, asphalt planing equipment may be used in lieu of saw cutting provided that a clean vertical edge remains. SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT January 7, 2008 2-03.1 Description The first sentence in the first paragraph is revised to read: The Work described in this section, regardless of the nature or type of the materials encountered, includes excavating and grading the Roadway, excavating in borrow pits, excavating below grade, excavating channels and ditches, removing slide material, and disposing of all excavated material. 2-03.3(3) Excavation Below Grade The section title is revised to read: 2-03.3(3) Excavation Below Subgrade The first sentence in the fifth paragraph is revised to read: Compaction. If the density of the natural earth under any area of the Roadway is less than that required in Section 2-03.3(14)C, Method B, the Engineer may order the Contractor to perform any or all of the following: 2-03.3(14)M Excavation of Channels This section including title is revised to read: 2-03.3(14)M Excavation of Channels and Ditches Channel Excavation: Open excavations 8 -feet or more wide at the bottom, but excludes channels that are part of the Roadway. 18/180 Ditch Excavation: Open excavations less than 8 -feet wide at the bottom, but excludes ditches that are part of the Roadway. Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance with Section 2-01. 2-03.4 Measurement The first sentence in the first paragraph is revised to read: Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and common borrow items will be measured by the cubic yard. The fourth sentence in the first paragraph is revised to read: For Roadway excavation, channel excavation and ditch excavation items, the original ground will be compared with the planned finished section shown in the Plans. 2-03.5 Payment The first paragraph is supplemented with the following: "Channel Excavation", per cubic yard. "Channel Excavation Incl. Haul", per cubic yard. "Ditch Excavation", per cubic yard. "Ditch Excavation Incl. Haul", per cubic yard. The first sentence in the second paragraph is revised to read: The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation Incl. Haul", "Roadway Excavation — Area ", "Roadway Excavation Incl. Haul — Area ", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating, loading, placing, or otherwise disposing of the material. The second paragraph is supplemented with the following: When a bid item is not included in the proposal for channel excavation or ditch excavation all costs shall be included in roadway excavation. The third paragraph is revised to read: When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices shall apply, unless the Work differs materially from the excavation above Subgrade, then payment will be in accordance with Section 1-04.4. SECTION 2-10, DITCH EXCAVATION January 7, 2008 This section is deleted in its entirety. The section title is revised to read: 2-10 VACANT 19/180 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION August 4, 2008 5-01.3(2)B Portland Cement Concrete The third sentence in the third paragraph is deleted. 5-01.3(4) Replace Portland Cement Concrete Panel The last paragraph on page 5-5 of the Standard Specifications is revised to read: The Contractor shall place a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer along all existing concrete surfaces and between the bottom of the slab and treated bases prior to placing concrete. 5-01.3(5) Partial Depth SpaII Repair The fifth paragraph is revised to read: When a partial depth repair is placed directly against an adjacent longitudinal joint a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer shall be placed between the existing concrete and the area to be patched. SECTION 5-02, BITUMINOUS SURFACE TREATMENT December 1, 2008 5-02.3(3) Application of Asphalt Emulsion and Aggregate The chart following the first paragraph is revised to read: Application Rate Undiluted Asphalt Emulsion (gal.per sq. yd.) Applied Aggregate Size Aggregates (lbs. per sq. yd.) Applied New Construction Prime Coat 0.35-0.65 '/2 -U.S. No. 4 or 3/4-1/2 25-45 Tack Coat 0.35-0.60 '/2 -U.S. No. 4 25-40 Choke Stone N/A U.S. No. 4-0 4-6 Seal Coats 0 -inch 0.40-0.65 0 -U.S. No. 4 U.S. No. 4-0 25-45 4-6 1/2 -inch 0.35-0.55 '/-U.S. No. 4 20-35 4-6 D -inch — No. 4 0.35-.55 0- U.S. No. 4 20-30 D -inch — No. 10 0.20-0.40 0- U.S. No. 10 18-30 Choke Stone N/A U.S. No. 4-0 4-6 20/180 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Pavement Sealing Grade Diluted/Undiluted Application Rate (gal/sy) CSS -1 or CSS -1h Diluted 0.10-0.18 STE-1 Undiluted 0.05-0.09 The second sentence in the second paragraph is revised to read: The second application of asphalt emulsion (tack coat) shall be applied the next day, or as approved by the Project Engineer. The eleventh paragraph and the chart following the eleventh paragraph are revised to read: Before application to the Roadway, asphalt emulsion shall be heated to the following temperatures or that recommended by the manufacturer. The third sentence in the twelfth paragraph is revised to read: CSS -1 and CSS -1 h emulsified asphalt shall be diluted at a rate of one part water to one part emulsified asphalt as specified in Section 5-04.3(19) unless otherwise directed by the Project Engineer. The twelfth paragraph is supplemented with the following: STE-1 shall not be diluted. 5-02.3(10) Unfavorable Weather Item 4. under the second paragraph is revised to read: 4. Construction of bituminous surface treatments shall not be carried out before May 1 or after August 31 of any year except upon written order of the Project Engineer. SECTION 5-04, HOT MIX ASPHALT December 1, 2008 5-04.3(9) Spreading and Finishing The nominal compacted depth for HMA Class 3/4" and HMA Class 1/2" listed under the first paragraph is revised to read: 21/180 Distributor Temperature Type and Grade of Asphalt Emulsion Min. °F Max. °F New Construction and Seal Coats: CRS -1, CRS -2, CRS -2P 125 195 CMS -2, CMS -2S, CMS -2h 125 185 Fog Seal: CSS -1, CSS -1h, STE-1 70 140 The third sentence in the twelfth paragraph is revised to read: CSS -1 and CSS -1 h emulsified asphalt shall be diluted at a rate of one part water to one part emulsified asphalt as specified in Section 5-04.3(19) unless otherwise directed by the Project Engineer. The twelfth paragraph is supplemented with the following: STE-1 shall not be diluted. 5-02.3(10) Unfavorable Weather Item 4. under the second paragraph is revised to read: 4. Construction of bituminous surface treatments shall not be carried out before May 1 or after August 31 of any year except upon written order of the Project Engineer. SECTION 5-04, HOT MIX ASPHALT December 1, 2008 5-04.3(9) Spreading and Finishing The nominal compacted depth for HMA Class 3/4" and HMA Class 1/2" listed under the first paragraph is revised to read: 21/180 HMA Class 3/4" and HMA Class 1/2" wearing course other courses 5-04.3(12)B Longitudinal Joints The first two paragraphs are revised to read: 0.30 -feet 0.35 -feet The longitudinal joint in any 1 course shall be offset from the course immediately below by not more than 6 -inches nor less than 2 -inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. On one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Project Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot -lap joint is constructed. a. If a hot -lap joint is allowed at the center of the traffic lane, 2 paving machines shall be used; a minimum compacted density in accordance with Section 5-04.3(10)B shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted mix. The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan A40.10- 00." 5-04.3(16) Weather Limitations The chart for Surface Temperature Limitation is revised to read: Surface Temperature Limitation Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55°F 45°F 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F 5-04.3(21) Asphalt Binder Revision This section is revised to read: When the Contracting Agency provides a source of aggregate, the expected percentage content of asphalt binder in the resulting mix will be identified in the Contract documents. Should the percentage of asphalt binder shown in the job mix formula for Hot Mix Asphalt produced with Agency -provided aggregate vary by more than plus or minus 0.3 -percent from the amount shown in the Contract documents, an adjustment in payment will be made. The adjustment in payment (plus or minus) will be based on the invoice unit cost, including shipping cost, without any markups. The quantity subject to an adjustment shall be the difference between the JMF asphalt binder percentage and the contract document asphalt binder percentage except that the first 0.3% of this difference shall not apply. No adjustment will be made when the Contractor elects not to use a Contracting Agency -provided source, or when no source is made available by the Contracting Agency. 22/180 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 5-05, CEMENT CONCRETE PAVEMENT April 6, 2009 5-05.3(1) Concrete Mix Design for Paving The first paragraph under 1. Materials is revised to read: 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 9-03.1(4) AASHTO grading No. 467. An alternate combined gradation conforming to Section 9-03.1(5) may be proposed, that has a nominal maximum aggregate size equal to or greater than a 1-1/2 -inch square sieve. Under the first paragraph; 3. Mix Design Modifications is revised to read: 3. Conformance to Mix Design. Cement, coarse and fine aggregate weights shall be within the following tolerances of the mix design: Portland Cement Concrete Batch Volumes Cement +5% -1 % Coarse Aggregate + 200 Pounds - 200 Pounds Fine Aggregate + 200 Pounds - 200 Pounds If the total cementitious material weight is made up of different components, these component weights shall be within the following tolerances: 1. Portland cement weight plus 5 -percent or minus 1 -percent of that specified in the mix design. 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5 -percent of that specified in the mix design. 3. Microsilica weight plus or minus 10 -percent of that specified in the mix design. Water shall not exceed the maximum water specified in the mix design. The Contractor may initiate minor adjustments to the approved mix proportions within the tolerances noted above without resubmitting the mix design. Utilizing admixtures to accelerate the set or to increase workability will be permitted only when approved by the Engineer. 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. 23/180 5-05.3(3)C Finishing Equipment The second sentence in the first paragraph is revised to read: On other roads and on WSDOT projects requiring less than 1000 -square yards of cement concrete pavement or requiring individual placement areas of less than 1000 -square yards, irregular areas, intersections and at locations inaccessible to slip -form paving equipment, cement concrete pavement may be placed with approved placement and finishing equipment utilizing stationary side forms. 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement The third sentence in the ninth paragraph is deleted. 5-05.3(8)A Contraction Joints The fifth paragraph is revised to read: When cement concrete pavement is placed adjacent to existing cement concrete pavement, the vertical face of all existing working joints shall be covered with a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer. 5-05.3(8)B Sealing Sawed Contraction Joints The fifth sentence is revised to read: The hot -poured compound and the cold -poured compound shall be applied under sufficient pressure to fill the groove from bottom to top and the cured joint sealant shall be between 1/4 inch and 5/8 inch below the top surface of the concrete. SECTION 6-02, CONCRETE STRUCTURES April 6, 2009 6-02.2 Materials This section is supplemented with the following: Pigmented Sealer Materials for Coating of Concrete Surfaces 9-08.2(1) 6-02.3(2)A Contractor Mix Design The third sentence in the fourth paragraph is revised to read: The nominal maximum size aggregate for Class 4000P shall be 3/8 -inch. The fourth sentence in the fourth paragraph is revised to read: The nominal maximum size aggregate for Class 4000D shall be 1 -inch. 6-02.3(2)B Commercial Concrete The second paragraph is revised to read: Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, Tight standard foundations, 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, shall be air entrained, and the tolerances of Section 6-02.3(5)C shall apply. Commercial concrete shall not be used for items such as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and 24 / 180 sign bridges. The Engineer may approve the use of commercial concrete for other applications not listed above. 6-02.3(6)D Protection Against Vibration The second sentence in the second paragraph is revised to read: These requirements for the protection of freshly placed concrete against vibration shall not apply for plant cast concrete, nor shall they apply to the vibrations caused by the traveling public. The third sentence in the second paragraph is deleted. Item (2) under the third paragraph is revised to read: (2) Equipment Class L (Low Vibration) shall include tracked dozers under 85,000 -pounds, track vehicles, trucks (unless excluded above), hand operated jack hammers, cranes, auger drill rig, caisson drilling, vibratory roller compactors under 30,000 -pounds, and grab -hammers. Item (3) under the third paragraph is revised to read: (3) Equipment Class H (High Vibration) shall include pile drivers, vibratory hammers, machine operated impact tools, pavement breakers, and other large pieces of equipment. 6-02.3(10) Roadway Slabs and Bridge Approach Slabs This section's content is deleted. This section's title is revised to read: 6-02.3(10) Bridge Decks and Bridge Approach Slabs This section is supplemented with the following new sub -sections: 6-02.3(10)A Preconstruction Meeting A pre -concreting conference shall be held 5 to 10 -working days before placing concrete to discuss construction procedures, personnel, and equipment to be used. Those attending shall include: 1. (representing the Contractor) The superintendent and all foremen in charge of placing the concrete, finishing it; and 2. (representing the State) The Project Engineer, key inspection assistants, and the State Construction Office. If the project includes more than 1 deck or slab, and if the Contractor's key personnel change between concreting operations, or at request of the Engineer, an additional conference shall be held just before each deck or slab is placed. The Contractor shall not place bridge decks until the Engineer agrees that: 1. Concrete producing and placement rates will be high enough to meet placing and finishing deadlines; 2. Finishers with enough experience have been employed; 3. Adequate finishing tools and equipment are at the site, and 4. Curing procedures consistent with the Specification requirements are employed. 25 / 180 6-02.3(10)B Screed Rail Supports The Contractor shall place screed rails outside the finishing area. When screed rails cannot be placed outside the finishing area as determined by the Engineer, they shall rest on adjustable supports that can be removed with the least possible disturbance to the screeded concrete. The supports shall rest on structural members or on forms rigid enough to resist deflection. Supports shall be removable to at least 2 -inches below the finished surface. For staged constructed bridge decks, the finishing machine screed rails shall not be supported on the completed portion of deck and shall deflect with the portion of structure under construction. Screed rails (with their supports) shall be strong enough and stiff enough to permit the finishing machine to operate effectively on them. All screed rails shall be placed and secured for the full length of the deck/slab before the concreting begins. If the Engineer approves in advance, the Contractor may move rails ahead onto previously set supports while concreting progresses. But such movable rails and their supports shall not change the set elevation of the screed. On steel truss and girder spans, screed rails and bulkheads may be placed directly on transverse steel floorbeams, with the strike -board moving at right angles to the centerline of the Roadway. 6-02.3(10)C Finishing Equipment The finishing machine shall be self-propelled and be capable of forward and reverse movement under positive control. The finishing machine shall be equipped with a rotating cylindrical single or double drum screed not exceeding 60 -inches in length. The finishing machine shall have the necessary adjustments to produce the required cross-section, line, and grade. Provisions shall be made for the raising and lowering of all screeds under positive control. The upper vertical limit of screed travel shall permit the screed to clear the finished concrete surface. For bridge deck widening of 20 -feet or less, and for bridge approach slabs, or where jobsite conditions do not allow the use of conventional configuration finishing machines described above, the Contractor may propose the use of a hand operated motorized power screed such as a "Texas" or "Bunyan" screed. This screed shall be capable of finishing the bridge deck and bridge approach slab to the same standards as the finishing machine. The Contractor shall not begin placing bridge deck or bridge approach slab concrete until receiving the Engineer's approval of this screed and the placing procedures. On bridge decks the Contractor may use hand -operated strike -boards only when the Engineer approves for special conditions where self propelled or motorized hand operated screeds cannot be employed. These boards shall be sturdy and able to strike off the full placement width without intermediate supports. Strike -boards, screed rails, and any specially made auxiliary equipment shall receive the Engineer's approval before use. All finishing requirements in these Specifications apply to hand -operated finishing equipment. 6-02.3(10)0 Concrete Placement, Finishing, and Texturing Before any concrete is placed, the finishing machine shall be operated over the entire length of the deck/slab to check screed deflection. Concrete placement may begin only if the Engineer approves after this test. Immediately before placing concrete, the Contractor shall check (and adjust if necessary) all falsework and wedges to minimize settlement and deflection from the added mass of the concrete deck/slab. The Contractor shall also install devices, such as telltales, by which the Engineer can readily measure settlement and deflection. The Contractor shall schedule the concrete placement so that it can be completely finished during daylight. After dark finishing is permitted if the Engineer approves and if the Contractor provides adequate lighting. 26/180 The placement operation shall cover the full width of the Roadway or the full width between construction joints. The Contractor shall locate any construction joint over a beam or web that can support the deck/slab on either side of the joint. The joint shall not occur over a pier unless the Plans permit. Each joint shall be formed vertically and in true alignment. The Contractor shall not release falsework or wedges supporting pours on either side of a joint until each side has aged as these Specifications require. Placement of concrete for bridge decks and bridge approach slabs shall comply with Section 6- 02.3(6).The Engineer shall approve the placement method. In placing the concrete, the Contractor shall: 1. Place it (without segregation) against concrete placed earlier, as near as possible to its final position, approximately to grade, and in shallow, closely spaced piles; 2. Consolidate it around reinforcing steel by using vibrators before strike -off by the finishing machine; 3. Not use vibrators to move concrete; 4. Not revibrate any concrete surface areas where workers have stopped prior to screeding; 5. Remove any concrete splashed onto reinforcing steel in adjacent segments before concreting them; 6. Tamp and strike off the concrete with a template or strike board moving slowly forward at an even speed; 7. Maintain a slight excess of concrete in front of the cutting edge across the entire width of the placement operation; 8. Make enough passes with the strike -board (without overfinishing and bringing excessive amounts of mortar to the surface) to create a surface that is true and ready for final finish; and 9. Leave a thin, even film of mortar on the concrete surface after the last pass of the strike - board. Workers shall complete all post screeding operations without walking on the concrete. This may require work bridges spanning the full width of the slab. After removing the screed supports, the Contractor shall fill the voids with concrete (not mortar). If necessary, as determined by the Engineer, the Contractor shall float the surface left by the finishing machine to remove roughness, minor irregularities, and seal the surface of the concrete. Floating shall leave a smooth and even surface. Float finishing shall be kept to a minimum number of passes so air bubbles in the concrete are not released. The floats shall be at least 4 -feet long. Each transverse pass of the float shall overlap the previous pass by at least half the length of the float. The first floating shall be at right angles to the strike -off. The second floating shall be at right angles to the centerline of the span. A smooth riding surface shall be maintained across construction joints. Expansion joints shall be finished with a 1/2 -inch radius edger. 27 / 180 After floating, but while the concrete remains plastic, the Contractor shall test the entire deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing shall be done with a 10 -foot straightedge held on the surface. The straightedge shall be advanced in successive positions parallel to the centerline, moving not more than 1/2 the length of the straightedge each time it advances. This procedure shall be repeated with the straightedge held perpendicular to the centerline. An acceptable surface shall be one free from deviations of more than 1/8 -inch under the 10 -foot straightedge. If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, strike off, consolidate, and refinish them. High areas shall be cut down and refinished. Retesting and refinishing shall continue until an acceptable, deviation free surface is produced. The hardened concrete shall meet all smoothness requirements of these Specifications even though the tests require corrective Work. The Contractor shall texture the bridge deck and bridge approach slab by combing the final surface perpendicular to the centerline. Made of a single row of metal tines, the comb shall leave striations in the fresh concrete approximately 3/16 -inch deep by 1/8 -inch wide and spaced approximately 1/2 - inch apart. The Engineer will decide actual depths at the site. (If the comb has not been approved, the Contractor shall obtain the Engineer's approval by demonstrating it on a test section.) The Contractor may operate the combs manually or mechanically, either singly or with several placed end to end. The timing and method used shall produce the required texture without displacing larger particles of aggregate. Texturing shall end 2 -feet from curb lines. This 2 -foot untextured strip shall be hand finished with a steel trowel. If the Plans call for an overlay (to be constructed under the same Contract), such as hot mix asphalt, latex modified concrete, epoxy concrete, or similar, the Contractor shall produce the final finish by dragging a strip of damp, seamless burlap lengthwise over the full width of the deck/slab or by brooming it lightly. A burlap drag shall equal the deck/slab in width. Approximately 3 -feet of the drag shall contact the surface, with the least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of concrete. When it fails to produce the required finish, the Contractor shall replace it. When not in use, it shall be lifted clear of the slab. After the deck/slab has cured, the surface shall not vary more than 1/8 -inch under a 10 -foot straightedge placed parallel and perpendicular to the centerline. The Contractor shall cut high spots down with a diamond faced, saw -type cutting machine. This machine shall cut through mortar and aggregate without breaking or dislodging the aggregate or causing spalls. Low spots shall be built up utilizing a grout or concrete with a strength equal to or greater than the required 28 -day strength of the deck/slab. The method of build-up shall be submitted to the Engineer for approval. The surface texture on any area cut down or built up shall match closely that of the surrounding bridge deck or bridge approach slab area. The entire bridge deck and bridge approach slab shall provide a smooth riding surface. 6-02.3(10)E Sidewalk Concrete for sidewalk shall be well compacted, struck off with a strike -board, and floated with a wooden float to achieve a surface that does not vary more than 0 -inch under a 10 -foot straightedge. An edging tool shall be used to finish all sidewalk edges and expansion joints. The final surface shall have a granular texture that will not turn slick when wet. 28/180 6-02.3(10)F Bridge Approach Slab Orientation and Anchors Bridge approach slabs shall be constructed full bridge deck width from outside usable Shoulder to outside usable Shoulder at an elevation to match the Structure. The bridge approach slabs shall be modified as shown in the Plans to accommodate the grate inlets at the bridge ends if the grate inlets are required. Bridge approach slab anchors shall be installed as detailed in the Plans and 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 1 coat of formula A-11-99 paint meeting the requirements of Section 9-08.2. 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 anchors installations, the epoxy bonding agent used to install the anchors shall be Type IV conforming to Section 9-26.1. The compression seal shall be as noted in the Contract documents. Dowel bars shall be installed in the bridge approach slabs in accordance with the requirements of the Standard Plans and Section 5-05.3(10). After curing bridge approach slabs in accordance with Section 6-02.3(11), the bridge approach slabs may be opened to traffic when a minimum compressive strength of 2,500 psi is achieved. 6-02.3(12) Construction Joints The third sentence in the second paragraph is deleted. 6-02.3(14) Finishing Concrete Surfaces The following new sub -section is inserted after Section 6-02.3(14)B: 6-02.3(14)C Pigmented Sealer for Concrete Surfaces All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 surface finish, (except that concrete barrier surfaces shall be finished in accordance with Section 6- 02.3(11)A) and shall receive a light brush sandblasting in order that complete neutralization of the surface and subsequent penetration of the pigmented sealer is achieved. All curing agents and form release agents shall be removed. The surface shall be dry, clean and prepared in accordance with the manufacturer's written instructions. The Contractor shall submit four copies of the manufacturer's written instructions. The Contractor shall not apply pigmented sealer from a batch greater than twelve months past the initial date of color sample approval of that batch by the Engineer. The pigmented sealer color or colors for specific concrete surfaces shall be as specified in the Special Provisions. The pigmented sealer shall be spray applied in accordance with the manufacturer's written instructions for application, air temperature required for sealer application and curing, qualification of applicator, rate of application, and number of coats to apply. Pigmented sealer shall not be applied until the concrete has cured for at least 28 days. Pigmented sealer shall not be applied upon damp surfaces, nor shall it be applied when the air is misty, or otherwise unsatisfactory for the work, in the opinion of the manufacturer or the Engineer. The final appearance shall have an even and uniform color acceptable to the Engineer. For concrete surfaces such as columns, retaining walls, pier walls, abutments, concrete fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to one foot below the finish ground line, unless otherwise shown in the Plans. 29 / 180 6-02.3(17)N Removal of Falsework and Forms The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier form, and pedestrian barrier forms" etc, is deleted. 6-02.3(17)0 Early Concrete Test Cylinder Breaks The third paragraph is revised to read: The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings This section's title is revised to read: 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 6-02.3(25) Prestressed Concrete Girders In the fourth paragraph, the second sentence in Prestressed Concrete Wide Flange I Girder is revised to read: WSDOT standard girders in this category include Series WF42G, WF50G, WF58G, WF66G, WF74G, WF83G, WF95G and WF100G. In the fourth paragraph, the seventh sentence in Spliced Prestressed Concrete Girder is revised to read: WSDOT standard girders in this category include Series WF66PTG, WF74PTG, WF83PTG, WF95PTG and WF100PTG. 6-02.3(25)B Casting The reference to Section 9-23.7 in the second sentence of the third paragraph is deleted. 6-02.3(25)C Prestressing The fifth paragraph is revised to read: From manufacture to encasement in concrete, prestressing strand shall be protected against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in a dry covered area and shall be kept in the manufacturer's original packaging until placement in the forms. If prestressing strand has been damaged or pitted, it will be rejected. Prestressing strand with rust shall be spot cleaned with a non-metallic pad to inspect for any sign of pitting or section loss. 6-02.3(25)J Horizontal Alignment The first paragraph is revised to read: The Contractor shall check and record the horizontal alignment of the top and bottom flanges of each girder at the following times: 1. Initial - upon removal of the girder from the casting bed; 2. Final - within 2 -weeks, but not less than 3 -days prior to shipment; and 3. Storage - between 115 to 125 -days after casting, if the girder remains in storage for a period exceeding 120 -days. Each check shall be made by measuring the distance between each flange and a chord that extends the full length of the girder. The Contractor shall perform and record each check at a time 30 / 180 when the alignment of the girder is not influenced by temporary differences in surface temperature. Records for the Initial check shall be included in the Contractor's Prestressed Concrete Certificate of Compliance. Records for the Final and Storage checks shall be provided to the Engineer for approval. The first sentence in the fifth paragraph is deleted. 6-02.3(25)K Girder Deflection The first paragraph is revised to read: The Contractor shall check and record the vertical deflection (camber) of each girder at the following times: 1. Initial - upon removal of the girder from the casting bed; and 2. Storage - within 2 -weeks, but not Tess than 3 -days prior to shipment, if the girder remains in storage for a period exceeding 120 -days. The Contractor shall perform and record each check at a time when the alignment of the girder is not influenced by temporary differences in surface temperature. These records shall be available for the Engineer's inspection, and in the case of girders older than 120 -days, shall be transmitted to the Engineer as soon as practical for evaluation of the effect of Tong -term storage on the "D" dimension. Records for the Initial check shall be included in the Contractor's Prestressed Concrete Certificate of Compliance. Records for the Storage check shall be provided to the Engineer for approval. 6-02.3(25)L Handling and Storage The fifth sentence in the third paragraph is deleted. 6-02.3(25)N Prestressed Concrete Girder Erection The fourth paragraph is revised to read: When prestressed girders arrive on the project, the Project Engineer will confirm that they are stamped "Approved for Shipment", that the final horizontal alignment and deflection (camber) check records have been approved, and that they have not been damaged in shipment, before accepting them. 6-02.3(26)E Ducts The first six paragraphs under the heading Ducts for Internal Embedded Installation are revised to read: Ducts, including their splices, shall be semi-rigid, air and mortar tight, corrugated plastic ducts of virgin polyethylene or polypropylene materials, free of water soluble chlorides or other chemicals reactive with concrete or post -tensioning reinforcement. Ducts, including their splices, shall either have a white coating on the outside or shall be of a white material with ultraviolet stabilizers added. Ducts, including their splices, shall be capable of withstanding concrete pressures without deforming or permitting the intrusion of cement paste during placement of concrete. All fasteners shall be appropriate for use with plastic ducts, and all clamps shall be of an approved plastic material. Polyethylene ducts shall conform to ASTM D 3350 with a cell classification of 345464A. Polypropylene ducts shall conform to ASTM D 4101 with a cell classification of either PP0340B14541 or PP0340B67884. Resins used for duct fabrication shall have a minimum oxidation induction time of 20 minutes, in accordance with ASTM D 3895, based on tests 31 / 180 performed by the duct fabricator on samples taken from the lot of finished product. The duct thickness shall be as specified in Section 10.8.3 of the AASHTO LRFD Bridge Construction Specifications, latest edition and current interims. Each duct shall maintain the required profile within a placement tolerance of plus or minus 1/4 -inch for longitudinal tendons and plus or minus 1/8 -inch for transverse slab tendons during all phases of the work. The minimum acceptable radius of curvature shall be as recommended by the duct manufacturer and as supported by documented industry standard testing. The ducts shall be completely sealed to keep out all mortar. Each duct shall be located to place the tendon at the center of gravity alignment shown in the Plans. To keep friction losses to a minimum, the Contractor shall install ducts to the exact lines and grades shown in the Plans. Once in place, the ducts shall be tied firmly in position before they are covered with concrete. During concrete placement, the Contractor shall not displace or damage the ducts. The ends of the ducts shall: 1. Permit free movement of anchorage devices, and 2. Remain covered after installation in the forms to keep out all water or debris. Immediately after any concrete placement, the Contractor shall force blasts of oil -free, compressed air through the ducts to break up and remove any mortar inside before it hardens. Before deck concrete is placed, the Contractor shall satisfy the Engineer that ducts are unobstructed and contain nothing that could interfere with tendon installation, tensioning, or grouting. If the tendons are in place, the Contractor shall show that they are free in the duct. Ducts shall be capped and sealed at all times until the completion of grouting to prevent the intrusion of water. The last paragraph under the heading Ducts for Internal Embedded Installation is revised to read: When the duct must be curved in a tight radius, more flexible duct may be used, subject to the Engineer's approval. The first paragraph under the heading 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: This section is supplemented with the following: Vents, Grout Injection Ports, Drains and Caps The Contractor shall install vents at high points and drains at low points of the tendon profile (and at other places if the Plans require). Vents at high points shall consist of a set of three vents - one to be installed at the high point of the duct, and flanking vents to be installed on either side of the high point vent at locations where the duct profile is 8 to 12 inches below the elevation of the high point vent. Vents shall include grout injection ports. Vents and drains shall have a minimum inside diameter of 3/4 inches, and shall be of either stainless steel, nylon, or polyolefin materials, free of water soluble chlorides or other chemicals reactive with concrete or post -tensioning reinforcement. Stainless steel vents and drains shall conform to ASTM A 240 Type 316. Nylon vents and drains shall conform to cell classification S- PA0141 (weather resistant). Polyolefin vents and drains shall contain an antioxidant with a minimum oxidation induction time of 20 minutes in accordance with ASTM D 3895. Polyolefin vents 32 / 180 and drains shall also have a stress crack resistance of three hours minimum when tested at an applied stress of 350 psi in accordance with ASTM F 2136. AH fasteners shall be appropriate for use with plastic ducts, and all clamps shall be of an approved plastic material. Taping of connections is not allowed. Valves shall be positive mechanical shut-off valves. Valves, and associated caps, shall have a minimum pressure rating of 100 psi. Vents shall point upward and remain closed until grouting begins. Drains shall point downward and remain open until grouting begins. Ends of stainless steel vents and drains shall be removed 1 - inch inside the concrete surface after grouting has been completed. Ends of nylon or polyolefin vents and drains may be left flush to the surface unless otherwise specified by the Engineer. Vents, except for grout injection, are not required for transverse post -tensioning ducts in the roadway slab unless specified in the Plans. Caps shall be made of either stainless steel or fiber reinforced polymer (FRP). Stainless steel caps shall conform to ASTM A 240 Type 316L. The resin for FRP caps shall be either nylon, polyester, or acrylonitrite butadiene styrene (ABS). Nylon shall conform to cell classification S-PA0141 (weather resistant). Caps shall be sealed with "0" ring seals or precision fitted flat gaskets placed against the bearing plate. Caps shall be fastened to the anchorage with stainless steel bolts conforming to ASTM A 240 Type 316L. Leak Tightness Testing The Contractor shall test each completed duct assembly for leak tightness, prior to casting concrete and placing post -tensioning reinforcement. The Contractor shall submit the equipment used to conduct the leak tightness testing and to monitor and record the pressure maintained in and lost from the closed assembly, and the process to be followed in conducting the leak tightness testing, to the Engineer for approval along with the post -tensioning system shop drawings in accordance with Section 6-02.3(26)A. Prior to testing, all vents, grout injection ports, and drains shall either be capped or have their shut- off valves closed. The Contractor shall pressurize the completed duct assembly to an initial air pressure of 50 psi. This pressure shall be held for five minutes to allow for internal adjustments within the assembly. After five minutes, the air supply valve shall be closed. The Contractor shall monitor and measure the pressure maintained within the closed assembly, and any subsequent loss of pressure, over a period of one minute following the closure of the air supply valve. Locations of leakage shall be identified, repaired or reconstructed, and the repaired reassembled duct system retested. The cycle of testing, repair and retesting of each completed duct assembly shall continue until the completed duct assembly completes a test with pressure Toss within the specified amount. The maximum pressure loss for duct assemblies equal to or less than 150 feet in length shall be 25 psig. The maximum pressure loss for duct assemblies greater than 150 feet in length shall be 15 psig. 6-02.3(26)F Prestressing Reinforcement The fourth paragraph is revised to read: From manufacture to encasement in concrete or grout, prestressing strand shall be protected against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in a dry covered area and shall be kept in the manufacturer's original packaging. If prestressing strand has been damaged or pitted, it will be rejected. Prestressing strand with rust shall be spot cleaned with a non-metallic pad to inspect for any sign of pitting or section loss. If the prestressing reinforcement will not be stressed and grouted for more that seven calendar days after it is placed in the ducts, the Contractor shall place an approved corrosion inhibitor conforming to Federal Specification MIL - P -3420E-87 in the ducts. 33 / 180 6-02.3(26)H Grouting The following is inserted in front of the first paragraph of this section: Grout for post -tensioning reinforcement shall be a Class C pre-packaged, pumpable, non - segregating, non -shrink, high-strength grout conforming to the requirements specified in Section 10.9.3 of the AASHTO LRFD Bridge Construction Specifications, latest edition and current interims. Pre-packaged components of the grout mix shall be used within six months or less from date of manufacture to date of usage. Grout for post -tensioning reinforcement will be accepted based on manufacturer's certificate of compliance in accordance with Section 1-06.3, except that the water-cementitious material ratio of 0.45 maximum shall be field verified. All grout produced for any single structure shall be furnished by one supplier. All grouting operations shall be conducted by ASBI certified grout technicians. The Contractor shall submit a grouting operation plan to the Engineer for approval in accordance with Section 6-01.9. The grouting operation plan shall include, but not be limited to, the following: 1. Names of the grout technicians, accompanied by documentation of their ASBI certification. 2. Type, quantity and brand of materials used in the grouting operations, including all manufacturer's certificates of compliance. 3. Type of equipment to be used, including meters and measuring devices used to positively measure the quantity of materials used to mix the post -tensioning grout, the equipment capacity in relation to demand and working conditions, and all back-up equipment and spare parts. 4. General grouting procedure. 5. Duct leak tightness testing and repair procedures as specified in Section 6-02.3(26)E. 6. Methods used to control the rate of grout flow within the ducts. 7. Theoretical grout volume calculations, and target flow rates recommended by the grout manufacturer as a function of the mixer equipment and the expected range of ambient temperatures. 8. Grout mixing and pumping procedures. 9. Direction of grouting. 10. Sequence of use of the grout injection ports, vents and drains. 11. Procedures for handling blockages. 12. Procedures for post -grouting repairs. The Contractor shall not begin grouting operations until receiving the Engineer's approval of the grouting operation plan. Post -tensioning grout shall be mixed in accordance with the pre-packaged grout manufacturer's recommendations using high -shear colloidal mixers. Mechanical paddle mixers will not be allowed. The grout produced for filling post -tensioning ducts shall be free of lumps and 34 / 180 undispersed cement. All equipment used to mix each batch of post -tensioning grout shall be equipped with appropriate meters and measuring devices to positively measure all quantities of all materials used to produce the mixed grout. The field test for water-cementitious materials ratio shall be performed prior to beginning the grout injection process. Grouting shall not begin until the material properties of each batch of grout have been confirmed as acceptable. The fourth paragraph is deleted. The fifth paragraph is deleted. The sixth paragraph is deleted 6-02.5 Payment The bid item "Commercial Concrete" and the associated paragraph is supplemented with the following: All costs in connection with furnishing and applying pigmented sealer to concrete surfaces as specified shall be included in the unit contract price per cubic yard for "Conc. Class ". If the concrete is to be paid for other than by class of concrete then the costs shall be included in the applicable adjacent item of work. SECTION 7-02, CULVERTS December 1, 2008 7-02.2 Materials The third paragraph is revised to read: Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall PVC culvert pipe, and corrugated polyethylene culvert pipe are acceptable alternates for Schedule A or B culvert pipe. In the chart for Culvert Pipe Schedules, for Schedule B, 15' — 25', the references in the column for Thermoplastic PE or PVC for "PVC" are revised to "PE or PVC". SECTION 7-04, STORM SEWERS December 1, 2008 7-04.2 Materials In the chart for Storm Sewer Pipe Schedules, for Schedule B, 15' — 25', in the column for PE, insert "Allowed". SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL April 6, 2009 8-01.3(1) General The first sentence in the eighth paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice: The ninth paragraph is revised to read: If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall continue to control erosion, pollution, and runoff during the shutdown. 35 / 180 8-01.3(1)C Water Management Item 2. "Process Water" is supplemented with the following new first paragraph: High pH process water or wastewater (non-stormwater) that is generated on-site, including water generated during concrete grinding, rubblizing, washout, and hydrodemolition activities, shall not be discharged to waters of the state. Water may be infiltrated upon the approval of the Engineer. Off-site disposal of concrete process water shall be in accordance with Standard Specification 5- 01.3(11). 8-01.3(2)D Mulching The second paragraph is supplemented with the following: Wood strand mulch shall be applied by hand or by straw blower. 8-01.3(2)E Tacking Agent and Soil Binders The second sentence in the fourth paragraph is revised to read: Pam may be reapplied on actively worked areas within a 48-hour period. 8-01.3(6)D Wattle Check Dam The reference to Section 8-01.3(10) is revised to Section 9-14.5(5). 8-01.3(12) Compost Sock The last paragraph is deleted. 8-01.3(13) Temporary Curb The first paragraph is revised to read: Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer. SECTION 8-02, ROADSIDE RESTORATION April 7, 2008 8-02.3(3) Planting Area Weed Control The second paragraph is deleted. This section is supplemented with the following: Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square and shall be secured by a minimum of 5 staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS January 7, 2008 8-04.5 Payment The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck Apron Outer Cern. Conc. Curb and Gutter" are revised to read: "Roundabout Central Island Cement Concrete Curb", per linear foot. "Roundabout Truck Apron Cern. Conc. Curb and Gutter", per linear foot. 36/180 1 ' This section is supplemented with the following new bid item: "Roundabout Truck Apron Cement Concrete Curb", per linear foot. SECTION 8-11, GUARDRAIL December 1, 2008 8-11.3(4) Removing Guardrail and Guardrail Anchor The following is inserted after the third sentence in the first paragraph: The embedded anchors attaching guardrail posts and guardrail terminal sections specified for removal to existing concrete Structures shall be removed a minimum of one inch beneath the existing concrete surface. The void left by removal of the embedded anchors shall be coated with 1 epoxy bonding agent and filled with grout. The epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade and class as recommended by the epoxy bonding agent manufacturer and as approved by the Engineer. The grout shall consist of cement and fine aggregate mixed in the proportions to match the color of the existing concrete surface as near as practicable. SECTION 8-12, CHAIN LINK FENCES AND WIRE FENCE January 7, 2008 ' 8-12.3(1)A Posts All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 3 and Type 4 fences". 1 The first sentence in the eighth paragraph is revised to read: ' Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the manner shown in the Standard Plans. ' The tenth paragraph is revised to read: All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap designed to fit ' securely over the post to support the top rail. All round posts for chain link fence Types 3 and 4 shall have approved topcaps fastened securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts. 8-12.3(1)C Tension Wire This section including title is revised to read: 1 8-12.3(1)C Tension Wire and Tension Cable Tension Wires shall be attached to the posts as detailed in the Standard Plans or as approved by ' the Engineer. Tension Cables shall be installed in accordance with Section 8-25.3(5). 8-12.3(1)D Chain Link Fabric The following new paragraph is inserted in front of the first paragraph: Attach the chain link fabric after the cables and wires have been properly tensioned and/or the top rail has been installed. 1 37/180 The third and fourth sentences in the third paragraph are revised to read: Fastening to posts shall be with tie wire, metal bands, or other approved method attached at 14 - inch intervals. The top and bottom edge of the fabric shall be fastened with tie wires to the top rail, and with hog rings to the tension cable or top and bottom tension wires as may be applicable, spaced at 24 -inch intervals. SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL April 6, 2009 8-20.1 Description The first paragraph is revised to read: This Work consists 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. Intelligent Transportation System 8-20.3(1) General The following new paragraph is inserted after the fifth paragraph: The embedded anchors attaching existing electrical, illumination, and traffic signal systems specified for removal to existing concrete Structures shall be removed a minimum of one inch beneath the existing concrete surface. The void left by removal of the embedded anchors shall be coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall be Type 11 conforming to Section 9-26.1 with the grade and class as recommended by the epoxy bonding agent manufacturer and as approved by the Engineer. The grout shall consist of cement and fine aggregate mixed in the proportions to match the color of the existing concrete surface as near as practicable. 8-20.3(4) Foundations The fifth paragraph is revised to read: Where soil conditions are poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional Work will be paid for according to Section 1-04.4. 8-20.3(5) Conduit This section is revised to read: 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'/2-inch diameter conduit. Conduit between light standards, PPB, PS or type 1 poles and the nearest junction box shall be the diameter specified in the Plans. Larger size conduit is not allowed at these locations. At other locations it shall be the option of the Contractor, at no expense to the Contracting Agency, to use 38 / 180 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, metallic and non-metallic shall be 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 and RGS outerduct. When installing rigid galvanized steel conduit and standard coupling cannot be used, an approved 3 -piece coupling shall be used. Conduit fittings and couplings for steel conduit shall be cleaned first and then 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 or fitting. The threads on all metallic conduit shall be rust -free, clean and painted with colloidal copper suspended in a petroleum vehicle before couplings are made. All metallic 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 the coating on galvanized conduit has been damaged in handling or installing, such damaged areas 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. Conduit stubs from controller cabinet foundations shall extend to the nearest junction box in that system. 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. Eighteen - inch radius elbows shall be used for PVC conduit of 2 -inch nominal diameter or less. Standard sweep elbows shall be used for PVC conduit with greater than 2 -inch nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less than 2 -inch nominal diameter, pull ropes or flat tapes for wire installation shall be not less than 14 inch diameter or width. In nonmetallic conduit of 2 -inch nominal diameter or larger, pull ropes or flat tapes for wire installation shall be not less than 1/2 inch diameter or width. Conduit shall be laid so that the top of the conduit is a minimum depth of: 1. 24 -inches below the bottom of curb in the sidewalk area. 2. 24 -inches below the top of the roadway base. 3. 48 -inches below the bottom of ties under railroad tracks unless otherwise specified by the railroad company. 4. 24 -inches below the finish grade in all other areas. Rigid galvanized steel conduit shall be installed at the following locations: 1. Within railroad right of way; 2. All pole risers, except when as otherwise required by owning utilities; 39 / 180 3. All surface mounted conduit, with the exception of electrical service utility poles. 4. All runs within slip form structures. Couplings in cabinet foundations shall be PVC schedule 40. The stub -outs above the couplings shall be PVC end bell bushings. The schedule 40 section of PVC between the coupling and end bell bushing shall be installed without glue. Conduit runs, without innerduct, installed using the directional boring method, which enter the traveled way or shoulders, shall be schedule 80 high density polyethylene (HDPE), schedule 80 PVC with mechanical couplings or rigid galvanized steel. Conduit runs, without innerduct, installed using the directional boring method, which do not enter the traveled way and shoulders, shall be schedule 40 high density polyethylene (HDPE), schedule 40 PVC with mechanical couplings or rigid galvanized steel. Multi -cell conduit runs, installed outside the Traveled Way and Shoulders, when using the directional boring method shall have 4 -inch PVC Schedule 40 outerduct with mechanical couplings or 4 -inch rigid galvanized steel outerduct. The conduit shall be installed with four 1 -inch smooth wall innerducts. When HDPE conduit is used for directional boring, it shall be continuous, with no joints, for the full length of the bore. The conduit run shall be extended to the associated outlets with the same schedule HDPE or PVC conduit. Entry into associated junction box outlets shall be with the same schedule PVC conduit and elbows. The same requirements apply for extension of an existing HDPE conduit crossing. PVC conduit and elbows shall be connected to HDPE conduit with an approved mechanical coupling. The connection shall have a minimum pull out strength of 700 pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be prepared with a clean, straight edge. A water based pulling lubricant may be applied to the threaded end of the mechanical coupling before installation. Solvent cement or epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit seats approximately 3/4 of the distance into the threaded coupling depth. For PVC installation through a directional bore, the PVC shall be in rigid sections assembled to form a water tight bell and spigot type mechanical joint with a solid retaining ring around the entire circumference of the conduit installed per the manufacturer's recommendations. The conduit run shall be extended beyond the length of the bore, to the associated outlets with the same mechanical coupled PVC or with standard PVC conduit of the same schedule. The same requirements apply for extension of an existing PVC conduit Roadway crossing. Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. At all other locations, conduit shall be PVC or rigid galvanized steel and the same type of conduit shall be used for the entire length of the run, from outlet to outlet. Standard PVC conduit shall be connected with medium grade gray solvent applied per the manufacturer's recommendations. Where 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 damage. 40/180 When PVC conduit is installed by a method other than directional boring, conduit shall be schedule 40 with the exception that PVC conduit within the traveled way or shoulders and service lateral runs shall be schedule 80. Metallic and nonmetallic conduit installation shall include equipment grounding conductor and shall conform to requirements noted in the Standard Plans. 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 Plans, or with the approval of the Engineer in the event obstructions or impenetrable soils are encountered. Where boring with casing is called for the casing shall be placed using an auger inside of the casing to remove the soil as the casing is jacked forward. The auger head shall proceed no more than 4 -inches ahead of the pipe being jacked. Boring operations shall be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free from grease, dirt, rust, moisture and any other deleterious contaminants. The space between the conduit and casing shall be plugged with sand bags and a grout seal 12 - inches thick at each end of the casing. Casing 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 sand bags and grout, unopened of prepackaged concrete may be used to seal the casing. Material shall not be removed from the boring pit by washing or sluicing. All joints shall be welded by a Washington State certified welder. Welding shall conform to AWS D 1.1-80 Structural Welding Code, Section 3, Workmanship. Directional boring for electrical installations shall be supervised by a licensed electrical contractor in accordance with Section 8-20.1(1). Where directional boring is called for, conduit shall be installed using a surface launched, steerable drilling tool. Drilling shall be accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used to maintain the stability of the tunnel, reduce drag on the conduit and provide backfill between the conduit and tunnel. A guidance system that measures the depth, lateral position and roll shall be used to guide the toolhead when creating the pilot hole. Once the pilot hole is established a reamer and swivel shall be used to install the conduit. Reaming diameter shall not exceed 1.5 times the diameter of the conduit being installed. Conduit that is being pulled into the tunnel shall be installed in such a manner so the conduit is not damaged during installation. The pullback force on the conduit shall be controlled to prevent damage to the conduit. A vacuum spoils extraction system shall be used to remove any excess spoils generated during the installation. Excess drilling fluid and spoils shall be disposed of. The method and location used for disposal of excess drilling fluid and spoils shall be subject to the Engineers approval. Drilling fluid returns (caused by fracturing of formations) at locations other than the entry and exit points shall be minimized. Any drilling fluid that surfaces through fracturing shall be cleaned up immediately. Mobile spoils removal equipment capable of quickly removing spoils from entry or exit pits and areas with returns caused by fracturing shall be used as necessary during drilling operations. 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 41 / 180 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: 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 stub -outs within cabinet foundations shall be placed so that they do not interfere with cabinet installation. Modification of the cabinet to accommodate the stub -out placement is not allowed. 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 or HDPE 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. Steel conduit entering concrete shall be wrapped in 2 -inch wide pipe wrap tape with a minimum 1 - inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. Innerduct 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 end bell bushings. Fittings shall be installed in accordance with the current electrical codes. 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 according to this Section. 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 42 / 180 box. All equipment grounding conductors, and the bonding conductor for metallic conduits shall be bonded in all junction boxes in accordance with Section 8-20.3(9). Where surface mounting of conduit is required, supports shall consist of channel with clamps sized for the conduit. Support spacing shall comply with the Code, with the exception that spacing of channel supports for conduit shall not exceed 5 -feet. The minimum distance between adjacent clamps and between the clamp and the end of the channel supports shall be 1 -inch. Channel supports shall be installed with stops, to prevent clamps from sliding out of the ends. 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. All conduits attached to or routed within bridges, retaining walls, and other concrete structures, shall be equipped with approved expansion, deflection, and or combination expansion/deflection fittings at all expansion joints and at all other joints where structure movement is anticipated, including locations where the Contractor, due to construction method, installs expansion and/or construction joints with movement. All conduit fittings shall have movement capacity appropriate for the anticipated movement of the structure at the joint. Approved deflection fittings shall also be installed at the joint between the bridge end and the retaining wall end, and the transition from bridge, wall or other concrete structure to the underground section of conduit pipe. Conduit runs shown in the Plans are for Bidding purposes only and may be changed, with approval of the Engineer, to avoid obstructions. Where conduit with innerduct is installed 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 conduit. Detectable underground warning tape shall be placed 12 -inches above all conduit that contains fiber optic cable and all conduits identified to contain future fiber optic cable unless otherwise detailed in the Plans. Detectable underground warning tape shall extend 2 -feet into boxes. Splicing shall be per the tape manufacturer's recommended materials and procedures. 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 conveying message of Fiber Optic Cable Buried Below. Location 14 AWG stranded orange USE insulated wire shall be placed in continuous lengths directly above all non metallic conduit that contains fiber optic cable and all conduits identified to contain future fiber optic cable unless otherwise detailed in the plans. Location wire shall extend 8 feet into boxes. Coil and secure location wire at the entrance and exit points of all boxes. Splices shall be crimped using a non -insulated butt splice, soldered and covered with moisture blocking heat shrink. 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: 43 / 180 1. Outerduct conduits shall be plugged using a quadplex expansion plug inside the conduit around the innerduct. 2. Duct plugs shall be installed in all unused innerducts (those that are specified as empty) at the time of conduit installation. 3. 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. Innerduct containing 1 -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 The third paragraph is revised to read: 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 less than 6 - inches or more than 10 -inches in accordance with the Plans. 8-20.3(8) Wiring The following new paragraph is inserted after the third paragraph: All termination for traffic signal control systems shall follow the conductor sequence color code as shown in the following table. Conductor Number Color Code Color 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 BI Blue Ped Call or Spare 8 Rb Red/Black Red or Don't Walk 9 Ob Orange/Black Yellow or Spare 10 Gb Green/Black Green or Walk The first sentence in the fifth paragraph is deleted and replaced with the following: 44 / 180 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Quick disconnect connectors shall be installed in the base of all poles 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. The sixth paragraph is revised to read: Pole and bracket cable meeting the requirements of Section 9-29.3(2)D shall be installed between the quick disconnects and the luminaire and between the sign light hand hole and the isolation switch. In addition the conductors from the isolation switch and the sign light shall be minimum AWG 14 meeting the requirements of Section 9-29.3(2)A or 9-29.3(2)B. Pole and bracket cable jacket shall be removed from the quick disconnect to within 2 -inches below the support bracket clamp. 8-20.3(9) Bonding, Grounding The second sentence in the second paragraph is revised to read: Bonding jumpers and equipment grounding conductors meeting the requirements of Section 9- 29.3(2)A.3 shall be minimum AWG 8 installed in accordance with the NEC. 8-20.3(13)D Sign Lighting This section is revised to read: Sign illumination equipment shall include fixtures, brackets, conduit, electrical wire, and other material required to make the sign lighting system operable. Sign illumination fixtures shall be fused according to the table in Section 9-29.7. 8-20.3(13)E Sign Lighting Luminaires The first paragraph is deleted. 8-20.4 Measurement The first paragraph is revised to read: When shown as lump sum in the Plans or in the Proposal as illumination, intelligent transportation, 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. 8-20.5 Payment The bid item "Traffic Data Accumulation and Ramp Metering System the following: "Intelligent Transportation System ", lump sum. " is deleted and replaced with The first sentence of the paragraph following the bid item "Traffic Signal System_" lump sum, is revised to read: The lump sum Contract price for "Illumination System, ", "Traffic Signal System ", "Intelligent Transportation System ", shall be full pay for the construction of the complete electrical system, modifying existing systems, or both, including sign lighting systems, as described above 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. 45/180 SECTION 8-21, PERMANENT SIGNING December 1, 2008 8-21.3(4) Sign Removal The following two new paragraphs are inserted after the first sentence in the first paragraph: Sign Structures shall include sign bridges, cantilever sign Structures, bridge mounted sign brackets, and any other sign mounting structure shown in the Plans to be removed by the Contractor. The embedded anchors attaching signs and sign Structures specified for removal to existing concrete Structures shall be removed a minimum of one inch beneath the existing concrete surface. The void left by removal of the embedded anchors shall be coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade and class as recommended by the epoxy bonding agent manufacturer and as approved by the Engineer. The grout shall consist of cement and fine aggregate mixed in the proportions to match the color of the existing concrete surface as near as practicable. 8-21.3(9)F Bases This section including title is revised to read: 8-21.3(9)F Foundations The excavation and backfill shall be in conformance with the requirements of Section 2-09.3(1)E. Where obstructions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2-09.3(1)E. Foundations shall be cast in one operation where practicable. The exposed portions shall be formed to present a neat appearance. 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 soil conditions are poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional work will be paid for according to Section 1-04.4. Forms shall be true to line and grade. Tops of foundations for roadside sign structures shall be finished to ground line, unless otherwise shown in the Plans or directed by the Engineer. Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. 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. Forms shall not be removed until the concrete has set at least three days. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. 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. 46/180 Sign structures shall not be erected on concrete foundations until foundations have attained a compressive strength of 2,400 psi. In addition to the basic requirements, sign bridges and cantilever sign structures shall be installed in accordance with the following: 1. Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. 2. Steel reinforcing bars shall conform to Section 9-07. 3. Concrete shall be Class 4000, except as otherwise specified. Where water is present in the shaft excavations for Type 1 foundations for sign bridges and cantilever sign structures, the shaft concrete shall be Class 4000P placed in accordance with Section 6- 02.3(6)B. 4. All bolts and anchor bolts shall be installed so that two class full threads extend beyond the top of the top heavy -hex nut. Anchor bolts shall be installed plumb, plus or minus 1 degree. 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished by adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be permitted. 6. The top heavy -hex nuts of sign bridges and cantilever sign structures shall be tightened in accordance with Section 6-03.3(33), and by the Turn -Of -Nut Method to a minimum rotation of 1/4 turn and a maximum 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. In addition to the basic requirements, roadside sign structures shall be installed in accordance with the following: 1. Tops of foundations shall be finished to final ground line, unless otherwise shown in the Plans or staked by the Engineer. 2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement shall conform to the requirements of Section 9-07. 3. Concrete shall be Class 3000. 4. The assembly and installation of all Type TP — A or B bases for roadside sign structures shall be supervised at all times by either a manufacturer's representative or an installer who has been trained and certified by the manufacturer of the system. If the supervision is provided by a trained installer, a copy of the installer certification shall be provided to the Engineer prior to installation. 5. For all Type — A or B bases the Contractor shall attach four female anchors to a flat rigid template following the manufacturer's recommendations. The Contractor shall lower the anchor assembly into fresh concrete foundation and vibrate into position such that the tops of the anchor washers are flush with the finished top surface of the foundation. The Contractor shall support the template such that all anchors are level and in their proper position. Slip base and hinge connection nuts of roadside sign structures shall be tightened using a torque wrench to the torque, and following the procedure, specified in the Standard Plans. 47 / 180 8-21.3(10) Vacant This section is revised to read: 8-21.3(10) Sign Attachment Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be attached or mounted to sign posts or sign structures as shown in the Standard Plans. Signs not conforming to the above, including all variable message sign (VMS) assemblies and other message board type assemblies, shall be attached or mounted to sign posts or sign structures by means of positive connections - defined as through -bolted connections. The use of clips or clamps to accomplish the attachment or mounting of such signs and assemblies is prohibited. 8-21.3(12) Steel Sign Posts This section is revised to read: For roadside sign structures on Type — A or B bases, the Contractor shall use the following procedures and manufacturer's recommendations: 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all Type — A or B bases shall be tightened using the Turn -Of -Nut Tightening Method to a maximum rotation of 1/2 turn past snug tight. 2. The Contractor shall shim as necessary to plumb the steel sign posts. For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use the following procedures: 1. The Contractor shall assemble the steel sign post to stub post with bolts and flat washers as shown in the Standard Plans. 2. Each bolt be tightened using a torque wrench to the torque, and following the procedures specified in the Standard Plans. SECTION 8-22, PAVEMENT MARKING April 6, 2009 8-22.3(2) Preparation of Roadway Surfaces This section is revised to read: All surfaces shall be dry, free of any loose debris and within the proper temperature range prior to striping. When required by the pavement marking manufacturer's installation instructions, remove pavement markings from pavement surfaces that will adversely affect the bond of new pavement marking material to the roadway surface according to Section 8-22.3(6). Remove all other contaminants from pavement surfaces that may adversely affect the installation of new pavement markings by sandblasting, shot-blasting, or sweeping. Air blast the pavement with a high-pressure system to remove extraneous or loose material. Apply materials to new HMA that is sufficiently cured according to the manufacturer's recommendations. Typically, Type D material applied to new HMA pavement requires a pavement cure period of 21 days. This cure period may be reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. 48/180 For new Portland Cement Concrete surfaces remove curing compounds and Iaitance by an approved mechanical means. Air blast the pavement with a high-pressure system to remove extraneous or loose material. Apply materials to concrete that has reached a minimum compressive strength of 2,500 psi and that is sufficiently cured according to the manufacturer's recommendations. Typically, Type D material applied to Portland cement concrete pavement requires a pavement cure period of 28 days. This cure period may be reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. After the pavement surface is clean and dry, apply primer as recommended by the manufacturer to the area receiving the pavement markings. Apply the primer in a continuous, solid film according to the recommendations of the primer manufacturer and the pavement markings manufacturer. 8-22.3(3) Marking Application The content of this section is deleted. This section is supplemented with the following new sub- sections: 8-22.3(3)A Marking Colors Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Transverse markings shall be white, except as otherwise noted in the Standard Plans. 8-22.3(3)B Line Patterns Solid line — a continuous line without gaps. Broken line — a line consisting of solid line segments separated by gaps. Dotted line — a broken line with noticeably shorter line segments separated by noticeably shorter gaps. 8-22.3(3)C Line Surfaces Flat Lines — Pavement marking lines with a flat surface. Profiled Marking — A profiled pavement marking is a marking that consists of a base line thickness and a profiled thickness which is a portion of the pavement marking line that is applied at a greater thickness than the base line thickness. Profiles shall be applied using the extruded method in the same application as the base line. The profiles may be slightly rounded provided the minimum profile thickness is provided for the length of the profile. See the Standard Plans for the construction details. Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse grooves. An embossed plastic line may also have profiles. See the Standard Plans for the construction details. 8-22.3(3)D Line Applications Surface line — a line constructed by applying pavement marking material directly to the pavement surface or existing pavement marking. Grooved line — A line constructed by grinding or saw cutting a groove into the pavement surface and spraying, extruding or gluing pavement marking material into the groove. Groove depth is measured vertically from the bottom of a 2 -foot or longer straight edge placed on the roadway surface to the ground surface. The groove depth is dependent upon the material used, the pavement surface and location. See these Standard Specifications, the project Plans and Special Provisions. 49/180 8-22.3(3)E Installation Apply pavement marking materials to clean dry pavement surfaces and according to the following: 1. Place material according to the manufacture's recommendations; 2. Place parallel double lines in one pass; 3. The top of pavement marking shall be smooth and uniform; 4. Line ends shall be square and clean; 5. Place pavement marking lines parallel and true to line; and, 6. Place markings in proper alignment with existing markings. When applying paint, Type A or Type C material, ensure that both the pavement surface and the air temperature at the time of application are not Tess than 50°F and rising. When applying Type B or Type D material, ensure that both the pavement surface and the air temperature at the time of application are not less than 40°F and rising. Ensure that the Type A thermoplastic material meets the manufacturers temperature specifications when it contacts the pavement surface. Two applications of paint will be required to complete all paint markings. The second application of paint shall be squarely on top of the first pass. The time period between paint applications will vary depending on the type of pavement and paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows: Pavement Type Paint Type Time Period Bituminous Surface Treatment Low VOC Waterborne 4 -hours min., 48 -hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4 -hours min., 30 -days max. Cement Concrete Pavement Low VOC Waterborne 4 -hours min., 30 -days max. Bituminous Surface Treatment High and Low VOC Solvent 40 min. min., 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30 -days max. Cement Concrete Pavement High and Low VOC Solvent 40 min. min., 30 -days max. Centerlines on 2 -lane Highways with broken line patterns, paint or plastic, shall be applied in the increasing mile post direction so they are in cycle with existing broken line patterns at the beginning of the project. Broken line patterns applied to multi -lane or divided Roadways shall be applied in cycle in the direction of travel. Where paint is applied on centerline on two-way roads with bituminous surface treatment or centerline rumble strips, the second paint application shall be applied in the opposite (decreasing mile post) direction as the first application (increasing mile post) direction. This will require minor broken line pattern corrections for curves on the second application. 8-22.3(3)F Application Thickness Pavement markings shall be applied at the following base line thickness measured above the pavement surface or above the groove bottom for grooved markings in thousandths of an inch (mils): 50/180 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Marking Material Application Feet of 4" line/gallon HMA PCC BST Groove Depth Paint -first coat spray 10 10 10 89 Paint- second coat spray 15 15 15 73 Type A - flat/transverse & symbols extruded 125 125 125 54 Type A - flat/long line & symbols spray 90 90 120 36 Type A - with profiles extruded 90 90 120 18 Type A - embossed extruded 160 160 160 13 Type A - embossed with profiles extruded 160 160 160 7 Type A — grooved/flat/long line extruded 230 230 230 250 Type B - flat/transverse & symbols heat fused 125 125 125 Type C-2 - flat/transverse & symbols adhesive 90 90 NA Type C-1 & 2 - flat/long line adhesive 60 60 NA Type C-1 - grooved/flat/long line adhesive 60 60 NA 100 Type D - flat/transverse & symbols spray 120 120 120 Type D - flat/transverse & symbols extruded 120 120 120 Type D - flat/long line spray 90 90 120 Type D - flat/long line extruded 90 90 120 Type D - profiled/long line extruded 90 90 120 Type D — grooved/flat/long line extruded 230 230 230 250 Liquid pavement marking material yield per gallon depending on thickness shall not exceed the following: Mils thickness Feet of 4" line/gallon Square feet/gallon 10 483 161 15 322 108 18 268 89 20 242 80 22 220 73 24 202 67 30 161 54 40 122 41 45 107 36 60 81 27 90 54 18 90 with profiles 30 10 120 40 13 120 with profiles 26 9 230 21 7 51 / 180 Solid pavement marking material (Type A) yield per 50 -pound bag shall not exceed the following: Mils thickness Feet of 4" line/50# bag Square feet/50# bag 30 - flat 358 120 45 - flat 240 80 60 - flat 179 60 90 - flat 120 40 90 - flat with profiles 67 23 120 - flat 90 30 120 - flat with profiles 58 20 125 - embossed 86 29 125 - embossed with profiles 58 20 230- flat grooved 47 15 All grooved lines shall be applied into a groove cut or ground into the pavement. For Type A or Type D material the groove shall be cut or ground with equipment to produce a smooth square groove 4 -inches wide. For Type C-1 material the groove shall be cut with equipment to produce a smooth bottom square groove with a width in accordance with the material manufacturer's recommendation. After grinding, clean the groove by shot blasting or a method approved by Engineer. Immediately before placing the marking material clean the groove with high pressure air. 8-22.3(3)A Glass beads This section is renumbered as follows: 8-22.3(3)G Glass Beads The second sentence in the second paragraph is revised to read: For plastic pavement markings, glass bead type and application rate shall be as recommended by the marking material manufacturer. 8-22.3(4) Tolerances for Lines This section is revised to read: Allowable tolerances for lines are as follows: Length of Line — The longitudinal accumulative error within a 40 -foot length of broken line shall not exceed plus or minus 1 -inch. The broken line segment shall not be less than 10 feet. Width of Line — The width of the line shall not be less than the specified line width or greater than the specified line width plus 1% -inch Lane Width — the lane width, which is defined as the lateral width from the edge of pavement to the center of the lane line or between the centers of successive lane lines, shall not vary from the widths shown in the Contract by more than plus or minus 4 -inches. 52 1 180 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Thickness — a thickness tolerance not exceeding plus 10 -percent will be allowed for thickness or yield in paint and plastic material application. Parallel Lines — the gap tolerance between parallel lines is plus or minus' -inch. 8-22.3(5) Plastic Installation Instructions This section's title is revised to read: 8-22.3(5) Installation Instructions The following new sentences are inserted to follow the first sentence: The instructions shall include equipment requirements, approved work methods and procedures, material application temperature range, air and pavement surface temperature requirements, weather limitations, precautions, and all other requirements for successful application and material performance. Do not use materials with incomplete or missing instructions. SECTION 8-23, TEMPORARY PAVEMENT MARKINGS April 6, 2009 8-23.3(2) Beading and Tolerances This section's content is deleted. This section's title is revised to read: 8-23.3(2) Marking Application This section is supplemented with the following new sub -sections: 8-23.3(2)A Temporary Pavement Marking Paint Paint used for temporary pavement markings shall be applied in one application at a thickness of 15 -mils or 108 -square feet per gallon. Glass beads shall be in accordance with Section 8- 22.3(3)G. 8-23.3(2)B Temporary Pavement Marking Tape Surface preparation and application of temporary pavement marking tape shall be in conformance with the manufacturer's recommendations. 8-23.3(2)C Temporary Raised Pavement Markers Surface preparation and application of temporary flexible raised pavement markers shall be in conformance with the manufacturer's recommendations. When temporary flexible raised pavement markers are used for bituminous surface treatment operations, the markers shall be installed with the protective cover in place. The cover shall be removed after spraying asphaltic material. Application of temporary raised pavement markers (other than temporary flexible raised pavement markers) shall conform to the requirements of Section 8-09.3. 8-23.3(2)D Tolerance for Lines Tolerance for lines shall conform to Section 8-22.3(4) 53 / 180 SECTION 8-25, GLARE SCREEN January 7, 2008 8-25.3(1) Glare Screen Fabric The second sentence in the second paragraph is revised to read: Fastening to end, corner, and pull posts shall be with stretcher bars and fabric bands spaced at 1 - foot intervals. The fourth sentence in the second paragraph is revised to read: Fabric shall be securely fastened to line and brace posts with tie wires, metal bands, or other approved methods, attached at 14 -inch intervals. 8-25.3(5) Tension Cables The following new paragraph is inserted in front of the first paragraph: Fasten the tension cables after the posts have been installed and those set in concrete have sufficiently cured. The second sentence in the second paragraph is revised to read: The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or brace posts with a short length of cable as shown in the Standard Plans. This section is supplemented with the following: Attach U -bolt wire rope clips to the cable ends by placing the base (saddle) of the clip against the live end of the cable, while the "U" of the bolt presses against the dead end. Two clips shall be used per end, spaced a minimum of six cable diameters apart with a wire rope thimble placed securely in the loop eye to prevent kinking. 8-25.3(6) Fittings, Attachments and Hardware The first paragraph is deleted. The second paragraph is revised to read: A galvanized iron strap 1/4 -inch in thickness by 2 -inches in width, formed as shown in the Standard Plans, shall be provided for the attachment of eye bolts and eye nuts to the base and top of the H column posts in order to take the strain of the cable tension off the web of the H column. The straps are required between any tension cable fitting and the H column, one per side, unless the screen post is mounted to a guardrail post, then a strap is only required on the outside (nut side) face. The straps are only required at tension cable attachment locations. SECTION 9-03, AGGREGATES April 6, 2009 9-03.1(1) General Requirements The reference to ASTM C-1260 in the third, fifth, and sixth paragraphs is deleted. 54 / 180 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The following new paragraph is inserted after the sixth paragraph: The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 may be approved for use for aggregates with expansions greater than or equal to 0.21 percent. The Contractor shall submit test results according to ASTM C 1567 through the Project Engineer to the State Materials Laboratory that demonstrate that the proposed fly ash when used with the proposed aggregates and portland cement will control the potential expansion to 0.20 percent or Tess before the fly ash and aggregate sources may be used in concrete. The Contracting Agency may test the proposed ASR mitigation measure to verify its effectiveness. In the event of a dispute, the Contracting Agency's results will prevail. 9-03.8(7) HMA Tolerances and Adjustments The third sentence in the second paragraph under (1.), (Beginning with: The tolerance limits on sieves...) is deleted. 9-03.17 Foundation Material Class A and Class B This section is revised to read: Foundation material Class A and Class B shall conform to the following gradations: All percentages are by mass. SECTION 9-04, JOINT AND CRACK SEALING MATERIALS December 1, 2008 9-04.1(2) Premolded Joint Filler for Expansion Joints This section is revised to read: Premolded joint filler for use in expansion (through) joints shall conform to either AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction" except the requirement for water absorption is deleted, or ASTM D 7174 Specifications for "Preformed Closed -Cell Polyolefin Expansion Joint Fillers for Concrete Paving and Structural Construction." 9-04.2(1) Hot Poured Joint Sealants This section is revised to read: Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except that the Cone Penetration at 25°C shall be 130 max. Hot poured joint sealants shall be sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 5329. The Hot poured joint 55/180 Percent Passing Sieve Size Class A Class B 21" square 98-100 95-100 2" square 92-100 75-100 11" square 72-87 30-60 3/4" square 27-47 0-5 00 square 3-14 --- U.S. No. 4 0-5 --- All percentages are by mass. SECTION 9-04, JOINT AND CRACK SEALING MATERIALS December 1, 2008 9-04.1(2) Premolded Joint Filler for Expansion Joints This section is revised to read: Premolded joint filler for use in expansion (through) joints shall conform to either AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction" except the requirement for water absorption is deleted, or ASTM D 7174 Specifications for "Preformed Closed -Cell Polyolefin Expansion Joint Fillers for Concrete Paving and Structural Construction." 9-04.2(1) Hot Poured Joint Sealants This section is revised to read: Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except that the Cone Penetration at 25°C shall be 130 max. Hot poured joint sealants shall be sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 5329. The Hot poured joint 55/180 sealant shall have a minimum Cleveland Open Cup Flash Point of 205°C in accordance with AASHTO T 48 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS April 6, 2009 9-06.5(3) High Strength Bolts Paragraphs one through four are revised to read as follows: High-strength bolts for structural steel joints shall conform to either AASHTO M 164 Type 1 or 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special Provisions. Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi shall be tested for embrittlement. Embrittlement testing shall be conducted after galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's Certificate of Compliance for the lot provided shall show the ultimate tensile strength test results. Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 bolts shall be painted with two coats of zinc rich paint, formula A-9-73, consisting of a minimum dry film thickness of 2 mils per coat, when specified in the Plans or Special Provisions. Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 164 Type 3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions. Nuts for high strength bolts shall meet the following requirements: AASHTO M 164 Bolts Black Type 1 Black weathering Type 3 Galvanized Type 1 AASHTO M 253 Bolts Black Type 1 Black weathering Type 3 9-06.13 Copper Seals This section including title is revised to read: 9-06.13 Vacant 9-06.16 Roadside Sign Structures This section is revised to read: AASHTO M 291 Grade C, C3, DH and DH3 AASHTO M 292 Grade 2H AASHTO M 291 Grade C3 and DH3 AASHTO M 291 Grade DH AASHTO M 292 Grade 2H AASHTO M 291 Grade DH, DH3 AASHTO M 292 Grade 2H AASHTO M 291 Grade DH3 All bolts, nuts, washers, cap screws, and coupling bolts shall conform to AASHTO M 164 and Section 9-06.5(3). All connecting hardware shall be galvanized after fabrication in accordance with AASHTO M 232. Posts for single post sign structures shall meet the requirements of ASTM A 500 Grade B or ASTM A 53 Grade B, Type E or S. 56 / 180 1 Posts for perforated square steel posts shall meet the requirements of ASTM A 653 Grade 50. I Perforated square steel posts shall be finished in accordance ASTM A 653 G90 Structural Quality Grade 50 or ASTM A 653 G140. ISlip bases (SB1, SB2, and SB3) for perforated square steel posts shall conform to the following: Plates ASTM A 572 Casting (SB3) ASTM A 536 Grade 65-45-12 and ASTM A 153 I Tubing ASTM A 500 Grade B Angle Iron (SB1) ASTM A 36 I Except as noted otherwise, the slip bases (SB1, SB2, and SB3) for perforated square steel posts shall be hot dipped galvanized. I The heavy duty anchor used for perforated square steel posts (ST -4) shall meet the requirements of ASTM A 500 Grade B and shall be hot dipped galvanized. I Wide flange steel or solid square steel posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM A 992. Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be used as an acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel not Iotherwise specified shall conform to either ASTM A 36 or ASTM A 992. Except as noted otherwise all steel, including posts, base plates, and base stiffeners, shall be Igalvanized after fabrication in accordance with AASHTO M111. Base connectors for multiple directional steel breakaway posts shall conform to the following: 1 Brackets Aluminum Alloy 6061 T-6 Bosses for Type TPB Brackets ASTM A 582 Anchor Ferrules Type 304 stainless steel for threaded portion. I AISI 1045 steel rod and AISI 1008 coil for cage portion. I Anchor couplings for multiple directional steel breakaway posts shall conform to AMS 6378D with a tensile breaking strength range as follows: I Type TPA Type TPB 17,000 to 21,000 Ib. 47,000 to 57,000 Ib. I For multi -directional breakaway base connectors, shims shall conform to ASTM A 653, SS Grade 33, Coating Designation G 165. SECTION 9-07, REINFORCING STEEL 1 April 6, 2009 I 9-07.3 Epoxy Coated Steel Reinforcing Bars The reference to ASTM A 06 in number 1. of the first paragraph is revised to ASTM A 706. I9-07.10 Prestressing Reinforcement Strand The first sentence in the fourth paragraph is revised to read: For every 5 reels furnished, one sample, not Tess than 51/2 -feet long, shall be sent to the Engineer 1 for testing. 1 57/180 9-07.11 Prestressing Reinforcement Bar The fifth and sixth paragraphs are revised to read: The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 for each bar. The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 for all nuts and couplers confirming compliance with the specified strength requirement. For each heat of steel for high-strength steel bar, the Contractor shall submit two samples, each not less than 51 -feet long, to the Engineer for testing. SECTION 9-09, TIMBER AND LUMBER January 7, 2008 9-09.1 General Requirements This section is revised to read: All timber and lumber shall be sized as indicated in the Plans. All timber and lumber to be painted shall be surfaced on all sides. All timber and lumber to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and shall be stored in such a manner as to remain in a thoroughly dry condition until placed into the work. 9-09.2 Grade Requirements This section is revised to read: Timber and lumber shall conform to the grades and usage listed below. Timber and lumber shall be marked with a certified lumber grade stamp provided by one of the following agencies: West Coast Lumber Inspection Bureau (WCLIB) Western Wood Products Association (WWPA) Pacific Lumber Inspection Bureau (PLIB) Any lumber grading bureau certified by the American Lumber Standards Committee For structures, all material delivered to the project shall bear a grade stamp and have a grading certificate. The grade stamp and grading certificate will not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. The grading certificate shall be issued by either the grading bureau whose stamp is shown on the material, or by the lumber mill, which shall be under the supervision of one of the grading bureaus listed above. The certificate shall include the following: Name of the mill performing the grading The grading rules being used Name of the person doing the grading with current certification Signature of a responsible mill official Date the lumber was graded at the mill Grade, dimensions, and quantity of the timber or lumber For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts, the material delivered to the project shall either bear a grade stamp on each piece or have a grading certificate as defined above. The grade stamp or grading certificate shall not constitute 58 / 180 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.2(1) Surfacing and Seasoning This section including title is revised to read: 9-09.2(1) Structures All timber and lumber for structures shall be Douglas Fir -Larch unless specified otherwise in the contract, and shall conform to the following: Materials 2" to 4" nominal thick, 5" nominal and wider (Structural Joists and Planks) No. 1 and better, grade (Section 123-b of WCLIB) or (Section 62.11 of WWPA) Materials 5" nominal and thicker (Beams and Stringers) No. 1 and better, grade (Section 130-b of WCLIB) or (Section 70.11 of WWPA) Timber lagging for soldier pile walls shall be Douglas Fir -Larch, grade No. 2 or better or Hem -Fir No. 1. When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The invoice and grading certificate accompanying the order must be accurate and complete with the information listed above. The grading certificate and grade markings shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.2(2) Vacant This section including title is revised to read: 9-09.2(2) Guardrail Posts and Blocks Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall conform to the species and grades listed below. Douglas Fir No. 1 and better, grade (Section 131-b WCLIB) or (Section 80.11 WWPA) Hem Fir Select Structural, grade (Section 131-a WCLIB) or (Section 80.10 WWPA) Southern Yellow Pine No. 1 and better, grade (Southern Pine Inspection Bureau) When the material is delivered to the project, the Engineer will check the order for the appropriate grade stamp. The grade markings shall not constitute final acceptance of the material. The Engineer may reject any or all of the timber or lumber that does not comply with the specifications or has been damaged during shipping or upon delivery. 9-09.2(3) Inspection This section including title is revised to read: 9-09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts The allowable species of timber and lumber for signposts, and mileposts shall be Douglas Fir - Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox posts shall be Western Red Cedar, Douglas Fir -Larch, or Hem Fir. 59 / 180 Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the grades shown below. 4" x 4" Construction grade (Light Framing, Section 122-b WCLIB) or (Section 40.11 WWPA) 4" x 6" No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB) or (Section 62.11 WWPA) 6" x 6", 6" x 8", 8" x 10" No. 1 and better, grade (Posts and Timbers, Section 131-b WCLIB) or (Section 80.11 WWPA) 6" x 10", 6" x 12" No. 1 and better, grade (Beams and Stringers, Section 130-b WCLIB) or (Section 70.11 WWPA) SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING April 6, 2009 9-14.4(4) Vacant This section including title is revised to read: 9-14.4(4) Wood Strand Mulch Wood strand mulch shall be a blend of loose, long, thin wood pieces derived from native conifer or deciduous trees with high length -to -width ratio. A minimum of 95% of the wood strand shall have lengths between 2 and 10 -inches, with a width and thickness between 1/16 and 3/8 -inches. The mulch shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood shavings shall not be used as mulch. 9-14.4(8) Compost This section is revised to read: Compost products shall be the result of the biological degradation and transformation of plant - derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173-350 WAC. 111 1 1 1 1 1 1 1 1 1 1 1 1 1 Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02-B, "Sample Sieving for Aggregate Size Classification". Fine Compost shall meet the following: Percent passing 2" Percent passing 1" Percent passing 5/8" Min. Max. 100% 95% 100% 90% 100% 60/180 1 1 1 1 1 Percent passing 1/4" 75% 100% Maximum particle length of 6 inches Coarse Compost shall meet the following: Min. Max. Percent passing 3" 100% Percent passing 1" 90% 100% Percent passing 3/4" 70% 100% Percent passing 1/4" 40% 60% Maximum particle length of 6 inches 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08-A "Classification of Inerts by Sieve Size". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On -Ignition Organic Matter Method (LOI)". 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity". 6. Maturity shall be greater than 80% in accordance with U.S. Composting Council TMECC 05.05-A, "Germination and Root Elongation". 7. Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S. Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate". 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of "Type 2 Feedstocks," source -separated food waste, and/or biosolids may be substituted for recycled plant waste. The manufacturer shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may also evaluate compost for maturity using U.S. Composting Council TMECC 05.08-E "Solvita® Maturity Index". Fine Compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost shall score a 5 or above on the Solvita® Compost Maturity Test. This section is supplemented with the following new sub -sections: 9-14.4(8)A Compost Approval The Contractor shall either select a compost manufacturer from the Qualified Products List, or submit the following information to the Engineer for approval: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department as per WAC 173-350 (Minimum Functional Standards for Solid Waste Handling). 61 / 180 3. The manufacturer shall verify in writing, and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173-350 and these specifications. An independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the analysis. 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as issued by the U.S. Composting Council. 9-14.4(8)B Compost Acceptance Seven days prior to initial application of any compost the Contractor shall submit a compost sample, a STA test report dated within 90 calendar days, and the list of feedstocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in section 9-14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. 9-14.5(1) Polyacrylamide (PAM) The second sentence is revised to read: PAM shall be anionic and shall be linear, and not cross-linked. 9-14.5(3) Clear Plastic Covering This section is revised to read: Clear plastic covering shall conform to the requirements of ASTM D 4397, for polyethylene sheeting having a minimum thickness of 6 mils. 9-14.5(7) Coir Log The reference to Standard Plans in the second sentence of the first paragraph is revised to read Plans. SECTION 9-16, FENCE AND GUARDRAIL December 1, 2008 9-16.1(1)A Post Material for Chain Link Fence The first paragraph is supplemented with the following: • Round Post Material Round post material shall be Grade 1 or 2. • Roll Form Material Roll -formed post material shall be Grade 1. Roll -formed end, corner, and pull posts shall have integral fastening loops to connect to the fabric for the full length of each post. Top rails and brace rails shall be open rectangular sections with internal flanges as shown in ASTM F1043. The Round Post Material and Roll Form Material information following the third paragraph is deleted. 9-16.1(1)B Chain Link Fence Fabric The first paragraph is revised to read: 62 / 180 1 Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 9 gage I wire for chain link fence Type 1. The fabric shall be zinc -coated steel wire conforming to AASHTO M 181, Class C. Zinc 5 -percent Aluminum-Mischmetal alloy meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot -dipped) at the application rate specified by ASSHTO 1 M 181 for hot -dip zinc coating. Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with minimum weight of coating of uncoated wire surface 1.0 oz/sq ft (305 g/m2). 1 9-16.1(1)C Tension Wire This section including title is revised to read: I 9 -16.1(1)C Tension Wire and Tension Cable Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. 1 Tension cable shall meet the requirements of Section 9-16.6(5). 9-16.1(1)D Fittings and Hardware 1 This section is supplemented with the following: Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9). IThimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section 9- 16.6(6). 1 9-16.1(1)E Chain Link Gates The first sentence in the first paragraph is revised to read: 1 Gate frames shall be constructed of not less that 1 1/2 -inch (I.D.) galvanized pipe conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A. 1 The fourth sentence in the first paragraph is revised to read: 1 All welds shall be ground smooth and painted with an A-9-73 galvanizing repair paint or A-11-99 primer meeting the requirements of Section 9-08.2. 1 9-16.2(1)A Steel Post Material The paragraph under Angle Post Material is revised to read: All angle post material shall be galvanized in accordance with the requirements of 1 AASHTO M 111 except the anchor plate on fence post material shall be grade 55. Angle post used for end, corner, gate and pull post and brace shall have a minimum weight of 3.1 Ib/ft. I The first sentence in the third paragraph is revised to read: 1 Posts shall not be less than 7 -feet in length. The last sentence in the third paragraph is revised to read: IThe anchor plate shall be securely attached and have a surface area of 20 ±2 in2, and a minimum weight of 0.67 pounds. 1 1 63 / 180 9-16.3(2) Posts and Blocks The first sentence in the second paragraph is revised to read: Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2). 9-16.3(3) Galvanizing The first sentence in the first paragraph is revised to read: W -beam or thrie beam rail elements and terminal sections shall be galvanized in accordance with AASHTO M-180, Class A, Type 2, except that the rail shall be galvanized after fabrication, with fabrication to include forming, cutting, shearing, punching, drilling, bending, welding, and riveting. 9-16.3(4) Hardware This section is revised to read: Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, shall conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength Bolts shall conform to 9-06.5(3). Unfinished bolts will be accepted by field verification and documentation that bolt heads are stamped 307A. The Contractor shall submit a manufacturer's certificate of compliance per 1-06.3 for high strength bolts, nuts, and washers prior to installing any of the hardware. 9-16.3(5) Anchors The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized". 9-16.4(2) Wire Mesh The reference to "hot dip galvanized" in the second sentence in the third paragraph is revised to "galvanized". 9-16.6(2) Glare Screen Fabric The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 491". 9-16.6(3) Posts The first paragraph is revised to read: Line posts for Type 1 glare screen shall be 1 1/2 -inches by 1 7/8 -inches galvanized steel H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 glare screen shall be 1 5/8 -inches by 2 1/4 -inches galvanized steel H column with a minimum weight of 4.0 pounds per linear foot, or 2 -inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall be used on any one project. The first paragraph is supplemented with the following: End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2 -inches by 1 7/8 -inches steel H column with a minimum weight of 2.8 pounds per linear foot. The first sentence in the second paragraph is revised to read: End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2 -inch inside diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. The reference to "hot dip galvanized" in the third sentence in the second paragraph is revised to "galvanized". 64 / 180 1 1 The first two sentences in the fifth paragraph are revised to read: All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The minimum ' average zinc coating is per square foot of surface area. 9-16.6(5) Cable The reference to "hot dip galvanized" is revised to "galvanized". 9-16.6(6) Cable and Tension Wire Attachments 1 The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to "galvanized". The third sentence in the first paragraph is deleted. 111 9-16.6(9) Fabric Bands and Stretcher Bars The reference to "hot dip galvanized" is revised to "galvanized". 9-16.6(10) Tie Wire This section including title is revised to read: 9-16.6(10) Tie Wire and Hog Rings Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 H14 or 9 1 gage galvanized wire meeting the requirements of AASHTO M 279. Galvanizing shall be Class 1. Hog rings shall be 12 gage galvanized steel wire. ' 9-16.8(1) Rail and Hardware The word "Composition" following the first paragraph is deleted. ' SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES April 6, 2009 9-23.6 Admixture for Concrete This section including title is revised to read: ' 9-23.6 Chemical Admixtures for Concrete Acceptance of chemical 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. A one -pint (500 milliliter) sample of the admixture shall be submitted to the WSDOT Headquarters Materials Laboratory for testing 10 days prior to use. Chemical Admixtures shall contain less than one ' percent chloride ion (CI-) by weight of admixture. This section is supplemented with the following new sub -sections. ' 9-23.6(1) Air Entraining Admixtures Air Entraining Admixtures shall meet the requirements of AASHTO M 154 or ASTM C 260. 9-23.6(2) Type A Water -Reducing Admixtures Type A Water -Reducing admixtures shall conform to the requirements of AASHTO M 194 Type A or ASTM C 494 Type A. ' 65/180 9-23.6(3) Type B Retarding Admixtures Type B Retarding admixtures shall conform to the requirements of AASHTO M 194 Type B or ASTM C 494 Type B. 9-23.6(4) Type C Accelerating Admixtures Type C Accelerating admixtures shall conform to the requirements of AASHTO M 194 Type C or ASTM C 494 Type C and only non -chloride accelerating admixtures shall be used. 9-23.6(5) Type D Water -Reducing and Retarding Admixtures Type D Water -Reducing and Retarding admixtures shall conform to the requirements of AASHTO M 194 Type D or ASTM C 494 Type D. 9-23.6(6) Type E Water -Reducing and Accelerating Admixtures Type E Water -Reducing and Accelerating admixtures shall conform to the requirements of AASHTO M 194 Type E or ASTM C 494 Type E and only non -chloride accelerating admixtures shall be used. 9-23.6(7) Type F Water -Reducing, High Range Admixtures Type F Water -Reducing, High Range admixtures shall conform to the requirements of AASHTO M 194 Type F or ASTM C 494 Type F. 9-23.6(8) Type G Water -Reducing, High Range and Retarding Admixtures Type G Water -Reducing, High Range and Retarding admixtures shall conform to the requirements of AASHTO M 194 Type G or ASTM C 494 Type G. 9-23.6(9) Type S Specific Performance Admixtures Type S Specific Performance Admixtures shall conform to the requirements of ASTM C 494 Type S. When a Type S admixture is used a report on the performance characteristics of the Type S admixture shall be submitted along with the WSDOT concrete mix design (WSDOT Form 350- 040). The report shall describe the performance characteristics and provide data substantiating the specific characteristics of the Type S admixture in accordance with ASTM C 494. 9-23.7 Air Entraining and Chemical Admixtures for Precast Prestressed Concrete This section including title is revised to read: 9-23.7 Vacant 9-23.9 FIy Ash This section is supplemented with the following: FIy ash that exceeds the available alkalies limits set in AASHTO M 295 Table 2 may be used if they meet the tests requirements of Section 9-03.1(1). The optional chemical limits in AASHTO M 295 Table 2 do not apply to fly ash used in Controlled Density Fill. SECTION 9-25, WATER April 6, 2009 9-25.1 Water for Concrete The first paragraph is revised to read: Water for concrete, grout, and mortar shall be clear, apparently clean, and suitable for human consumption (potable). If the water contains substances that cause discoloration, unusual smell or 66 / 180 taste, or other suspicious content, the Engineer may require the Contractor to provide test results documenting that the water meets the physical test requirements and chemical limits described in ASTM C1602 for non -potable water. SECTION 9-28, SIGNING MATERIALS AND FABRICATION April 6, 2009 9-28.8 Sheet Aluminum Signs The second paragraph (excluding chart) is revised to read: After the sheeting has been fabricated, the surface of each panel shall be protected from corrosion. The corrosion protection shall meet the requirements of ASTM B-449 class II Specification for Chromates on Aluminum. Aluminum signs over 12 -feet wide by 5 -feet high shall be comprised of vertical panels in increments of 2, 3, or 4 -feet wide. No more than one 2 -foot and/or 3 -foot panel may be used per sign. The Contractor shall use the widest panels possible. All parts necessary for assembly shall be constructed of aluminum, galvanized, or stainless steel in accordance with the plans. Sheet thickness shall be as follows: 9-28.9(1) Mechanical Properties The chart in this section is revised to read: Mechanical Property Tensile Strength Tensile Modulus Flexural Strength Flexural Modulus Compression Strength Compression Modulus Punch Shear Ave. Min. Requirement 10.0 psi x103 t2 psi x 106 20.0 psi x 103 1.2 psi x106 32.0 psi x103 1.4 psi x 106 12.0 psi x 103 ASTM Test D638 D638 D790 D790 D695 D695 D732 9-28.14(2) Steel Structures and Posts The first sentence in the fifth paragraph is supplemented with the following: Steel used for slip bases (SB -1, SB -2, SB -3) and heavy duty anchors shall have a controlled silicon maximum of 0.40 -percent. SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL April 6, 2009 9-29.1 Conduit, Innerduct, and Outerduct This section's content is deleted. This section is supplemented with the following: Conduit shall be free from defects, including out of round, and foreign inclusions. Conduit shall be uniform in color, density, and physical properties. The inside shall be smooth and free from burrs which could damage cable during installation. Conduit ends shall be cut square to the inside diameter, and supplied with thread protectors. All conduit, conduit fittings, and associated hardware/appurtenances shall be listed by a Nationally Recognized Testing Laboratory. 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings Rigid metal conduit, shall be straight, and be rigid galvanized steel, or stainless steel, as required and bear the mark of a Nationally Recognized Testing Laboratory. Exterior and interior surfaces of the galvanized steel conduit, except threaded ends, shall be uniformly and adequately zinc coated by a hot -dip galvanizing process. The average of the zinc coating shall comply with Federal Specification WW -C-581 d. 67 / 180 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances Couplings for rigid metal type conduits may be either hot -dip or electroplated galvanized. Conduit bodies and fittings for rigid steel conduit systems shall be listed by Nationally Recognized Testing Laboratory listed for wet locations, and shall be hot -dip galvanized malleable iron, or bronze. Conduit bodies shall have tapered threads, and include a bolt on cover with stainless steel screws and a neoprene gasket seal. Grounding end bushings shall be bronze or galvanized malleable iron with copper, tinned copper, stainless steel, or integral lug with stainless steel clamping screw, mounting screw and set screw. Conduit clamps and straps shall be type 304 or type 316 stainless steel or hot -dip galvanized. Two -hole type straps shall span the entire width of the support channel and attach to the supports on both sides of the conduit with bolts and associated hardware. Two piece conduit clamps shall interlock with the support channel with a single bolt. Conduit supports for surface mounted conduit shall be hot -dip galvanized or type 304 or type 316 stainless steel channel using type 304 or type 316 stainless steel bolts and spring nuts. 9-29.1(2)A Expansion Fittings, Deflection Fittings, and Combination Expansion/Deflection Fittings Expansion fittings for rigid galvanized steel conduit shall be weather tight, with hot -dip galvanized malleable or ductile iron end couplings and body and shall allow for 4 -inches of movement minimum (2 -inches in each direction). Expansion fittings for rigid galvanized steel conduit shall have an external tinned copper bonding jumper or an internal tinned copper bonding jumper. The internal tinned copper bonding jumper shall not reduce the conduit conductor capacity. Deflection fittings for rigid galvanized steel conduit shall be weather tight, with hot -dip galvanized ductile iron or bronze end couplings, with molded neoprene sleeve, stainless steel bands 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 degree in any direction. A combination of a deflection and an expansion fitting for rigid galvanized steel conduit shall be assembled from a deflection fitting and an expansion fitting as defined above. The bonding jumper used for expansion fittings and combination expansion deflection fittings shall be a tinned copper braid attached to the conduit with a galvanized "U" bolt type connection designed for the application. 9-29.1(3) Flexible Metal Conduit Liquidtight flexible metal conduit shall consist of a single strip of continuous flexible interlocked steel galvanized inside and out, forming a smooth internal wiring channel with a liquid tight covering of sunlight resistant flexible PVC conforming to NEC Article 350. 9-29.1(3)A Flexible Metal Conduit Appurtenances Liquidtight connectors shall be the insulated throat type, conforming to NEC Article 350, and listed for wet locations. 9-29.1(4) Non -Metallic Conduit 9-29.1(4)A Rigid PVC Conduit Rigid PVC conduit shall conform to NEMA TC 2 and ASTM F 2136, and UL 651. Fittings shall conform to NEMA TC -3, and be UL 514C and UL 651. 68/180 PVC solvent cement shall meet ASTM D 2564 including note 8 (label to show pipe sizes for which the cement is recommended). 9-29.1(4)B HDPE Conduit HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory. Couplings for HDPE shall be mechanical and listed for use with HDPE. Aluminum mechanical couplings are prohibited. 9-29.1(5) Innerduct and Outerduct 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 outerduct. 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 Repair Kits Conduit and Innerduct Plugs Pull string Pull rope Conduit spacers Split Plugs 9-29.1(5)A Rigid Galvanized Steel Outerduct with PVC or PE Innerduct 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 galvanized or stainless steel and insure continuous electrical ground. The couplings shall be galvanized steel with the same material properties as the conduit. 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 setscrews on lock nut ring. 9-29.1(5)B Rigid PVC Outerduct with PVC or PE Innerduct Protective outerduct for schedule 40 PVC and schedule 80 PVC conduit outerduct shall be 4 -inch with a minimum 5 -inch extended integral "bell end" and shall be gray in color. The outerduct minimum wall thickness shall be 0.23 -inch for Schedule 40 PVC and 0.32 -inch for Schedule 80 PVC. 69/180 Conduit and fittings for PVC outerduct shall be manufactured 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 -inches 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. PVC outerduct shall have a longitudinal print -line that denotes "Install This Side Up" for proper innerduct alignment. PVC outer -ducts shall have a circumferential ring on the spigot end of the 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. 9-29.1(5)C Innerduct for Straight Sections of Galvanized Steel Outerduct or PVC Outerduct The innerducts shall have a minimum outside diameter of 1.25 -inch, and a minimum inside diameter of 1.2 -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 0.005 -inch. The innerducts shall have a minimum wall thickness of 0.060 -inch. Innerduct shall be color coded and shall index a minimum of one innerduct with a different color. Alternate color codes are permitted as long as the color codes are contiguous between adjacent junction boxes. The innerducts shall be factory installed in the outerduct. Dynamic coefficient of friction of innerducts shall be tested in accordance with Telcordia 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 '/a -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). The coupling body for the innerduct shall be factory assembled in the bell end of the outerduct and shall be manufactured from a high impact engineered thermoplastic. The coupling body face shall be supplied with lead-ins to facilitate assembly. All outerduct shall be marked with data traceable to plant location. 9-29.1(5)D Conduit with Innerducts Fittings and Appurtenances 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. 9-29.1(5)D1 Bends for 4 -inch PVC Conduit with Innerducts or Galvanized Steel Conduit with Innerducts 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 or threaded ends. The bends 70 / 180 shall contain high-temperature burn -through -resistant innerducts manufactured from PVC, PE, or Nylon -66. The innerducts shall meet all other requirements for innerduct In Sections 9-29.1(1) and 9-29.1(5)A. 9-29.1(5)D2 Prefabricated Fixed and Flexible Bends (for Innerducts) The prefabricated standard fixed PVC bends shall have a radius between 4 -feet and 9 -feet and sweep angles of 11.25 -degree, 22.5 -degree, 45 -degree, or 90 -degree. Flexible bends shall be prefabricated. These conduits may be field bent to a uniform radius no less than 4 -feet. The field bend shall be no greater than 90 -degrees. Grounding shall be continuous in flexible bends. Outerduct for flexible ends shall be manufactured from reinforced PVC.Expansion and Deflection fittings for rigid galvanized steel conduit with innerduct shall be provided in accordance with 9-29.1(2)A. 9-29.1(6) Detectable Underground Warning Tape Detectable Underground Warning tape shall be Orange imprinted in black lettering with the message; "FIBER OPTIC CABLE BURIED BELOW" or equal. The warning tape shall be polyethylene with a metallic backing. The polyethylene shall be a minimum 4 -mils thick and 3 - inches wide. 9-29.1(7) Steel Casings Steel casing material shall conform to ASTM A 252 Grade 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 0 -inch thick.All joints shall be welded by a welder qualified in accordance with AWS D1.1 structural welding code, section 3. 9-29.1(8) Drilling Fluid Drilling fluid used for directional boring shall be an inert mixture of water and bentonite clay, conforming to the drilling equipment manufacturers recommendations. 9-29.3 Conductors, Cable This section's content is deleted. This section's title is revised to read: 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 9-29.3(1)A Singlemode Fiber Optic Cable This section is revised to read: 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: 1. Maximum Attenuation: 0.4/0.3 dB/km at 1310/1550 nanometers, respectively; 2. Typical Core Diameter: 8.3 microns; 3. Cladding Diameter: 125 micron; 4. Core -to -Cladding Offset (Defined as the distance between the core center and the cladding center: < 0.8 microns; 5. Cladding Non -Circularity (Defined as {[1 -(minimum cladding diameter - maximum cladding diameter)] X 100.): < 2.0%; 71/180 6. Coating Diameter of 250 microns ± 15 microns with a minimum coating thickness at any point of not less than 50 microns; 7. The coating shall be a dual -layered, UV -cured acrylate applied by the fiber manufacturer; and, 8. The coating shall be mechanically or chemically strippable without damaging the fiber. 9-29.3(2) Twisted -Pair (TWP) Copper Cable This section's content is deleted. This section's title is revised to read: 9-29.3(2) Electrical Conductors and Cable This section is supplemented with the following new sub -sections: 9-29.3(2)A Single Conductor 9-29.3(2)A1 Single Conductor Current Carrying All current carrying single conductors shall be stranded copper conforming to ASTM B3 and B8. Insulation shall be chemically XLP (cross-linked polyethylene) or EPR (Ethylene Propylene Rubber) Type USE rated for 600 volt. 9-29.3(2)A2 Grounding Electrode Conductor Grounding electrode conductor shall be bare or insulated stranded copper. The insulation shall be green or green with a yellow tracer. 9-29.3(2)A3 Equipment Grounding and Bonding Conductors Equipment grounding and bonding jumper conductors shall be bare or green insulated, stranded copper with cross-linked polyethylene insulation rated USE and 600 volts, with the exception that the equipment grounding and bonding jumper conductors installed between junction box, pull box, or cable vault frame and lids shall be tinned, braided copper. 9-29.3(2)A4 Location Wire Location wire shall be a single stranded copper size AWG 14 insulated conductor. The insulation shall be type USE Orange in color. 9-29.3(2)B Multi -Conductor Cable Two conductor through 10 conductor unshielded signal control cable shall conform to International Municipal Signal Association (IMSA) signal cable Specification 20-1. 9-29.3(2)C Aluminum Cable Steel Reinforced 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 conductors shall be stranded. 9-29.3(2)D Pole and Bracket Pole and bracket cable shall be a two -conductor cable rated for 600 volts. The individual conductors shall be one red and one black 19 -strand No. 10 AWG copper, assembled parallel. The conductor insulation shall be 45 -mil polyvinyl chloride or a 600 volt rated cross-linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not less than 45 -mils thick. 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 72 / 180 temperatures 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. 9-29.3(2)E Two -Conductor Shielded Two conductor shielded (2CS) cable shall have 14 AWG (minimum) conductors and shall conform to IMSA Specification No. 50-2. 9-29.3(2)F Detector Loop Wire Detector loop wire may be 12 or 14 AWG stranded copper wire, IMSA 51-3 9-29.3(2)G Four -Conductor Shielded Cable Four conductor shielded cable (4CS) shall consist of a cable with four 18 AWG conductors with polypropylene insulation, an aluminized polyester shield, water blocking material in the cable interstices, and a 26 -mil minimum outer jacket of polyethylene. 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. 9-29.3(2)H Three -Conductor Shielded Cable Three -conductor shielded cable (3CS) for the detector circuit for optical fire preemption receivers shall consist of three 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 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 degree C, 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. 9-29.3(2)1 Twisted Pair Communications Cable Twisted Pair Communications Cable shall meet RUS Specification 1755.390 and shall be AWG22 conductor. The cable shall have a petroleum compound completely filling the inside of the cable and rated for OSP (Outside Plant) applications. 9-29.6 Light and Signal Standards This section is supplemented with the following: Materials for steel light and signal standards, and associated anchorage and fastening hardware, shall conform to Sections 9-29.6(1), 9-29.6(2) and 9-29.6(5) unless otherwise specified in one of the following documents: 1. The steel Tight and signal standard fabricator's pre -approved plan as approved by the Washington State Department of Transportation and as identified in the Special Provisions. 2. The steel light and signal standard fabricator's shop drawing submittal, including supporting design calculations, as submitted in accordance with Sections 6-01.9 and 8- 20.2(1) and the Special Provisions, and as approved by the Engineer. 73/180 SECTION 9-30, WATER DISTRIBUTION MATERIALS December 1, 2008 9-30.3(1) Gate Valves (3 -inches to 16 -inches) The second paragraph is revised to read: The Contractor shall provide an affidavit of compliance stating that the valve furnished fully complies with AWWA C509 or AWWA C515. SECTION 9-34, PAVEMENT MARKING MATERIAL April 6, 2009 9-34.2(4) Temporary Pavement Marking Paint This section is revised to read: Paint used for temporary pavement marking shall conform to the requirements of Section 9-34.2. 9-34.5 Temporary Pavement Marking Tape The third sentence is deleted. 9-34.6 Temporary Raised Pavement Markers The eighth and ninth sentences in the first paragraph are deleted. SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS December 1, 2008 9-35.2 Construction Signs The fourth paragraph is revised to read: The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other previously approved sign materials except aluminum or aluminum composite is prohibited. 9-35.14 Portable Temporary Traffic Control Signal The third sentence in the eighth paragraph is revised to read: A highly retroreflective yellow strip, 3 -in wide, shall be placed around the perimeter of the face of all vehicle signal backplates to project a rectangular image at night towards oncoming traffic. 74 / 180 SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2008 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) (Regions' date) (BSP date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. Region Special Provision Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. 75 / 180 DIVISION 1 GENERAL REQUIREMENTS (March 13, 1995) This contract provides for the improvement of 6th Avenue from and including the intersection of River Road to a point approximately 1000 feet north encompassing the frontage of Jeld-Wen manufacturing. The project includes removing and replacing the existing roadbed and surfacing to limits shown as well as the addition of new cement concrete curb, gutter and sidewalk along with storm drainage improvements at the intersection of River Road & 6th Avenue. This project also includes improvements at the northeast corner of the intersection of 6th Avenue and '1' Street. The Contractor is to coordinate all work in this area with the City of Yakima, William O. Douglas Trail Enhancement Project #2166 as this project adjacent to it along the west side of 6th Avenue. All work shall be in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. 77/180 Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 78/180 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (March 25, 2009 APWA GSP) Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: "Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: (a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; (b) Have a current state unified business identifier number; (c) If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)." 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the CaII for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor Reduced plans (11" x 17") and Contract Provisions Large plans (e.g., 22" x 34") and Contract Provisions No. of Sets Basis of Distribution 10 Furnished automatically upon award. N/A Furnished only upon request. Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: 79 / 180 At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal (October 10, 2008 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 80 / 180 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. 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 the office of the City Clerk, City of Yakima, 129 North Second Street, Yakima, WA 98901. The bid opening date for this project is as listed in the invitation to bid. Bids received will be publicly opened in the City of Yakima Council chambers and read after 2:00 P. M. on this date. 1-02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders (March 25, 2009 APWA GSP, Option B) Delete this Section and replace it with the following: 81/180 A Bidder will be deemed not responsible if: 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or 3. the Bidder, in the opinion of the 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; or 4. an unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices; termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or 5. there is uncompleted work (Contracting Agency or otherwise), which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or 9. there are any other reasons deemed proper by the Contracting Agency. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. 82 / 180 The Contracting Agency will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 831180 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within TEN (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of SEVEN (7) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 84 / 180 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect Toss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 85 / 180 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-05 CONTROL OF WORK (******) 1-05.1 Authority of the Engineer Supplement this section with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications, and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1-05.4 Conformity With and Deviations from Plans and Stakes Supplement this section with the following: (April 7, 2008) 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, 86/180 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 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. The description shall include coordinates and elevations of all secondary control points. 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 PIs) 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 less 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. 10. The Contractor shall, at no additional charge, collect additional topographic survey data as needed in order to match into existing roadways such that the transition from the new pavement to the existing pavement is smooth and that the pavement drains properly. If changes to the improved areas are significant and alter the existing flow characteristics of the 87/180 surrounding areas, the Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior to the beginning of work. 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 two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: 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 (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet (parallel to alignment) ±0.1 feet (normal to alignment) ±0.5 feet ±0.2 feet 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. 88/180 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, at no additional cost to the Contracting Agency as ordered by the Engineer. Payment No additional payment will be made for Contractor Surveying — Roadway. Payment will be incidental to other bid items in the contract. (August 2, 2004) Licensed Surveyors The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right-of-way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide "rights of entry" as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right-of-way lines as designated by the Engineer. When required, the Contractor shall prepare and file a Record of Survey map in accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and/or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Project Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Payment No additional payment will be made for Contractor Surveying — Roadway. Payment will be incidental to other bid items in the contract. Add the following New Section: 1-05.5 Survey Monuments The Contractor will reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed 89/180 surveyor at the Contractor's expense. All Washington State Laws regarding survey monuments are applicable and contactor shall familiarize themselves with WAC statutes. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set 90/180 the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. 91 / 180 The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1-02.14, it will take these performance reports into account. (March 13, 1995) Cooperation With Other Contractors Section 1-05.14 is supplemented with the following: Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: WiIIiam 0' Douglas Trail Enhancement 6th :`Avenue"', I';Street `toahe NachesRiver: Pathway City of'Yakima Projiect No:2166 And HeritageaMTrails YVT' Bridge :cleanin .;;aa, 'J NS, City%ofYakima Projee' P.04,1 ng 0'2267 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 92 / 180 1-06 CONTROL OF MATERIAL 1-06 Buy America Section 1-06 is supplemented with the following: (August 6, 2007) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. 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 occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 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. 93 / 180 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 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. (March 9, 2009) American Recovery and Reinvestment Act of 2009 (ARRA) Employment Report The Contractor shall submit monthly reports of the number of newly hired employees and the number of existing employees working on this project for the Contractor and all subcontractors of any tier. The reports shall include all employees working on this project that are employed by the Contractor or subcontractor that receive a prevailed hourly wage under the Davis - Bacon and Related Acts. For the purposes of employment reporting, a new hire employee is defined as an employee who has not previously been reported on the employer's payroll, except that if a union craft employee (previously reported on the employer's payroll) has had a break in service of 30 - days or more and is subsequently re -hired, that person shall be considered a new hire employee. 94 / 180 The report shall be prepared using forms provided by the Contracting Agency and submitted monthly to the Project Engineer. The initial report shall be submitted to the Project Engineer within 30 -days of execution. Subsequent reports shall be submitted to the Project Engineer no later than 10 days after the end of each respective reporting period. Failure by the Contractor to submit ARRA Employment Reports for the Contractor and all subcontractors of any tier shall be reason for withholding all progress payments until reports are received. The cost of preparing and submitting ARRA Employment Reports is incidental to the Contract. The Contractor shall include all related costs in the unit Bid prices of the Contract. 1-07.2 State Sales Tax Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (October 1, 2005 APWA GSP) 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. Supplement this section with the following: Rule 171 shall apply to this project. 95 / 180 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.5 Environmental Regulations 1-07.5(4) Air Quality Supplement this section with the following: The local air pollution authority is the Yakima Regional Clean Air Authority @ 509-574-1410. 1-07.6 Permits And Licenses Supplement this section 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. The Contractor shall have or obtain a valid City of Yakima Business License for the duration of this project. 96 / 180 1-07.11 Requirements For Nondiscrimination 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. 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 WA Benton; WA Franklin. Non -SMSA Counties WA Walla Walla. 5.4 3.6 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. 97/180 Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. 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. 98 / 180 (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 in any of the original peoples of North America, and who 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. 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. 99 / 180 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 therefore, 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. 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 location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under thesespecifications 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 100 / 180 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 news media, and providing written notification to and 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. 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 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, 101 / 180 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 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 shall proceed in 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). (September 17, 2007) Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to encourage DBE participation, supply a bidder's list, and to report race neutral accomplishments quarterly as described in this special provision. No 102 / 180 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 Solicit DBE Participation DBE firms shall have equal opportunity to compete for and perform subcontracts which the Contractor enters into pursuant to this contract. 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. 2. Utilize the services of available minority community-based 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 two DBE Supportive Services Offices available to assist you as follows: Seattle: (206) 553-7356 Tacoma: (253) 680-7393 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve attainment through joint ventures. In the absence of a mandatory goal, all DBE participation that is attained on this project will be considered as "race neutral" participation and will be reported as such. DBE Eligibility (for reporting purposes only) Selection of DBEs: DBEs utilized on the contract will be eligible to be counted as race neutral participation only if the firm is identified as a DBE on the current list of firms certified by the Office of Minority and Women's Business Enterprises (OMWBE), the DBE firm is certified in the corresponding NAICS code(s) for the type of work to be performed, and the DBE firm performs a commercially useful function. A list of firms certified by OMWBE, including the NAICS codes for which they are certified, is available from that office and on line through their website (www.omwbe.wa.gov/directory/directory.htm) or by telephone at (360) 704- 1181 Counting DBE Participation For Reporting Race Neutral Accomplishments When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted as race -neutral participation. 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, including supplies purchased or equipment leased by the DBE (except supplies, materials, and equipment the DBE Subcontractor purchases or 103/180 leases from the Prime Contractor or its affiliate, unless the Prime Contractor is also a DBE). Work performed by a DBE, utilizing resources of the Prime Contractor or its affiliates will not be counted as race -neutral participation. In very rare situations, a DBE firm may utilize equipment and/or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must be short-term and have prior written approval from the Contracting Agency. The arrangement must not erode a DBE firm's ability to perform a Commercially Useful Function (See discussion of CUF, below). 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. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted as race neutral participation only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE Subcontracts to a non -DBE firm does not count as race neutral participation. 4. When a non -DBE subcontractor further subcontracts to a lower -tier subcontractor or supplier who is a certified DBE, then that portion of the work further subcontracted may be counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing with its own forces in a commercially useful function. DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only 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 will count as race neutral participation. Commercially Useful Function Payments to a DBE firm will count as race neutral participation only if the DBE is performing a commercially useful function on the 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. Two party checks are not allowed. 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. Trucking Use the following factors in determining whether a DBE trucking company is commercially useful function: 1. The DBE must be responsible for the management and supervision trucking operation for which it is listed on a particular contract. 104 / 180 performing a of the entire 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 5. The DBE may lease trucks from another DBE firm, including an owner -operator who is certified as a DBE. The DBE who leases trucks from another DBE may report race -neutral participation for the total value of the transportation services the lessee DBE provides on the contract. 6. The DBE may also lease trucks from a non -DBE firm and may enter an agreement with an owner -operator who is a non -DBE. The DBE who leases trucks from a non - DBE or employs a non -DBE owner -operator is entitled to count race -neutral participation only for the fee or commission it receives as a result of the lease arrangement. The DBE may not count the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. 7. In any lease or owner -operator situation, as described in paragraphs 5 & 6 above, the following rules shall apply: • A written lease/rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be leased, and agreed upon amount or method of payment (hour, ton, or per load). All lease agreements shall be for a long-term relationship, rather than for the individual project. Does not apply to owner -operator arrangements. • Only the vehicle, (not the operator) is leased or rented. Does not apply to owner -operator arrangements. 8. In order for payments to be counted as race -neutral participation, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward race neutral participation as provided in the following: Manufacturer 1. Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward race neutral participation. 2. Definition 105/180 To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on- site" review and been approved by WSDOT-OEO to operate as a DBE Manufacturing firm. To schedule a review, the manufacturing firm must submit a written request to WSDOT/OEO and may not receive race neutral credit, until the completion of the review. Once a firm's manufacturing process has been approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers may be obtained from WSDOT-OEO. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward race neutral participation. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. It must also 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. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status is granted on a contract -by -contract basis. To obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT/OEO. Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by WSDOT-OEO, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, 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 may be counted as race neutral participation. No part of the cost of the materials and supplies themselves may be applied as race neutral participation. 106/180 Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. The firms identified by the Contractor may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts over the past three -years Procedures After Execution Reporting The Contractor shall submit a `Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20th' April 20th, July 20th, and October 20th of each year. The dollars reported will be in accordance with the "Counting DBE Participation For Reporting Race Neutral Participation" section of this specification. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower -tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. Payment Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. (******) 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. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: Qwest and Pacific Power have extensive relocation work to perform on site. That work is scheduled to be completed prior to the award of this contract bu the contractor should be aware that the amount of and close proximity of the required relocation will require coordination and communication to ensure the best final product. 107 / 180 The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected subcontractors, and all utility owners and their contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use: 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 S 2nd Avenue, Room 304 Yakima, Washington 98902 509-575-7183 Charter Cable 1005 North 16th Avenue Yakima, Washington 98902 509-575-1697 City of Yakima Water 2301 Fruitvale Blvd. Yakima, Washington 98902 509-575-6154 City of Yakima Wastewater 2220 East Viola Yakima, Washington 98901 509-575-6077 Cascade Natural Gas 701 South 1st Avenue Yakima, WA 98902 509-457-5905 Pacific Power PO Box 1729 Yakima, Washington 98907 509-575-3146 Yakima Valley Trolleys Ed Neel P.O. Box 796 Yakima, Washington 98907-0796 509-966-5234 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1-800-553-4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.17(2) Utility Construction, Removal or Relocation by Others This section shall be supplemented with the following: Yakima Valley Trolleys, Formerly Yakima Valley Transportation Company (YVT), has track within this project which may require replacement. The Contractor is herby notified that the Yakima Valley Trolleys will be given five (5) days once the roadbed is excavated exposing the existing tracks within 6'h Avenue to inspect and replace if necessary any defective ties and or tracks found. The Contractor shall make the City Engineer aware of the start date preferably before but definitely the day allowed access for the Yakima Valley Trolleys Personnel is granted. Failure to do so shall result in delays and additional costs for the Contactor. The contractor shall be responsible to coordinate with Yakima Valley trolleys and the City Engineer to ensure access during this time as not to impede the progress of personnel attempting to make repairs to the tracks. The Contractor shall also provide, at no additional cost to the contract, necessary traffic control flagging during these repair efforts. If the ties and rails are found to be in satisfactory condition by 108 / 180 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 the Yakima Valley Trolleys and the City Engineer, the Contractor, once advised, can resume any operations associated with the tracks without delay. Contact information for the Yakima Valley trolleys is: Physical Address: Mailing Address: E -Mail Address: Telephone: South Third Avenue at Pine Street, Yakima, Washington P.O. Box 796, Yakima, Washington 98907-0796 yakimavalleytrolleys @ hotmail.com (509) 249-5962 Yakima Valley Trolleys Reprehensive Contact: Ed Neel (509) 966-5234 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18. . Insurance (May 10, 2006 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. 109/180 G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • and appointed officials. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. Replace this section with the following: 3. Any other amendatory endorsements to show the coverage required herein. Specifically the wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 30 days, to the City of Yakima. 110/180 4 Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT I SPECIAL PROVISIONS. CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED OR APPOINTED OFFICIALS AS ADDITIONAL INSUREDS FOR PROJECT # 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.23 Public Convenience And Safety 111 / 180 1-07.23(1) Construction Under Traffic (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. 1-07.23(2) Construction and Maintenance of Detours (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 112/180 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to.certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present 113 / 180 during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1-08.1 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 The first and second paragraphs are replaced with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. This section is supplemented with the following: The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule.. 114 / 180 Revise this section to read: 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 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. (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) 115/180 b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. 116 / 180 The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.5 Payment 117 / 180 1-10.5(1) Lump Sum Bid for Project (No Unit Items) (January 23, 2006 APWA GSP) Revise the pay item name to read: "Project Temporary Traffic Control, min. Bid $ 15,000.00", lump sum. 118 / 180 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP Description Section 2-01.1 is supplemented with the following: (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: oadway;statioi pavement, to Y o s`taticAL 2-01.2 Disposal of Usable Material and Debris Revise the third paragraph and single sentence as follows: Change the word "three" to "two". 2-01.2(1) Disposal Method No. 1 - Open Burning This section is deleted. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements 2-03.3(7) Disposal of Surplus Materials 2-03.3(7)A General Add the following: area=:-fr n ge`'of,„tt`gpexistirig Excavated material shall be hauled to a waste site. A waste site has not been provided by the Contracting Agency for disposal of unsuitable material, asphalt, concrete, debris, waste material, or any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the requests of the Contracting Agency for placement and compaction of excess excavated material back of new curb, as directed by the Engineer. Suitable materials from the excavations shall be used in the embankments. Unsuitable material or soft spots shall be removed from the roadway and replaced with suitable material and compacted as for embankments. Topsoil shall be saved to use for backfill adjacent to the new improvements. If additional topsoil is required, it shall be provided in accordance with SECTION 8-01 of these Special Provisions. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173-304, Subchapter 461. 2-03.4 Measurement This section is supplemented with the following: (March 13, 1995) 119 / 180 Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Project Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross-sections will be furnished to the successful bidder on request to the Project Engineer. Unsuitable excavation incl. haul will be measured by the cubic yard for all material deemed unsuitable that is removed and hauled off the project. 2-03.5 Payment This section is supplemented with the following: "Unsuitable Excavation Incl. Haul", per cubic yard. The cubic yard cost for "Unsuitable Excavation Incl. Haul" shall be full pay to remove any material deemed unsuitable that is removed and hauled off the project. 2-07 WATERING 2-07.1 Description Add the following: The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Consultant from any and all such claims. When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to orders for dust control measures. 2-07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to 120/180 avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant us. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2-07.3 Measurement This section is revised to read: Water will be measured with the metered hydrant connection. 2-07.4 Payment This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 121 / 180 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 5-04.3 Construction Requirements 5-04.3(5)E Pavement Repair This section is supplemented with the following: In areas not scheduled for a complete overlay where work is to be done below existing asphalt concrete pavement, the asphalt shall be repaired as follows: Six inches of crushed surfacing base course shall be placed and compacted to within three inches of the finished grade. Then, the edges of the existing pavement shall be painted with a hot asphalt tack coat, and hot mix asphalt shall 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 emultion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5-04.3(7)A Mix Design (May 25, 2006 APWA GSP) Section is deleted and replaced with: (*****) 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03.8(2) and 9-03.8(6). Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti -strip requirements for the HMA. 2. The mix design will be the initial Job Mix Formula (JMF) for the class of mix. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 3. Non Statistical Evaluation. Non statistical acceptance will apply to all HMA not designated as Commercial HMA in the contract documents. Non statistical acceptance testing will be conducted as outlined in 5-04.3(8)A. 4. Commercial Evaluation. Where Commercial HMA is allowed it can be accepted by a Manufacturer's Certificate of Compliance stating the material meets the requirements in the contract Special Provisions. Where HMA Commercial is used for the traveled way, a minimum of one acceptance test to verify gradation, fracture, sand equivalent, and oil content is required in addition to the Manufacturer's Certificate of Compliance. 122 / 180 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture I Items 1 & 2 are deleted and replaced with: (*****) 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. 2. Sampling of HMA for nonstatistical evaluation will be as discussed in WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, 2006 edition, section 5- 04.3(8)A, sections 3 through 6. r3. Commercial evaluation will be used for Commercial HMA and other classes of HMA as allowed by the contract. Commercial HMA may be used for amounts of HMA less than 2500 tons in any application. Testing beyond that specified in 5-04.3(7)A, item 3 for Commercial HMA will be at the discretion of the engineer. Anti -strip additive, where required, will be verified and documented by the engineer. 4. Aggregates. The acceptance criteria for aggregate properties of sand equivalent, voids in mineral aggregate (VMA), fracture and gradation will be their conformance to the requirements of Section 9-03.8(2) the Standard Specification, 2008 edition. 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Item 4, second paragraph is deleted. 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Item 7 is deleted. 5-04.3(13) Surface Smoothness (January 5, 2004) The second sentence of this section is revised to read: t The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. The last paragraph of this section is supplemented with the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered of are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new t castings on all new and existing public utility structures and new monument cases for all monuments as shown on the plans. Utility casting shall not be adjusted until the paving is complete. After which, the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The HMA shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1-1/2 inches below the finished pavement surface. 123/180 On the following day, the concrete, the edges of the HMA and the outer edge of the casting shall be painted with a hot asphalt tack coat. HMA Class 3/8 In. shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5-04.3(15) HMA Road Approaches Add the following verbiage to the first sentence of this section: "or reconstructed" after the word "constructed". 5-04.3(17) Paving Under Traffic Revise the last paragraph of Section 5-04.3(17) as follows: Change the phrase "except cost of temporary pavement markings," to "including the cost of temporary pavement markings," 5-04.5(1)A Price Adjustments for Quality of HMA Mixture Section is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1- 06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1 '/2", 1", 3/4", 'A", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 5-04.4 Measurement Add the following item to this section: Pavement Repair will be measured by the square yard for the actual amount of pavement repaired. 5-04.5 Payment Add the following item to this section: "Pavement Repair", per square yard. 5-04.5(1)A Price Adjustments for Quality of HMA Mixture Items 1-3 are deleted and replaced with: A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more 124 / 180 constituents fall outside the nonstatistical acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When Tess than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: (*****) The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 125/180 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7.04 STORM SEWERS 7-04.1 Description Section 7-04.1 is supplemented with the following: This work shall include purchasing and installing a stormwater treatment system. 7-04.2 Materials Section 7-04.2 is supplemented with the following: Stormwater Treatment System: The stormwater treatment system to be used on this project shall be the following, or approved equal: "CONTECH Stormwater Solutions CDS2015", manufactured by CONTECH Stormwater Solutions Inc, 11835 NE Glenn Widing Drive, Portland, OR 97220. Their phone number is 1- 800-548-4667. Add the following: 34" — 2" Crushed Washed Stone shall conform to the following gradings: 9-03.12(5) Sieve Size Percent Passing 2" square 100 1" square 50-100 3/4" square 0-20 U.S. No. 200 0-1.5 Corrugated Polyethylene Storm Sewer Pipe. 9-05.19 Corrugated Polyethylene Perforated Storm Sewer Pipe. 9-05.19 7-04.3 Construction Requirements Section 7-04.3 is supplemented with the following: The stormwater treatment systems shall be installed per the manufacturer's specifications. Storm sewer pipe shall be placed per these plans and specifications or as specified by the Engineer and shall be excavated to the grade and line given by the Engineer. 7-04.4 Measurement Section 7-04.4 is supplemented with the following: Stormwater Treatment System will be measured per each, for each unit installed. 3/4" — 2" crushed washed stone will be measured by the cubic yard. 126/180 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 7-04.5 Payment Section 7-04.5 is supplemented with the following: "Stormwater Treatment System", per each. The unit contract per each for "Stormwater Treatment System" shall be full payment for all labor, equipment and materials required for the complete installation of the stormwater treatment system according to the manufacturer's specifications, including structure excavation, shoring or extra excavation, gravel backfill, backfilling, and connecting the inflow and outflow pipes. All costs associated with Structure Excavation Class B Incl. Haul for storm sewer pipe shall be in the unit Contract price for the item installed. "3/4" — 2" Crushed Washed Stone", per cubic yard. "Corrugated Polyethylene Storm Sewer Pipe, 8 In. Dia.", per linear foot. "Corrugated Polyethylene Storm Sewer Pipe, 12 In. Dia.", per linear foot. "Corrugated Polyethylene Perforated Storm Sewer Pipe, 12 In. Dia.", per linear foot. 7-05 MANHOLES, INLETS, AND CATCH BASINS, AND DRYWELLS 7-05.3 Construction Requirements Supplement this section by adding the following: Sanitary Sewer Cleanouts shall be constructed in accordance with the City of Yakima Standard Detail S5. The lid and ring castings shall be adjusted in accordance with these special provisions in the same manner as for manhole rings and covers. All other construction requirements for pipe installation shall apply to the installation of the Sanitary Sewer Cleanouts. 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Revise this section to read: Manholes, sewer cleanout castings, valve boxes and water meter castings shall be adjusted in accordance with Section 5-04.3(13) Surface Smoothness. 7-05.4 Measurement Add the following: Adjustment of sanitary sewer cleanouts will be measured per each. Adjustment of valve boxes will be measured per each. Adjustment of water meter castings will be measured per each. 7-05.5 Payment Add the following bid item to the first paragraph: "Adjust Sanitary Sewer Cleanout", per each. "Adjust Valve Box", per each. 127 / 180 "Adjust Water Meter Casting", per each. The unit Contract price per each for "Adjust Sanitary Sewer Cleanout", "Adjust Valve Box", and "Adjust Water Meter Casting" shall be full pay for all costs necessary to make adjustment, including furnishing new cleanouts, valve boxes and/or castings, if determined by the Engineer and including restoration of adjacent areas in a manner acceptable to the Engineer. All costs associated with Structure Excavation Class B Incl. Haul for catch basins shall be in the unit Contract price for the item installed. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.2 Materials Add the following: Crushed Surfacing Top Course (for Trench Backfill) 9-03.9(3) Controlled Density Fill 2-09.3(1)E. 7-08.3(1)A Trenches Supplement paragraph 7 with the following: To further assist in locating water valves, fire hydrants and water meters in an emergency, and to protect the existing water mains during construction, the Contractor shall provide highly visible offset markings for all existing water valves, fire hydrants and water meters before beginning construction. Fire Hydrants shall not be blocked at any time. The Contractor shall avoid locating trench excavated material, or construction materials, such as pipe and gravel etc, and equipment over any of the water valves and water meters during construction. 128/ 180 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-02 ROADSIDE RESTORATION 8-02.1 Description (December 6, 2004) Section 8-02.1 is supplemented with the following: This work shall consist of removing and disposing of buried man-made or manufactured debris that may be encountered during soil amendment incorporation or during excavation for irrigation systems included in the contract. Such debris shall be removed to a maximum depth of two feet. The excavated debris shall be removed from the project site to an approved disposal facility. 8-19 REMOVING AND RELOCATING UTILITY POLE (NEW SECTION) 8-19.1 Description This work shall consist of removing and reinstalling in a new location, existing utility poles as shown on the plans. 8-19.2 Materials If replacement poles are required they shall meet the requirements of Section 9-29.6(3) Timber Light Standards, Timber Strain Poles, Timber Service Supports. 8-19.3 Construction Requirements Where shown in the plans or where designated by the Engineer, existing utility pole(s) shall be removed and relocated in accordance with the plans and specifications. Any pole found to be defective and/or damaged due to the Contractors operations shall be replaced by the Contractor at no additional expense to the Contracting Agency. The relocated poles shall be compacted to stand perfectly plumb and the resulting void shall be backfilled, compacted and finished to match the surrounding existing surfacing. All utilities attached to the utility pole shall be reattached to the pole at it's new location at no additional charge. 8-19.4 Measurement The Bid item price per each, for "Remove & Relocate Utility Pole" will include all costs for the work required to completely remove and relocate the pole, including reattaching the utilities and filling the resultant void. 8-19.5 Payment Payment will be made in accordance with section 1-04., for the following bid item that is included in the proposal: "Remove & Relocate Utility Pole", per each. 129/180 The unit Contract price per each for "Remove and Relocate Utility Pole" shall be full pay for all costs necessary to relocate the utility pole and it's utilities and shall include restoration of adjacent areas in a manner acceptable to the Engineer. 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. 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. 130 / 180 1 DIVISION 9 tMATERIALS 9-03 AGGREGATES 9-03.8 Aggregates for Hot Mix Asphalt I 9-03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: ' Delete the reference to Section 9-03.8(6)A 9-03.8(6)A Basis of Acceptance ' Delete this section. 1 1 1 1 1 1 1 STANDARD PLANS April 13, 2009 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 09-013, effective April 6, 2009 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA". B-10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C -lb In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. C -2r DELETED C -2s DELETED C -2t DELETED C-3, C -3B, C -3C Note 1 is revised as follows: replace reference F -2b with F-10.42 C -4a DELETED C-5 In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit". C-10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" C-11 c DELETED F-40.12 through F-40.18 The following note is added to these five plans: Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2%. G -9a DELETED 132/180 J -6f DELETED J -6q DELETED J -6h DELETED J-11 a DELETED J-11 c DELETED J -15a DELETED J -15b DELETED K-80.30-00 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K-80.35 L-20.10-00, Sheet 1 Delete all references to tension cable and substitute tension wire. Add knuckled selvage is required on the top edge of the fence fabric. L-20.10-00, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. L-30.10-00, Sheet 1 Delete all references to tension cable and substitute tension wire. L-30.10-00, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. M-1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to 300' MIN. 133/180 The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 8/07/07 A-10.20-00 10/05/07 A-10.30-00 10/05/07 A-20.10-00 8/31/07 A-30.10-00 11/08/07 A-30.15-00 11/08/07 B-5.20-00 6/01/06 B-5.40-00 6/01/06 B-5.60-00 6/01/06 B-10.20-00 6/01/06 B-10.40-00 6/01/06 B-10.60-00 6/08/06 B-15.20-00 6/01/06 B-15.40-00 6/01/06 B-15.60-00 6/01/06 B-20.20-01 11/21/06 B-20.40-02 6/10/08 B-20.60-02 6/10/08 B-25.20-00 6/08/06 B-25.60-00 6/01/06 B-30.10-00 6/08/06 B-30.20-01 11/21/06 B-30.30-00 6/01/06 B-30.40-00 6/01/06 C-1 2/10/09 C -la 2/10/09 C-1 b 10/31/03 C -lc 5/30/97 C -1d 10/31/03 C-2 1/06/00 C -2a 6/21/06 C -2b 6/21/06 C -2c 6/21/06 C -2d 6/21/06 C -2e 6/21/06 C -2f 3/14/97 C -2g 7/27/01 C-2 h 3/28/97 C -2i 3/28/97 C -2j 6/12/98 C -2k 7/27/01 C -2n 7/27/01 C -2o 7/13/01 C -2p 10/31/03 C-3 10/04/05 A-30.30-00 11/08/07 A-50.20-00.....11/17/08 A-30.35-00 10/12/07 A-50.30-00.....11 /17/08 A-40.10-00 10/05/07 A-50.40-00.....11/17/08 A-40.20-00 9/20/07 A-60.10-00 10/05/07 A-40.50-00 11/08/07 A-60.20-00 10/05/07 A-50.10-00 11/17/08 A-60.30-00 11/08/07 A-60.40-00 8/31/07 B-30.50-00 6/01/06 B-75.20-01 6/10/08 B-30.70-01 8/31/07 B-75.50-01 6/10/08 B-30.80-00 6/08/06 B-75.60-00 6/08/06 B-30.90-01 9/20/07 B-80.20-00 6/08/06 B-35.20-00 6/08/06 B-80.40-00 6/01/06 B-35.40-00 6/08/06 B-82.20-00 6/01/06 B-40.20-00 6/01/06 B-85.10-01 6/10/08 B-40.40-00 6/01/06 B-85.20-00 6/01/06 B-45.20-00 6/01/06 B-85.30-00 6/01/06 B-45.40-00 6/01/06 B-85.40-00 6/08/06 B-50.20-00 6/01/06 B-85.50-01 6/10/08 B-55.20-00 6/01/06 B-90.10-00 6/08/06 B-60.20-00 6/08/06 B-90.20-00 6/08/06 B-60.40-00 6/01/06 B-90.30-00 6/08/06 B-65.20-00 6/01/06 B-90.40-00 6/08/06 B-65.40=00 6/01/06 B-90.50-00 6/08/06 B-70.20-00 6/01/06 B-95.20-01 2/03/09 B-70.60-00 6/01/06 B-95.40-00 6/08/06 C -4e 2/20/03 C -14i 2/10/09 C -4f 6/30/04 C -14j 12/02/03 0-5 10/31/03 C -14k 2/10/09 C-6 5/30/97 C -15a 7/3/08 C -6a 3/14/97 C -15b 7/3/08 C -6c 1/06/00 C - 16a 11/08/05 C -6d 5/30/97 C - 16b 11/08/05 C -6f 7/25/97 C-20.14-00 2/06/07 0-7 10/31/03 C-20.40-00 2/06/07 C -7a 10/31/03 C-20.42-00 2/03/09 0-8 2/10/09 C-22.14-00 2/03/09 0-8a 7/25/97 C-22.16-00 2/03/09 C -8b 2/10/09 C-22.40-01 10/05/07 C -8e 2/21/07 C-23.60-00 2/06/07 C -8f 6/30/04 C-25.18-01 9/20/07 0-10 7/31/98 C-25.20-03 2/03/09 C-13 7/3/08 C-25.22-02 2/03/09 C -13a 7/3/08 C-25.26-00 2/03/09 C -13b 7/3/08 C-25.80-01 7/3/08 C -13c 7/3/08 0-28.40-00 2/06/07 C -14a 7/3/08 C-40.14-00 2/03/09 134 / 180 1 1 1 C -3a 10/04/05 C -14b 7/26/02 C-40.16-00 2/03/09 C -3b 10/04/05 C -14c 7/3/08 C-40.18.00 2/03/09 C -3c 6/21/06 C -14d 7/3/08 C-90.10-00 7/3/08 C-4 2/21/07 C -14e 7/3/08 C -4b 6/08/06 C -14h 2/10/09 D-2.02-00 11/10/05 D-2.44-00 11/10/05 D -3b 6/30/04 ' D-2.04-00 11/10/05 D-2.46-00 11/10/05 D -3c 6/30/04 D-2.06-01 1/06/09 0-2.48-00 11/10/05 D-4 12/11/98 D-2.08-00 11/10/05 D-2.60-00 11/10/05 D-6 6/19/98 D-2.10-00 11/10/05 D-2.62-00 11/10/05 D-10.10-01 12/02/08 1 D-2.12-00 11/10/05 D-2.64-01 1/06/09 D-10.15-01 12/02/08 D-2.14-00 11/10/05 D-2.66-00 11/10/05 D-10.20-00 7/8/08 D-2.16-00 11/10/05 0-2.68-00 11/10/05 D-10.25-00 7/8/08 D-2.18-00 11/10/05 D-2.78-00 11/10/05 D-10.30-00 7/8/08 D-2.20-00 11/10/05 D-2.80-00 11/10/05 D-10.35-00 7/8/08 D-2.30-00 11/10/05 D-2.82-00 11/10/05 D-10.40-01 12/02/08 ' D-2.32-00 11/10/05 0-2.84-00 11/10/05 D-10.45-01 12/02/08 D-2.34-01 1/06/09 D-2.86-00 11/10/05 D-15.10-01 12/02/08 D-2.36-02 1/06/09 D-2.88-00 11/10/05 D-15.20-01 1/06/09 D-2.38-00 11/10/05 D-2.92-00 11/10/05 D-15.30-01 12/02/08 D-2.40-00 11/10/05 D-3 7/13/05 D-2.42-00 11/10/05 D3a 12/02/08 1 1 1 1 1 1 1 1 1 1 E-1 2/21/07 E-4 8/27/03 E-2 5/29/98 E -4a 8/27/03 F-10.12-00 12/20/06 F-30.10-00 1/23/07 F-40.18-00 2/07/07 F-10.16-00 12/20/06 F-40.10-01 10/05/07 F-40.20-00 10/05/07 F-10.40-01 7/3/08 F-40.12-00 2/07/07 F-42.10-00 10/05/07 F-10.42-00 1/23/07 F-40.14-00 2/07/07 F-80.10-00 1/23/07 F-10.62-01 9/05/07 F-40.15-00 2/07/07 F-10.64-02 7/3/08 F-40.16-00 2/07/07 G-10.10-00 9/20/07 G-24.60-00 11/08/07 G-70.20-00 10/5/07 G-20.10-00 9/20/07 G-25.10-01 1/06/09 0-70.30-00 10/5/07 G-22.10-01 7/3/08 0-30.10-00 11/08/07 G-90.10-00.....1/06/09 G-24.10-00 11/08/07 G-50.10-00 11/08/07 G-90.20-00 1/06/09 G-24.20-00 11/08/07 G-60.10-00 8/31/07 G-90.30-00.....1/06/09 G-24.30-00 11/08/07 0-60.20-00 8/31/07 0-90.40-00 ..1/06/09 G-24.40-01 12/02/08 G-60.30-00 8/31/07 G-95.10-00 11/08/07 G-24.50-00 11/08/07 0-70.10-00 10/5/07 G-95.20-01 7/10/08 G-95.30-01 7/10/08 H-10.10-00 7/3/08 H-32.10-00 9/20/07 H-70.10-00 9/05/07 H-10.15-00 7/3/08 H-60.10-01 7/3/08 H-70.20-00 9/05/07 H-30.10-00 10/12/07 H-60.20-01 7/3/08 H-70.30-01 11/17/08 1-10.10-00 8/31/07 1-30.50-00 11/14/07 1-50.20-00 8/31/07 1-30.10-00 9/20/07 1-40.10-00 9/20/07 1-60.10-00 8/31/07 1-30.20-00 9/20/07 1-40.20-00 9/20/07 1-60.20-00 8/31/07 1-30.30-00 9/20/07 1-50.10-00 9/20/07 1-80.10-00 8/31/07 1-30.40-00 10/12/07 135/180 J-lf 6/23/00 J -9a 4/24/98 J-28.30-00 8/07/07 J-3 8/01/97 J-10 7/18/97 J-28.40-00 8/07/07 J -3b 3/04/05 J- J-28.42-00 8/07/07 11 b 9/02/05 J -3c 6/24/02 J-12 2/10/09 J-28.45-00 8/07/07 J -3d 11/05/03 J -16a 3/04/05 J-28.50-00 8/07/07 J-5 8/01/97 J -16b 2/10/09 J-28.60-00 8/07/07 J -6c 4/24/98 J -16c 2/10/09 J-28.70-00 11/08/07 J -7a 9/12/01 J-18 2/10/09 J-40.10-00 1/06/09 J -7c 6/19/98 J-19 2/10/09 J-40.30-00 1/06/09 J -7d 4/24/98 J-20 9/02/05 J-75.10-00 2/10/09 J -8a 5/20/04 J-28.10-00 8/07/07 J-75.20-00 2/10/09 J -8b 5/20/04 J-28.22-00 8/07/07 J-75.30-00 2/10/09 J -8c 5/20/04 J-28.24-00 8/07/07 J-90.10-00 2/10/09 J -8d 5/20/04 J-28.26-01 12/02/08 J-90.20-00 2/10/09 K-10.20-01 10/12/07 K-26.40-01 10/12/07 K-40.60-00 2/15/07 K-10.40-00 2/15/07 K-30.20-00 2/15/07 K-40.80-00 2/15/07 K-20.20-01 10/12/07 K-30.40-01 10/12/07 K-55.20-00 2/15/07 K-20.40-00 2/15/07 K-32.20-00 2/15/07 K-60.20-02 7/3/08 K-20.60-00 2/15/07 K-32.40-00 2/15/07 K-60.40-00 2/15/07 K-22.20-01 10/12/07 K-32.60-00 2/15/07 K-70.20-00 2/15/07 K-24.20-00 2/15/07 K-32.80-00 2/15/07 K-80.10-00 2/21/07 K-24.40-01 10/12/07 K-34.20-00 2/15/07 K-80.20-00 12/20/06 K-24.60-00 2/15/07 K-36.20-00 2/15/07 K-80.30-00 2/21/07 K-24.80-01 10/12/07 K-40.20-00 2/15/07 K-80.35-00 2/21/07 K-26.20-00 2/15/07 K-40.40-00 2/15/07 K-80.37-00 2/21/07 L-10.10-00 2/21/07 L-40.10-00 2/21/07 L-70.10-01 5/21/08 L-20.10-00 2/07/07 L-40.15-00 2/21/07 L-70.20-01 5/21/08 L-30.10-00 2/07/07 L-40.20-00 2/21/07 M-1.20-01 1/30/07 M-7.50-01 1/30/07 M-24.60-02 2/06/07 M-1.40-01 1/30/07 M-9.50-01 1/30/07 M-40.10-00 9/20/07 M-1.60-01 1/30/07 M-9.60-00 2/10/09 M-40.20-00...10/12/07 M-1.80-02 8/31/07 M-11.10-01 1/30/07 M-40.30-00 9/20/07 M-2.20-01 1/30/07 M-15.10-01 2/06/07 M-40.40-00 9/20/07 M-2.40-01 1/30/07 M-17.10-02 7/3/08 M-40.50-00 9/20/07 M-2.60-01 1/30/07 M-20.10-01 1/30/07 M-40.60-00 9/20/07 M-3.10-02 2/10/09 M-20.20-01 1/30/07 M-60.10-00 9/05/07 M-3.20-01 1/30/07 M-20.30-01 1/30/07 M-60.20-01 2/03/09 M-3.30-02 2/10/09 M-20.40-01 1/30/07 M-65.10-01 5/21/08 M-3.40-02 2/10/09 M-20.50-01 1/30/07 M-80.10-00 6/10/08 M-3.50-01 1/30/07 M-24.20-01 5/31/06 M-80.20-00 6/10/08 M-5.10-01 1/30/07 M-24.40-01 5/31/06 M-80.30-00 6/10/08 136/180 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this p � day of C� � , 2009, by and between the City of Yakima, hereinafter called the Owner, and Granite Northwest, Inc. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $179,879.00, for Jeld-Wen Frontage Improvements — 6th Ave. - River Road Intersection North, City No. 2120, all in accordance with, and as described in the attached plans and specifications and the 2008 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\ day of � 2009. Atte ity M er City Clerk Granite Nothwest, Inc. a Contractor 1 *Washington * Corporation By: �L " Ananya Mukherjee (Print Name) Its Vice President Address: (President, Owner, etc.) 585 W. Beach Street Watsonville, CA 95076 137 / 180 Premium: $1,106.00 KNOW ALL MEN BY THESE PRESENTS: PERFORMANCE BOND Bond Nos.: 8218-77-57 Federal BOND TO CITY OF YAKIMA 105186229 Travelers 08975492 F&D That we, the undersigned, Granite Northwest, Inc. a Washington Corporation as Principal and Federal Insurance Company* a corporation organized and existing under the laws of the State of Indiana** as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ * * * for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. ***One Hundred Seventy Nine Thousand: Eight Hundred Seventy Nine and 00/100 This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this day of , 20 . Never -the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on , 20 , the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Granite Northwest, Inc. , the above bounded Principal, a certain contract, the said contract being numbered 2120 and providing for Jeld—Wen Frontage**** (which contract is referred to herein and is made a part hereof as though attached hereto), and, ****Improvements, 6th Avenue — River Road Intersection North City of Yakima WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Granite Northwest, Inc . shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material men, and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or 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 C!T' OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Gra ite Northwest, Inc (Contractor) Approved as to form: (City Attorney) ..- c•� By: Ananya Mukherjee (Print Name) Its: Vice President (President, Owner, etc...) Federal Insurance Company* (Surety) Its: (Print Name) Attorney -in -Fact *Travelers Casualty and Surety Company of America Fidelity and Deposit Company of Maryland Jointly and Severally Liable **Connecticut, Maryland, respectively 139/180 Executed in 3 Counterparts 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT t s z•o :e�sc<` , ,--4( .6-a.- iso �'<w4e State of California Santa Cruz County of On June 24, 2009 Date personally appeared before me, V.J. Fox, Notary Public Eve Perez, Attorney -in -Fact Here Insert Name and Title of the Officer Name(s) of Stgner(s) V.l. FOX Commission #t 1767559 Notary Public - California 1 Santa Cruz County Comm. s 1 11 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand dd_official eal Signature OPTIONAL Though the information below Is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Si.". re of Notary V.J. Fox, Notary Public Capacity(les) Claimed by Signer(s) Signer's Name: O Individual O Corporate Officer — Title(s): O Partner — 0 Limited 0 General O Attorney in Fact O Trustee O Guardian or Conservator O Other: Signer Is Representing: RIGHTTHuMBPRINT. OF SIGNER Top of thumb here Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): 0 Partner — 0 Limited 0 General 0 Attorney in Fact 0 Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here T2424c.6`,AlLg:.` 4`=.V'$44.>.4,"Le:`r- A-4.X-4,`f=ii`S,<Alc` x-'r=V`r=U`r e`r 4i =AN-cf-C.l v .<.`SSG`W `c%Cx-c>x-c>`W` -e;i'SM 02007 National Notary Association • 9350 De Soto Ave., P.O.Box 2402 • Chatswrth, CA 913t3.2402 • mnv.NationatNotaryorg Item #5907 Reorder: Call Toll -Free 1-800-876-5027 C`It„:qtr r, x 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 No a a Sea 1 1 1 1 1 1 1 1 1 Chubb Surety POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jigisha Desai, John D. Gilliland, Ananya Mukherjee and Eve Perez of Watsonville, California_____ ----- ------------- ._.......r.......__._......_-------_.__......_____..._.______,. each as their true and lawful Attorney- In- Fad to execute under such designation In their names and to affix their corporate seats to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings end other writings obligatory In the nature thereof (other than bait bonds) given or executed In the course of business on behalf Granite Construction Incorporated and all Subsidiaries alone or in joint venture in connection with bids, proposers or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attorney in- Fact In the Company's name and on its behalf as surety thereon or otherwise, under Its corporate seal, in pursuance of the authority hereby conferred shag, upon delivery thereof, be valid and binding upon the Company. ft Is agreed that the power and authority hereby given to the Attorney -In -Fad cannot be modified or revoked unless prior written personal notice of such Intent has been given to the Commissioner— Department of Highways of the Commonwealth of Kentucky at least thirty days prior to the modification or revocation, In Witness Whereof, said FEDERAL INSURANCE COMPANY, V14 LANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 13 day of March, 2009 Kenneth C. Wendel, Ass..: M Secretary STATE OF NEW JERSEY es. County of Somerset On this 13th day of March, 2009 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel. to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing . Power of Attorney, and the said Kenneth C. Wendel, being by me duty swum, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By. Laws of said Companies; end that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority, and (hal he Is minted with David 8. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Noris, Jr., subscribed to ealil.Power of Attorney is In the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By Laws and in deponent's presence. ' ST�'HEN_B..BRAD7 l �• oP Public, Stab of Now Jersey No.2321097 • Commission Expires Oct.'25, 2009 CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'Alt powers of attorney for end on behalf of the Company may and shag be executed In the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assent Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chakman, 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 Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It Is attached.' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNiTYTOMPANY (the 'Companies') do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed In Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward island; and (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this June 24 , 2009 A Notary Public itLS•140/ Kenneth C. Wendel, As stant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@ chubb.com Form 15-10- 0154B- U (Rev. 10.02) CORP CONSENT TRAVELERS J POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Attorney -In -Fact No. 220938 Surety Bond No. or Project Description: Principal: Granite Construction Company Obligee: City of Yakima KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint John D. Gilliland, Jigisha Desai, Ananya Mukherjee, and Eve Perez of the City of Watsonville, State of California, their true and lawful Attorney(s)-in-Fact, each In their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 105186229 On behalf of Granite Construction Incorporated and all Subsidiaries alone or in Joint Venture. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seats to be hereto affixed, this 4th day of March, 2009. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company State of Connecticut City of Hartford ss. Geo ge Wrhomp o , or Vice President On this the 4th day of March, 2009, before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011. Page 1 of 2 Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this June 24, 2009 /vrET� /" Ncr 1927/ Kori M. Johanson, Assistant Secretary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at trave/ersbond.com. P/ease refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. Page 2 of 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by WILLIAM J. MILLS, Vice President, and GREGORY E. MURRAY, Assistant Secretary, in pursuance of authority granted by Article V1, Section 2, of the By -Laws of said Companies, which are set forth on the next page hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint Jigisha DESAI, John D. GILLILAND, Ananya MUKHERJEE and Eve PEREZ all of Watsonville, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings issued on behalf of Granite Construction, Incorporated, Watsonville, California and all subsidiaries alone or in a joint venture, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if it had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, MD, in their own proper persons. This power of attorney revokes that issued on behalf of R.C. ALLBRITTON, Jigisha DESAI, Deborah S. JACKSON, John D. GILLILAND and Mary H. LONERGAN, dated June 23, 2005. The said Assistant Secretary does hereby certify that the extract set forth on the next page hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, on March 4, 2009. ATTEST: 2 e FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY By: Eric D. Barnes Assistant Secretary Frank E. Martin, Jr. Vice -President SS: State of Maryland County of Baltimore On March 4, 2009, befoie the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN, JR., Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Connie A. Dunn Notary Public My Commission Expires: July 14, 2011 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President or any Vice President that is specially authorized by the Board of Directors or the Chairman in concurrence with the Corporate Secretary, shall have the power, by and with the concurrence of the Secretary, to appoint Attorney -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President or any Vice President that is specially authorized by the Board of Directors or the Chairman in concurrence with the Corporate Secretary, shall have the power, by and with the concurrence of the Secretary, to appoint Attorney -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require; and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, at a meeting duly called and held on the 10`h day of May, 1990, and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Companies on June 24, 2009 44)2,, Gerald F. Haley Assistant Secretary 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 06/29/09 PRODUCER LIC #0056172 1-831-724-3841 McSherry and Hudson 575 Auto Center Dr. P.O. Box 2690 Watsonville, CA 95076 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED GRANITE NORTHWEST, INC. P. O. BOX 50085 WATSONVILLE, CA 95077 INSURER A: VALLEY FORGE INS CO 20508 INSURER B: GENERAL INSURER C: GL 2088596727 INSURER D: INSURER E: EACH OCCURRENCE THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR ADD'L INSRD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM/DD/YY) POLICY EXPIRATION DATE (MM/DD/YY) LIMITS A X GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY GL 2088596727 10/01/06 10/01/09 EACH OCCURRENCE $2,000,000 X DAMAGE ESORENTED PREMISES (Ea occurence) $ 2,000,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ NIL X Contractual Liability PERSONAL &ADV INJURY $2,000,000 X XCU Hazards GENERAL AGGREGATE $10,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 7 POLICY X MELT LOC A X AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS Contractual Liab. BUA 2088596730 10/01/06 10/01/09 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 X BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) $ X X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY -EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below WC2088596694 Empl Liab Only 10/01/06 10/01/09 TH- ITS ERTT- ER TOORYRYLWC LIMIM E.L. EACH ACCIDENT $2,000,000 E.L. DISEASE - EA EMPLOYEE $2,000,000 E.L. DISEASE - POLICY LIMIT $2,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS JOB #251058 2008-09 - 6TH AVENUE IMPROVEMENTS JELD-WEN FRONTAGE THE CITY OF YAXIMA, CITY OF UNION GAP, THEIR AGENTS, EMPLOYEES AND ELECTED OFFICIALS GL PER ISO FORM CG 0001 10/01; AL PER ISO FORM CA 0001 10/01 AND APPOINTED CERTIFICATE HOLDER CANCELLATION 10 DAYS NOTICE OF NON -PAY OF PREMIUM JOB #251058 CITY OF YARIMA 129 NORTH 2ND STREET YAKIMA, WA 98901 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL E464YiX¥ Y4 MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, IRWITL43141X1i9i3EXAMITAUX X B w��� x' � NXMVal ](al(j{ �Cp g=KiCgaglIX X1421=1101101411.20XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX AUTHORIZED REPRESENTATIVE ACORD 25 (2001/08) molly 12404005 ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) GRANITE NORTHWEST, INC. POLICY NUMBER: GL 2088596727 EFFECTIVE DATE: 10-1-2006 COMMERCIAL GENERAL LIABILITY CG 2503 0397 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: WHERE REQUIRED BY CONTRACT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. For all sums which the insured becomes legally obli- gated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project Gen- eral Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Ag- gregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products -completed op- erations hazard", and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Oc- currence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, CG 25030397 such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obli- gated to pay as damages caused by `occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to on- going operations at a single designated construction project shown in the Schedule above: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical ex- penses shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products - completed operations hazard" is provided, any pay- ments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then re- started, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or time- tables, the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. Hart Forms & Services Reorder No. 14-E044 Copyright, Insurance Services Office, Inc., 1996 Page 1 of 1 CNA For All the Commitments You Make' Policy Number: GL 2088596727 Valley Forge Insurance Company Named Insured: Granite Northwest, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Additional Insured: Any person or organization whom the named insured is required by written contract to add as an additional insured on this policy. Section II — Who is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability arising out of operations performed for the additional insured by the named insured. The limits of insurance afforded to the additional insured do not exceed those required in the contract or afforded by this policy, whichever is less. The coverage afforded to the additional insured is that provided by the Commercial General Liability Coverage Form #CG0001 (10/01) as modified by endorsement CG 22 80 (07/98), the Limited Exclusion — Contractors - Professional Liability. The coverage afforded to the additional insured shall operate as primary insurance, and no other insurance shall be called on to contribute to a loss hereunder but only if the contract requires that this insurance be primary and non-contributory. The insurance afforded by this policy applies severally as to each insured except that the inclusion of more than one insured shall not operate to increase the limit of the company's liability and the inclusion hereunder of any person or organization as an insured shall not affect any right which such person or organization would have as a claimant if not so included. The company waives any right of subrogation against the additional insured named above because of payments the company makes for injury or damage arising out of operations performed for the additional insured by the named insured but only if a written contract requires such a waiver. This insurance policy will not be cancelled, limited, non -renewed, or coverage reduced until forty-five (45) days after receipt by the additional insured named above of a written notice of such cancellation, reduction of coverage or non -renewal. In the event of cancellation for non-payment of premium, ten (10) days written notice of such cancellation will be given. CNA For All the Commitments You Make Policy Number: BUA 2088596730 Valley Forge Insurance Company Named Insured: Granite Northwest, Inc. This endorsement modifies insurance provided under the following: ADDITIONAL INSURED BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. SCHEDULE Additional Insured: Any person or organization whom the named insured is required by written contract to add as an additional insured on this policy. Who is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule but only for "bodily injury" or "property damage" resulting from the operation of an "auto" owned or used by the Named Insured. The coverage afforded to the additional insured shall operate as primary insurance , and no other insurance shall be called on to contribute to a loss hereunder but only if the written contract requires that this insurance be primary and non-contributory. The company waives any right of subrogation against the additional insured named above because of payments the company makes for injury or damage arising out of operations performed for the additional insured by the named insured but only if a written contract requires such a waiver. The insurance afforded by this policy applies severally as to each insured except that the inclusion of more than one insured shall not operate to increase the limit of the company's liability and the inclusion hereunder of any person or organization as an insured shall not affect any right which such person or organization would have as a claimant if not so included. This insurance policy will not be cancelled, limited, non -renewed, or coverage reduced until forty-five (45) days after receipt by the additional insured named above of a written notice of such cancellation, reduction of coverage or non -renewal. In the event of cancellation for non-payment of premium, ten (10) days written notice of such cancellation will be given 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 145/180 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 147 / 180 BENEFIT CODE KEY - EFFECTIVE 03-04-2009 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 148 / 180 1. Q. BENEFIT CODE KEY - EFFECTIVE 03-04-2009 -2- THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AI ER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAIDAT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE.. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. 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. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS Al 1ER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PMD 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. 149 / 180 BENEFIT CODE KEY - EI' TLCTIVE 03-04-2009 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 1-IOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 1. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE TIIE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AF I'ERTHANKSGWING DAY, AND CHRISTMAS DAY (7). 150/180 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BENEFIT CODE KEY - EFNECTIVE 03-04-2009 -4- 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 AF 1E12. 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, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AN 1'ERTHANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEARS 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). 1. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AF 1 ER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AF 1'ER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORL4L DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. Q• PAID FIOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, IN. 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 AF ITER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 112). 5. S. PAID HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGWING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEARS DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). 151 / 180 BENEFIT CODE KEY - EFFECTIVE 03-04-2009 -5- Y. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORLAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFI ER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORLAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS: NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEARS 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). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY. (9 1/2). F. PAID HOLIDAYS: NEW YEARS DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CFIRISTMAS EVE DAY (11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). PAID HOLIDAYS: NEW YEARS DAY, MEMORLAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, TFIE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AF 1ER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFI ER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR 'VIER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). 152 / 180 BENEFIT CODE KEY - EFFECTIVE 03-04-2009 -6- Z.. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, TI-IANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS TIIE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' - 84.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' - $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEEL' OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $025 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00, CLASS B SUIT: $1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50. 153 / 180 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 03/04/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL 530.31 1H 5D BOILERMAKERS JOURNEY LEVEL 553,37 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $37.52 2M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS ACOUSTICAL WORKER $36.22 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $45.56 1M 5D CARPENTER $36.22 1M 5D CREOSOTED MATERIAL 536.22 1M 5D DRYWALL APPLICATOR $36.22 1M 5D FLOOR FINISHER $36.22 1M 5D FLOOR LAYER $36.22 1M 5D FLOOR SANDER 536.22 1M 5D MILLWRIGHT 546.56 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $45.76 1M 5D SAWFILER 536.22 1M 5D SHINGLER 536.22 1M 5D STATIONARY POWER SAW OPERATOR 536.22 1M 5D STATIONARY WOODWORKING TOOLS $36.22 1M 5D CEMENT MASONS JOURNEY LEVEL $33.81 1N 5D DIVERS & TENDERS DIVER 596.81 1M 5D 8A DIVER ON STANDBY 554.19 1M 5D DIVER TENDER 549.84 1M 5D DREDGE WORKERS ASSISTANT ENGINEER 547.09 1T 5D 8L ASSISTANT MATE (DECKHAND) $46.58 1T 5D 8L BOATMEN $47.09 1T 5D 8L ENGINEER WELDER $47.14 1T 5D 8L LEVERMAN, HYDRAULIC 548.71 1T 5D 8L MAINTENANCE $46.58 1T 5D 8L MATES $47.09 1T 5D 8L OILER $46.71 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31.71 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 Page 1 154 / 180 YAKIMA COUNTY EFFECTIVE 03/04/2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $48.30 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $58.36 4A 5A CERTIFIED LINE WELDER $53.30 4A 5A GROUNDPERSON $38.14 4A 5A HEAD GROUNDPERSON $40.25 4A 5A HEAVY LINE EQUIPMENT OPERATOR $53.30 4A 5A JACKHAMMER OPERATOR $40.25 4A 5A JOURNEY LEVEL LINEPERSON $53.30 4A 5A LINE EQUIPMENT OPERATOR $45.14 4A 5A POLE SPRAYER $53.30 4A 5A POWDERPERSON $40.25 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC $64.81 4A 6Q MECHANIC IN CHARGE $70.60 4A 60 FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.72 1 LABORER $8.55 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $28.43 1H 5D GLAZIERS JOURNEY LEVEL $22.43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $31.22 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTION/CLEANING/SEALING OF SEWER &WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8.55 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $46.61 10 5A Page 2 155 / 180 1 YAKIMA COUNTY EFFECTIVE 03/04/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18.12 1 i LABORERS - UNDERGROUND SEWER &WATER GENERAL LABORER $30.31 1H 5D PIPE LAYER $30.83 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS 515.45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $36.22 1M 5D METAL FABRICATION (IN SHOP) FITTER $12.00 1 I LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER 512.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL 514.11 1 PAINTERS JOURNEY LEVEL 520.05 1 PLASTERERS JOURNEY LEVEL $44.83 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $5T74 10 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44.64 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC 548.46 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS 549.03 1T 5D 8P 1 BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 547.91 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS 547.00 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $47.42 1T 5D 8P 1 BARRIER MACHINE (ZIPPER) $47.42 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE 547.42 1T 50 8P BELT LOADERS (ELEVATING TYPE) $4T00 1T 50 8P BOBCAT (SKID STEER) $44.64 1T 5D 8P I BROKK-REMOTE DEMOLITION EQUIPMENT $44.64 1T 5D 8P BROOMS $44.64 1T 5D 8P BUMP CUTTER $47.42 1T 5D 8P CABLEWAYS $47.91 1T 5D 8P CHIPPER $47.42 1T 5D 8P COMPRESSORS 544.64 1T 50 8P CONCRETE FINISH MACHINE- LASER SCREED 544.64 1T 5D 8P CONCRETE PUMPS $47.00 1T 50 8P I CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $47.42 1T 5D 8P CONVEYORS $47.00 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS 549.03 1T 50 8P CRANE, FRICTION OVER 200 TONS 548.29 1T 50 8P Page 3 1 156 / 180 1 YAKIMA COUNTY EFFECTIVE 03/04/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU.19 TONS, WITH ATTACHMENTS $47.00 1T 5D 8P CRANES, 20- 44 TONS, WITH ATTACHMENTS $47.42 1T 5D 8P CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $47.91 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48.46 1T 50 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49.03 1T 5D 8P WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $44.64 1T 5D 8P CRANES, A -FRAME, OVER 10 TON $47.00 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $48.29 1T 50 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20- 44 TONS) $47.42 1T 50 8P CRANES, OVERHEAD, BRIDGE TYPE (45- 99 TONS) $47.91 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48.46 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48.46 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $49.03 1T 5D 8P CRUSHERS $47.42 1T 51) 8P DECK ENGINEER/DECK WINCHES (POWER) $47.42 1T 50 8P DERRICK, BUILDING $47.91 1T 5D 8P DOZERS, D-9 & UNDER $47.00 1T 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $47.00 1T 5D 8P DRILLING MACHINE $47.42 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $44.64 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $47.00 1T 50 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $47.42 1T 50 8P FORK LIFTS, (3000 LBS AND OVER) $47.00 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $44.64 1T 5D 8P GRADECHECKER AND STAKEMAN $44.64 1T 5D 8P GUARDRAIL PUNCH $47.42 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $47.00 1T 50 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $47.00 1T 50 8P HORIZONTAUDIRECTIONAL DRILL OPERATOR $47.42 1T 50 8P HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $44.64 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $47.00 1T 50 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $47.91 1T 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $48.46 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $47.42 1T 5D 8P LOCOMOTIVES, ALL $47.42 1T 50 8P MECHANICS, ALL $48.46 1T 5D 8P MIXERS, ASPHALT PLANT $47.42 1T 50 8P MOTOR PATROL GRADER (FINISHING) $47.91 1T 50 8P MOTOR PATROL GRADER (NON -FINISHING) $47.00 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $47.91 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44.64 1T 5D 8P OPERATOR PAVEMENT BREAKER $44.64 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $47,42 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $47.00 1T 50 8P POSTHOLE DIGGER, MECHANICAL $44.64 1T 5D 8P POWER PLANT $44.64 1T 5D 8P PUMPS, WATER $44.64 1T 50 8P QUAD 9, D-10, AND HD -41 $47.91 1T 5D 8P Page 4 157 / 180 YAKIMA COUNTY EFFECTIVE 03/04/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $44.64 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47.91 , 1T 5D 8P EQUIP RIGGER AND BELLMAN $44.64 1T 5D 8P ROLLAGON $47.91 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $44.64 1T 5D 8P ROLLERS, PLANTMIXOR MULTILIFT MATERIALS $47.00 1T 50 8P ROTO -MILL, ROTO -GRINDER $47.42 1T 5D 8P SAWS, CONCRETE $47.00 1T 50 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47.91 1T 5D 8P OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $47.00 1T 5D 8P SCREED MAN $47.42 1T 50 8P SHOTCRETEGUNITE $44.64 1T 50 8P SLIPFORM PAVERS $47.91 1T 5D 8P SPREADER, TOPSIDER & SCREEDMAN $47.91 1T 5D 8P SUBGRADETRIMMER $47.42 1T 5D 8P TOWER BUCKET ELEVATORS $47.00 1T 5D 8P TRACTORS, (75 HP & UNDER) $47.00 1T 5D 8P TRACTORS, (OVER 75 HP) $47,42 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $47.42 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $47.91 1T 50 8P TRENCHING MACHINES $47.00 1T 5D 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $47.00 1T 5D 8P TRUCK CRANE OILER/DRIVER (100 TON & OVER) $47.42 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $47.42 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $44.64 1T 5D 8P YO YO PAY DOZER $47.42 1T 5D 8P POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39.29 4A 5A SPRAY PERSON $37.21 4A 5A TREE EQUIPMENT OPERATOR $37.81 4A 5A TREE TRIMMER $35.18 4A 5A TREE TRIMMER GROUNDPERSON $26.55 4A 5A REFRIGERATION &AIR CONDITIONING MECHANICS MECHANIC $57.74 10 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.43 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10 00 1 Page 5 158 / 180 YAKIMA COUNTY EFFECTIVE 03/04/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL LABORERS JOURNEY LEVEL $8.55 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $32.26 1X 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 ROOFERS JOURNEY LEVEL $31.31 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $34.31 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $46.11 1X 5A SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $23.11 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $8.55 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $45.35 1R 5Q STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE UNE CONSTRUCTION - OUTSIDE CABLE SPLICER $31.46 2B 5A HOLE DIGGER/GROUND PERSON $17.58 2B 5A INSTALLER (REPAIRER) $30.17 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $29.26 2B 5A SPECIAL APPARATUS INSTALLER I $31.46 2B 5A SPECIAL APPARATUS INSTALLER II $30.82 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $31:46 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $29.26 2B 5A TELEVISION GROUND PERSON $16.67 28 5A TELEVISION LINEPERSON/INSTALLER $22.19 2B 5A TELEVISION SYSTEM TECHNICIAN $26.42 28 5A TELEVISION TECHNICIAN $23.76 2B 5A TREE TRIMMER $29.26 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $29.88 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $25.80 2M 5A Page 6 159 / 180 r YAKIMA COUNTY EFFECTIVE 03/04/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37.90 1K 5A I TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $32.97 2G 61 DUMP TRUCK & TRAILER $32.97 2G 61 OTHER TRUCKS $32.97 2G 61 TRANSIT MIXER $32.97 2G 61 WELL DRILLERS &IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25.44 1 OILER $9.20 1 WELL DRILLER $18.00 1 1 1 1 1 1 1 1 1 1 1 Page 7 1 160 / 180 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City Of Yakima Jeld-Wen Frontage Improvements 6th Ave. - River Road Intersection North City Project No. 2120 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. 161 / 180 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima Jeid-Wen Frontage Improvements 6th Ave. - River Road Intersection North Clty Prosect No. 2120 ITEM NO._ ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC PLAN 1-07.15 1 LS 00 S"72 00 1'12 _ 2 MOBILIZATION 1-09.7 1 LSp° C, 4-i00-88,4 00 3 PROJECT TEMPORARY TRAFFIC CONTROL (Mln. Bid $15,000) 1-10.5 1 LS e0 I ODo — 00 1 6.OQo 4 CLEARING AND GRUBBING 2-01.5 1 LS 25�, et 216ev o0 5 ROADWAY EXCAVATION, INCL HAUL 2-03.5 1140 CY 1 o 0 00 1 ion 6 CONTROLLED DENSITY FILL 2-09.5 12 CY o0 ! 60 �- 00 1, 8a) ._- 7 CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE 2-12.5 105 SY 8 O° 84 0 to 8 CRUSHED SURFACING BASE COURSE 4-04.5 799 TON a Jt °O ICI q 75 °° 9 ASPHALT TREATED BASE 4-06.5 772 TON 00 5 q --- 00 45, 0103 -- 10 HOT MIX ASPHALT , CLASS 1I2", PG 64-28 5-04.5 398 TON0C $3 e ....CI' 33,03`%'r 11 • STORM WATER TREATMENT SYSTEM 7-04.5 1 EAa 9 , IOD Cr�, IQO 12 3/4" - 2' CRUSHED WASHED STONE 7-04.5 17 CY o0 i BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in thF amount ,of. which amount is not less than five percent of the total bid. /$1** **Five Percent (5%) of Bid Amount Sign Here Ronald L. Gatto sident, GRANITE NORTHWEST, INC. BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, GRANITE NORTHWEST, INC. as principal, and FEDERAL INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five Percent (5%) of Bid Amount Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2008-09 6th Avenue Improvements - Project #2120 , 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 'iaitbful 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 4th DAY OF June , 20 09 Ronald L. Gatto Vice President GRANITE NORTHWEST, INC. By: 7`1'/f ! (f Eve Perez, Attorney -in -Fact Surety FEDERAL INSURANCE COMPANY *SEE ATTACHED CALIFORNIA NOTORIAL ACKNOWLEDGEMENT #1805, and POWER OF ATTORNEY FOR SURETY.... 20 Received return of deposit in the sum of $ - N/A - 165 / 180 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Santa Cruz on 06/04/09 Date personally appeared before me, Renee P. Ursino, Notary Public Here Insert Name and Tide of the Officer Eve Perez Name(s) of Signer(s) Attorney -In -Fact z RENEE P. URSINO Commission # 1672556 Notary Public - California San Mateo County My Comm. Expires Jun 5, 2010 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand andyfflyraL. eai. Signature������ Rrdre of Notary ud OPTIONAL �/X Renee P. Ursino, Notary Public Though the Information below Is not required by law, It may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of th/s form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than.Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited 0 General ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: ❑ Individual 0 Corporate Officer — TItle(s): 0 Partner — ❑ Limited ❑ General ❑ Attorney in Fact 0 Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here - 'Il W.W. W -•w -W -w 'V ' , "V -"V 'd "V 'V -'V 'V --el 'V • •&(W.W 'V 'V 'V 'V W."V W "V -'V 'V'W 'VC 87 •V "d "V 'V 'V 'V 'V 'V 'VC•N-".AJC"V 02007 National Notary Assodadon • 9350 De Soto Ave., P.O. Bar 2402 • Chatsworth, CA 91313-2402 • amw.NatioealNotary.org hem 45907 Reorder: Call Toll -Free 1.800-876-6827 Chubb Surety POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059. Know All by These Presents, That FEDERAL INSURANCE COMPANY, art Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jigisha Desai, John D. Gilliland, Ananya Mukherjee and Eve Perez of Watsonville, CaliforniaW_. _.._..__...__ .............._....._..._--------- -----_._----__--___—__-._._.__» each as their true and lawful Attomey- In- Fact to execute under such designation In their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings end other writings obligatory In the nature thereof (other than bait bonds) given or executed In the course of business on behalf Granite Construction Incorporated and all Subsidiaries alone or in joint venture in connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person. firm or corporation. And the execution of such bond or obligation by such Attorney- in- Fad in the Company's name and on Its behalf as surety thereon or otherwise, under Its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company. It is agreed that the power and authority hereby given to the Attomey-In-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner – Department of Highways of the Commonwealth of Kentucky at least thirty days prior to the modification or revocation. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested those presents and affixed their corporate seals on thls 13 day of March, 2009 Kenneth C. Wendel. Assistant Secretary STATE OF NEW JERSEY 55. County of Somerset On this 13th day of March, 2009 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing . Power of Attorney, and the said Kenneth C. Wendel, being by me duly MOM, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority, and that he is acquainted with. David B. Norris, Jr., and knows him 10 be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and in deponent's presence. ' Notarial Seal STEPHEN) BitADT Notary Public, State of New Jersey No. 2321097 Commission Expires Od. 25, 2009 CERTIFICATION Extract from the By Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it Is attached.' Notary Public I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (11) the Companies are duly licensed and authorized to transact surety business In all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island: and (iii) the foregoing Power of Attorney Is true, correct and in full force and effect. Given under my hand and eeals of said Companies et Warren, NJ this 06/04/09 /Z10,1141—&%, Kenneth C. Wendel, As scant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 a -mall: surety@ chubb.cem Form 15-10- 0154B- U (Rev. 10-02) CORP CONSENT 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 (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 167/180 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 168/180 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 1,<NO e>e 5 E LEG"r2 i G Item Numbers STErv\ ')-2.- f- Ans u -6 f26-PLJcL utli-#r' PoGL Subcontractor Name &RE ' Suave/ +nt (- Item Numbers A6 PEP- fkDDEn+Dfk 1 Subcontractor Name 8AE2- 1-E51- G - Item Numbers A.6 PCS A DDENd4 1 Subcontractor Name j 1TH 2ou.) C,o>v6Ta-uc-ruo,�J Item Numbers .1.-renet al Fw r =-Tgrv1 23 Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: ( ) Prime Contractor Name GRANITE NORTHWEST, INC. Item Numbers -fEMs I TN ROUGH 20 AND 2TEM 22. - MAW toEtir c:ASE 6 CoU6R- 169 / 180 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. 170/180 RESOLUTION NO. D- 4 8 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 .:? ' i (day of 1983. ATTEST: City Clerk 171 / 180 Mayor AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. 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. 172/180 h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non -segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 173/180 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: GRANITE NORTHWEST, INC. (BIDDER) certifies that: 1. It intends to use the following listed construction trades in the work under the contract 044-1-", ufi• c.S am(4, -9v Vati frAA-S wS 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: Crerl-AftiM LAO artat-S ¢41/0e -c 0-1,TS ei2-c-1,24 and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. GRANITE RTHWEST, By: 6/11/2009 l Ronald L. Gatto, Vice President e of Authorized Representative of Bidder) 174 / 180 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 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) 175/180 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the 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. 176/180 1. Jeld-Wen Frontage Improvements ' 6th Ave. - River Road Intersection North City Project No. 2120 / PROPOSAL I 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. IA 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 0 IN THE AMOUNT OF CASHIER'S CHECK 0 DOLLARS 1 CERTIFIED CHECK 0 ($ ) PAYABLE TO THE STATE TREASURER ❑X IN THE AMOUNT OF 5% OF THE BID 1 1 1 1 1 PROPOSAL BOND ** Receipt is hereby acknowledged of addendum(s) No.(s) 1 SIGNATURE OF AUTHORIZED OFFICIAL(s) By : 831/724-1011 FIRM NAME GRANITE NORTHWEST, INC. (ADDRESS) P.O. Box 50085 Watsonville, CA 95077-5085 PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER GRANINI943QP FEDERAL ID No. I 21 0 5 1 6 1 6 1 3 L 3 1 8 1 5 1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. 351658009 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 I subsequent rejection of the bid. 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. 1 2,1 2-0 ' 177 / 180 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information at time of bid WILL NOT render the bid non-responsive. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. 179/180 EXISTING PAVEMENT - DEPTH VARIES ASPHALT CONCRETE PATCH 1.0' LIMITS EXCAVATION LINE 1.0' 1.0' (MIN) APPLY CSS -1 & SAND TO SEAL THE SURFACE JOINTS. APPLY CSS -1 TO EDGES OF REPAIR SECTION AND TO SURFACE OF CONCRETE, IF OVERLAYED. i ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA HMA CL. 1/2" PG 64-28 @ 1.5 TIMES DEPTH OF EXISTING ASPHALT. 0.25 MIN. (COMPACTED DEPTH in 2 EQUAL LIFTS) 0.5' CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACING EXISTING SURFACE - DEPTH VARIES GRAVEL SURFACE 1.0' PATCH LIMITS EXCAVATION LINE Q 1.0' 1.0' (MIN) y EtIMBIZISi M= veo ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 0.17' CSTC (COMPACTED DEPTH) GRAVEL SURFACING UNSURFACED AREAS PATCH LIMITS 1.0' EXCAVATION LINE Q 1.0' EXISTING GROUND 1.0' (MIN) veo ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 1.0' MIN. (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS OVER 2 INCH. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. 2. CONTRACTOR SHALL BE AWARE THAT GEO-TEXTILE-FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail TYPICAL SURFACING NOT TO SCALE Revision 11-2008 R7 9-1/2" 8" 7-1/8" --1 —1 /2" 1/2" 6-5/8" j 7" 8-1/8" MONUMENT CASE v co MONUMENT CASE TO BE SATHER MFG. CO. #2022 OR APPROVED EQUIVALENT 3/16" WIDE BEAD, 1/8" HIGH MONUMENT CASE 1 1/2" CLASS "G" ASPHALT (COMPACTED DEPTH) 6" CLASS 3000 CONCRETE id CRUSHED SURFACING TO BE PLACED AFTER PLACEMENT OF MONUMENT CASE SUFFICIENT TO SECURE MONUMENT 2" ALUMINUM, BRONZE OR BRASS SURVEY CAP 5/8" REBAR - 24" LENGTH MIN. SECTION NOTES 1. MONUMENT TO BE PLACED AFTER FIRST LIFT. 2. TOP OF MONUMENT CASE SHALL BE 1" BELOW TOP OF FIRST LIFT. 3. MONUMENT CASE TO BE PLACED AFTER FINAL LIFT OF ASPHALT. 4. IN UNIMPROVED ROADS, THE MONUMENT CASE SHALL BE SET WITH THE TOP OF THE CASE 6" BELOW EXISTING GRADE. 5. WSDOT CLASS 3000 CONCRETE WITH AGGREGATE GRADING NO. 5. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail SURVEY MONUMENT NOT TO SCALE Revision 11-2008 R8 CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" 1 1/2" CLASS "G" ASPHALT 12" ASPHALT PAVEMENT SUBGRADE 4444.°� °°° °°° SUBGRADE BASE DRY PACK ALL JOINTS AND VOIDS SMOOTH INSIDE BARREL MANHOLE ADJUSTMENT DETAIL City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL MANHOLE ADJUSTMENT S3 5" STORZ COUPLING 3' MIN. CLEARANCE I FROM OBSTRUCTIONS SPECIFIED HYDRANT PAVEMENT VALVE BOX GROUND LINE 2.5' 6" RESILENT SEAT GATE VALVE SEE NOTE 1 SEE NOTE 1 DRAIN HOLE In SHALL NOT BE COVERED SEE NOTE 2 I111I11 III. _ISI_ y ISI. y UNDISTURBED EARTH SEE NOTE 1 0.25 C.Y. GRAVEL DRAIN 1 1/2" ROUND WASHED ROCK UNDISTURBED EARTH NOTES 1. ROMAC "GRIP RING" MECHANICAL JOINT ACCESSORY KITS SHALL BE USED ON ALL MECHANICAL JOINT CONNECTIONS FROM TEE TO HYDRANT. 2. MINIMUM HYDRANT DEPTH I5 5 FEET. THIS DISTANCE MAY INCREASE WHEN HYDRANTS ARE INSTALLED ON DISTRIBUTION MAIN SIZES LARGER THAN 6 INCHES IN DIAMETER. 3. CONNECTION TO WATER MAIN CAN ALSO BE MADE WITH TAPPING VALVE AND SLEEVE. (NOT SHOWN) HYDRANT ASSEMBLY City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL HYDRANT ASSEMBLY W1 CAST IRON LID FINISHED GRADE GATE OR BUTTERFLY VALVE (GATE VALVE SHOWN) NOTES r---1 UPPER SECTION SLIDING TYPE C.I. VALVE BOX (RICH MODEL 940—B, 18 INCHES HIGH) LOWER SECTION (RICH MODEL R-36, 36 INCHES HIGH) 1. PROVIDE EXTENSION PIECE WHERE REQUIRED FOR VALVE BOX. (RICH MODEL 044, 12 INCHES HIGH) 2. VALVE SIZE AND ENDS AS SPECIFIED OR INDICATED ON THE PLANS. WATER VALVE BOX City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL WATER VALVE BOX W2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SEE DETAIL R24 FOR TRENCH PATCHING co i MIN PIPE COVER • EXCAVATION LIMIT • C 18" OVER 18" -..... 12" _ 24" I.D. UP TO _ _ 12" 24" I.D. - • », ; B � '''154A • B F9 0 O • ;v, M 0 R UNDISTURBED EARTH NOTES OMPACTED BACK FILL EDDING MATERIAL SHALL EET THE REQUIREMENTS F CLASS 'C' PER SECTION —03.18 UNLESS THE ENGINEER ETERMINES THAT CONDITIONS EQUIRE ANOTHER CLASS. 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. TYPICAL TRENCH SECTION City of Yakima — Engineering Division APPROVED: 4-18-02 CITY OF YAKIMA - STANDARD DETAIL TYPICAL TRENCH SECTION W3 30" OPENING 4 DDCA'S MAY BE SINGLE OR PARALLEL INSTALLATIONS RANGING IN SIZE FROM 2 1/2" THROUGH 10". THE SIZE OF THE VAULT IS DETERMINED BY THE DDCA CONFIGURATION USED. ' BURY DEPTH a 4 - e d 4 n v BRASS PIPING J' A ' —BRASS PIPING z to N BALL VALVE / BALL VALVE c0 CL >- H 3/4 DOUBLE CHECK VALVE 12'-0" x 6'-9" - OPEN BOTTOM 5/8 x 3/4 METER READ-OUT IN ft3 OR 8'-0" x 5'-2" w�2 INSTALL REQUIREMENTS FOR DDCA'S City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL INSTALL REQ. FOR DDCA'S W12 CITY OF YAKIMA STANDARD METER COVER & RING FURNISHED BY THE CITY AT CONTRACTORS EXPENSE 36" x 18" DIA. WHITE 80 PIP RISER ANGLE BALL VALVE ■ ALL BACKFILL MATERIALS SHALL BE COMPACTED PRIOR TO SETTING THE METER TILE 2"x8"x16" PATIO BLOCK (TYP) ANGLE METER ADAPTER FINISHED GROUND 1 1/2" THICK EXTRUDED POLYSTYRENE INSULATION BOARD W/ HOLE TO READ v , METER Ey 16 GAUGE INSULATED SOLID COPPER TRACING WIRE STRAPPED TO CROSS LINKED POLYETHYLENE & CONNECT TO CORP. COCK WHEN USING CROSS LINKED POLYETHYLENE, ATTACH PIPE TO 5' METAL POST W/ NYLON ZIP—TIES. NOTES DIELECTRIC COUPLING REQUIRED WHEN USING METALLIC PIPE I! I!I!I 5' OUT LEG REQUIRED W/ FITTING z 'n 1. USE CROSS LINKED POLYETHYLENE OR TYPE K COPPER 2. WHEN USING CROSS LINKED POLYETHYLENE A BENDING SUPPORT MUST BE USED AT ALL 90' BENDS 3. WHEN USING CROSS LINKED POLYETHYLENE AN INTERNAL TUBING STIFFENER MUST BE USED ON ALL FITTINGS 4. ALL BENDS TO BE MADE WITH COPPER TUBING BENDER W14 5/8", 3/4" & 1" METER INSTALLATION City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL 5/8", 3/4" & 1" METER INSTALL W14 6" AMETEK LID 6" PVC PIPE STRAIGHT CURB STOP STOP/WASTE PJxFIP FLOW STRAIGHT METER ADAPTER PLASTIC IRRIGATION BOX NOTE D 3/4" — 2" METER hi TO DCVA FIPxSLIP PVC COUPLING ANGLE BALL VALVE CURB STOP METER x PJ 90' MIPxPJ ELBOW COPPER OR CROSS LINKED POLYETHYLENE 1. ALL FITTINGS ARE TO BE BRASS. 3/4" & 2" IRRIGATION METER SET City of Yakima — Engineering Division APPROVED: 7.9.99 CITY OF YAKIMA - STANDARD DETAIL 3/4" & 2" IRRIG. METER SET W17 I EXPIRES AUGUST 9. 20071 1111111 MIS i N— 1 I OM I M-- S US— i M 11111 END ROAD WORK /t'z G20 -2A OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 5 LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 46 50 55 60 65 LENGTH B (FEET) 155 200 250 305 360 425 495 570 645 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK FLAT BED, ETC. MINIMUM WEIGHT 16,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE %MTh MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE a 30 FEET MIN. (DRY PAVEMENT ASSUMED) G20 -2A END ROAD WORK W20 -7A W20 -7B - OPTIONAL. IF POSTED SPEED 40 MPH OR LESS W20 -7A W20-4 W20-1 W20-4 w20-1 W20-78 - OPTIONAL IF POSTED SPEED 40 MPH OR LESS LEGEND FLAGGING STATION Ft SIGN LOCATION EI ® ® CHANNEUZJNG DEVICES fJ PROTECTIVE VEHICLE - RECOMMENDED NOTES 1. A Protective Vehide is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Night work requires additional roadway lighting at flagging stations. See WSDOT Standard Specifications for additional details. 3. Extend Channellzing Device taper across shoulder - recommended. 4. Sign sequence Is the same for both directions of travel on the roadway. 5. Channellzing Device sparing for the downstream taper option shall be 20' O.C. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. SIGN SPACING o X (1) RURAL HIGHWAYS 60 /65 MPH 800 6 RURAL ROADS 45 / 55 MPH 500' 6 RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350 t RURAL ROADS, URBAN ARTERIALS, p5 / 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200 t (2) URBAN STREETS 25 MPH OR LESS 100 t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES uiu ass �I LANE CLOSURE WITH FLAGGER CONTROL STANDARD PLAN K-20.40-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 RATE OEMS ESSINEEn DATE SSW �' W .hUpbn wft opvYmre w Tnanspsl>tlen PATHWAY WORK TO BE DONE UNDER SEPARATE CITY CONTRACT 30' R/W 30' R/W 10' 16' 10' PATHWAY E — —Ili LU PATHWAY WORK TO BE — DONE UNDER SEPARATE CITY CONTRACT PATHWAY WORK TO BE 1% 4,4.4 Ve24 Qat COMPACTED SUBGRADE 0.17' HMA CL. 1/2 PG 64-28 (COMPACTED DEPTH) - 0.33' ATB (COMPACTED DEPTH) 0.50' CSBC (COMPACTED DEPTH) TYPICAL ROADWAY SECTION ■ DONE UNDER SEPARATE CITY CONTRACT 30' R/W BEGINING OF PROJECT TO STA. 15+50 EXISTING RAILROAD TRACKS. TRACKS TRANSITION FROM THE MIDDLE OF THE ROADWAY TO JUST OFF THE EAST SIDE OF THE PAVING SECTION. 30' R/W 10' 16' 10' E PATHWAY 2% 2% PATHWAY WORK TO BE DONE UNDER SEPARATE CITY CONTRACT 'COMPACTED SUBGRADE 0.17' HMA CL. 1/2 PG 64-28 (COMPACTED DEPTH) 0.33' ATB (COMPACTED DEPTH) 0.50' CSBC (COMPACTED DEPTH) TYPICAL ROADWAY SECTION STA 15+50 TO STA. END OF PROJECT EXISTING RAILROAD TRACKS. TRACKS TRANSITION FROM THE MIDDLE OF THE ROADWAY TO JUST OFF THE EAST SIDE OF THE PAVING SECTION. City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Project Detail Typical Roadway Sections NOT TO SCALE Revision 2-2009 Pia TYPICAL ROADWAY SECTION CONTRACTOR TO PAVE OVER TRACKS WHERE THEY EXIST IN THE DESIGN SECTION. IF NO CLEAN-OUT FLANGE EXISTS TO PAVE TO ON THE INSIDE OF THE RAIL THE CONTRACTOR SHALL PLACE A 1" (NOMINAL) CEDAR STRIP ON THE INSIDE OF THE RAIL TO ENSURE ASPHALT DOES NOT COME IN CONTACT WITH THE RAIL -WHEEL CONTACT POINT. CEDAR STRIP TO BE REMOVED AND DISPOSED OF AFTER PAVING. TYPICAL ROADWAY SECTION EXISTING RAILROAD TRACKS TYPICAL RAIL PAVING SECTION p•••••••••••••••••••••••••••1 City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Project Detail Typical Rail Paving Section NOT TO SCALE Revision 12-2008 P4 FLOW PLAN VIEW 11 FINISHED GRADE NON WOVEN GEOTEXTILE FABRIC (ALL SIDES) FRAME & COVER FINISHED GRADE NATNE SUBGRADE COMPACTED TO 95% PER ASTM D698 /12' PIPE 8' PIPE .a SECTION A NON WOVEN GEOTEXTILE FABRIC (ALL SIDES) END CAP City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Project Detail STORMWATER INFILTRATION UNIT P5 NOT TO SCALE Revision 4-2009 (181313-21400 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I DATE MARVIN R KLINGELE SEE SHEET 5 OF 11 FOR GENERAL PROJECT AND CONSTRUCTION NOTES (181313-24401) SEE SHEET 4 OF 4 FOR STORM DRAIN CONSTRUCTION INFORMATION RAESA 'UNLIMI7E*LC (181313-21001) WEST TOWNE LLC 12100 \ • 'k\ '-‘"‘k;„,.,41krnallat sZ\kAg', ,eldrigrAVIND -011110 • let9ETALITrAirtaMitiigallialillESSEISI AdvpISM11142111 W11112111111MILISSI Wei* Wc'tatogo91 NM, 1 d 4'N WHEN IMMalk i1/4.61L'iaMalierjanaM9KWARESSEMEM F4?_ 1""m17!wmookak-lii E FA C TURING 3-13004 100' DRIVE 1096 1094 1092 1090 \ \ JELDWEN IN YAKIMA MANUFACTURING (181313-12017) JELDWEN INC. (181313-12015) FINISHED ROADWAY GRADE 9+00 10+00 11+00 12+00 13+00 14+00 1096 1094 1092 1090 15+00 REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington 2008 6th Avenue Improvements Project Jeld-Wen Frontage River Road Intersection North City of Yakima Project No. 2120 Project Eng: Dford 2 Horiz. Scale = 1" = 40' Vert. Scale = 1" = 4' 11 1 0 0 + in MATCH LINE ST I- ct Cr- CC ra, cri 1 Q CL CC ".0 0 co co • • cci c‘i o co r; g Lc, 4-, ,-- .- irl CM HOLTZINGER FRUIT CO LLC "4 P Xx 1- .-- . CC ci LAI .i oR • oo o. 0 it."4 4, cv •,.. I- I- co co PUMP STATION EPnPPr.PF p• ll'' CD b _.... , ....... (181313-21402) (1717) OD - 4, 45' 1111111 30 x . -x x - . 'D, •,,,,,,==m= 13-----.2.1m==._.........4 is. D 0 1 •••‘‘:.Z,';• Mitell ..I•cc3•7"j).i711.1,411=./fAiSIMIIIIIIMMMIll NilelIMIGIIME119d C._VAN!..‘ 119 I L. -'.-,....-....,..--- ----------,AMEMILIMEEMEMVIgEl-m71' Mrmstqf,,-.w.%Vek - gmk.wi\se4‘aktomw-wnv,:mv,04-NAk'swma„v ,,,„,_ ,,\.,, ,,,,,--- \t , ,,,,,,,,‘,.arimx.,,,,-, .\\ \\-\ \\\\ \\\„,„;‘, ') \ , ,RilIti,x, \ \ , = - ------- - - NIENNti,,, -, \ _ ,."s,:z 411) 00A-.A'aV:',41i5.til*. i00„°07t2rEafF,,& F. z,:,,ss,Ropv .•1 ''' lNia,ZIN 9 FiTt\l'OP.:ffkk ,. ,,‘ ,_ AYE NIP., '''' ,41)kh, t 22 .,,q,:c ''',. 'h,t odk ." \\NVW \ „ , \ \ \‘‘IM , 3-, \ _ 1 ':::.'n'rs' \ *;.'",7:: s -i., . \ ,T. • .........i..... ;.‘:.''',z:',..T.:';7.-=,=,. „ .:':::-:=;•=7,-;-,.74\--;,1,r, „... — .-J-' ,T.,,,, ,7:::::-,..- , fr.,iiii-::..-!:---:-.:2f.v,4z:: ,ci ffiff494701,4: NIvZ-4-. .. ::=L 2 :-.1z, .;:,...-,,,,, ' :-*.f Y. V.T. TRACKS T 1 1===111=1=MIMOIMEMINEI =MEI= IMEIMEE=IMIMMI I TL 1=1=11= = EVIA111:101=16=MERENIF MIEZEIM4X1.1= I 1=1=11 - 7RACKS 111.1111MEMOIN. I, _ ___ F' —00 _F.•.,_,:., _YV.T. -F0• •s_ig — _._ _r, p__u _EO_ _ :,F, =-ct- , - ' _____Fil ' • , .--4 --''' cb - • ' ' TO_OUSTING .,-.. c. ' ' AlElli =4,2- p _ ..-'- — p e - ' P 1, -.4.- p — p '.---- ....' p -..., — p — — ,.....— p — p _ p -.L....."" - • X a - --• - - - co { co 50' DRIVE • "C __ - . --'' .. ; T• •'' KENNETH W CYR YAKIMA MANUFACTURING 3 5• , .3, ,, ,, ,, , .: (181313-12013) (181313-12021) i --"c SEE SHEET 5 OF 11 FOR GENERAL PROJECT AND CONSTRUCTION NOTES 1094 1092 1090 FINISHED ROADWAY GRADE 01E R sii 1094 1092 1u90 6",i• ,.... ....,- , .c..„ .:.• 1 , , i 38407 0.44, .8414sisori) 4c, .-- ED 44. 1088 15+00 16+00 17+00 18+00 19+00 20+00 ,,/oNAL Yx''' 1088 ,••1( City Of Yakima . 2008 6th Avenue Improvements Project 4 --- Engineering Division Project Eng: Dford 3 Jeld-Wen Frontage / !4 ......_:. 129 North Second Street River Road Intersection North Horiz. Scale = 1" =40' 11 DATE REVISION BY Yakima, Washington City of Yakima Project No. 2120 Vert. Scale = 1" =4' 1 1 1 1 1 1 1 1 1 1 1 1 1 -II - DEBORAH HOLM (181313-24455) 1+100 \ \ \ \ \ \ \ \ \. \ \ \ \ \ \\ \` \ ®\,\ \ \ \ SEWER \',,‘'\\\\ \\\\\\\N \ \ \ \ \ ‘\ \ \ \ \ \_ • \ 0 STA: 10+18.49, 135.5' L , ASPHALT PAVED TRANSITION. CONTRACTOR TO SAW CUT EXISTING ASPHALT PER CITY ENGINEERS APPROVAL. CHARLES W BROWN Q Q O (181313-24400 co rZ L0 c6 N L+ ▪ O) " 16 STA: 10+18.64, 65.5 L RIM EL 1093.20 IE IN (8')1088.20 IE OUT (12)1088.20 \+ 0 o aCt cd 'et- c; tizi C7 C:77+ �O) \ \CSL , \ FO FO _ FO - - - FO- ® FO 0 co REMOVE AND REPLACE EXISITING TROLLEY POLE TO A NEW LOCATION 6' NORTH AND 4' EAST FROM EXISTING LOCATION. PAVE AREA SHOWN UTALIZING ROADWAY SECTION COMPACTED DEPTHS OF .17' HMA, 0.33' ATB, AND .50' CSBC. SAW CUT EXISTING CURB & GUTTER OR REMOVE TO NEAREST JOINT AND CONSTRUCT NEW BARRIER CURB & GUTTER PER CITY OF YAKIMA PLANS AND SPECIFICATIONS. INTERSECTION DETAIL 6TH AVENUE & 'I' STREET SEE SHEET 5 OF 11 FOR GENERAL PROJECT AND CONSTRUCTION NOTES p S PA i10.00s40S m-R0A1�: ���a.\+ ^.E�WER�.\i<.� - FO- -FO-- ,— ,l - INTERSECTION DETAIL 6TH AVENUE & RIVER ROAD DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington 2008 6th Avenue Improvements Project Jeld-Wen Frontage River Road Intersection North City of Yakima Project No. 2120 Project Eng: Dford 4 Horiz. Scale = 1" = 20' Vert. Scale = NONE 11 J i 1 1 1 1 1 1 1 1 1 1 PROJECT DESCRIPTION: THIS WORK SHALL CONSIST OF FURNISHING ALL LABOR, MATERIALS AND EQUIPMENT REQUIRED TO CONSTRUCT NEW ASPHALT ROADWAY IMPROVEMENTS ALONG THE FRONTAGE OF JELD-WEN MANUFACTURING. SAID IMPROVEMENTS WILL INCLUDE IMPROVEMENTS AT THE INTERSECTION OF 6TH AVENUE AND 'I" STREET. THE PROJECT INCLUDES REMOVING AND REPLACING THE EXISTING ASPHALT, CONCRETE AND OTHER SURFACE AND SUBSURFACE MATERIALS TO CONSTRUCT A NEW ASPHALT ROADWAY. THE CONTRACTOR IS TO COORDINATE ALL WORK IN THIS AREA WITH THE CITY OF YAKIMA, WILLIAM O. DOUGLAS TRAIL ENHANCEMENT PROJECT #2166 AS THIS PROJECT IS ADJACENT TO IT. ADDITIONAL CONSIDERATIONS: THIS ROADWAY IS DESIGNED IN CONJUNCTION WITH THE WILLIAM O. DOUGLAS PATHWAY TO FIT WITHIN EXISTING RIGHT OF WAY OF 6TH AVENUE AND THE EXISTING TROLLEY TRACKS ON THE EAST SIDE OF 6TH AVENUE. THIS HAS RESULTED IN VERY TIGHT CONSTRAINTS. THE TIGHT CONSTRAINTS REQUIRES UTILITIES SUCH AS QWEST & PACIFIC POWER TO RELOCATE THEIR SERVICES TO THE WEST RIGHT OF WAY LINE OF 6TH AVENUE. THE CONTRACTOR IS ADVISED THAT WORK MAY INCLUDE MINOR MODIFICATIONS TO DESIGN, AS APPROVED BY THE CITY ENGINEER, TO COORDINATE WITH SAID UTILITIES. CONSTRUCTION INFORMATION: ONE LANE OF 6TH AVENUE MUST BE MAINTAINED AS HARD SURFACE AT ALL TIMES. HARD SURFACE SHALL BE HMA OR ATB AS APPROVED BY THE CITY ENGINEER. AT LEAST ONE ACCESS DRIVEWAY FOR JELD-WEN MANUFACTURING MUST BE MAINTAINED AND OPEN AT ALL TIMES. SIMILARLY, AT LEAST ONE ACCESS DRIVEWAY FOR HOLTZINGER FRUIT MUST BE MAINTAINED AND OPEN AT ALL TIMES. CONSTRUCTION OF THE WILLIAM O. DOUGLAS PATHWAY PROJECT SHALL BE CONSIDERED DURING THIS CONTRACT AS TO THE MAINTENANCE AND PREPARATION OF THE AREA THROUGHOUT THE CONSTRUCTION OF THIS ROADWAY. NO DEBRIS SHALL BE LEFT OR STORED IN THIS AREA AT ANY TIME. DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington CONSTRUCTION NOTES: O SAW CUT EXISTING ASPHALT. CONSTRUCT NEW ROADWAY SECTION PER PLANS AND SPECIFICATIONS. O2 CONSTRUCT NEW BARRIER CURB & GUTTER AT DIMENSIONS SHOWN PER CITY OF YAKIMA STANDARD PLANS AND SPECIFICATIONS. 3O CONSTRUCT ADA COMPLIANT CONCRETE RAMP W/ TRUNCATED DOME INDICATOR PER CITY OF YAKIMA STANDARD PLANS AND SPECIFICATIONS. O WORK W/ UTILITY OWNER TO RELOCATE OVERHEAD POLE. IT SHALL BE THE CONTRACTORS RESPONSIBILITY TO COORDINATE SCHEDULE AND TO PROVIDE SAID SCHEDULING TO THE CITY OF YAKIMA ENGINEER. O ADJUST UTILITY TO FINISHED GRADE PER CITY OF YAKIMA STANDARD PLANS & SPECIFICATIONS. IT IS THE CONTRACTOR RESPONSIBILITY TO ENSURE THE PROTECTION OF SAME THROUGHOUT CONSTRUCTION. O EXISTING FIRE HYDRANT TO BE EVALUATED BY THE CITY ENGINEER ONCE THE CONTRACTOR HAS ESTABLISHED CONSTRUCTION STAKES FOR NEW ADA RAMP AND SIDEWALK. IF AT THAT TIME IT IS DETERMINED THAT THE FIRE HYDRANT WILL NEED TO BE ADJUSTED OR RELOCATED, CITY OF YAKIMA WATER DIVISION WILL MAKE THAT ADJUSTMENT. THE CONTRACTOR IS TO WORK WITH THE CITY OF YAKIMA WATER DIVISION TO ENSURE ACCESSIBILITY AND COORDINATION OF SCHEDULE TO ACCOMMODATE ANY MODIFICATION OR RELOCATION. O CONTRACTOR TO PAVE UP TO, AND WHERE SHOWN, THROUGH EXISTING RAILROAD TRACKS. IF NO INSIDE GUTTER EXISTS, CONTRACTOR TO PLACE A 1" (NOMINAL WIDTH) CEDAR BOARD AGAINST THE INSIDE OF THE RAIL DURING PAVING TO PROTECT THE TRAIN CAR WHEEL CONTACT POINT. ONCE ASPHALT IS CURED, CONTRACTOR TO REMOVE OF CEDAR SPACER AND DISPOSE. O STATION 9+20 (BEGINNING OF PROJECT) TO APPROXIMATE STATION 10+50, CONTRACTOR TO USE PROJECT ROADWAY COMPACTED DEPTHS AND MATERIAL FOR CONSTRUCTING THE ROADWAY WHILE MAINTAINING AND MATCHING CONNECTING ROADWAY GRADES. Q CONTRACTOR TO RELOCATE EXISTING MAILBOXES AND STREET SIGNS TO ENGINEER APPROVED LOCATIONS UTILIZING CITY OF YAKIMA METHODS AND MATERIALS. 10 DRIVEWAYS CONSTRUCTED UNDER THIS CONTRACT TO UTILIZE THE SAME MATERIALS AND COMPACTED DEPTHS OF THE ROADWAY SECTION. 11 CONTRACTOR TO TIE NEW ROADWAY INTO EXISTING DRIVEWAYS AT EXISTING LIMITS AND GRADES AND AS APPROVED BY THE ENGINEER. 12 CONSTRUCT A 10' WIDE PEDESTRIAN ACCESS UTILIZING THE SAME MATERIALS AND COMPACTED DEPTHS OF THE ROADWAY SECTION. 13 INSTALL NEW TYPE 1 CATCH BASIN WITH FRAME & GRATE PER CITY OF YAKIMA STANDARD. 14 INSTALL 50 LF OF 8" NON -PERFORATED DRAIN PIPE. BED INTESECTION CROSSING WITH FULL DEPTH CONTROLLED DENSITY FILL (CDF). 15 INSTALL 48" ID CONTECH CONTINUOUS DEFLECTION SEPARATION UNIT MODEL CDS2015-4. 16 INSTALL 5 LF ± OF 12" DRAIN PIPE BETWEEN DEFLECTION SEPERATION UNIT AND PERFORATED DRAIN ENVELOPE PER DETAIL. 17 INSTALL 65 LF OF 12" PERFORATED DRAIN PIPE IN DRAIN ROCK ENVELOPE PER CITY OF YAKIMA DETAIL. 18 RELOCATE EXISTING TROLLEY POLE TO LOCATION SHOWN. PROVIDE AND INSTALL SUSPENSION CABLE FOR TROLLEY AND REATTATCH FIBER OTPIC. 2008 6th Avenue Improvements Project Jeld-Wen Frontage River Road Intersection North City of Yakima Project No. 2120 Project Eng: Dford 5 Horiz. Scale = 1" = 40' Vert. Scale = NONE 11 J 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1094 1092 1090 1094 1092 1090 1094 1092 1090 1094 1092 1090 ROW -40 -30 ROW -20 -10 0 11+25 10 20 30 ROW 40 50 i C•1 cfci: 1094 1092 1090 1094 1092 1090 - 40 - 30 -20 -10 0 11+00 10 20 30 ROW 40 50 ! i 1 i 1 i - i ,_ ------- I IIIIMIkilliiiimil - , lit 8 I 10111 I $ T ' ffi 1111- 8 1 ! C\,!, 1 C•I CO 1 C6 1 i , cri I N- I 1- I I I -40 -30 ROW -20 -10 0 11+25 10 20 30 ROW 40 50 i C•1 cfci: 1094 1092 1090 1094 1092 1090 - 40 - 30 -20 -10 0 11+00 10 20 30 ROW 40 50 -40 - 30 -20 -10 0 10+75 10 20 30 ROW 40 50 1 1 . I ; , - ------- I IIIIMIkilliiiimil - , ffi 1111- 8 OWN 1 , cri I 1 -40 - 30 -20 -10 0 10+75 10 20 30 ROW 40 50 1 I ; , I i ------- , ffi 1111- 8 1 1 h-67C.DI 1 , - 40 -30 -20 -10 0 10+50 10 20 30 40 50 1094 1092 1090 1094 1092 1090 DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington 2008 6th Avenue Improvements Project Jeld-Wen Frontage River Road Intersection North City of Yakima Project No. 2120 Project Eng: Dford 6 Horiz. Scale = 1" = 10' Vert. Scale = 1" = 4' 11 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1094 1092 1090 1088 ROW ROW 1094 1092 1090 - 40 -30 -20 -10 ROW 122E25 10 20 30 40 ROW 1094 1092 1090 • 1088 1088 1094 1092 1090 1088 1094 1092 1090 1088 - 40 -30 -20 - 10 122E00 10 20 30 ROW 40 [ .••' 1 i I . ... ..... . . 1 ! i I . CV C \ I 0 Cd Cri CT) CS) 1 0 0 •t— 1094 1092 1090 1088 - 40 -30 -20 - 10 112F75 10 20 30 ROW 40 -40 -30 -20 -10 1450 10 20 30 40 1094 1092 1090 1088 1094 1092 1090 1088 1 DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington 2008 6th Avenue Improvements Project Jeld-Wen Frontage River Road Intersection North City of Yakima Project No. 2120 Project Eng: Dford 7 Horiz. Scale = 1" = 10' Vert. Scale = 1" = 4' 11 i ! _ 1 1 g I 11 Iss si 1 1 I _ cri 1(.6 , I _r_ ' 1 -40 -30 -20 -10 1450 10 20 30 40 1094 1092 1090 1088 1094 1092 1090 1088 1 DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington 2008 6th Avenue Improvements Project Jeld-Wen Frontage River Road Intersection North City of Yakima Project No. 2120 Project Eng: Dford 7 Horiz. Scale = 1" = 10' Vert. Scale = 1" = 4' 11 1092 1090 1088 1094 1092 1090 1088 1092 1090 1088 -40 ROW ROW 1092 1090 1088 -40 -30 -20 - 10 0 10 20 30 ROW 40 1 I 1 , I I 1 - --------„----: i ii i . 1 g i t dm 2 li 1 Lo on i (Ni 1 c\i i 1 ! szn o I o • , • 1 1 I ---r--- 1 co 1 •cr , • 1 1 07-1-0) 0 1 0 I 1092 1090 1088 -40 -30 -20 - 10 0 10 20 30 ROW 40 - 30 ROW -20 - 10 0 10 20 30 ROW 40 1 I 1 , I I 1 - --------„----: 1275 1 ! 1 g i t dm 1 Lo on i (Ni 1 c\i i 1 1 szn o I o 1 co 1 •cr , • 1 0 1 0 1 , - 30 ROW -20 - 10 0 10 20 30 ROW 40 -40 -30 ROW -20 -10 0 10 20 30 ROW 40 1 I 1 , I 1 - 1275 1 1 1 Lo on i (Ni 1 c\i i 1 1 szn o I o -40 -30 ROW -20 -10 0 10 20 30 ROW 40 -40 - 30 -20 -10 0 10 20 30 40 1092 1090 1088 1092 1090 1088 1092 1090 1088 1094 1092 1090 1088 DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington 2008 6th Avenue Improvements Project Jeld-Wen Frontage River Road Intersection North City of Yakima Project No. 2120 Project Eng: Dford 8 Horiz. Scale = 1" = 10' Vert. Scale = 1" = 4' 11 1 I 1 , 1 1 , 1--- ,• --0)-1--0.) o 1 o ! , I , , 1 1 -40 - 30 -20 -10 0 10 20 30 40 1092 1090 1088 1092 1090 1088 1092 1090 1088 1094 1092 1090 1088 DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington 2008 6th Avenue Improvements Project Jeld-Wen Frontage River Road Intersection North City of Yakima Project No. 2120 Project Eng: Dford 8 Horiz. Scale = 1" = 10' Vert. Scale = 1" = 4' 11 1 1 1 1 1 1 1 1 1 ROW ROW 1088 -30 ROW -20 -10 0 10 20 30 ROW 1092 1092 1090 1090 1088 1088 ROW -30 ROW 1 1090 1088 - 20 -10 0 10 20 30 1092 1090 1088 ROW -20 -10 0 10 20 30 1092 1090 1088 ROW 1090 1088 -30 - 20 -10 0 1092 1090 1088 ROW 1111111111110 • • • • • ,,I.JC.'1 • • CO I co. a)-70, 010 i - 30 -20 -10 0 ROW 10 1092 1090 1088 20 30 ROW 1092 1090 1088 !ISM fIIihI 5+00 - 30 ROW -20 -10 0 10 20 30 1090 1088 ROW -30 ROW 1092 1090 1088 -20 -10 0 10 20 30 1092 1090 1088 ROW 0) 0 0$ 10 20 30 -30 -20 -10 0 10 20 30 1092 1090 1088 • 0 0 1 DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington 2008 6th Avenue Improvements Project Jeld-Wen Frontage River Road Intersection North City of Yakima Project No. 2120 Project Eng: Dford 9 Horiz. Scale = 1" = 10' Vert. Scale = 1" = 4' 11 iMil 1 i Tiiii--Ft5 I -3 c•I cc:Ilic7; 8 8 , -20 -10 0 10 20 30 1092 1090 1088 ROW 1090 1088 -30 - 20 -10 0 1092 1090 1088 ROW 1111111111110 • • • • • ,,I.JC.'1 • • CO I co. a)-70, 010 i - 30 -20 -10 0 ROW 10 1092 1090 1088 20 30 ROW 1092 1090 1088 !ISM fIIihI 5+00 - 30 ROW -20 -10 0 10 20 30 1090 1088 ROW -30 ROW 1092 1090 1088 -20 -10 0 10 20 30 1092 1090 1088 ROW 0) 0 0$ 10 20 30 -30 -20 -10 0 10 20 30 1092 1090 1088 • 0 0 1 DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington 2008 6th Avenue Improvements Project Jeld-Wen Frontage River Road Intersection North City of Yakima Project No. 2120 Project Eng: Dford 9 Horiz. Scale = 1" = 10' Vert. Scale = 1" = 4' 11 1 09YCM 1090 1088 1086 109°w ROW 1092 1090 .,0 - 30 109°w 1090 1088 -20 -10 0 1090 1088 1086 10 20 30 ROW 1092 WINO 6 -÷-GO • 0 0 1086 - 30 • l09°' 1090 1088 - 20 -10 0 10 20 30 1090 1088 1086 ROW 092 1086 -30 cs) 00 ROW 1092 1090 1088 - 20 -10 0 10 20 30 1090 1088 1086 ROW -30 - 20 -10 0 10 20 30 1088 1086 1086 !N 03 00 r T • -30 109°w 1090 1088 1086 -20 -10 0 10 20 1086 30 ROW 092 1090 -30 1095(CM 1092 1090 1090 1088 1088 1086 -20 -10 0 10 20 30 1088 1086 ROW 1092 LI leo= ril0/0/111/11 -30 -20 -10 0 10 20 30 1090 1088 1086 • DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington 2008 6th Avenue Improvements Project Jeld-Wen Frontage River Road Intersection North City of Yakima Project No. 2120 Project Eng: Dford 10 Horiz. Scale = 1" = 10' Vert. Scale = 1" = 4' 11 -30 ROW 1090 1088 1086 -20 -10 0 1084 -30 8tIO 10 20 30 ROW ROW 1090 1088 1086 1084 - 20 -10 0 10 20 30 ROW 1088 1086 1084 ROW 1-9--1-6 0 o — 0 :0 T T r:..sI Ip bus. �"III'I'IIIII_ -30 -20 -10 0 ROW 1088 1090 1086 1088 1084 1086 1084 ROW tr) o rn •a +o 0 0 - 30 ROW 1090 1088 1086 - 20 -10 0 10 20 30 10 20 1088 1086 10 30 ROW 1088 19+G0 ti� 0 !0 T s- -30 -30 1091 OW 1088 1090 1086 1088 1084 1086 ROW 1-75-0 1084 - 30 - N- 0) 0) 0'0 T T - 20 -10 0 10 20 30 1086 1084 -20 -10 0 10 20 R 30 m v) € o c oho T T - 30 ROW 1090 1088 1086 1084 -20 -10 0 10 20 30 086 1084 090 1088 1086 1084 ROW t. 1 r I!f II '8-5-0 COco N o CO 0 0 T i T - 30 -20 -10 0 10 20 30 092 1090 1088 1086 1084 DATE REVISION BY City Of Yakima Engineering Division 129 North Second Street Yakima, Washington 2008 6th Avenue Improvements Project Jeld-Wen Frontage River Road Intersection North City of Yakima Project No. 2120 Project Eng: Dford 11 Horiz. Scale = 1" =10' Vert. Scale = 1" = 4' 11