Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2013-017 2013 Citywide Street Resurfacing Project; Columbia Asphalt & Gravel, Inc.
G 81D �E' Co���tcT City of Yakima Engineering Division 2013 CITTWIDE STREET RESURFACING PROJECT Construction Contract Specifications & Bid Documents City Project Number 2353 129 North Second Street Yakima, WA 98901 April 2013 Phone (509) 575-6111 Fax (509) 576 -6314 BID SUMMARY 2013 Citywide Street Resurfacing Project CITY PROJECT NO. 2353 ENGINEERS ESTIMATE COLUMBIA ASPHALT & GRAVEL, INC. Yakima, WA GRANITE CONSTRUCTION COMPANY Yakima, WA ITEM Bid Security 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNITPRICE AMOUNT SCHEDULE 'A' 1 SPCC PLAN 1 LS 1 $50000 $500.00 $320.00 $32000 $20000 $200.00 2 MOBILIZATION 1 LS $71,570.66 $71,570.66 $15,300.00 $15,300.00 $188,194.20. $188,194.20 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $150;000.00 $150,000.00 $48,00000 $48,000.00 $45,00000 $45,00000 4 SAW CUT 300 LF $2.00 $600.00 $3.00 $900.00 $2.00 $600.00 5 REMOVING CEMENT CONC. SIDEWALK 60 SY $25.00 $1,50000 $50.00 $3,000.00 $60.00 $3,600.00 6 REMOVING CEMENT CONC. CURB 165 LF $5.00 $825.00 $4.50 $742.50 $7.00 $1,15500 7 PLANING BITUMINOUS PAVEMENT 41,815 SY $3.00 $125,445.00 $1.90 $79,448.50 $2.50 $104,537.50 8 CRACK SEALING EST I DOL $25,00000 $25,00000 $25,000.00 $25,000.00 $25,00000 $25,000.00 9 HMA CL. 1/2 IN. PG 64 -28 HMA FOR PRELEVELING CL. 3/8 Ifs: o%f 28 4,857 TON $85.00 $412,845.00 $80.00 $388,560.00 $85.00 $412,845.00 10 486 TON $100.00 $48,600.00 $85.00 $41,310.00 $85.00 $41,310.00 11 ANTI- STRIPPIMr ADDITIVE EST DOL $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,00000 $10,00000 12 ADJUST VALVE BOX 52 EA $400.00 $20,800.00 $330.00 $17,160.00 $500.00 $26,000.00 13 ADJUST MANHOLE 37 EA $400.00 $14,800.00 $870.00 $32,190.00 $1,000.00 $37,000.00 14 CATCH BASIN FRAME AND CRATE 1 EA $425.00 $425.00 $645.00 $64500 $450.00 $450.00 15 CEMENT CONC TRAFFIC CURB AND GUTTER 180 LF $25.00 $4,500.00 $35.00 $6,30000 $2900 $5,220.00 16 CEMENT CONC PEDESTRIAN CURB 140 LF $1500 $2,100.00 $18.80 $2,632.00 $20.00 $2,800.00 17 ADJUST MONUMENT CASE 5 EA $400.00 $2,000.00 $1,000.00 $5,00000 $1,500.00 $7,50000 18 CEMENT CONC SIDEWALK RAMP, TYPE PARALLEL A 3 EA $1,500.00 $4,500.00 $1,275.00 $3,825.00 $1,150.00 $3,450.00 19 CEMENT CONC. SIDEWALK RAMP, TYPE SINGLE DIRECTION A 7 EA $1,500.00 $10,500.00 $1,355.00 $9,485.00 $1,200.00 $8,400.00 20 DETECTIBLE WARNING 260 SF $25.00 $6,500.00 $36.00 $9,360.00 $40.00 $10,40000 21 PAINT LINE 16,000 LF $0.50 $8,000.00 $0.16 $2,560.00 $0.16 $2,56000 22 PAINTED WBE LANE LINE 515 LF $0.75 $386.25 $0.18 $92.70 $0.18 $92.70 23 PAINTED STOP LINE 369 LF $3.00 $1,107.00 $0.75 $276.75 $0.75 $276.75 24 PAINTED TRAFFIC ARROW 8 EA $75.00 $600.00 $35.00 $280.00 $35.00 $280.00 25 PAINTED CROSSWALK LINE 200 SF $3.00 $600.00 $4.30 $860.00 $4.25 $850.00 26 TEMPORARY PAVEMENT MARKINGS 16,000 LF $0.50 $8,00000 $0.13 $2,080.00 $010 $1,60000 27 ADDITIONAL WORK 1 LS $10,000.00 $10,00000 $1,050.00 $1,05000 $5.00 $5.00 28 REPAIR OR REPLACEMENT EST DOL $25,000.00 $25,000.00 $25,000.00 $25,00000 $25,000.00 $25,000.00 SCHEDULE 'A' TOTAL $966,703.91 $731,377.45 $964,326.15 (Continued on Page 2) CITY ENGINEERS REPORT _.- ����•., CITY OF YAKI M,A COMPETITIVE BIDS WERE OPENED ON APRIL 30, 2013. ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. r�r� �+ 2013 Citywide Street I RECOMMEND THE CONTRACT BE AWARDED TO: AWARD MADE BY CITY MANAGER Resurfacing Project COLUMBIA ASPHALT & GRAVEL, INC. r PROJECT NO. 2353 DATE: April 30, 2013 FILE: 2013 Citywide Resurf Bid Sum.pub DATEI CITY ENGINEER h``�ti, DATE ' CITY MANAGER SHEET 1 of 4 D I Ll 1 BID SUMMARY 2013 Citywide Street Resurfacing Project CITY PROJECT NO. 2353 ENGINEERS ESTIMATE COLUMBIA ASPHALT & GRAVEL, INC. Yakima, WA GRANITE CONSTRUCTION COMPANY Yakima, WA ' ITEM Bid Security 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT SCHEDULE 'B' 1 SPCC PLAN 1 LS $500.00 $500.00 $320.00 $32000 $200.00 $20000 2 MOBILIZATION 1 LS $94,988.40 $94,98840 $30,25000 $30,250.00 $7,500.00 $7,500.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $150,000.00 $150,000.00 $51,500.00 $51,50000 $100,00000 $100,00000 4 SAW CUT 5,730 1 LF $2.00 $13,400.00 $1.25 $8,375.00 $2.00 $13,40000 5 REMOVING CEMENT CONC. SIDE:Arr%LR 378 SY $25.00 $9,45000 $5000 $18,90000 $6000 $22,680.00 6 REMOVING CEMENT CIONC. CURB 535 LF $5.00 $2,675.00 $450 $2,407.50 $700 $3,745.00 7 PAVEMENT REPAIR EXCAVATION INCL. HAUL 1,310 CY $2000 $26,200.00 $3000 $39,30000 $3000 $39,30000 8 CRUSHED SURFACING BASE COURSE 1,660 TON $25.00 $41,500.00 $18.00 $29,880.00 $25.00 $41,500.00 9 PLANING BITUMINOUS PAVEMENT 25,150 SY $3.00 $75,450.00 $1.90 $47,78500 $2.50 $62,875.00 10 CRACK SEALING EST DOL $35,000.00 $35,000.00 $35,000.00 $35,000.00 $35,00000 $35,000.00 11 HMA CL. 1/2 IN. PG 64 -28 4,625 TON $85.00 $393,125.00 $80.00 $370,00000 $85.00 $393,125.00 12 HMA FOR PAVEMENT REPAIR CL. 1/2 IN. PG 64 -28 930 TON $150.00 $139,50000 $88.00 $81,840.00 $105.00 $97,650.00 13 HMA FOR PRELEVELING CL. 3/8 IN. PG 64 -28 775 TON $100.00 $77,500.00 $8500 $65,87500 $8500 $65,875.00 14 ANTI - STRIPPING ADDITIVE EST DOL $7,500.00 $7,500.00 $7,50000 $7,50000 $7,50000 $7,500.00 15 ADJUST VALVE BOX 50 EA $400.00 $20,000.00 $33000 $16,50000 $50000 $25,00000 16 ADJUST MANHOLE 29 EA $400.00 $11,600.00 $870.00 $25,23000 $1,000.00 $29,000.00 17 ADJUST CATCH BASIN 24 EA_ $400.00 $9,60000 $425.00 $10,200.00 $750.00 $18,000.00 18 ADJUST METER BOX 6 EA $400.00 $2,400.00 $215.00 $1,290.00 $500.00 $3,00000 19 ADJUST J -BOX 2 EA $400.00 $800.00 $21500 $430.00 $1,500.00 $3,000.00 20 ADJUST COMMUNICATION LID 10 EA $400.00 $4,000.00 $600.00 $6,00000 $1,50000 $15,000.00 21 CEMENT CONC. TRAFFIC CURB AND GUTTER 380 LF $2000 $7,600.00 $3500 $13,30000 $2900 $11,020.00 22 CEMENT CONC. TRAFFIC CURB 125 LF $20.00 $2,50000 $34.00 $4,250.00 $30.00 $3,750.00 23 CEMENT CONC. PEDESTRIAN CURB 290 LF $20.00 $5,800.00 $1880 $5,452.00 $20.00 $5,800.00 24 ADJUST MONUMENT CASE 1 EA $40000 $400.00 $1,00000 $1,00000 $1,500.00 $1,500.00 25 CEMENT CONC. SIDEWALK 150 SY $50.00 $7,500.00 $5600 $8,400.00 $50.00 $7,500.00 26 CEMENT CONC. CURB RAMP, TYPE PARALLEL A 2 EA $1,500.00 $3,00000 $1,275.00 $2,55000 $1,000.00 $2,000.00 27 CEMENT CONC. CURB RAMP, TYPE 4A 3 EA $1,50000 $4,500.00 $1,325.00 $3,975.00 $1,20000 $3,600.00 28 CEMENT CONC. CURB RAMP, TYPE PERPENDICULAR A 35 EA $1,500.00 $52,500.00 $1,31000 $45,85000 $1,000.00 $35,000.00 29 CEMENT CONC. CURB RAMP, TYPE PERPENDICULAR B 8 EA $1,50000 $12,000.00 $1,360.00 $10,880.00 $1,000.00 $8,000.00 30 CEMENT CONC. CURB RAMP, TYPE SINGLE DIRECTION A 5 EA $1,500.00 $7,50000 $1,35500 $6,775.00 $1,200.00 $6,000.00 31 TRAFFIC ISLAND REPLACEMENT 1 LS $3,00000 $3,000.00 $20,83500 $20,835.00 $10,500.00 $10,50000 32 PAINT LINE 15,600 LF $0.50 $7,800.00 $0.16 $2,496.00 $0.16 $2,496.00 33 PAINTED WIDE LANE LINE 3,300 LF $075 $2,475.00 $018 $59400 $018 $594.00 34 PAINTED STOP LINE 725 LF $3.00 $2,175.00 $075 $543.75 $075 $543.75 35 PAINTED TRAFFIC ARROW 17 EA $75.00 $1,275.00 $35.00 $59500 $3500 $595.00 36 PAINTED CROSSWALK LINE 210 SF $3.00 $630.00 $4.30 $903.00 $4.25 $892.50 37 PAINTED RAILROAD CROSSING SYMBOL 4 EA $400.00 $1,600.00 $8500 1 $340.00 $85.00 $340.00 (Schedule B Continued on Page 3) CITY OF YAKI MA 2013 Citywide Street Resurfacing Project PROJECT NO. 2353 DATE: April 30, 2013 FILE: 2013 Citywide Resurt Bid Sum.pub SHEET 2 of 4 1 t a BID SUMMARY 2013 Citywide Street Resurfacing Project CITY PROJECT NO. 2353 ENGINEERS ESTIMATE COLUMBIA ASPHALT & GRAVEL, INC. Yakima, WA GRANITE CONSTRUCTION COMPANY Yakima, WA ITEM Bid Security 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 'UNIT PRICE AMOUNT UNIT PRICE AMOUNT SCHEDULE 'B' Continued 38 PAINTED TRAFFIC LETTER 8 EA $5000 $400.00 $15.00 $12000 $1500 $120.00 39 TEMPORARY PAVEMENT MARKINGS 20,000 LF $0.50 $10,000.00 $0.13 $2,600.00 $010 $2,000.00 40 ADDITIONAL WORK 1 LS $10,000.00 $10,00000 $6,150.00 $6,15000 $5.00 $5.00 41 REPAIR OR REPLACEMENT EST DOL $25,000.00 $25,000.00 $25,000.00 $25,00000 $25,00000 $25,000.00 SCHEDULE 'B' TOTAL 1,282,843.40 $1,011,191.25 $1,110,606.25 SCHEDULE 'C' 1 SPCC PLAN 1 LS $500.00 $50000 $320.00 $32000 $200.00 $200.00 2 MOBILIZATION 1 LS $143,828.40 $143,828.40 $47,00000 $47,000.00 $7,50000 $7,500.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $160,00000 $160,000.00 $64,10000 $64,100.00 $110,00000 $110,000.00 4 SAW CUT 10,425 LF $2.00 $20,850.00 $1.25 $13,031.25 $2.00 $20,850.00 5 REMOVING CEMENT CONC. SIDEWALK 750 SY $2500 $18,750.00 $5000 $37,500.00 $6000 $45,000.00 6 REMOVING CEMENT CONC. CURB 1,355 LF $500 $6,775.00 $4.50 $6,097.50 $700 $9,485.00 7 PAVEMENT REPAIR EXCAVATION INCL. HAUL 1,680 CY $2000 $33,600.00 $30.00 $50,40000 $3000 $50,40000 8 CRUSHED SURFACING BASE COURSE 3,200 TON $25.00 $80,000.00 $1800 $57,600.00 $25.00 $80,000.00 9 PLANING BITUMINOUS PAVEMENT 34,660 SY $3.00 $103,980.00 $1.90 $65,85400 $2.50 $86,650.00 10 CRACK SEALING EST DOL $85,00000 $85,000.00 $85,00000 $85,00000 $85,00000 $85,000.00 11 HMA CL. 1/2 IN. PG 64 -28 7,600 TON $8500 $646,000.00 $80.00 $608,000.00 $8500 $646,000.00 12 HMA FOR PAVEMENT REPAIR CL. 1/2 IN. PG 64 -28 1,440 TON $15000 $216,000.00 $88.00 $126,72000 $105.00 $151,200.00 13 HMA FOR PRELEVELING CL. 3/8 IN. PG 64 -28 1,375 TON $100.00 $137,500.00 $8500 $116,875.00 $85.00 $116,875.00 14 ANTI - STRIPPING ADDITIVE EST DOL $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 15 ADJUST VALVE BOX 70 EA $400.00 $28,000.00 $330.00 $23,10000 $500.00 $35,000 00 16 ADJUST MANHOLE 13 EA $400.00 $5,200.00 $870.00 $11,310.00 $1,00000 $13,000.00 17 ADJUST CATCH BASIN 42 EA $400.00 $16,800.00 $425.00 $17,85000 $750.00 $31,500.00 18 ADJUST METER BOX 2 EA $400.00 $80000 $215.00 $430.00 $50000 $1,000.00 19 ADJUST J -BOX 7 EA $40000 $2,800.00 $21500 $1,50500 $1,50000 $10,50000 20 ADJUST COMMUNICATION LID 7 EA $40000 $2,800.00 $600.00 $4,200.00 $1,500.00 $10,500.00 21 CEMENT CONC. TRAFFIC CURB AND GUTTER 1,410 LF $2000 $28,200.00 $35.00 $49,350.00 $30.00 $42,300.00 22 CEMENT CONC. TRAFFIC CURB 75 LF $20.00 $1,500.00 $3400 $2,550.00 $30.00 $2,250.00 23 CEMENT CONC. PEDESTRIAN CURB 680 LF $2000 $13,600.00 $18.80 $12,78400 $20.00 $13,600.00 24 ADJUST MONUMENT CASE 5 EA $400.00 $2,000.00 $1,000.00 $5,00000 $1,500.00 $7,50000 25 CEMENT CONIC. SIDEWALK 240 SY $50.00 $12,00000 $60.00 $14,400.00 $50.00 $12,000.00 26 CEMENT CONC. CURB RAMP, TYPE PARALLEL A 12 EA $1,500.00 $18,000.00 $1,275.00 $15,300.00 $1,000.00 $12,000.00 27 CEMENT CONC. CURB RAMP, TYPE PARALLEL B 7 EA $1,500.00 $10,500.00 $1,275.00 $8,92500 $1,00000 $7,000.00 28 CEMENT CONC. CURB RAMP, TYPE 4A 23 EA $1,500.00 $34,500.00 $1,325.00 $30,475.00 $1,200.00 $27,600.00 29 CEMENT CONC. CURB RAMP, TYPE PERPENDICULAR A 16 EA $1,50000 $24,000.00 $1,310.00 $20,96000 $1,000.00 $16,000.00 30 CEMENT CONC. CURB RAMP, TYPE PERPENDICULAR B 1 EA $1,500.00 $1,500.00 $1,360.00 $1,36000 $1,000.00 $1,000.00 (Schedule C Continued on Page 4) CITY OF YAKIMA ti 2013 Citywide Street Resurfacing Project PROJECT NO. 2353 DATE. April 30, 2013 ,, FILE. 2013 Citywide Resurf Bid Sum.pub SHEET 3 Of 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BID SUMMARY 2013 Citywide Street Resurfacing Project CITY PROJECT NO. 2353 ENGINEERS ESTIMATE COLUMBIA ASPHALT & GRAVEL, INC. I I Yakima, WA GRANITE CONSTRUCTION COMPANY Yakima, WA ITEM Bid Security 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT SCHEDULE 'C' Continued 31 CEMENT CONC CURB RAMP, TYPE SINGLE DIRECTION A 1 EA $1,50000 $1,50000 $1,600.00 $1,60000 $1,20000 $1,200.00 32 CEMENT CONC. DRIVEWAY TYPE 1 20 SY $5000 $1,000.00 $92.00 $1,840.00 $6000 $1,200.00 33 DETECTABLE WARNING SURFACE 34 SF $2500 $850.00 $36.00 $1,22400 $4000 $1,360.00 34 PAINT LINE 28,150 LF $0.50 $14,075.00 $0.16 $4,504.00 $016 $4,504.00 35 PAINTED WIDE LANE LINE 4,220 LF $075 $3,165.00 $0.18 $759.60 $018 $75960 36 PAINTED STOP LINE 420 LF $3.00 $1,260.00 $0.75 $31500 $075 $315.00 37 PAINTED TRAFFIC ARROW 42 EA $75.001 $3,150.00 $35.00 $1,47000 $3500 $1,470.00 38 PAINTED TRAFFIC LETTER 4 EA $50.00 $200.00 $15.00 $6000 $15.00 $60.00 39 TEMPORARY PAVEMENT MARKINGS 34,000 LF $0.50 $17,000.00 $0.12 $4,080.00 $010 $3,400.00 40 ADDITIONAL WORK 1 LS $10,00000 $10,00000 $13,700.00 $13,70000 $500 $500 41 REPAIR OR REPLACEMENT EST DOL $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 SCHEDULE'C' TOTAL $1,942,183.40 $1,562,549.35 $1,701,183.60 SCHEDULE 'D' 1 SPCC PLAN 1 LS $500.00 $500.00 $320.00 $320.00 $20000 $200.00 2 MOBILIZATION 1 LS $17,000.00 $17,000.00 $13,200.00 $13,200.00 $10,00000 $10,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $35,00000 $35,000.00 $17,500.00 $17,500.00 $30,00000 $30,000.00 4 SAW CUT 100 LF $2.50 $250.00 $2.00 $20000 $2.00 $20000 5 PAVEMENT REPAIR EXCAVATION INCL. HAUL 1,350 CY $20.00 $27,00000 $3000 $40,500.00 $30.00 $40,50000 6 CRUSHED SURFACING BASE COURSE 2,050 TON $2000 $41,000.00 $1800 $36,90000 $25.00 $51,250.00 ? ASPHALT TREATED BASE 760 TON $75.00 $57,000.00 $60.00 $45,600.00 $7500 $57,000.00 8 PLANING BITUMINOUS PAVEMENT 5,330 SY $3.00 $15,99000 $1.90 $10,12700 $2.50 $13,325.00 9 CRACK SEALING EST DOL $10,000.00 $10,000.00 $10,00000 $10,000.00 $10,20000 $10,000.00 10 HMA CL. 1/2 W. PG 64 -28 1,010 TON $8500 $85,85000 $80.00 $80,80000 $8500 $85,85000 11 HMA FOR PRELEVELING H. 3/8 IN. PG 64 -28 100 TON $100.00 $10,000.00 $85.00 $8,50000 $85.00 $8,50000 12 ANTI - STRIPPING ADDITITIVE EST DOL $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,00000 $5,00000 13 PAINT LINE 7,300 LF $0.50 $3,65000 $016 $1,168.00 $0.16 $1,168.00 14 ADDITIONAL WORK 1 LS $10,000.00 $10,00000 $0.00 $000 $5.00 $500 15 REPAIR OR REPLACEMENT EST DOL $25,00000 $25,00000 $25,000.00 $25,00000 $25,00000 $25,00000 SCHEDULE 'D' TOTAL $343,240.00 $294,815.00 $337,998.00 TOTAL ALL SCHEDULES (A +B +C +D) $4,534,970.71 3,599,933.05 $4,114,114.00 � CITY OF YAKIMA _ y 2013 Citywide Street Resurfacing Project f PROJECT NO. 2353 J DATE. April 30, 2013 FILE. 2013 Citywide Resurt Bid Sum.pub SHEET 4 of 4 1 4 __ 1 w .1 DEPARTMENT OF UTILITES AND ENGINEERING Debbie Cook, PE, Director Douglas Mayo, PE, City Engineer Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575 -6111 • Fax (509) 576 -6305 ADDENDUM NO. 1 TO THE BID DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For: 2013 Citywide Street Resurfacing Project City Project No.: 2353 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications and Bid Documents shall be modified as follows: ITEM 1. Standard Specifications; Special Provisions Section 1 -07: 1- 07.9(5) Required Documents This section is supplemented with the following: The following sentence is added to sub - paragraph 2. of the first paragraph of this section: The Contracting Agency will not grant Completion until all Affidavit of Wages paid for Contractor and all subcontractors have been received by the Engineer. ITEM 2. Standard Specifications; Special Provisions Section 1 -08: 1 -08.5 Time for Completion This section as supplemented in the Construction Contract Specifications and Bid Documents is supplemented with the following: The following is added to sub - paragraph 2. of the sixth paragraph: f. Affidavit of Wages Paid must be received for Contractor and all subcontractors. ITEM 3. Standard Specifications; Special Provisions Section 5 -04: 5 -04.3 Construction Requirements This section is supplemented with the following: Unless otherwise noted on the Plans, all overlays shall be at a depth of 2" (0.17') unless otherwise directed by the Engineer. Addendum No. 1 Page 1 of 2 April 16, 2013 1 C f 1 5- 04.3(14) Planing Bituminous Pavement This section is supplemented with the following: Unless otherwise noted on the Plans, all planing of existing asphalt shall be at a depth of 2" (0.17') unless directed otherwise by the Engineer ITEM 4. Standard Specifications, Special Provisions Section 9 -05: 9- 05.15(1) Manhole Ring and Cover The first sentence of this section, as modified in the Construction Contract Specifications and Bid Documents, is deleted and replaced by the following- All manhole rings and lids to be adjusted on this project shall be replaced with locking manhole rings and lids purchased from EJ Group, formerly East Jordan Iron Works The rings and lids have already been ordered by the City and will be available for pick up after June 17th at the Wastewater Collection Shop. The Contractor shall be responsible to pay EJ Group the cost for the rings and lids prior to July 10, 2013, which is estimated to be $22,738.31. This cost shall be included in the unit contract price per each for "Adjust Manhole ". ITEM 5. Details: Replaced Details: Remove the detail labeled "P -1" and replace it with the attached detail "P -1, Addendum No. 1 ". Additional Details: Details of the Storm Water Manhole and Sewer Manhole are included in this addendum for informational purposes 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: i -U 1�e ,i Brett H. Sheffield, P E. Chief Engineer 4-110 -1'5 Date * ** END OF ADDENDUM NO. 1 * ** Addendum No. 1 Page 2 of 2 April 16, 2013 �2 _ mo Nz 0 � CD —1 s \TV ?0 n a o N 3 3 N � n F 0 T� V/ 2 D m z c m M ° Z cz 0 r 0 D, m D .0. � 0 O o D CD D m 0 0 z EXISTING CROWN ADDENDUM #1 ROADWAY SECTION S. 64TH AVENUE REBUILD AREA ERGO rI �IF:1111■ 111 Assembly S,D, LETTERING C. HOLES (4) PLACES • i!j - ORME D LETTERING tGARAMOND FONT) (1) LOCKING CAM -� - �M(GAWPIAMOND CUSTOM LOGO (SEE DETAIL) - RECESSED LEI7ERING FONT) PLAN VIEW 3 3/8' COVER SECTION A -A FRAME SECTION A -A CAST GASKET GROOVE FOR NEOPRENE GASKET COVER SECTION B -B MAL s:runer tilED DURING ASSEMSLY) HINGE & GASKET VIEW �!. LOCKING VIEW 1/4' FRAME SECTION B -B SAFETY CATCH AT 90° ADDENDUM #1 REMOVAL AT 120° HINGE POSITONS 0 is / ►ii eJ 1�:Fii • Product Number 0037050OL01 Design Features - Materials Cover Ductile Iron (80 -55-06) Frame Gray Iron (CL35B) - Design Load Heavy Duty -Open Area - Coating Undipped -\/Designates Machined Surface Certification -ASTM A536 - Country of Origin: USA Major Components LCO0370500 LF240603401 Drawing Revision 01114/2008 Designer; JIJ 03/0512012 Revised By SDC Disclaimer Weights Qbs.lkg) dimensions (inches /mm) and drawings provided for your guidance. We reserve the right to modify specifications without prior notice. CONFIDENTIAL. This drawing is the property of EJ GROUP, Inc., and embodies confidential information registered mafks, patents, trade secret information, and/or know how that Is the property of EJ GROUP, Inc. Copyright ®2011 EJ GROUP, Inc. All rights reserved. Contact 800 626 4653 ejco.com 24" ERGO Assembly - COVER • W 1/4'- 19/111- �o 8' FRAME SECTION A —A FRAME SECTION B -B NEOPWx GMEr (InTA um "M 1 MMBL1) SAFETY CATCH HINGE & GASKET VIEW AT 901 l� 1, • REMOVAL AT 120° HINGE POSITONS ADDENDUM #1 1 #::;; el i IN %NA to, " Product Number 00370501L01 Design Features - Materials Cover Ductile Iron (80- 55-06) Frame Gray Iron (CL35) - Design Load Heavy Duty -Open Area n/a - Coating Undipped - /Designates Machined Surface Certification -ASTM A536 -ASTM A48 - Country of Origin:USA Major Components LCO0370501 LF240603401 Drawing Revision 01114/2008 Designer: JIJ 02/13/2012 Revised By: DJH Disclaimer Wcighis,(Ibp :ft),dimensions (incheslmm) and dravnngs,provided for your uidance. We reserve the d0t,to modify, specifications without prior notice. CONFIDENTIAL: This drawing Is the property of EJ GROUP, Inc., and embodies confidential information regWered marks, patents, trade secret information, and/or know how that is the property of EJ GROUP, Inc Copyright ® 2011 EJ GROUP, Inc. M rights reserved. Contact 800 626 4653 ejco.com 1. a• >SEC (1) SPE(VL CORED B (GARAMOND FONT) CAST GASKET GROOVE F17 7 ` \\ w �`�1 A. co :! is ;�; (1) LOCIGNG CAM (SEE DETAIL) ;rr�,. ,..: 7j' MJSTOM LOGO PLAN VIEW COVER • COVER • W 1/4'- 19/111- �o 8' FRAME SECTION A —A FRAME SECTION B -B NEOPWx GMEr (InTA um "M 1 MMBL1) SAFETY CATCH HINGE & GASKET VIEW AT 901 l� 1, • REMOVAL AT 120° HINGE POSITONS ADDENDUM #1 1 #::;; el i IN %NA to, " Product Number 00370501L01 Design Features - Materials Cover Ductile Iron (80- 55-06) Frame Gray Iron (CL35) - Design Load Heavy Duty -Open Area n/a - Coating Undipped - /Designates Machined Surface Certification -ASTM A536 -ASTM A48 - Country of Origin:USA Major Components LCO0370501 LF240603401 Drawing Revision 01114/2008 Designer: JIJ 02/13/2012 Revised By: DJH Disclaimer Wcighis,(Ibp :ft),dimensions (incheslmm) and dravnngs,provided for your uidance. We reserve the d0t,to modify, specifications without prior notice. CONFIDENTIAL: This drawing Is the property of EJ GROUP, Inc., and embodies confidential information regWered marks, patents, trade secret information, and/or know how that is the property of EJ GROUP, Inc Copyright ® 2011 EJ GROUP, Inc. M rights reserved. Contact 800 626 4653 ejco.com 1 1 r 1 u 1 DEPARTMENT OF UTHUTES AND ENGINEERING Debbie Cook, PE, Director Douglas Mayo, PE, City Engineer Engineering Division 129 North Second Street Yakima, Washington 98901 (509) 575 -6111 • Pax (509) 576 -6305 ADDENDUM NO. 2 TO THE BID DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF YAKIMA, WA For: 2013 Citywide Street Resurfacing Project City Project No.: 2353 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications and Bid Documents shall be modified as follows: ITEM 1. Bid Opening: REVISED BID OPENING: Tuesday, April 30th, 3:00 pm, City Hall Council Chambers ITEM 2. Standard Specifications; Special Provisions Section 1 -07: 1- 07.23(1) Construction Under Traffic (Page 59) This section as supplemented in the Construction Contract Specifications and Bid Documents is supplemented with the following: The 10th paragraph is deleted and replace with the following: Lane closures required for grinding the existing pavement and overlaying with HMA Cl. '/2 In. PG 64 -28 will not be allowed between 6:00 AM and 8:00 PM The 12th paragraph is deleted and replaced with the following: Night -time traffic control shall be utilized for all grinding and overlay work on 16th Avenue, 40th Avenue, Nob Hill Boulevard, 1St Street, Summitview Avenue and Washington Avenue. ITEM 3. Standard Specifications; Special Provisions Section 5 -04: 5- 04.3(5)E Pavement Repair This section as supplemented in the Construction Contract Specifications and Bid Documents is modified with the following: The first sentence of the paragraph beneath the subtitle, 16th Ave., 40th Ave., 641h Ave., 1St St., Tieton Dr., Summitview Ave., Nob Hill Blvd. and Washington Ave. Addendum No. 2 Page 1 of 12 April 22, 2013 1 1 n 1 is deleted and replaced with the following: Twelve (12) inches of crushed surfacing base course shall be placed and compacted to within six (6) inches of the finished grade. ITEM 4. Standard Specifications; Special Provisions Section 8 -14: 8 -14.1 Description This section is supplemented with the following: This work consists of removing and replacing an existing traffic island. 8- 14.3(5) Detectable Warning Surface This section is supplemented with the following: Where the Plans call for surface mounted detectable warning surface to be added to an existing ramp, Armor -Tile Detectible/Tactile Warning Surface Tile or an approved equal shall be used. Detectible warning surface tile is to be set on clean, hardened concrete only and manufacturer's installation instructions are to be followed. See Standard Plan F- 45.10 -00. 8- 14.3(6) Traffic Island Replacement (NEW SECTION) This section is added: The existing raised island located at the northwest corner of the intersection of Nob Hill Boulevard and 1" Street shall be removed and replaced with a pedestrian island cut - through, with 4 -foot wide openings as shown in WSDOT Standard Plan F- 45.10- 01. 8 -14.4 Measurement This section is supplemented with the following: Detectible warning surface will be measured by the square foot of warning surface actually placed No specific unit of measurement shall apply to the lump sum item of traffic island replacement. 8 -14.5 Payment Add the following items: "Detectible Warning Surface ", per square foot. The unit contract price per square foot for "Detectible Warning Surface" shall be full payment for all material, labor and equipment required to furnish and install the warning surface. "Traffic Island Replacement ", per lump sum. The lump sum price for "Traffic Island Replacement" shall be full payment for all material, labor and equipment required to remove the existing traffic island and to construct the new island as specified. Addendum No. 2 Page 2 of 12 April 22, 2013 1 1 1 1 1 1 1 1 1 1 1 1 ITEM S. Bid Proposal Sheets: Replace the existing Bid Proposal Sheets with the attached Bid Proposal Sheets, titled "Addendum No. 2, pages 4 —12, April 22, 2013 ". ITEM 6.Plans: The work to be done on the northwest corner of 4t' Street and Walnut Street, sheet 9 of 16 should contain the note 21 ITEM 7. Details: Additional Details: The detail titled, "Sidewalk Ramp Type 4A with Layout' is added. The two Armor Tile details are added 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: Brett H Sheffield, P Chief Engineer z� -22-13 Date * ** END OF ADDENDUM NO. 2 * ** Addendum No. 2 Page 3 of 12 April 22, 2013 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima 2.013 Citywide Street Resurfacing_ Project City Project No. 2353 Schedule 'A' (Tieton Dr., 40th Ave. & Summitview Ave.) Page 1 i i i I 1 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION CITY UNIT DOLLARS DOLLARS SPCC PLAN 1 1 LS 1-0715 MOBILIZATION 2 1 LS 11-097 PROJECT TEMPORARY TRAFFIC CONTROL 3 1 LS 1 -10.5 SAW CUT 4 300 LF 2 -02.5 REMOVING CEMENT CONC. SIDEWALK 5 60 SY 2 -02.5 REMOVING CEMENT CONC. CURB 6 165 LF 2 -02.5 PLANING BITUMINOUS PAVEMENT 7 41,815 SY 5 -04.5 CRACK SEALING 8 EST DOL $25,000 $25,000 5 -04.5 HMACL 1/21N PG 64-28 9 4,857 TON 5 -04.5 HMAFOR PRELEVELING CL. 3/8 IN. PG 64 -28 10 486 TON 5 -04.5 ANTI- STRIPPING ADDITIVE 11 EST DOL $10,000 $10,000 5 -04.5 ADJUST VALVE BOX 12 52 EA 7 -09.5 ADJUST MANHOLE 13 37 EA 7 -05.5 CATCH BASIN FRAME AND GRATE 14 1 EA 7 -05.5 CEMENT CONC. TRAFFIC CURB AND GUTTER 15 180 LF 8 -04.5 CEMENT CONC'. PEDESTRIAN CURB 16 140 LF 8 -04.5 ADJUST MONUMENT CASE 17 5 EA 8 -13.5 Addendum No. 2 Page 4 of 12 April 22, 2013 ITEM PROPOSAL BID SHEET City of Yakima 2013 Citywide Street Resurfacing Project City Project No. 2353 Crhgarbilga 'A' 1"Irsafr%n nr Af*k Atffa Z 7 IAddendum No. 2 Page 5 of 12 April 22, 2013 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 18 CEMENT CONC. SIDEWALK RAMP, TYPE PARALLEL A — ---- 3 EA 8-14.5 19 CEMENT CONC. SIDEWALK R - AMP, - TYPE SINGLE DIRECTION A 7 EA 18-14.5 1 DETECT IBLE WARNING SURFACE 20 - - - 260 SF 8-14.5 P AINT LINE 21 - - 16,000 L 8-22.5 PAINTED WIDE LANE L INE 22 - - - 515 LF 8-225 PAINTED STOP LINE 23 — - -- 369 LF 8-22.5 PAINTED TRAFFIC ARROW 24 8 EA 8-22.5 PAINTED CROSSWALK LINE 25 200 SF 8-22.5 TEMPORARY PAVEMENT MARKINGS 26 - - - - - 16,000 LF 8-22.5 ADD ITIONAL WORK 27 - - 1 LS 1-04.2 REPAIR OR REPLACEMENT 28 --- EST DOL $25,000 $25,000 18-30.5 1 1 1 Schedule 'A' Total: IAddendum No. 2 Page 5 of 12 April 22, 2013 ITEM PROPOSAL BID SHEET City of Yakima 2013 Citywide Street Resurfacing Project City Project No 2353 Schedule 'B'(N. 16th Ave., E. Walnut St.) Page 1 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION CITY UNIT DOLLARS DOLLARS SPCC PL AN 1 - - - 1 LS 1-0715 MOBILIZATION 2 - 1 LS 1-097 PROJECT TEMPORARY TRAFF IC C ONTROL 3 - - - 1 LS 1-10.5 SAW CUT 4 - 6,700 LF 2-02.5 REMOVING CEMENT CONC. SIDEWALK 5 , - 378 SY 12-02.5 CEMENT CONC CURB 6 _REMOVING -- -- 535 LF 2-02.5 R EPAIR EXCAVATION INCL. HAUL 7 _PAVEMENT - , - - 1,310 CY 2-03.5 CRUSHED SURFACING BASE COURSE 8 1,660 TON 4-04.5 PLANING BITUMINOUS PAVEMENT 9 - - - 25,150 SY 15-04.5 1 CRACK SEALING 10 - EST DOL $35,000 $35,000 5-04.5 HMACL. 1/2 IN . PG 64-28 11 - - 4,625 TON 5-04.5 HMAFOR PAVEMENT REPAIR CL. 1/2 IN. PG 64-28 12 930 TON 5-04.5 HMA FOR PRELEVELING CL 3/8 IN PG 64-28 13 775 TON 15-04.5 1 ANTI-STRIPPING ADDITIVE 14 EST DOL $7,500 $7,500 5-04.5 ADJUST VALVE BOX 15 50 EA 7-09.5 ADJUST MANHOLE 16 29 EA 7-05.5 ADJUST CATCH BASIN 17 - 24 EA 17-05.5 Addendum No. 2 Page 6 of 12 April 22, 2013 I I I I I I I I I I I I I I I I ITEM PROPOSAL BID SHEET City' of Yakima 2013 Citywide Street Resurfacing Project City Project No. 2353 ---- — -- ---- -- ------ A Schedule 'B' (N. 16th Ave., E. Walnut St.) Page 2 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION CITY UNIT DOLLARS DOLLARS ADJUST METER B OX 18 - 6 EA 17-05.5 1 ADJUST J-B OX 19 - - 2 EA 7-055 ADJUST COMMUNICATION LID 20 10 EA 7-05.5 CEMENT CONC TRAFFIC CURB AND GUTTER 21 380 LF 8-04.5 CEMENT CONC TRAFFIC CURB 22 125 LF 8-04.5 CEMENT CON C PEDESTRIAN CU RB 23 --- - - -_ -- - - - 290 LF 8-04.5 ADJUST MONUMENT CASE 24 - 1 EA 8-13.5 CEMENT CONC. SIDEWALK 25 - - 150 SY E 8-13.5 CEMENT CONC. CURB RAMP, TYPE PARALLEL 26 2 EA 8-14.5 C EMENT CONC CURB RAMP, TYPE 4A 27 - - - 3 EA 8-14.5 CEMENT CONC. CURB RAMP, TYPE PERPENDICULAR 28 - - ---- 35 EA 8-14.5 CEMENT CONC. CURB RAMP, TYPE PERPENDICULAR B 29 8 EA 8-14.5 30 CONC CURB RAMP, TYPE SINGLE DIRECTION A CEMENT --- - - -- 5 EA 8-14.5 TRAFFIC ISLAND REPLACEMENT 31 I LS 8-14.5 PAINT LINE 32 , -- - -- - 15,600 LF 1 8-2 2.5 PAJ NTED W IDE LANE LINE 33 - - 3,300 LF 8-22.5 PAINTED STOP LINE 34 725 LF 8-22.5 1 IAddendum No. 2 Page 7 of 12 April 22, 2013 ITEM PROPOSAL BID SHEET City of Yakima 2013 Citywide Street Resurfacing Project City Project No. 2353 Sch' -4u e le'B'(N. 16th Ave., E. Walnut St.) Page 3 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION CITY UNIT DOLLARS DOLLARS PAINTED TRAFFIC ARROW 35 17 EA 8-22.5 PAINTED CR OSSWAL K L INE 36, - 210 SF 8-22.5 PAINTED RAILROAD CROSSING SYMBOL 37 4 EA 8-22.5 PAINTED TRAFFIC LETTER 38 - 8 EA 18-22.5 TEMPORARY PAVEMENT MARKINGS 39 20,000 LF 8-22.5 ADDITIONAL WORK 40 - - I LS 1-04.2 REPAIR OR REPLACEMENT 41 EST DOL $25,000 $25,000 18-30.5 1 Schedule 'B' Total: l Addendum No. 2 Page 8 of 12 April 22, 2013 1 1 1 1 t 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima 2013 Citywide Street Resurfacing Project City Project No. 2353 j Schedule 'C' (S 1st St., E. Nob Hill Blvd., S. Fair Ave. & E. Washington Ave.) Page 1 i ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION CITY UNIT DOLLARS DOLLARS SPCC PLAN 1 1 LS 1-0715 2 _MOBILIZATION 1 LS 1-097 PROJECT TEMPORARY TRAFFIC CONTROL 3 1 LS 1 -10.5 4 SAW CUT 10,425 LF 2 -02.5 REMOVING CEMENT CONC. SIDEWALK 5 750 SY 2 -02.5 REMOVING CEMENT CONC CURB 6 1,355 LF 2 -02.5 PAVEMENT REPAIR EXCAVATION INCL. HAUL 1,680 CY 2 -03.5 CRUSHED SURFACING BASE COURSE 8 3,200 TON 4 -04.5 PLANING BITUMINOUS PAVEMENT 9 34,660 SY 5 -04.5 10 CRACK SEALING EST DOL $85,000 $85,000 5 -04.5 H MA CL. 1/2 IN. PG 64-28 11 7,600 TON 5-045 HMA FOR PAVEMENT REPAIR CL. 1/2 IN. PG 64 -28 12 1,440 TON 5 -04.5 HMA FOR PRELEVELING CL. 3/8 IN. PG 64 -28 13 1,375 TON 5 -04.5 14 ANTI- STRIPPING ADDITIVE EST DOL $10,000 $10,000 5 -04.5 JUST VALVE BOX 15 70 EA 7 -09.5 ADJUST MANHOLE 16 13 EA 7-055 1 Addendum No. 2 Page 9 of 12 April 22, 2013 ITEM PROPOSAL BID SHEET j City of Yakima 2013 Citywide Street Resurfacing Project { City Project No. 2353 I - -. -- - Schedule 'C' (S 1st St., E. Nob Hill Blvd., S. Fair Ave. & E. Washington Ave.) Page 2 I I ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION CITY UNIT DOLLARS DOLLARS ADJUST CATCH BASIN 17 42 EA 7 -05.5 ADJUST METER BOX 18 2 EA 7 -05.5 ADJUST J -BOX 19 7 EA 7 -05.5 ADJUST COMMUNICATION LID 20 7 EA 7 -05.5 CEMENT CONC TRAFFIC CURB AND GUTTER 21 1,410 LF 8 -04.5 CEMENT CONC. TRAFFIC CURB 22 75 LF 8 -04.5 CEMENT CONC PEDESTRIAN CURB 23 680 LF 8 -04.5 ADJUST MONUMENT CASE 24 5 EA 8 -13.5 CEMENT CONC SIDEWALK 25 240 SY 8 -13.5 CEMENT CONC. CURB RAMP, TYPE PARALLEL A 26 12 EA 8 -14.5 CEMENT CONC_ CURB RAMP, TYPE PARALLEL B 27 7 EA 8-145 CEMENT CONC CURB RAMP, TYPE 4A 28 23 EA 8 -14.5 CEMENT CONC. CURB RAMP, TYPE PERPENDICULAR A 29 16 EA 8 -14.5 CEMENT CONC. CURB RAMP, TYPE PERPENDICULAR B 30 1 EA 8 -14.5 31 CEMENTCONC CURB RAMP, TYPE SINGLE DIRECTION 1 EA 8 -14.5 CEMENT CONC DRIVEWAYTYPE 1 32 20 SY 8-065 DETECTABLE WARNING SURFACE 33 34 SF 8-145 Addendum No, 2 Page 10 of 12 April 22, 2013 ITEM PROPOSAL BID SHEET City of Yakima 2013 Citywide Street Resurfacing Project City Project No. 2353 f J Schedule 'C'('S 1st St., E. Nob Hill Blvd., S. Fair Ave. & E. Washington Ave.) Pap 3 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION CITY UNIT DOLLARS DOLLARS PAINT LINE 34 28,150 LF 8-22.5 PAINTED WIDE LANE 35 -LINE -- 4,220 LF 8-22.5 PAINTED S TOP LINE 36 - 420 LF 8-22.5 PAINTED TRAFFIC ARROW 37 - 42 EA 8-22.5 PAINTED TRAFFIC LETTER 38 - - 4 EA 8-225 TEMPORARY PAVEMENT MARKINGS 39 — — 34,000 LF 8-225 ADDITIONAL WO RK 40 - 1 LS 1-04.2 REPAIR OR REPLACEMENT 41 -- EST DOL $25,000 $25,000 8 30.5 1 1 Schedule 'C' Total: IAddendum No. 2 Page 11 of 12 April 22, 2013 0 1 ITEM PROPOSAL BID SHEET City of Yakima i 2013 Citywide Street Resurfacing Project j City Project No. 2353 Schedule 'D' (S. 64th Ave.) ITEM PROPOSAL ITEM UNIT_PRICE AMOUNT NO. PAYMENT SECTION CITY UNIT DOLLARS DOLLARS PLAN 1 _SPCC _. 1 LS 21-0715 MOBILIZATION 2 _ 1 LS 1-097 PROJECTTEMPORARYTRAFFIC CONTROL 3 1 LS 1 -10.5 SAW CUT 4 _._ _ 100 LF 2 -02.5 PAVEMENT REPAIR EXCAVATION INCL. HAUL 5 1,350 CY 8 -22.5 SURFACING BASE COURSE 6 _CRUSHED 2,050 TON 8 -22.5 ASPHALT TREATED BASE 7 _ _.. -_ ._ _ _ _ -__ _.._ .__- _ _ -- _ -.-- - -•- - -- 760 TON 4-065 PLANING BITUMINOUS PAVEMENT 8 __... _..._ ._._ _..._. 5,330 Sy 5 -04.5 9 CRACK SEALING E ST DOL $10,000 $10,000 5 -04.5 HMACL 1/2 IN. PG 64 -28 10 - 1,010 TON 5 -04.5 HMA FOR PRELEVELING CL. 3/8 IN. PG 64 -28 11 100 TON 5-045 12 ANTI - STRIPPING ADDITITIVE EST DOL $5,000 $5,000 5 -04.5 PAINT LINE 13 -- °-~ ~ - • - - - - - - 7,300 LF 8 -22.5 ADDITIONAL WORK 14 1 LS 1 -04.2 REPAIR OR REPLACEMENT 15 EST DOL $25,000 $25,000 8 -30.5 Schedule 'D' Total: i Total All Schedules (A +B +C +D): IAddendum No. 2 Page 12 of 12 April 22, 2013 M ® M M M M M M M M M M � M M M M M M PLAN VIEW SIDEWALK RAMP TYPE 4A LAYOUT TOP OF ROADWAY CEME CONCRETE *C�EIMENT SIDEWALK CONCRETE & GUTTER SECTION O (SEE NOTE 4) ".- ....�_ _ rs• "j:S. • _. ,-, t.J ::s jJT,� - i.. �S�F1� ....- °y::.S�sI.F._ �Y; �!.1i. �" .,.i�: �:,: '.y..�,........;, `r.��:a ..,..._ .. �, _ RADIUS AT FACE OF CURB X LANDING Y DISTANCE FROM P.C. 20 FEET 6' -21/2" T -7" 30 FEET RADIUS POINT OF 3'- 8" 40 FEET B -61/4" 5' -43'4" CURB RETURN 10'- 9314" 6' -11" 60 FEET IV -1112" 8' -312" 70 FEET 13'- 0" 9 - 6 12" 80 FEET N------- 10' - B 1/2" ------------------------- - - - - -- 1 V- 9 3/4" Q ,Y 17- 101/4" > Rq 07V3 w IX CONTOROR Ix r o RgCT URe� I _z � c, i I CEMENT CONCRETE SIDEWALK RAMP TYPE 4A CEMENT CONCRETE CURB, OR CURB „ PEDESTRIAN CURB AND GUTTER 318" EXPANSION JOINT (SEE STD. PLAN F- 30.10) % %SIDEWALK I T - 0" RAMP 0, _ J x LANDING GD MAJOR STREET b DETECTABLE WARNING PATTERN (BEE DETAIL) PLAN VIEW SIDEWALK RAMP TYPE 4A LAYOUT TOP OF ROADWAY CEME CONCRETE *C�EIMENT SIDEWALK CONCRETE & GUTTER SECTION O (SEE NOTE 4) ".- ....�_ _ rs• "j:S. • _. ,-, t.J ::s jJT,� - i.. �S�F1� ....- °y::.S�sI.F._ �Y; �!.1i. �" .,.i�: �:,: '.y..�,........;, `r.��:a ..,..._ .. �, _ RADIUS AT FACE OF CURB X LANDING Y DISTANCE FROM P.C. 20 FEET 6' -21/2" T -7" 30 FEET 8'- 0 1/4" 3'- 8" 40 FEET B -61/4" 5' -43'4" 50 FEET 10'- 9314" 6' -11" 60 FEET IV -1112" 8' -312" 70 FEET 13'- 0" 9 - 6 12" 80 FEET 13'- 11 12" 10' - B 1/2" 90 FEET 14' - 10 12" 1 V- 9 3/4" 100 FEET I 15' -8314" 17- 101/4" NOTES J 1. This layout is used to provide access to a single crosswalk parallel to the major street The bid item "Cement Conc. Sidewalk Ramp Type 4A" does not include the adjacent Curb (or Curb & Gutter), the Sidewalk, or the Cement Conc. Ped- estrian Curb. 2. Ramp slopes shall not be steeper than 12H: IV 3. Avoid placing drainage structures, junction boxes or other Obstructions in front of ramp access areas. 4. Curb & Gutter is shown, see the Contract Plans for the curb design specified. See Standard Plan F -10.12 for curb details. , 5. See Std. Plan F -30.10 for sidewalk joint placement and details. INTERMEDIATE RADII CAN BE INTERPOLATED 6. The bottom of the ramp shall have a level area (not in excess CEMENT CONCRETE PEDESTRIAN CURB VARIES' (SEE STD. PLAN F- 10.12) O M 8" TOP OF ROADWAY / DEPRESSED CEMENT CONC. RAMP J CURB& GUTTER (SEE NOTE 4) SECTION OC 2'. 0" - DETECTABLE WARNING CEMENT CONC. r PATTERN (SEE DETAIL) SIDEWALK/ 7.0" LANDING RAMP TOP OF 'a FLUSH /- ROADWAY 318" EXPANSION JOINT , (SEE STD. PLAN F- 30.10) LANDING DEPRESSED CURB & GUTTER (SEE NOTE 4) SECTION O Of 2% in any direction), 4' x 4' N A RAMP A 1J - ` B JD718" MAX. 2 3B" O 112" > PLAN 3/4" _ C 1 7/16" I f THIS PATTE RN AREA SHALL ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL tiEROY s� °S ap aASy71c 11)y �,. ma gG fill Pow qF aleos �o =�v n�4 C P S�ONAL 8a ,�. EXPIRES AUGUST 26, 2007 € ,r SIDEWALK RAMP TYPE 4A ' s,- WITH LAYOUT STANDARD PLAN F- 40.1640`, SHEET 1 OF 1 SHEET ADDENDUM #2 ISOMETRIC VIEW APPROVED FOR PUBLICATION Ken L. Smith 02 -07 -07 _ s�>E oeaou exow�rn wre 7 W-hWg— 5,.,. ..pm b r c..pono w 1,50" 1.670" DOMES 0/C 10 POINTS O 0.161 NOM 0/C 0.25" CIA CTSK. HOLES b 000 000000 0000 000 0000 00000 000 000 0000 00000 O 000 00000 O 00 000 o bb 0 0 0 0 000 °° a 000 00000 0 0000 0000000 00000 000000000 000 o- 0000 000000000 000 b® O 000 000000000 000 00 0 0 00000 00 000 0000 *4- 00 00 000 O 0 °O° 00 0 0.50 000 O 000 DETAIL T 00621" DIA TYP. SCALESCALE 1.5 = 2.5 =2.5 FIELD LEVEL MICRO-TEXTURE 41 POINTS PER SQUARE INCH o� 09Y b 0.45" 2" I o. +s TRUNCATED Dj NER LOCATO TRUNCATED D R LOCATION DETAIL 2 SCALE 1.5 " =2.5 F7 2.50" BOSS AROUND PERIMETER,CTION AND AT CENTER OF TILE 20 DOMES O 1.67" NOM. SPACING 0/C 0 25" CIA CTSK. HOLES (TYP 8 LOCATIONS) 0 0 0 0 0 0 0 0 0 0 0 0 @10_@(q@@@-6 ----- @ pC100000009.0 000 0000@pq@00000000 0 0;00 00000pa0000000ao 000 @@@@@Pq@@@@000ao o:o 000000pci0000000ao 0������Cal_�b�}�pOp�pO00 0 - -L� - C01 -4 -Q O o!00000000ba000 000ao ® o:00000000'0 ci000 ° 000ao OOOOOOOo0O0O0OQ 00 00 00 00 00 00 00 ;O°_i ^j @I@@@@OOOO O 000 000.0 0 50f 0 o_ o_ o_ o _o @O o �°_p- {_o_____ o _o ___ -------- _ 0 0- 0000000000000 000 00 2.50" WIDE x 0.03" DEEP BOSS AT b PLAN — TILE UNDERSIDE OF TILE FOR STRUCTURAL o SCALE 1.25 " =1' -0" ADHESIVE AT PERIMETER AND THROUGH CENTER OF TILE APPLY ARMOR -SEAL (PART N0. ADA- S125)- PERIMETER SEALANT AT PERIMETER OF TILE AFTER INSTALLING FASTENERS. TOOL SMOOTH TO BLEND TILE EDGE WITH ADJACENT SURFACE G d0 dQ I Q APPLY ARMOR -BOND d (PART N0. PDA -B125 STRUCTURAL ADHESf✓� Q AT PERIMETER AND THROUGH CENTER OF TILE EACH WAY ON BOSSED AREAS d 025r x LG COLOR / MATCHED EXPANSION ANCHOR (PART ND. . A DA- f406 -•.) Q Q SOUND -ON -CANE AMPLIFYING SYSTEM TYPICAL THROUGHOUT DRILL 0.25 HOLE 0.05 0.875" DIA TYP. TO 3.5 DEEP O 1.5 "/1.75" 0/C OFFSET INSTALLATION DETAIL AT TILE PERIMETER NOT TO SCALE www Armor- Tiie.com fl1= Ar ENGINEERED PLASTICS D2006 ENGINEERED PLASTICS CONFIDENTIAL AND PROPRIETARY DOCUMENT ANY ONE OR MORE OF THE FOLLOMNG PATENTS MAY APPLY U. S. PATENT NO. 5,303,669, 5,775,835, 6,449,790, AND 6,895,622 SS CON PATENT NO 2,032,532, 2,070,984 US PATENTS PENDING. KENNETH E. SZEKELY MATERIAL LIST # DESCRIPTION PART No QT' 1 ARMOR -TILE ADA -S- 2436 -"' 1 2 EXPANSION ANCHOR ADA -FAST 8 3 ARMOR -BOND ADA - ADHE -EA 1 4 ARMOR -SEAL ADA- SEAL -EA i COLOR CODE YELLOW (YW), RED (RD), BLACK (BK), DARK GREY (DG), LIGHT GREY (LG), WHITE (WH), OCRE YELLOW (OC), BLUE (BL), COLONIAL RED (CR) CUSTOM COLORS AVAILABLE No: I DATE I REVISION APPR. ADDENDUM #2 IX9 w ar - K S. 08/90 ow.n D G 2/22/2006 CHE. D P�a I-ER rwlX Pu11 m DETECTABLE WARNING SURFACE ADA -S- 2436 -"" wiERUL VITRIFIED POLYMER COMPOSITE wlucr Armor -Tiie "ADA SOUND AMPLIFYING DETECTABLE /TACTILE WARNING SURFACE TILE PnaECr Armor-Tile' DETECTABLE /TACTILE WARNING SURFACE TILE 24" x 36" SURFACE APPLIED INLINE DOME TACTILE TILE PLANS AND DETAILS OR/.MNG Ib REY Ne. ADA —S -2436 0 DETAIL 1 22' 1.67-DOMES 0/C 0.25" DI A CTSK. HOLES oG.90' (TYP 6 LOCATIONS) 00 0000000000oo00 , ©00 00 00 00 0000 OOoo C o0 0o Oo ©Oo UCe00 0O Oo Oo OO OO Co OO Do O O O O O o 0 o 0 I 0 0 0 0 ________.___ __ _ _________ ____ _ ._______ ___________________________.___ ____. o 0000000 0o 0600 000000 00 0000;0©00 ©OO 00 OO GOO 0000 000o0 0 000Oo00OIGC.)Co>00000000C0C.) 00000000 C) G 0 0 0 ©0 0 0 0 0 0 G 0;0 ©O 0 0 0 0 0 © 0 0 0 0 0 0 0 �� o \ 0 0 0 © 00 OO Oo CO) 00 0 0 0 O '.00 OO OO OO 0 OO G 00 OO 00 OO 000 0 0000000 000 © O 0000©000000000000 GOO O OOG© Do O D D q 000 0000 00.45" = 0 000000'1' Oo 0000000 -�- - a CoU ©0 -0 -0 G -0 0--0- 0- 0 -0 - -0 0 . -0 00- -0 Oo _0__0.0 0.0.0 -v 00 0o o00 0 00o oo00 GOO__O__ ©_OO_OO_00__0_0- 0_00_0_00 OO OO 0 CC 0 Do 0 0 o a 0 CJ OO OO 00 00 C OO ©00 Co C??� C. ;OO 0 000 0 000 OO Oo OO 00 V OO - 0C 0o 00 0oo 0©000000 GOO 00 00 ©00:00000 OO OO 00'00000 000 �� o a4— 0000000000 ©Oo OOOO 00 Oo 00 0O 0000 00 QOo 00000 00 = D5D" Oo ©0000000 ©0000000 00000000000@ Dso• 0 0000000 oco _ _ o'�Qo c Q0 Q0 00 00 0000 0000 00000 OO 0 0o O0 00 00 0 0 000 00 00 00 00 00 0 00 OO 00 OO OO 0 0 OO OO 0 0 0 0 0 0 0 0 FIELD LEVEL MICRO- TERTURE 4 1 POINTS PER SQUARE INCH 250' WIDE . 003" DEEP DOSS AT )D AIL I UNOCRSIDE OF TILL EOft STRUCTURAL o PLAN - TILE ADHESIVE CENTER PE RRI METER BAND I 0 90 V r ' III T 0 Ps" TILE PLAN TILESEGLION APPLY ARMOR -SEAL (PART NO AOA -5125) TRUNCATED DO4E FASTENER LUCATIONF STENER LOCATION TRUNCATED DOME FASTEIIER LOCP iI� PERIMETER SEALANT AT PERIMETER OF 71 AFTER INSTALLING FASTENERS TOOL SMOOTH TO PI END TILE EDGE Wln ADJACFNT SURFACE. DETAIL 2 1 4 dG aQ ^ CI d i 175' . 1.5" LG COLOR �I ATCHFD EXPANSION ANCHOR PART NO ADA- F406 - -•) DRILL C 2S" HOLE TO 3.5" DEEP G Q 'J v I INSTAL_AlION GET / It. / -i TILE F)ERi�1'�FIE' NOT TO SCALE www.AMor-Tlle.com ✓— ENC/NEBREO PLASTICS -D2008 ENGINEERED ELASTICS CONFIDENTIAL AND PROPRIETARY DOCUMENT ANY ONE OR MORE OF TRY FCII OWING PATENTS MAY APPLY U. S. PATENT NO 5,303,669. 5.775;835. 5,449,790, AND 6,695,622 BS ..ON. PATENT NO. 2,032.532. 2.070,984 US PATENTS PENDING b` KENNETH E SZCKCLY MATERIAL LIST # _ DESCRIPTION PART No. 1 ARMOR -TILE Al -S-2448:" 1 2 EXPANSION ANCHOR ADA -FAST 8 3 ARMOR -BOND ADA-ADHE -EA 1 4 ARMOR -SEAL ADA- SEAL -EA - COLOR CODE YELLOW (YW), RED (RD). BLACK (BK), DARK GRAY (DG), LIGHT GRAY (LC), WHITE (WH), OCHRE YELLOW (OC BLUE (BL), COLONIAL RED (CR) CUSTOM COLORS AVAIIABIF ADDENDUM #211 IX "" 'K L0; K.S. OB /9O ��. O8 /02/2CO7O6/02/2CO7 Hw Peer No. DFTFCTAAI F. WARNING SURFACF. ADA -S- 2448 -" _ WTERNI VITRIFIED POLYMER COMPOSITE -ELT Armor -Tile"ADA SOUND AMPLIFYING DETECTABLE /TACTILE WARNING SURFACE TILE ma)[cr Armor-T110" DETECTABLF /TACTILE WARNING SURFACE TILE 24" x 48" SURFACE APPLIED INLINE DOME TACTILE TILE PLANS AND DETAILS ADA -S -2448 1 1 1 1 1 1 1 1 1 1 1 1 City Of Yakima 2013 Citywide Street Resurfacing Project 1IPage City Project No. 2353 4 —S —c3 ,5 E R SyF of wnsl:rIvc ,CT cc Al r v 39407 0 ktGISTE��� i v�SIONAL I I I I I I I L i I I I I I I I I I I I CONTENTS CITY OF YAKIMA 2013 Citywide Street Resurfacing Project City Project No. 2353 SECTION PAGE INVITATION TO BID ............................................................................... 5 STANDARD SPECIFICATIONS Standard Specifications .................. ............................... 7 Amendments to the 2012 Standard Specifications .... . ... ...... 7 CONTRACT PROVISIONS General Special Provisions and Contract Special Provisions .............. .. ... 37 Project Description .................... . .. .. . .... .. .. .. ....... .... . . ... 38 1-01 Definitions .................... ............. .. ... ........... . . .. ... ... 38 1-02 Bid Procedures and Conditions .............. ............................... 40 1-03 Award and Execution of Contract ............................................ 44 1-04 Scope of Work......... ... .. .............. .......... 46 1-05 Control of Work . .. . .... . . .. .... .... .............................. .... 47 1-06 Control of Materials.. ... ... . .. .... ... . .......... . .................. 51 1-07 Legal Relations and Responsibilities to the Public ..... . .......... .. 52 1-08 Prosecution and Progress ......... 62 1-09 Measurement and Payment . .. .............................................. 66 1 -10 Temporary Traffic Control .. ........................ ..................... ..... 66 2-02 Removal of Structure and Obstructions . . ......... ............... .. .. 67 2-03 Roadway Excavation and Embankment....... 69 2-07 Watering . .. ... . . . . ........ . . ...................................... .... 69 4-06 Asphalt Treated Base ....... .. . . ............................................. 70 5-04 Hot Mix Asphalt .. ... . ............... . . . 70 7-05 Manholes, Inlets, Catch Basins & Drywells ....... ... . .......... ..... 76 7-08 General Pipe Installation ... .. .................................................. 77 7-09 Water Mains. 77 8-01 Erosion Control and Water Pollution Control. .... 78 8-14 Cement Concrete Sidewalk ......................... 79 8-30 Repair or Replacement ..................... ........... 79 9-03 Aggregates ............. ...... . ........ .......................................... 80 9-05 Drainage Structures, Culverts & Conduits.... : ............................ 81 STANDARD PLANS ................. ..... . .... .. . .. ............ ............... 81 ContractForm ...................................................................................... 89 Performance Bond Form . ... . .. .................................................... 91 Sample Certificate of Insurance ................................................................ 93 Sample Additional Insured Endorsement .............. ............................... ... 94 31 Page Minimum Wage Affidavit Form ....... . . .............. ......... 97 PREVAILING WAGE RATES Prevailing Wage Rates ................. . ................ . .................. ....... 99 PROPOSAL ProposalForm ....................... ........... .. .................................... 101 Item Proposal Bid Sheet ................................................................... 103 Bid Bond Form ... . ........ 7 ........ ............. ..... ... ........ . . .......... 121 Proposal Signature Sheet ................................................................ 123 Compliance With Immigration and Naturalization Act ........................... 125 Non-Collusion Declaration.... 127 Non-Discrimination Provision .......... 129 Women and Minority Business Enterprise Policy ................ . . 131 Council Resolution .... . . . ................ 133 Affirmative Action Plan .................. ................. .. .............. 135 Bidders Certification ..................... ........... .... . . . .......... ...... ......... 137 Subcontractor's Certification ................ .. .. ................... ................. 139 Materially and Responsiveness ... . ............. ... ............... . . .. ........ 141 BiddersCheck List .......................................................................... 143 PLANS & DETAILS Traffic Control Plans. Attached Construction Plans ....... .... ............ Attached 41 P a g e 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 3:00 pm on April 23, 2013 and will then and there be opened and publicly read for the construction of ' CITY OF YAKIMA 2013 Citywide Street Resurfacing Project 1 City Project No. 2353 This project provides for the improvement of various street segments throughout the City. Work includes pavement repair, planing bituminous pavement, paving with hot mix asphalt, constructing ADA ramps, pavement markings and other work all to be constructed 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 tstated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima Complete digital project Bidding Documents are available at www.questcdn.com. You may download the digital plan documents for $20.00 by inputting Quest project # 2576434 on the website's Project Search page. Please contact QuestCDN.com at 952 - 233 -1632 or info @questcdn.com for assistance in free membership registration, downloading, and working with this digital project information An optional paper set of project plans and specifications may be obtained at the Office of the City Engineer located at 129 ' North 2nd Street (509- 575 - 6111), upon payment in the amount of $50.00 for each set, non - refundable. Project questions should be directed to Randy Tabert at 509 - 576 -6579. ' Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals DATED this 5th day of April, 2013 PUBLISH: 51 Page April 8, 2013 April 9, 2013 1 L� INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2012 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. Section 1 -01, Definition and Terms August 6, 2012 1 -01.3 Definitions The definition for "Bid Documents" is revised to read: The component parts of the proposed Contract which may include, but are not limited to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, Addenda, and, for projects with Contracting Agency subsurface investigations, the Summary of Geotechnical Conditions and subsurface boring logs (if any). The definition for "Superstructures" is revised to read: The part of the Structure above: The bottom of the grout pad for the simple and continuous span bearing, or 2. The bottom of the block supporting the girder, or 3. Arch skewback and construction joints at the top of vertical abutment members or rigid frame piers. Longitudinal limits of the Superstructure extend from end to end of the Structure in accordance with the following criteria: 1. From the face of end diaphragm abutting the bridge approach embankment for end piers without expansion joints, or 2. From the end pier expansion joint for bridges with end pier expansion joints. Superstructures include, but are not limited to, the bottom slab and webs of box girders, the bridge deck and diaphragms of all bridges, and the sidewalks when shown on the bridge deck. The Superstructure also includes the girders, expansion joints, bearings, barrier, and 7 1 P a g e - - - -- railing attached to the Superstructure when such Superstructure components are not otherwise covered by separate unit measured or lump sum bid items. Superstructures do not include endwalls, wingwalls, barrier and railing attached to the wingwalls, and cantilever barriers and railings unless supported by the Superstructure. Section 1 -02, Bid Procedures and Conditions January 2, 2012 1- 02.4(2) Subsurface Information The first two sentences in the first paragraph are revised to read: If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data, soil sample test data, and geotechnical recommendations reports obtained by the Contracting Agency will be made available for inspection by the Bidders at the location specified in the Special Provisions. The Summary of Geotechnical Conditions, as an appendix to the Special Provisions, and the boring logs shall be considered as part of the Contract. Section 1 -03, Award and Execution of Contract April 2, 2012 1- 03.1(1) Tied Bids This section's title is revised to read: 1- 03.1(1) Identical Bid Totals Section 1 -05, Control of Work August 6, 2012 1- 05.13(1) Emergency Contact List The second sentence in the first paragraph is revised to read: The list shall include, at a minimum, the Prime Contractor's Project Manager, or equivalent, the Prime Contractor's Project Superintendent, the Erosion and Sediment Control (ESC) Lead and the Traffic Control Supervisor. Section 1 -06, Control of Material January 7, 2013 1- 06.1(4) Fabrication Inspection Expense The first paragraph is revised to read: In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington, the Contracting-Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: • Bridge Bearings (Cylindrical, Disc, Fabric Pad, Pin, Pendulum, Rocker, and Spherical) • Cantilever Sign Structures and Sign Bridges -- - - - - -- -- - -- - - - - -- - - - 8 Page - 1 • Epoxy- Coated Reinforcing Steel • Metal Bridge Railing and Handrail • Modular Expansion Joints • Painted Piling and Casing • Painted and Powder - Coated Luminaire and Signal Poles • Precast Concrete Catch Basins, Manholes, Inlets, Drywells, and Risers • Precast Concrete Drain, Perforated Underdrain, Culvert, Storm Sewer, and Sanitary Sewer Pipe • Precast Concrete Three Sided Structures • Precast Concrete Junction Boxes, Pull Boxes, Cable Vaults, Utility Vaults, and Box Culverts • Precast Concrete Traffic Barrier • Precast Concrete Marine Pier Deck Panels • Precast Concrete Floor Panels • Precast Concrete Structural Earth Walls, Noise Barrier Walls, and Wall Stem ' Panels • Precast Concrete Retaining Walls, including Lagging Panels • Prestressed Concrete Girders and Precast Bridge Components • Prestressed Concrete Piles • Seismic Retrofit Earthquake Restrainers • Soldier Piles • Steel Bridges and Steel Bridge Components • Steel Column Jackets • Structural Steel for Ferry Terminals, including items such as Dolphins, Wingwalls, and Transfer Spans • Treated Timber and Lumber 6 -inch by 6 -inch or larger • Timber • Additional items as may be determined by the Engineer The footnote below the table is revised to read: ' An inspection day includes any calendar day or portion of a calendar day spent by one inspector inspecting, on standby, or traveling to and from a place of fabrication. An additional cost per inspection day will be assessed for each additional inspector. Reimbursement will be assessed at $280.00 per day for weekends and holidays for each on site inspector in travel status, but not engaged in inspection or travel activities when fabrication activities are not taking place. Section 1 -07, Legal Relations and Responsibilities to the Public January 7, 2013 1 -07.1 Laws to be Observed The following two sentences are inserted after the first sentence in the third paragraph: tIn particular the Contractor's attention is drawn to the requirements of WAC 296.800 which requires employers to provide a safe workplace. More specifically WAC 296.800.11025 prohibits alcohol and narcotics from the workplace. 1- 07.9(2) Posting Notices This section is revised to read: 91 Page Notices and posters shall be placed in areas readily accessible to read by employees. The Contractor shall ensure the following are posted: EEOC - P /E -1 (revised 11/09) - Equal Employment Opportunity is THE LAW published by US Department of Labor. Post for projects with federal -aid funding 2. FHWA -1022 (revised 11 /11) - NOTICE Federal -Aid Project published by Federal Highway Administration (FHWA). Post for projects with federal -aid funding 3 WH 1321 (revised 04/09) - Employee Rights under the Davis -Bacon Act published by US Department of Labor. Post for projects with federal -aid funding 4. WHD 1088 (revised 07/09) - Employee Rights under the Fair Labor Standards Act published by US Department of Labor. Post on all projects 5. WHD - 1420 (revised,01 /09) - Employee Rights and Responsibilities under The Family and Medical Leave Act published by US Department Of Labor. Post on all projects 6. WHD -1462 (revised 01/12) — Employee Polygraph Protection Act published by US Department of Labor. Post on all projects 7. F416- 081 -909 (revised 12/12) - Job Safety and Health Law published by Washington State Department of Labor and Industries. Post on all projects 8. F242- 191 -909 (revised 12/12) - Notice to Employees published by Washington State Department of Labor and Industries. Post on all projects 9. F700- 074 -909 (revised 12/12) - Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L &I). Post on all projects 10. EMS 9874 (revised 04/12) -Unemployment Benefits published by Washington State Employee Security Department. Post on all projects 11. Post one copy of the approved "Statement of Intent to Pay Prevailing Wages" for the Contractor, each Subcontractor, each lower tier subcontractor, and any other firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39 12 because of the definition. of "Contractor" in WAG 296-127-010 12 Post one copy of the prevailing wage rates for the project 1 -07.14 •Responsibility for Damage The fifth paragraph is revised to read: Pursuant to RCW 4.24.115, if such claims, suits, or actions result from the concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions provided in the preceding paragraphs of this Section shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees, 101 Page r I� 1-1 1 -07.15 Temporary Water Pollution /Erosion Control The third paragraph is deleted. Section 1 -08, Prosecution and Progress April 2, 2012 1 -08.1 Subcontracting In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT ". 1- 08.3(1) General Requirements The following new paragraph is inserted after the first paragraph: Total float belongs to the project and shall not be for the exclusive benefit of any party. 1 -08.7 Maintenance During Suspension The second paragraph is revised to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area safe, smooth, and unobstructed roadways and pedestrian access routes for public use during the suspension (as required in Section 1 -07.23 or the Special Provisions.) This may include a temporary road, alternative pedestrian access route or detour. Section 1 -09, Measurement and Payment August 6, 2012 1 -09.1 Measurement of Quantities The following new sentence is inserted after the sentence " "Ton ":2,000 pounds of avoirdupois weight': ' Items of payment that have "Lump Sum" or "Force Account' in the Bid Item of Work shall have no specific unit of measurement requirement. 1- 09.2(5) Measurement The second sentence in the first paragraph is revised to read: The frequency of verification checks will be such that at least one test weekly is performed for each scale used in weighing contract items of Work. Section 3 -04, Acceptance of Aggregate April 2, 2012 3- 04.3(7)D4 An Entire Lot ' The last sentence is deleted. 3 -04.5 Payment In the second paragraph, the reference "Section 3- 04.3(6)C " is revised to read "Section 3- 04.3(8)". 111Page In Table 1, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is revised to read: 9- 03.14(4) Gravel Borrow for Geosynthetic 4000 2000 $30 $60 Retaining Wall Section 5 -02, Bituminous Surface Treatment August 6, 2012 5 -02.2 Materials The following new paragraph is inserted after the second paragraph: Each source of aggregate for bituminous surface treatment shall be evaluated separately for acceptance in accordance with Section 3 -04. Section 5 -04, Hot Mix Asphalt January 7, 2013 5 -04.2 Materials The fourth paragraph is revised to read: The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. 5- 04.3(7)A1 General This section is supplemented with the following: The Contractor shall include the brand and type of anti - stripping additive in the mix design submittal and provide certification from the asphalt binder manufacture that the anti - stripping additive is compatible with the crude source and formulation of asphalt binder proposed in mix design. 5- 04.3(7)A3 Commercial Evaluation The second sentence in the second paragraph is deleted. 5- 04.3(10)63 .Longitudinal Joint Density The section including title is revised to read: 5- 04.3(10)B3 Vacant 5- 04.3(11)D General The last sentence in the first paragraph is deleted. 5- 04.3(20) Anti - Stripping Additive This section is revised to read: Anti - stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to shipment to the asphalt mixing plant. For HMA accepted by statistical and nonstatistical evaluation the anti - stripping additive shall be added in the amount designated in the 121 Page 1 r 1� 1 1 1 I� J L 1 WSDOT mix design /anti -strip evaluation report provided by the Contracting Agency. For HMA accepted by commercial evaluation the Project Engineer will determine the amount of anti -strip to be added; paving shall not begin before the anti -strip requirements have been provided to the Contractor. 5 -04.4 Measurement The last paragraph is deleted. 5 -04.5 Payment The bid item "Longitudinal Joint Density Price Adjustment ", by calculation and paragraph following bid item are deleted. Section 7 -05, Manholes, Inlets, Catch Basins, and Drywells April 2, 2012 7 -05.3 Construction Requirements The third paragraph is supplemented with the following: Leveling and adjustment devices that do not modify the structural integrity of the metal frame, grate or cover, and do not void the originating foundry's compliance to these specifications and warranty is allowed. Approved leveling devices are listed in the Qualified Products List. Leveling and adjusting devices that interfere with the backfilling, backfill density, grouting and asphalt density will not be allowed. The hardware for leveling and adjusting devices shall be completely removed when specified by the Project Engineer. Section 7 -08, General Pipe Installation Requirements August 6, 2012 7- 08.3(2)D Pipe Laying — Steel or Aluminum The following new sentence is inserted after the first sentence in the second paragraph: The paint shall cover all the surface in contact with the concrete and extend one inch beyond the point of contact. Section 8 -01, Erosion Control and Water Pollution Control January 7, 2013 8 -01.2 Materials The first paragraph is revised to read: Materials shall meet the requirements of the following sections: Corrugated Polyethylene Drain Pipe 9- 05.1(6) Quarry Spalls 9 -13 Seed 9-142 Fertilizer 9 -14.3 Mulch and Amendments 9 -14.4 Tackifiers 9- 14.4(7) 131Page Erosion Control Devices 9 -14.5 High Visibility Fence 9 -14.5 Construction Geotextile 9 -33 8- 01.3(2)D Mulching The following two new paragraphs are inserted after the fourth paragraph: Short -Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and may be applied in one lift. Moderate -Term Mulch and Long -Term Mulch shall be hydraulically applied at the rate of 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 8- 01.3(2)E Soil Binders and Tacking Agents This section including title is revised to read: 8- 01.3(2)E Tackifiers Tackifiers applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic, or animal life. A minimum of 125 pounds per acre and a maximum of 250 pounds per acre of Short-Term Mulch shall be used as a tracer. Tackifier shall be mixed and applied in accordance with the manufacturer's recommendations. Soil Binding Using Polyacrylamide (PAM) — The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than % pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of Short -Term Mulch shall be applied with the dissolved PAM Dry powder applications may be at a rate of 5 pounds per acre using a hand -held fertilizer spreader or a tractor - mounted spreader. PAM shall be applied only to areas that drain to completed sedimentation control BMPs in accordance with the TESC Plan. PAM may be reapplied on actively worked areas after a 48 -hour period. PAM shall not be applied during rainfall or to saturated soils 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch In the first paragraph, "Engineer" is revised to read "Project Engineer ". Note 1 of the table in the first paragraph is revised to read: Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above The third paragraph is deleted. 141 Page 1 r8- 01.3(3) Placing Erosion Control Blanket This section including title is revised to read: ' 8- 01.3(3) Placing Biodegradable Erosion Control Blanket Biodegradable Erosion Control Blankets are used as an erosion prevention device and to ' enhance the establishment of vegetation. Erosion control blankets shall be installed according to the manufacturer's recommendations. Seeding and fertilizing shall be done prior to blanket installation. ' Select erosion control blanket material for an area based on the intended function: slope or ditch stabilization, and site specific factors including soil, slope gradient, rainfall, and flow exposure. Erosion Control Blankets shall not be used on slopes or in ditches that exceed the manufacturer's recommendations 8- 01.3(4) Placing Compost Blanket The first paragraph is revised to read: r Compost blanket shall be placed to a depth of 3 inches over bare soil. Compost blanket r shall be placed prior to seeding or other planting. An organic tackifier shall be placed over the entire composted area when dry or windy conditions are present or expected before the final application of mulch or erosion control blanket. The tackifier shall be applied immediately after the application of compost to prevent compost from leaving the composted area. r 8- 01.3(5) Placing Plastic Covering The second and third paragraphs are revised to read: ' Clear plastic covering shall be used to promote seed germination when seeding is performed outside of the Dates for Application of Final Seed in Section 8- 01.3(2)F. Black plastic covering shall be used for stockpiles or other areas where vegetative growth is unwanted. ' The plastic cover shall be installed and maintained in a way that prevents water from cutting under the plastic and prevents the plastic cover from blowing open in the wind. 8- 01.3(6) Check Dams This section is revised to read: ' Check dams shall be installed as soon as construction will allow, or when designated by the Engineer. The Contractor may substitute a different check dam, in lieu of what is specified in the contract, with approval of the Engineer. The check dam is a temporary or permanent structure, built across a minor channel. Water shall not flow through the check dam structure. Check dams shall be constructed in a manner that creates a ponding area upstream of the dam to allow pollutants to settle, with water from increased flows 1 - - - - -- - - - -- - - - -- ----- - - - - -- --------- - -- - - - - -- -- - - - - -- - 151Page r channeled over a spillway in the check dam. The check dam shall be constructed to prevent erosion in the area below the spillway. Check dams shall be placed. perpendicular to the flow of water and installed in accordance with the Standard Plans. The outer edges shall extend up the sides of the conveyance to prevent water from going around the check dam. Check dams shall be of sufficient height to maximize detention, without causing water to leave the ditch. Check dams shall meet the requirements in Section 9- 14.5(4). 8- 01.3(6)A Geotextile- Encased Check Dam This sections content including title is deleted. 8- 01.3(6)B Quarry Spall Check Dam This sections content including title is deleted. 8- 01.3(6)C Sandbag Check Dam This sections content including title is deleted. 8- 01.3(6)D Wattle Check Dam This sections content including title is deleted. 8- 01.3(6)E Coir Log This sections title is revised to read: 8- 01.3(6)A Coir Log 8- 01.3(7) Stabilized Construction Entrance The first paragraph is revised to read: Temporary stabilized construction entrance shall be constructed in accordance with the Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation. All quarry spall material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out. 8- 01.3(9)B Gravel Filter, Wood Chip, or Compost Berm The first paragraph is revised to read: Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a minimum of 1 foot in height and shall be maintained at this height for the entire time they are in use. Rock material used for filter berms shall meet the grading requirements in Section 9- 03.9(2), but shall not include any recycled materials as outlined in Section 9- 03.21. 8- 01.3(9)C Straw Bale Barrier This section including title is revised to read: 8- 01.3(9)C Vacant 8- 01.3(11) Vacant This section including title is revised to read: 161Page 8- 01.3(11) Outlet,'Protection Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other conveyances. All quarry spall material used for outlet protection shall be free of extraneous material and meet the gradation requirements in Section 9 -13.6. ' 8- 01.3(13) Temporary Curb This section is revised to read: Temporary curbs shall divert or redirect water around erodible soils. ' Temporary curbs shall be installed along pavement edges to prevent runoff from flowing onto erodible slopes. Water shall be directed to areas where erosion can be controlled. The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in roadways. 8 -01.4 Measurement ' The third paragraph is revised to read: Check dams will be measured per linear foot one time only along the completed check dam. No additional measurement will be made for check dams that are required to be rehabilitated or replaced due to wear. ' The ninth paragraph is deleted. tThe twelfth paragraph (after the preceding amendment is applied) is revised to read: Seeding, fertilizing, liming, mulching, mowing, and tackifier will be measured by the acre by ' ground slope measurement or through the use of design data This section is supplemented with the following: ' Outlet Protection will be measured per each initial installation at an outlet location. ' 8 -01.5 ,Payment The bid item "Straw Bale ", per each is deleted. ' The bid item "_Erosion Control Blanket ", per square yard is deleted. The bid item "Soil Binder or Tacking Agent ", per acre is deleted. ' This section is supplemented with the following: "Outlet Protection ", per each. The unit Contract price per each for "Outlet Protection" shall be full payment for all costs incurred to complete the Work. 1 171 Page "Tackifier", per acre. The unit Contract price per acre for "Tackifier" shall be full payment for all costs incurred to complete the Work. "Biodegradable Erosion Control Blanket", per square yard. The unit Contract price per square yard for "Biodegradable Erosion Control Blanket" shall be full pay for all costs to complete the specified Work. Section 8 -02, Roadside Restoration August 6, 2012 In this section, "psiPE" is revised to read "PSIPE" 8- 02.3(4)C - Topsoil Type C In this section, "9 =14 1(2)" is revised to read "9- 14.1(3) ". 8- 02.3(8) Planting Item number 1 in the second paragraph is revised to read: 1. Non - Irrigated Plant Material West of the summit of the Cascade Range - October 1 to March 1. East of the summit of the Cascade Range - October 1 to November 15. 8 -02.5 Payment The paragraph following bid item "Coarse Compost ", per cubic yard" is revised to read: The unit Contract price per cubic yard for "Fine Compost ", Medium Compost" or "Coarse Compost" shall be full pay for furnishing and spreading the compost onto the existing soil Section 8 -04, Curbs, Gutters, and Spillways April 2, 2012 8- 04.3(1) Cement Concrete Curbs, Gutters, and Spillways This section is supplemented with the following new sub- section: 8- 04.3(1)6 Roundabout Cement Concrete Curb and Gutter Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb shall be shaped and finished to match the shape of the adjoining curb as shown in the Plans. All other requirements for cement concrete curb and cement concrete curb and gutter shall apply to roundabout cement concrete curb and gutter. 8 -04.4 Measurement This section is supplemented with the following: Roundabout splitter island nosing curb will be measured per each. 8 -04.5 Payment The bid item, "Roundabout Truck Apron Cement Concrete Curb ", per linear foot is deleted. 181 Page 1 L 1 1 1 1 This section is supplemented with the following: "Roundabout Cement Concrete Curb and Gutter ", per linear foot The unit Contract price per linear foot for "Roundabout Cement Concrete Curb and Gutter" shall be full payment for all costs for the Work including transitioning the roundabout cement concrete curb and gutter to the adjoining curb shape. "Roundabout Splitter Island Nosing Curb ", per each. The unit Contract price per each for "Roundabout Splitter Island Nosing Curb" shall be full payment for all costs for the Work including transitioning the roundabout splitter island nosing curb to the adjoining curb shape. Section 8 -07, Precast Traffic Curb and Block Traffic Curb January 7, 2013 This section's title is revised to read: 8 -07 Precast Traffic Curb 8 -07.1 Description This section is revised to read: This Work consists of furnishing and installing precast traffic sloped mountable curb or dual faced sloped mountable curb of the design and type specified in the Plans in accordance with these Specifications and the Standard Plans in the locations indicated in the Plans or as staked by the Engineer. 8 -07.2 Materials The material reference "Block Traffic Curb 9- 18.3" is deleted from this section. The referenced section for the following item is revised to read: Paint 9 -34.2 8- 07.3(1) Installing Curbs The fifth and seventh paragraphs are deleted from this section. 8 -07.4 Measurement The first paragraph is deleted from this section. 8 -07.5 Payment The following bid items are deleted from this section: "Type A Precast Traffic Curb ", per linear foot. "Type C Precast Traffic Curb ", per linear foot. "Type A Block Traffic Curb ", per linear foot. "Type C Block Traffic Curb ", per linear foot. 191 Page Section 8 -20, Illumination, Traffic Signal Systems, And Electrical August 6, 2012 8- 20.3(4) Foundations The first paragraph is revised to read: Foundation concrete shall conform to the requirements for the specified class, be cast -in- place concrete and be constructed in accordance with Sections 6 -02.2 and 6 -02.3. Concrete for Type II, III, IV, V, and CCTV signal standards and light standard foundations shall be Class 4000P. Concrete for pedestals and cabinets, Type PPB, PS, I, FIB, and RM signal standards and other foundations shall be Class 3000. Concrete placed into an excavation where water is present shall be placed using an approved tremie. If water is not present, the concrete shall be placed such that the free -fall is vertical down the center of the shaft without hitting the sides, the steel reinforcing bars, or the steel reinforcing bar cage bracing. The Section 6- 02.3(6) restriction for 5 -feet maximum free -fall shall not apply to placement of Class 4000P concrete into a shaft. Steel reinforcing bars for foundations shall conform to Section 9 -07. 8- 20.3(9) Bonding, Grounding The first sentence in the second paragraph is replaced with the following two sentences: All conduit installed shall have an equipment ground conductor installed in addition to the conductors noted in the Contract. Conduit with innerducts shall have an equipment ground conductor installed in each innerduct that has an electrical conductor. Section 8 -21, Permanent Signing August 6, 2012 8 -21.2 Materials The third sentence is revised to read: Materials for sign mounting shall conform to Section 9 -28 11. 8- 21.3(9)A Fabrication of Steel Structures The first sentence in the first paragraph is revised to read: Fabrication shall conform to the applicable requirements of Section 6 -03 and 9 -06. This section is supplemented with the following: All fabrication, including repairs, adjustments or modifications of previously fabricated sign structure members and connection elements, shall be performed in the shop, under an Engineer approved shop drawing prepared and submitted by the Contractor for the original fabrication or the specific repair, adjustment or modification. Sign structure fabrication repair, adjustment or modification of any kind in the field is not permitted. If fabrication repair, adjustment or modification occurs after a sign structure member or connection 201 Page element has been galvanized, the entire member or element shall be re- galvanized in accordance with AASHTO M 111. ' 8- 21.3(9)B Vacant This section including title is revised to read: 8- 21.3(9)B Erection of Steel Structures Erection shall conform to the applicable requirements of Sections 6 -03 and 8- 21.3(9)F. ' Section 8- 21.3(9)F notwithstanding, the Contractor may erect a sign bridge prior to completion of the shaft cap portion of one foundation for one post provided the following conditions are satisfied: 1. The Contractor shall submit design calculations and working drawings of the temporary supports and falsework supporting the sign bridge near the location of the incomplete foundation to the Engineer for approval in accordance with Section ' 6 -01.9. The submittal shall include the method of releasing and removing the temporary supports and falsework without inducing loads and stress into the sign bridge. 2. The Contractor shall submit the method used to secure the anchor bolt array in proper position with the sign bridge while casting the shaft cap concrete to complete the foundation. 3. The Contractor shall erect the sign bridge and temporary supports and falsework, ' complete the remaining portion of the incomplete foundation, and remove the temporary supports and falsework, in accordance with the working drawing submittals as approved by the Engineer. ' 8- 21.3(9)F Foundations The following new paragraph is inserted after the second paragraph: ' Concrete placed into an excavation where water is present shall be placed using an approved tremie. If water is not present, the concrete shall be placed such that the free -fall is vertical down the center of the shaft without hitting the sides, the steel reinforcing bars, or ' the steel reinforcing bar cage bracing. The Section 6- 02.3(6) restriction for 5 -feet maximum free -fall shall not apply to placement of Class 4000P concrete into a shaft. The eighth paragraph is replaced with the following three new paragraphs: After construction of concrete foundations for sign bridge and cantilever sign structures, the Contractor shall survey the foundation locations and elevations, the anchor bolt array locations and lengths of exposed threads. The Contractor shall confirm that the survey conforms to the sign structure post, beam, span and foundation design geometry shown in ' the Plans, and shall identify any deviations from the design geometry shown in the Plans. When deviations are identified, the Contractor shall notify the Engineer, and such notice shall be accompanied by the Contractor's proposed method(s) of addressing the ' deviations, including removal and reconstruction of the shaft cap portion of the affected concrete foundation as outlined in this Section, or fabrication repair, adjustment or modification, with associated shop drawings, in accordance with Section 8- 21.3(9)A. 21 Page If the Contractor's survey indicates that a concrete foundation has been constructed incorrectly for a sign structure that has already been fabricated, the Contractor may remove and reconstruct the shaft cap portion of the foundation, in accordance with Section 1- 07.13, provided the following conditions are satisfied: The Contractor shall submit the method and equipment to be used to remove the portion of the concrete foundation to be removed and reconstructed to the Engineer for approval in accordance with Section 1 -05.3. The submittal shall include confirmation that the equipment and the method of operation is appropriate to ensure that the existing anchor bolt array and primary shaft vertical steel reinforcing bars will not be damaged. 2. All steel reinforcing bars, except for steel reinforcing bars extending from the bottom portion of the foundation to remain, shall be removed and disposed of in accordance with Sections 2 -02.3 and 2- 03.3(7)C, and shall be replaced with new steel reinforcing bars conforming to the size, dimensions and geometry shown in the Plans. All concrete of the removed portion of the foundation shall be removed and disposed of in accordance with Sections 2 -02.3 and 2- 03.3(7)C. 3. The Contractor shall adjust the primary shaft vertical steel reinforcing bars as necessary in accordance with Section 6- 02.3(24)C to provide clearance for the anchor bolt array. Sign structures shall not be erected on concrete foundations until the Contractor confirms that the foundations and the fabricated sign structures are either compatible with each other and the design geometry shown in the Plans, or have been modified in accordance with this Section and as approved by the Engineer to be compatible with each other, and the foundations have attained a compressive strength of 2,400 -psi. Item number 4 in the ninth paragraph is revised to read: 4. Concrete shall be Class 4000P, except as otherwise specified. The concrete for the shaft cap (the portion containing the anchor bolt array assemblies above the construction joint at the top of the shaft) shall be Class 4000. Item number 3 in the tenth paragraph is revised to read: 3. Unless otherwise shown in the Plans, concrete shall be Class 4000P. 8 -21.5 Payment This section is supplemented with the following: All costs in connection with surveying completed concrete foundations for sign bridges and cantilever sign structures shall be included in the lump sum contract price for "Structure Surveying ", except that when no Bid item is included in the Proposal for "Structure Surveying" then such costs shall be included in the lump sum contract price(s) for "Sign Bridge No. _" and "Cantilever Sign Structure No.. _" - - -- - - - -- -- -- -- - - -- 221Page 1 ' Section 8 -22, Pavement Marking January 7, 2013 ' 8- 22.3(3)D Line Applications The last paragraph is supplemented with the following: ' Grooved line pavement marking shall not be constructed on bridge decks or on bridge approach slabs. 8- 22.3(6) Removal of Pavement Markings The following two new sentences are inserted after the first sentence: ' Grinding to remove painted markings is not allowed. Grinding to remove plastic marking is allowed to a depth just above the pavement surface, then water blasting or shot blasting shall be required to remove the remaining markings. ' 8 -22.4 Measurement The items "Painted Wide Line" and "Plastic Wide Line" are deleted from the fourth paragraph ' The sixth paragraph is revised to read: Diagonal lines used to delineate parking stalls that are constructed of painted or plastic 4- inch lines will be measured as "Paint Line" or "Plastic Line" by the linear foot of line installed. Crosswalk line will be measured by the square foot of marking installed. ' The following two new paragraphs are inserted after the sixth paragraph: Crosshatch markings used to delineate median and gore areas will be measured by the ' completed linear foot as "Painted Crosshatch Marking" or "Plastic Crosshatch Marking ". The measurement for "Painted Crosshatch Marking" and for "Plastic Crosshatch Marking" ' will be based on the total length of each 8 -inch or 12 -inch wide line installed. 8 -22.5 Payment The bid items "Painted Wide Line ", per linear foot and "Plastic Wide Line ", per linear foot are deleted from this section. This section is supplemented with the following two new bid items: "Painted Crosshatch Marking ", per linear foot. "Plastic Crosshatch Marking ", per linear foot. ' The following new paragraph is inserted after the last bid item in this section: ' The unit Contract price for the aforementioned Bid items shall be full payment for all costs to perform the Work as described in Section 8 -22. 1 231Page Section 9 -02, Bituminous Materials January 7, 2013 9 -02.4 Anti - Stripping Additive This section is revised to read: Anti - stripping additive shall be a product listed in the current WSDOT Qualified Products List (QPL). Section 9 -03, Aggregates January 7, 2012 9- 03.1(1) General Requirements The eighth paragraph is deleted. 9 -03.13 Backfill for Sand Drains This section is supplemented with the following: That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 percent by weight of wood waste. 9- 03.13(1) Sand Drainage Blanket The last paragraph is revised to read: That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 percent by weight of wood waste. 9- 03.14(1) Gravel Borrow Note' is deleted, including the reference in the table. 9- 03.14(2) Select Borrow Note' is deleted. Note 2 is re- numbered Note', including the reference in the table. 9- 03.14(4) Gravel Borrow for Geosynthetic Retaining Wall This section is revised to read: All backfill material for geosynthetic retaining walls shall consist of granular material, either naturally occurring or processed, and shall be free draining, free from organic or otherwise deleterious material. The material shall be substantially free of shale or other soft, poor durability particles, and shall not contain recycled materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The backfill material shall meet the following requirements for grading and quality: Sieve Size Percent Passing 1 '/4 " 1 99 -100 1" 90 -100 No. 4 50 -80 241 Page No. 40 30 max. No. 200 7.0 max. Sand Equivalent 50 min. All percentages are by weight Property Test Method Allowable Test Value Los Angeles Wear 500 rev. AASHTO T 96 35 percent max. Degradation Factor W SDOT Test Method 113 15 min. pH, permanent walls AASHTO T 289 4.5 -9 pH, temporary walls AASHTO T 289 3 -10 Wall backfill material satisfying these grading and property requirements shall be classified as nonaggressive. 9- 03.21(1) General Requirements The first sentence in the first paragraph is revised to read: Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cullet), and Steel Furnace Slag may be used as, or blended uniformly with naturally occurring materials for aggregates. 9- 03.21(1)C Vacant This section including title is revised to read: 9- 03.21(1)C Recycled Glass (Glass Cullet) Glass Cullet shall meet the requirements of AASHTO M 318 with the additional requirement that the glass cullet is limited to the maximum amounts set in Section 9- 03.21(1)E for recycled glass. Prior to use the Contractor shall provide certification to the Project Engineer that the recycled glass meets the physical properties and deleterious substances requirements in AASHTO M -318. 9- 03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled ' Material The column heading "Recycled Glass" is revised to read "Recycled Glass (Glass Cullet) in the table. In the column "Recycled Glass (Glass Cullet)" all amounts are revised to read "20" beginning with the item "Ballast" and continuing down until the last item in the table. u 1 1 Section 9 -04, Joint And Crack Sealing Materials January 7, 2013 9 -04.2 Joint Sealants This section is supplemented with the following new sub - sections: 9- 04.2(3) Polyurethane Sealant Polyurethane sealant shall conform to ASTM C 920 Type S Grade NS Class 25 Use M. 251Page Polyurethane sealant shall be compatible with the closed cell foam backer rod. When required, compatibility characteristics of sealants in contact with backer rods shall be determined by Test Method ASTM C 1087. 9- 04.2(3)A Closed Cell Foam Backer Rod Closed cell foam backer rod for use with polyurethane sealant shall conform to ASTM C 1330 Type C. 9 -04.10 Crack Sealing — Rubberized Asphalt This section is deleted. 9 -04.11 Butyl Rubber and Nitrile Rubber Q This sections number is revised to read: 9 -04.10 D Section 9 -05, Drainage Structures, Culverts, and Conduits a January 7, 2013 9 -05.0 Acceptance by Manufacturer's Certification a This section including title is revised to read: 9 -05.0 Acceptance and Approval of Drainage Structures, and Culverts The Drainage Structure or Culvert may be selected from the Qualified Products List, or a submitted using a Request for Approval of Materials (RAM) in accordance with Section 1- 06. Certain drainage materials may be accepted by the Engineer based on a modified acceptance criteria when materials are selected from the Qualified Products List (QPL). The modified acceptance criteria are defined in the QPL for each material. 9- 05.1(6) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (Up to 10 Inch) This section is supplemented with the following: Corrugated polyethylene drain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan' for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9- 05.1(7) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (12 Inch Through 60 Inch) This section is supplemented with the following: Corrugated polyethylene drain pipe manufacturers shall participate in the National, Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density - -- -- - - - - -- ----- - - - - - -- - --------- - - - - -- - -- - 26 Page ' Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9- 05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10 Inch) This section is supplemented with the following: Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the ' National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9- 05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12 -Inch Through 60 Inch Diameter Maximum), Couplings, and Fittings ' This section is supplemented with the following: Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High ' Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9 -05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings ' The word "producer" is revised to read "manufacturer" The second paragraph is revised to read: Joints for corrugated polyethylene culvert pipe shall be made with either a bell /bell or bell and spigot coupling and shall incorporate the use of a gasket conforming to the ' requirements of ASTM D 1056 Type 2 Class B Grade 3 or ASTM F 477. All gaskets shall be factory installed on the coupling or on the pipe by the qualified manufacturer. This section is supplemented with the following: Corrugated polyethylene culvert pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. ' 9 -05:20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings The word "producer' is revised to read "manufacturer ". ' The first paragraph is revised to read: Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the t requirements of AASHTO M 294 Type S or D. The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted. Fittings shall be blow molded, rotational molded, or factory welded. ' This section is supplemented with the following: 27 Page t Corrugated polyethylene culvert pipe manufacturers shall participate in the National Transportation Product Evaluation Program ( NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9 -05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and a Polypropylene Sanitary Sewer Pipe This sections content is deleted and replaced with the following: All joints for polypropylene pipe shall be made with a bell /bell or bell and spigot coupling and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be factory installed on the pipe in accordance with the producer's recommendations: Qualification for each producer of polypropylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the 0 materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties it deems appropriate. This section is supplemented with the following new sub - sections: 9- 05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 1. For dual wall pipe sizes up to 30 inches: ASTM F2736.. a 2. For triple wall pipe sizes from 30 to 60 inches: ASTM F2764. 3. For dual wall profile pipe sizes 36 to 60 inches: AASHTO MP 21, Type S or Type D. 4. Fittings shall be factory welded, injection molded or PVC. 9- 05.24(2) Polypropylene Sanitary Sewer Pipe Polypropylene sanitary sewer pipe shall conform to the following requirements: 1. For pipe sizes up to 30 inches: ASTM F2736. 2. For pipe sizes from 30 to 60 inches: ASTM F2764. 3. Fittings shall be factory welded, injection molded or PVC. - -- ----- - - - - -- - - - - -- -- - - - -- 281Page 1 1 Section 9 -14, Erosion Control and Roadside Planting ' January 7, 2013 9 -14.3 Fertilizer The second sentence in the first paragraph is revised to read: It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, and water - soluble potash or sulfur in the amounts specified. 9- 14.4(2) Hydraulically Applied Erosion Control Products (HECPs ) ' The first sentence in the third paragraph is revised to read: All HECPs shall be furnished premixed by the manufacturer with Organic or Synthetic ' Tackifier as specified in Section 9- 14.4(7). The third and fourth rows in Table 1 is revised to read: 1 u 1 Heavy Metals EPA 6020A Total Metals Antimony — < 4 mg /kg Arsenic — < 6 mg /kg Barium — < 80 mg /kg Boron —< 160 mg /kg Cadmium — < 2 mg /kg Total Chromium — < 4 mg /kg Copper — < 10 mg /kg Lead — < 5 mg /kg Mercury — < 2 mg /kg Nickel — < 2 mg /kg Selenium — < 10 mg /kg Strontium — < 30 mg /kg Zinc — < 30 mg /kg Water Holding ASTM D 7367 800 percent minimum Capacity ' 9- 14.4(2)A Long Term Mulch In the first paragraph, the phrase "within 2 hours of application" is deleted. 9- 14.4(4) Wood Strand Mulch The last sentence in the second paragraph is deleted. ' This section is supplemented with the following new paragraph: The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that ' the product is not harmful to plant life and a test report performed in accordance with WSDOT Test Method 125 demonstrating compliance to this specification prior to acceptance. ' 9- 14.4(8) Compost The second paragraph is revised to read: 291Page 1 D Compost production and quality shall comply with WAC 173 -350 and for biosolids D composts, WAC 173 -308. The third paragraph is to read: 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 gradation: Sieve Size Percent Pa sing Minimum Maximum l" 100 5 /8" 90 100 '/4" 75 100 Note Maximum particle length of 4 inches. Medium compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 1" 100 5 /8" 85 100 '/4" 70 85 Note Maximum particle length of 4 inches. Medium compost shall have a carbon to nitrogen ration (C:N) between 18:1 and 35:1. The carbon to nitrogen ration shall be calculated using dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. Coarse compost shall meet the following gradation: Sieve Size Percent Pa sing Minimum Maximum , 2" 100 1" 90 100 3/4" 70 100 '/4" 40 60 Note Maximum particle length of 6 inches. Coarse compost shall have a carbon to nitrogen ratio (C: N) between. 25:1 and 35:1. The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. 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 ". 301Page .. ........ __ ._._..... 1 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1 percent by weight as determined by U.S. Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size ". ' 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On- Ignition Organic Matter Method (1-01) ". 5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in accordance with U.S.'Composting Council TMECC 04.10 "Electrical Conductivity." 1 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting Council TMECC 05.05 -A, "Germination and Root Elongation" 7. Stability shall be 7 -mg CO2 —C /g OM /day or below in accordance with U.S. Composting Council TMECC 05.08 -B "Carbon Dioxide Evolution Rate ". t 8. The compost product shall originate from organic waste as defined in WAC 173 350 as "Type 1 Feedstocks ", "Type 2 Feedstocks ", and /or "Type 3 Feedstocks ". The Contractor 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. Medium and coarse compost shall score a 5 or above on the Solvita® Compost Maturity Test. 9- 14.4(8)A Compost Approval This section's title is revised to read. ' 9- 14.4(8)A Compost Submittal Requirements The first sentence in this section up until the colon is revised to read: The Contractor shall submit the following information to the Engineer for approval: ' Item No. 2 in the first paragraph is revised to read: 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling) or for biosolid composts a copy of the Coverage Under the General Permit for Biosolids Management issued to the t manufacturer by the Department of Ecology in accordance with WAC 173 -308 ( Biosolids Management). 9- 14.5(1) Polyacrylamide (PAM) ' The third sentence is replaced with the following two new sentences: 311Page t The minimum average molecular weight shall be greater than 5 -mg /mole. The charge density shall be no less than- 15 percent and no greater than 30 percent. 9- 14.5(2) Erosion Control Blanket This section including title is deleted in its entirety and replaced with the following: 9- 14.5(2) Biodegradable Erosion Control Blanket Biodegradable erosion control blankets shall be made of natural plant fibers, and all netting material, if present, shall biodegrade within a life span not to exceed 2 years. The Contractor shall provide independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the requirements of Section 9- 14.5(2)B, 9- 14.5(2)C and 9- 14.5(2)D. 9- 14.5(2)A Approval and Acceptance of Biodegradable Erosion Control Blankets The erosion control blanket may be selected from the Qualified Products List; or submitted using a Request for Approval of Materials (RAM) in accordance with Section 1 -06. Erosion control blankets may be accepted by the Engineer based on the modified acceptance criteria when materials are selected from the QPL. The modified acceptance criteria are defined in the QPL for each material. 9- 14.5(2)B Biodegradable Erosion Control Blanket for Slopes Steeper than 3:1 (H:V) Table 6 Properties ASTM Test Method Requirements for Slopes Steeper than 3:1 Protecting ASTM D 6459 C factor = 0.04 maximum for Slopes from cumulative R- Factor <231 Rainfall- Induced Soil tested shall be sandy Erosion loam as defined by the NRCS ** Soil Texture Triangle Mass Per Unit ASTM D 6475 7.6 oz. /sq. yd. minimum Area Light ASTM D 6567 44 % maximum Penetration Tensile Strength ASTM D 6818 10.0 x 6.0 pounds /inch minimum MD x XD* Tensile ASTM D 6818 38% x 33% maximum Elongation MD x XD* *MD is Machine Design and XD is Cross Direction * *Natural Resource Conservation Services 321Page 11 r11 7 1 I 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9- 14.5(2)C Biodegradable Erosion Control Blanket for Slopes Flatter than 3:1(H:V) Table 7 Properties ASTM Test Method Slope Flatter than 3:1 Performance in ASTM D 6460 Requirements Protecting ASTM D 6459 C factor = 0.15 maximum for Slopes from loam as defined by the cumulative R- Factor <231 Rainfall- Induced Soil tested shall be sandy Limiting Velocity Mim;t) = 7.5 Erosion loam as defined by the ft/sec flow minimum. Induced Erosion NRCS ** Mass per Unit Soil Texture Triangle 7.4 oz./ sq. yd. minimum Mass Per Unit ASTM D 6475 7.6 oz. /sq. yd. minimum Area ASTM D 6567 65 % maximum Light ASTM D 6567 40% maximum Penetration Tensile Strength ASTM D 6818 6.5 x 2.3 pounds /inch minimum MD x XD* Tensile ASTM D 6818 38% x 33% maximum Elongation MD x XD* *MD is Machine Design and XD is Cross Direction * *Natural Resource Conservation Services 9- 14.5(2)D Biodegradable Erosion Control Blanket for Ditches Table 8 Properties Test Method Requirements Performance in ASTM D 6460 Limiting Shear jLim;t) = 2.0 psf Protecting Soil tested shall be sandy minimum. Earthen loam as defined by the Channels from NRCS ** Limiting Velocity Mim;t) = 7.5 Stormwater- Soil Texture Triangle ft/sec flow minimum. Induced Erosion Mass per Unit ASTM D 6475 7.4 oz./ sq. yd. minimum Area Light ASTM D 6567 65 % maximum 331Page Penetration Tensile Strength ASTM D 6818 9.6 x 3.2 Ibs /inch minimum MD x XD* Tensile ASTM D 6818 38% x 33% maximum Elongation MD x XD* *MD is Machine Design and XD is Cross Direction * *Natural Resource Conservation Services 9- 14.5(4) Geotextile Encased Check Dam This section including title is revised to read: 9- 14.5(4) Check Dams All materials used for check dams shall be non -toxic and not pose a threat to wildlife when installed. This section is supplemented with the following new sub - sections: 9- 14.5(4)A Biodegradable Check Dams Biodegradable check dams shall meet the following requirements: Biodegradable Check Dams Materials Wattle Check Dam 9- 14.5(5) Compost Sock Check Dam 9- 14.5(6) Coir Log Check Dam 9- 14.5(7) The Contractor may substitute a different biodegradable check dam as long as it complies with the following and is approved by the Engineer: 1. Made of natural plant fiber. 2. Netting if present shall be biodegradable. 9- 14.5(4)B Non = biodegradable Check Dams, Non - biodegradable check dams shall meet the following requirements: 1. Geotextile materials shall conform to section 9 -33 for silt fence. 2. Other such devices that fulfill the requirements of section 9- 14.5(4) and shall be approved by the Engineer prior to installation. 9- 14.6(1) Description In item No. C in the fourth paragraph, "22- inch" is revised to read "2- inch ". - - --- -- ------------- - - - - -- - -- - - -- --- - - - - -. 341Page - - 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Section 9 -18, Precast Traffic Curb and Block Traffic Curb August 6, 2012 This section's title is revised to read: 9 -18 Precast Traffic Curb 9 -18.3 Block Traffic Curb This section including title is revised to read: 9 -18.3 Vacant Section 9 -20, Concrete Patching Material, Grout, and Mortar January 2, 2012 9- 20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications This section is revised to read: Grout Type 3 shall be a prepackaged material meeting the requirements of ASTM C 928 — Table 1, R2 Concrete or Mortar. 9- 20.3(4) Grout Type 4 for Multipurpose Applications In the third sentence of the first paragraph, the reference "0.40" is revised to read "0 45 ". Section 9 -23, Concrete Curing Materials and Admixtures April 2, 2012 9 -23.2 Liquid Membrane - Forming Concrete Curing Compounds In the first paragraph, "moisture loss" is revised to read "water retention ". Section 9 -28, Signing Materials and Fabrication September 17, 2012 9- 28.14(2) Steel Structures and Posts "AASHTO M 291" is revised to read "ASTM A 563 ". Section 9 -34, Permanent Marking Material April 2, 2012 9 -34.2 Paint The second paragraph is revised to read: 351Page Blue and black paint shall comply with the requirements for yellow paint in Section 9- 34.2(4) and Section 9-34.2(5), with the exception that blue and black paints do not need to meet the requirements for titanium dioxide, directional reflectance, and contrast ration. ------- ----- - 361 P a g e 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INTRODUCTION TO THE SPECIAL PROVISIONS (July 31, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State Department of Transportation ( WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition • City of Yakima Standard Details IContractor shall obtain copies of these publications, at Contractor's own expense. 1 371Page Division 1 General Requirements DESCRIPTION OF WORK (March 13, 1995) This Contract provides for the improvement of * ** various street segments throughout the City. Work includes pavement repair, planing bituminous pavement, paving with hot mix asphalt, constructing ADA ramps, pavement markings * ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -01.3 Definitions (March 8, 2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. 381 Page Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, 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 ". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. 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. 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. - - -- - -- -- ----------- -- - -- - - - - 391Page Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1 -08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents ' See definition for "Contract ". Contract Time ' The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. - - -- - -- -- ----------- -- - -- - - - - 391Page Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award. Large plans (e.g., 22" x N/A Furnished only upon 34 ") request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1 -02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: 401 Page 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 Form unless otherwise specified. 1 -02.6 Preparation of Proposal (June 27, 2011 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. r5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any 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. ' (August 2, 2004) The fifth and sixth paragraphs of Section 1 -02.6 are deleted. 1 -02.7 Bid Deposit (March 8, 2013 APWA GSP) ' Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 411Page 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; . 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree -with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1 -02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272 -056A EF, as required by Section 1 -02.6. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1 -02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept -the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; 421Page n 1 J Ll 1 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 Business Enterprise Certification, if applicable, as required in Section 1 -02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1- 02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1 -02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option A) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. As evidence that the Bidder meets the mandatory bidder responsibility criteria, 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 responsibility 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 Contracting Agency also reserves the right to obtain information from third parties concerning a Bidder's compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. 1 -02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: 431Page 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. This section is supplemented with the following: Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other City contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and thereafter to verify its employees proof of citizenship and authorization to work in the United States. E- Verify will be used for newly hired employees during the term of the contract only; it is not to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. If the contractor has not previously filed an E- Verify Compliance Declaration with the City, the contractor must sign the attached E- Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid. 1 -03 AWARD AND EXECUTION OF PROJECT 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 441Page sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1 -03.2 Award of Contract ' This section is supplemented with the following: Award of the Contract will be to the bidder with the lowest accumulated total of the four schedules (A, B, C and D) combined. 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. I 1 1 Fi Within Ten 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency- furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 451 -Page - 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, 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). 1 -04 SCOPE OF THE WORK 1- 04.1(2) Bid Items Not Included in the Proposal This section is supplemented with the following: There may be work shown in the Plans that doesn't have a bid item included in the proposal. The lump sum item "Additional Work" will be full pay for all material, equipment and labor required to perform any work shown in the Plans that is not included in the proposal. As part of the bid proposal, the Contractor shall include a list of all work that is included in this lump sum price. 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 46 Page - - -- - -- - -- ' 1 -05 CONTROL OF WORK 1 -05.4 Conformity With And Deviations From Plans And Stakes This section is supplemented with the following: ' The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction ' staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to the other bid items of the project. F1 1 1 1 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. 471Page 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 the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 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. 48 1 -Page - - - - -- - - - -- - ' 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. Ij 1 491Page 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 1 Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating ' conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class ' operating condition.. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to ' successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. ' Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. Ij 1 491Page Add the following new section: 1- 05.12(1) One -Year Guarantee Period (March 8, 2013 APWA GSP) The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1 -05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be 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 a -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 50 Page ' Add the following new section: ct on. ' 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. CONTROL OF MATERIAL ' 1 -06.2 Acceptance of Materials ' 1- 06.2(1) Samples and Tests for Acceptance This section is supplemented with the following: The Contractor shall be responsible for scheduling and paying for all material testing ' required for this project. All testing services shall be performed by an independent, certified testing firm and /or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer ' for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test ' results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results ' shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. The sampling frequency is as follows: Trench Backfilling Compaction tests shall be taken at a frequency and at depths sufficient to document t that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall ' be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7- 08.3(3) or 7- 10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). ' Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2- 03.3(14). 511Page i Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2) Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10) B of these Special Provisions. Cement Concrete Curb, Gutter and Sidewalk One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. The concrete shall be tested for temperature, air content, slump and compressive strength. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). 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 521Page ' injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the ' Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons ' and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be ' intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1 -07.2 State Taxes ' Delete this section, including its sub - sections, in its entirety and replace it with the following: ' 1 -07.2 State Sales Tax (June 27, 2011 APWA GSP) ' The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in ' this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(1) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets; roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 531Page 1 1- 07.2(2) State Sales Tax — Rule 170 - WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1- 07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574 -1410. Permits And Licenses Section 1 -07.6 is supplemented with the following: The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. 1- 07.9(5) Required Documents (January 24, 2011 APWA GSP) Supplement this section- with the following: The Contractor or subcontractor directly contracting for "Off -Site, Prefabricated, Non - Standard, Project Specific Items" as defined below shall, identify and report information required on the addendum to the "Affidavit of-Wages Paid" form filed with the Department of Labor and Industries [form F700- 164 -000]. The Contractor shall include language in its subcontracts requiring subcontractors and lower -tier subcontractors to comply with the 541 Page �J t reporting requirements for "Off -Site, Prefabricated, Non - Standard, Project Specific Item" on the Affidavit of Wages Paid form addendum. The reporting requirement for Items shall apply for all public works contracts estimated to cost over $1 million entered into by the Contracting Agency and Contractor between September 1, 2010 through December 31, 2013. "Off -site, prefabricated, nonstandard, project specific items" means products or items that are: 1. Made primarily of architectural or structural precast concrete, fabricated steel, pipe and pipe systems, or sheet metal and sheet metal duct work; and 2. Produced specifically for this Project and not considered to be regularly available shelf items; and 3. Produced or manufactured by labor expended to assemble or modify standard items; ' and 4. Produced at an off -site location outside the State of Washington. The Contractor or subcontractor shall comply with the reporting requirements and instructions on the Affidavit of Wages Paid form, and shall report the following information on the Affidavit of Wages Paid form submitted to the Department of Labor and Industries in ' order to comply with the reporting requirements for use of "Off -Site, Prefabricated, Non - Standard, Project Specific" items: 1. The estimated cost of the project; ' 2. The name of the Contracting Agency and the project title; 3. The contract value of the off -site, prefabricated, nonstandard, project specific items produced outside of Washington State, including labor and materials; and t4. The name, address, and federal employer identification number of the contractor that produced the off -site, prefabricated, nonstandard, project specific items. 1 The Contracting Agency may direct the Contractor, at no additional cost to the Contracting Agency, to remove and substitute any subcontractor(s) found to be out of compliance with the "Off -Site Prefabricated Non - Standard Project Specific Items" reporting requirements more than one time as determined by the Department of Labor and Industries. Contractor's Responsibility for Work Repair of Damage Section 1- 07.13(4) is revised to read: (August 6, 2001) The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2) or 1- 07.13(3), payment will be made in accordance with Section 1 -04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 551 Page 1 Utilities and Similar Facilities Section 1 -07.17 is supplemented with the following: (April 2, 2007) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. 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: City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, WA 98902 509 - 576 -6196 City of Yakima Wastewater Div. 2220 E. Viola Yakima, WA 98901 509 - 575 -6077 Centurylink 8 W. 2 °d Ave. Room 304 Yakima, WA 98902 509 - 575 -7183 Pacific Power P.O. Box 1729 Yakima, WA 98907 509 - 575 -3146 Charter Communications 1005 N 161h Ave. Yakima, WA 98902 509 - 575 -1697 Cascade Natural Gas Corp. 401 N. 1St St. Yakima, WA 98901 509 - 457 -5905 Nob Hill Water 6111 Tieton Dr. Yakima, WA 98908 509 - 966 -0272 1 -07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance (January 24, 2011 APWA GSP) 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in force during the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this Contract, and the Contractor shall annually 561 Page 1 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 subcontractor's insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. F. The Contractor shall provide the Contracting Agency and all Additional Insured with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): ' • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • appointed officials The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. ' 1- 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a, minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)6. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. i 571 Page 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 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 581 Page 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 ' 1- 07.23(1) Construction Under Traffic ' This section shall be supplemented with the following: Add the following to the third paragraph: ' 6. The Contractor shall maintain vehicular and pedestrian access to businesses at all times that businesses are open unless the Contractor provides the Engineer with written agreement from the business owner for alternate accesses, hours of work or ' other agreements. Add the following to the sixth paragraph: 7. Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. The Contractor shall stage work to maintain access to and egress from all properties at all times. Contractor may consider work immediately in front of business access to be done ' during non - business hours or schedule an agreeable time with each business owner. A safe pedestrian access shall be provided at all times through or around the current work areas. Where, in the opinion of the Engineer, parking is a hazard to through traffic or to the construction work, parking may be restricted either entirely or during the time when it creates a hazard. Signs for restricting parking shall be approved by the City and placed by the Contractor. The Contractor shall be responsible for and shall maintain all such signs. The ' replacement of signs restricting parking shall be as approved by the Engineer. ' Lane closures on 16th Avenue, 40th Avenue, Nob Hill Boulevard, 1" Street, Summitview Avenue and Washington Avenue are subject to the following restrictions: ' Lane closures will not be allowed between 6:00 AM and 8:00 PM. Between these times all lanes will be open to traffic. If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. 591Page Required Night Work Night -time traffic control will be utilized for all work on 16th Avenue, 40th Avenue, Nob Hill Boulevard, 1 st Street, Summitview Avenue and Washington Avenue. All lane closures shall only be allowed Monday, Tuesday, Wednesday, Thursday and Friday nights from 8:00 PM to 6:00 AM. Only single lane closures shall be allowed unless otherwise approved by the Engineer The Contractor shall notify all property owners and tenants of detours, street and .alley closures, or other restrictions that may interfere with their access. Notification shall be at least twenty -four (24) hours in advance for residential property, and at least forty -eight (48) hours in advance for commercial property. If personal contact with the occupant is not possible, the Contractor shall leave written notification. Emergency traffic, such as police, fire, and disaster units, shall be provided access at all times. In addition, the Contractor shall coordinate his activities with all disposal firms and transit bus service that may be operating in the project area. It is the intent of the Contract to effectively prevent the deposition of debris on streets in areas of public traffic or where such debris may be transported into a drainage system. When construction operations are such that debris from the work is deposited on the roadway surfaces, the Contractor will remove all such debris before the end of the work day. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall, upon order of the Engineer, provide facilities for and remove all deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question, or the trucks or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with Contractor's obligations is assured, or the Engineer may order the streets in question cleaned by others and such costs incurred by the City in achieving compliance with these contract requirements, including cleaning of the streets, shall be deducted from moneys due or to become due the Contractor next monthly estimate. The Contractor shall have not claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved 1- 07.23(2) Construction and Maintenance of Detours This section is supplemented by the following: No full street closure shall be allowed from 5:00 am to 7:00 pm. The Contractor shall make a written request to the, Engineer for each nighttime closure a minimum of five working days prior to the closure. Each request shall include a full detour and signing plan and approximate times of closure. Closures or detours shall not proceed until approved in writing by the Engineer. 601 Page 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. ' Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. ' Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the t work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the ' Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. 1 [J Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -07.28 Safety Standards (New Section) 611Page The following new section shall be added to the Standard Specifications: All work shall be performed in accordance with all applicable local, state, and federal health and safety codes, standards, regulations, and /or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property, or the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1 -08 Prosecution and Progress Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 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. 621 Page IAdd the following new section: 1- 08.0(2) Hours of Work 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. ' Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8 -hour period on any day. The Contractor shall apply in writing to the Engineer for ' such permission, 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 shall include but are not limited to: ' • The Engineer shall require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews, personnel from the Contracting Agency's material ' testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. • On non - Federal aid projects, requiring the Contractor to reimburse the Contracting ' Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. • Considering the work performed on Saturdays, Sundays, and holidays as working ' days with regard to the contract time. • 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. ' 1 -08.3 Progress Schedule. This section is supplemented with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule ' shall conform to the working modification by the Engineer. The schedule shall be drawn to ' 631Page a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling. Copies (2 prints or 1 reproducible of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. If the Contractor proceeds with work not indicated on this weekly activity'schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 -08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1 -08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 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. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1- 10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1 -08.5 Time for Completion (June 28, 2007 APWA GSP, Option A) (March 13, 1995) This project shall be physically completed within * ** 90 * ** working days. Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the 10th calendar day after the Notice to Proceed date. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized 641 Page F i J t t u 0 ' May 24, 2013 to June 11, 2013 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 workinq day, then the .fifth day of that week will be charged as a working day whether or not the Contractor works on that day. tRevise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract ' after all the Contractor's obligations under the, contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: ' 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by ' law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents 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 -08.11 Sequence of Work (NEW SECTION) This section is added: ' The earliest that the Contractor will be allowed to perform work on Tieton Drive is July 15, 2013. The Contracting Agency reserves the right to extend this starting date for work on ' Tieton Drive to September 2, 2013 at no additional cost to the contracting agency. Work performed on Fair Avenue between Nob Hill Boulevard and Pacific Avenue shall be scheduled so that the roadway is not disturbed or a "construction zone" between the ' following listed dates: May 24, 2013 to June 11, 2013 July 3, 2013 to July 14, 2013 August 1, 2013 to August 18, 2013 September 13, 2013 to September 29, 2013 65 Page Work performed on Nob Hill Boulevard shall be scheduled so that the roadway is not disturbed or a "construction zone" between September 20, 2013 and September 29, 2013. 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 (March 13, 2012 APWA GSP) Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. 1 -10 TEMPORARY TRAFFIC CONTORL Traffic Control Management General Section 1- 10.2(1) is supplemented with the following: (December 1, 2008) Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 661 Page 1 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 Measurement Lump Sum Bid for Project (No Unit Items) Section 1- 10.4(1) is supplemented with the following: (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(1) shall apply. DIVISION 2 EARTHWORK 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.3 Construction Requirements Section 2 -02.3 is supplemented with the following: Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas that pavement is to remain. Concrete curb, gutter and sidewalks shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the Contractor shall saw cut these structures in neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. The materials to be removed under this section shall become the property of the Contractor. The Contractor shall remove and dispose of the materials outside of the project limits. Any damage caused to the pavement, curb, gutter or sidewalk, due to the Contractor's operation that is scheduled to remain, shall be repaired by the Contractor to the satisfaction of the Engineer at no expense to the Contracting Agency. ' 2- 02.3(3) Removal of Pavements, Sidewalks, Curbs and Gutters This section is supplemented with the following: rItem 1 is revised to read: Haul all broken pieces to an off - project site to be obtained by the Contractor. wItem 3 is revised by adding the following to the end of the first sentence: "or remove to the nearest joint as directed." 2 -02.4 Measurement ' This section is supplemented with the following: T Where saw cutting is necessary, the Contractor shall be paid by the linear foot, regardless of depth of cut, which includes all labor and equipment required to do the cut. 2 -02.5 Payment This section is supplemented by adding the following pay item: "Saw Cut ", per linear foot. 681 Page 2 -03 ROADWAY EXCAVATION AND EMBANKMENT 2 -03.3 Construction Requirements This section is supplemented with the following: Pavement repair excavation including haul shall consist of removing pavement and underlying material where shown in the Plans after the pavement has been saw -cut. The depth of the excavation shall be nine inches or 15 inches as detailed in Section 5- 04.3(5) E of these Special Provisions. 2 -03.4 Measurement This section is supplemented with the following: Pavement repair excavation including aul will be measured b the cubic yard. g Y Y 2 -03.5 Payment This section is supplemented with the following: I"Pavement Repair Excavation Incl. Haul, per cubic yard. 2 -07 WATERING 2 -07.3 Construction Requirements This section is supplemented with the following: The Contractor shall secure com I ermission from and p comply with t 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, 1 the Contractor shall make certain that he hydrant valve is fully open in order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. 691Page 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. rUpon 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, form the final payment to the Contractor. The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. 691Page Violation of these requirements will result in fines and will lay the Contactor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2 -07.4 Measurement This section is supplemented with the following: There will be no measurement for water. 2 -07.5 Payment This section is supplemented with the following: All costs to provide and apply water shall be incidental to construction. All costs shall be included in other contract pay items. DIVISION 4 BASES 4 -06 ASPHALT TREATED BASE 4 -06.2 Materials This section is supplemented with the following: (October 25, 1999) The grade of paving asphalt used in asphalt treated base shall be PG 64 -28 unless otherwise ordered by the Engineer. DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT 5- 04.3(5) E Pavement Repair Delete this section and replace it with the following: In areas where existing asphalt concrete pavement is to be replaced, the asphalt shall be repaired as follows prior to the overlay: 16th Ave., 40th Ave., 64th Ave., 1St St., Tieton Dr., Summitview Ave, Nob Hill Blvd. and Washington Ave. Twelve (12) inches of crushed surfacing base course shall be placed and compacted to within three (3) 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 roller sufficient for the width of the pavement repair area. Walnut Ave. and Fair Ave. Six (6) inches of crushed surfacing base course shall be placed and compacted to within three (3) 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 roller sufficient for the width of the pavement repair area. 701 Page 5- 04.3(7)A Mix Design (March 10, 2010 APWA GSP) Delete this section and replace it with the following; r1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard ' Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350 -042 demonstrating the design meets the requirements of Sections 9- ' 03.8(2) and 9- 03.8(6). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350 -042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti -strip requirements has been made. Anti- ' strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. C. Historical aggregate source ant -strip use provided by WDOT. ' The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9- 03.8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following processes: a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. C. Reference a mix design that has been previously verified by the Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving. Mix design verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 3. Field Verification Testing Process. The Contracting agency will collect three ' Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. a. The Contracting agency will test one Production Sample in accordance with section 5- 04.3(8)A for field verification per the requirements of Section 9- 03.8(7). 71 1 Page b. If the test results from the first Production Sample are within the tolerances of section 9- 03.8(7), the mix design will be considered verified and the test results will be used as acceptance sample number one. C. If the test results from the first Production Sample are outside the tolerances of section 9- 03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5- 04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. 5- 04.3(8)A1, General (March 10, 2010 APWA GSP) Delete these sections and replace them with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. 5- 04.3(8)A4, Definition of Sampling Lot and Sublot (March 10, 2010 APWA GSP) Delete this section and replace it with the following: For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5- 04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix 721 Page 1 w F1 1 1 � 11 1 1 �1 design, testing for volumetric properties may be waived at the engineer's discretion At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. 5- 04.3(8)A5, Test Results (March 10, 2010 APWA GSP) Delete this section and replace it with the following: The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced'. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results (gradation and asphalt binder content) may be challenged by the.Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7- calendar days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The results of the challenge sample -will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation U.S. No. 4 sieve and larger Percent passing ±4.0 U.S. No. 8 sieve Percent passing ±2.0 U.S. No. 200 sieve Percent passing ±0.4 Asphalt binder Percent binder content ±0.3 Va Percent Va ±0.7 If the results of the challenge sample testing are within the allowable deviation established above for each parameter, the acceptance sample test results will be used for acceptance of the HMA. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per challenge sample. If the results of the challenge sample testing are outside of any one parameter established above, the challenge sample will be used for acceptance of the HMA and the cost of testing will be the Contracting Agency's responsibility. 5- 04.3(8)A7 Test Section — HMA Mixtures (March 10, 2010 APWA GSP) Delete this section. 731 Page 5- 04.3(13) Surface Smoothness This section is supplemented with the following: The second sentence is revised to read: The completed surface of the wearing course shall not vary more that'/ inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. Add the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered or are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. The location of each water valve shall be marked on the surface of the new pavement within 24 hours of the placement of the pavement. A er paving has been completed, the Contractor sha furnish, install and adjust new castings and covers on all new and existing public utility structures and monuments, as shown in the plans within 10 days of pavement construction. 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. 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(14) Planing Bituminous- Pavement This section is supplemented with the following: Planed surfaces shall be paved back within 7 calendar days. Any planed surface not paved back within 7 calendar days may be subject to penalty of $1,500 per day.. Prior to planing on Washington Avenue, the Contractor shall contact Rick Dwyer (509 -961- 4400) of the City of Yakima Traffic Division to coordinate the change over from loop 741 Page 1 activated traffic signals to camera activated traffic signals. The purchase of and installation of traffic cameras shall be by the City of Yakima. 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- 14.3(17) Paving Under Traffic Revise the last paragraph of this section 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 (March 10, 2010 APWA GSP) Delete the first paragraph and table and replaced them with the following: 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 ", % ", '/2 ", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Delete items 1 -3 in Paragraph two and replaced with the following: 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. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the 75 Pag -e - 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. 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 (March 10, 2010 APWA GSP) Delete this section and replace it with the following: 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. DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7 -05 1 MANHOLES, INLETS, CATCH BASINS AND DRYWELLS 7 -05.3 Construction Requirements This section is supplemented with the following: 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade This section is supplemented with the following: Manholes, catch basin frame and grates, inlet frames and grates, water valve boxes and other utility castings shall be adjusted in accordance with Section 5- 04.3(13) Surface Smoothness. Existing cast iron rings and lids on sanitary sewer and storm drain manholes shall be removed and disposed of,. and shall be replaced in accordance with Section 9- 05.15(1) of these Special Provisions. 761Page - 1 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.2 Materials This section is supplemented with the following: Crushed Surfacing Top Course (for Trench Backfill) 7- 08.3(3) Backfilling This section is supplemented with the following: All street crossing trenches and all other areas as directed by the Engineer shall be backfilled for the full depth of the trenches with Crushed Surfacing Top Course (for Trench Backfill). 7 -08.4 Measurement ' This section is supplemented with the following: Crushed surfacing top course (for trench backfill) will be measured by the ton. 7 -08.5 Payment The section is supplemented by adding the following pay item: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. 7 -09 WATER MAINS 7 -09.1 Description ' This section is supplemented with the following: This work shall include adjusting valve boxes to the finished grade of the asphalt concrete ' pavement or sidewalk. 7 -09.3 Construction Requirements This section is supplemented with the following: Where existing valve boxes are located in the existing or proposed asphalt roadway, they shall be adjusted as detailed in Section 5- 04.3(13) of these Special Provisions. Where existing valve boxes are located in the proposed sidewalk, they shall be adjusted to finish grade prior to placing the concrete. 7 -09.4 Measurement This section is supplemented with the following: Add the following item: Adjust valve box will be measured per each, for each valve box adjusted. 7 -09.5 Payment ' This section is supplemented with the following: 771Page Add the following item: "Adjust Valve Box ", per each. The unit contract price per each for "Adjust Valve Box" shall be full pay for all labor, equipment and materials required to adjust the valve box. DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements General The tenth paragraph of Section 8- 01.3(1) is revised to read: (January 25, 2010) Erodible Soil Eastern Washington Erodible soil not being worked whether at final grade or not, shall be covered within the following time period using an approved soil cover practice: July 1 through September 30 30 days October 1 through June 30 15 days Erosion and Sediment Control (ESC) Lead The second and third paragraphs in Section 8- 01.3(1)B are revised to read: (January 7, 2013) The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not limited to: 1. Maintain an on -site TESC plan that reflects current site conditions and work methods. Provide weekly updates to the Project Engineer. 2. Identify arising needs for adaptive management and /or BMPs which were not originally identified in the TESC plan. Coordinate all proposed TESC activities with the Project Engineer. 3. Attend all weekly construction meetings and provide an update on current and planned TESC activities. 4. Ensure that all necessary Best Management Practices (BMP) are identified, implemented and maintained throughout construction. 5. Oversee the installation and maintenance of all TESC control BMP's to ensure continued performance of their intended function. Damaged or 781 Page 1 n 1 1 inadequate BMP's shall be corrected immediately through coordination with the Engineer. When a TESC Plan is included in the contract plans, the ESC Lead shall also inspect all disturbed areas, on -site BMP's, and stormwater discharge points at least once every calendar week and within 24 -hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month when approved by the Engineer. The ESC Lead shall complete an Erosion and Sediment Control Inspection Form (Form Number 220 - 030 -EF) for each inspection and a copy shall be submitted to the Engineer no later than the end of the next working day following the inspection. 8 -14 CEMENT CONCRETE SIDEWALK 8 -14.3 Construction Requirements 8- 14.3(3) Placing and Finishing Concrete This section is supplemented with the following: All sidewalk not located within driveway approach areas shall be four -inch thick cement concrete over a two inch base of crushed surfacing top course. All sidewalk located within a driveway approach area shall be six inch thick cement concrete over a two inch base of crushed surfacing top course. See City of Yakima Standard Detail R -5. 8 -14.5 Payment This section is supplemented with the following: All costs required to furnish, place and compact the Crushed Surfacing Top Course beneath the cement concrete sidewalk shall be incidental to, and included in the per square yard unit contract prices for "Cement Concrete Sidewalk" and "Cement Concrete Residential Driveway Approach" and the per each unit contract price for "Commercial Driveway Approach." 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, reconnection or realignment of side services, 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 791 Page entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. DIVISION 9 MATERIALS 9 -03 AGGREGATES 9- 03.8(2) HMA Test Requirements (March 10, 2010 APWA GSP) Section 9- 03.8(2) is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be * ** 1 * ** million. 9- 03.8(7) HMA Tolerances and Adjustments (March 10, 2010 APWA GSP) Delete Item 1 and replace it with the following: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: These tolerance limits constitute the allowable limits as described in Section 1 -06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99 -100. The tolerance limits on sieves shall only apply to sieves with control points. 801 Page Nonstatistical Evaluation Commercial Evaluation Aggregate, percent passing 1 ", W, '/2 ", and 3/8" sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% These tolerance limits constitute the allowable limits as described in Section 1 -06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99 -100. The tolerance limits on sieves shall only apply to sieves with control points. 801 Page ' 9 -05 DRAINAGE STRUCTURES, CULVERTS AND CONDUITS 9- 05.15(1) Manhole Ring and Cover This section is revised to read as follows: ' All manhole rings and lids to be adjusted on this project shall be replaced with locking manhole rings and lids that will be supplied by the City at no cost to the Contractor. The locking manhole rings and lids shall be picked up from the Wastewater Collections Shop ' located at 204 W. Pine Street at the Contractor's expense. The locking lids are marked as "Sewer" for the sanitary sewer system and "Storm" for the storm water system. The Contractor will be responsible for placing the correct lid on each system manhole upon ' completion of adjustment. The Contractor shall notify the Wastewater Collections Shop a minimum of 24 hours in advance (509- 576 -6302) to ensure that the facility will be open when scheduling the pickup of the rings and lids. The Contractor will need to supply the forklift for loading of the lids. ' The lids shall be placed such that the lid will open against traffic. ' (January 7, 2013) Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 11 -036, effective January 7, 2013 is made a part of this ' contract. The Standard Plans are revised as follows: B -10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan t B -90.40 Offset & Bend details, add the subtitle, "Plan View" above titles ' C-1 4a Deleted C-1 4b Deleted — - - - -- - - - -- — - ......... - - - ' 811Page C -5 Deleted C -13 Deleted ' D C-1 3a D Deleted C-1 3b Deleted ' C-1 3c Deleted C-1 4a Deleted C-1 4b Deleted — - - - -- - - - -- — - ......... - - - ' 811Page — - - - -- - - - -- — - ......... - - - ' 811Page C-1 4c Deleted C -14d Deleted C -14e Deleted C-1 5a Deleted C-1 5b Deleted C -28.40 Deleted C- 70.10 -00 Elevation, and Barrier Connection Detail, callout for premolded joint filler, revise '/4' to 3/8" Note 1, revise %4" to 3/8" The Welded Wire Reinforcing Substitution Option Table is deleted The note, "Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read. "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6 -10 3." C- 75.10 -00 Elevation, callout for premolded joint filler, revise '/4" to 3/8 ", Note 1, revise %a" to 3/8" The Welded Wire Reinforcing Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6 -10 3 " C- 75.20 -00 Elevation, callout for premolded joint filler, revise %4' to 3/8 ", Note 1, revise %" to 3/8" The Welded Wire Reinforcing Substitution Option Table is deleted The note, ""Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6 -10 3 " C- 75.30 -00 Elevation, and Plan views, callout for premolded joint filler, revise 1/4" to 3/8" ", Note 1, revise 1/4" to 3/8" The Welded Wire Reinforcing Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6 -10 3 " C- 80.10 -00 The Welded Wire Reinforcing Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read. "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6 -10 1" C- 80.20 -00 821 Page -1 1 ri 1 The Welded Wire Reinforcing Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read, "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6- 10.3." C- 80.30 -00 The Welded Wire Reinforcing Substitution Option Table is deleted The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6 -10.3 " C- 80.40 -00 The Welded Wire Reinforcing Substitution Option Table is deleted The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6 -10 3." DD =3 Deleted D -3.10 Key Note 7, reference to 1130.04(5).06 is revised to 730 05(5) G -24.50 Detail B, callout, "Nylon Washer - When sign face has Type 3 or 4 sheeting" is revised to read; Nylon Washer - When sign face has Type 3, 4, 8 or 9 sheeting" G -30.10 Sheet 2, "Sign Installation on Signal or Light Standard" detail, ' 7' -0" Min. "(2x) dimension(s) revised to read T -0" G -50.10 Sheet 2, Diamond - Shaped Sign detail, dimension, "More than 36" is revised to read, More than 30" G -60.20 Side View, callout, "Anchor Rod - 1 -3/4" Diam x 4' -4" Threaded 8" Min. Each End, W/ 2 Washers & 4 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for V -0" Min " is revised to read; "Anchor Rod - 1 -3/4" Diam x 4' -4" Threaded 8" Min Each End; W/ 2 Washers & 6 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for V -0" Min " G -60.30 End View, callout, "Anchor Rod - 1 -3/4" Diam. x 4' -4" Threaded 8" Min Each End; W/ 2 Washers & 4 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for V -0" Min." is revised to read; "Anchor Rod -- 1 -3/4" Diam. x 4'-4" Threaded 8" Min Each End; W/ 2 Washers & 6 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for V -0" Min." 1 -60.10 Deleted 1 -60.20 Deleted J -1f Deleted 1 831 Page J -3b Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J -6C " is revised to read- "SEE STANDARD PLAN J- 10.10..." Sheet 2 of 2, Plan View of Service Cabinet Notes, references to Std. Plan J -9a are revised to J- 60.05 (3 instances). J -7c Deleted J -12 Deleted J -15.10 Elevation View (3x), Depth dimension, reads, "Depth - See Std Spec. 9 -20 3(14)E and Contract', revised to read; "Depth - See Std Spec. 8 -20 3(13)A and Contract' J-1 6b Key Note 1, reference to J-1 6a is revised to J -40 36 J-1 6c Key Note 1, reference to J-1 6a is revised to J -40.36 Detail A, add callout, W Thick Grout (Four sides) J -20.11 Section B, add callout, W Thick Grout (Four sides) J -40.30 Section A, dimension, "18" Min from top of soil surface" is revised to read, 24" Min from top of soil surface Callout, "Gravel Pad" is revised to read, Crushed Surfacing - Per Standard Spec Section 9- 03 9(3) Monotube Sign Structure, elevation, callout - EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC MINIMUM SIZE # 8 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC minimum size # 4 AWG Detail C, callout- EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC MIN. SIZE # 8 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG J -75.45 elevation, callout - EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC. MINIMUM SIZE # 8 Is revised to read: EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC minimum size # 4 AWG Detail D, callout- EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC. MIN. SIZE # 8 841 Page J I�] Is revised to read- J -90.10 Section B, callout, "Hardware Mounting Rack - S S 1 -5/8" Slotted Channel' is revised to read. "Hardware Mounting Rack (Typ) Type 304 S S. 1 -5/8" Slotted Channel' J -90.20 Section B, callout, "Hardware Mounting Rack (Typ) S S 1 -5/8" Slotted Channel' is revised to read. "Hardware Mounting Rack (Typ ) - Type 304 S S 1 -5/8" Slotted Channel' EQUIPMENT GROUNDING CONDUCTOR -- CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG K -80.30 In the NARROW BASE, END view, the reference to Std Plan C -8e is revised to Std. Plan K -80.35 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........8/7/07 6/16/11 A- 30.35- 00......10/12/07 C -1 b .. ........ A- 50.20 -01.. 9/22/09 A- 10.20- 00.....10/5/07 C -1 d.... .......10/31 A- 40.00- 00........8/11/09 B- 10.60 -00 ...... A- 50.30 -00.. 11/17/08 A- 10.30- 00......10/5/07 B- 15.40- 01........2/7/12 A- 40.10- 02 ........... 6/2 /11 A- 50.40 -00. 11/17/08 A -20 10- 00..... 8/31/07 A- 40.15- 00 ......... 8/11 /09 A- 60.10 - 01.......10/14/09 3/15/12 A -30 10- 00 ...... 11 /8/07 A- 40.20- 01 ........... 2/7 /12 A- 60.20- 02....... .6/2/11 A- 30.15 - 00.....11 /8/07 A-40.50-01 ... . .. ... 6/2/11 A- 60.30 - 00.. ....... 11 /8/07 A- 30.30 -01 ....6/16/11 A- 50.10 -00 ...11/17/08 A- 60.40- 00.........8/31 /07 B-5.20-01 . ... .. 6/16/11 B- 5.40 - 01........6/16/11 C -1 b .. ........ B -5 60 -01.. .....6/16/11 C -1 c ........ ..5/30/97 B- 10.20 - 01.......2/7/12 C -1 d.... .......10/31 B-1 0.40-00 ... .... 6/1/06 B- 10.60 -00 ...... 6/8/06 B- 15.20 -01 .....2/7/12 /06 B- 15.40- 01........2/7/12 6/21/06 B- 15.60- 01........ 2/7/12 B- 20.20- 02.... 3/16/12 B -20 40- 03.... 3/16/12 B- 20.60 -03 .. 3/15/12 B- 25.20 - 01........3/15/12 B- 60.20- 00......... B- 25.60 -00. ......6/1 /06 B- 30.10- 01.........4/26 /12 B- 30.20 -02 .........4/26/ 12 B-30.30-01 ..... ... 4/26/12 B- 30.40 -01 .......4/26/ 12 C- 1 ...................6 /16/11 C -1 a ..............10/14/09 B- 30.70 -03 C -1 b .. ........ 6/16/11 C -1 c ........ ..5/30/97 B- 30.90 -01 C -1 d.... .......10/31 /03 C- 2 ....................1 /6/00 C- 2a ..................6/21 /06 C- 2b .... ......... 6/21/06 851Page B- 30.50 - 01.......4/26/12 C- 6a B- 30.70 -03 .......4/26/12 B-30.80-00 ....... .. 6/8/06 B- 30.90 -01 .......9/20/07 B-35.20-00 ..... .. 6/8/06 B- 35.40 -00 .........6/8/06 B- 40.20- 00 .......... 6/1 /06 B- 40.40 - 01.......6/16/10 .. .. .... 6/1/06 B- 45.20 -00 .....6/1/06 B- 45.40 -00 ........6/1 /06 B-50.20-00 .. . ..... 6/1/06 B-55.20-00 .... ..... 6/1/06 B- 60.20- 00......... 6/8/06 B- 60.40- 00 .......... 6/1 /06 B- 65.20- 01......... 4/26/12 B-65.40-00 . ........ 6/1/06 B-70.20-00 ....... .. 6/1/06 B- 70.60- 00....... .6/1/06 C- 6 ................... 5/30/97 C- 6a ...............10/14/09 C -6c ............ ...1 /6/00 C- 6d .... .............5/30 /97 C-6f. .. . ... ... .. 7/25/97 C- 7 ............. ..6/16/11 C -7a ............. 6/16/11 C -8 .................... 2/10/09 B- 75.20 -01.. .....6/10/08 B- 75.50- 01.......... 6/10/08 B-75.60-00 ........ . 6/8/06 B- 80.20 - 00 ......... 6/8/06 B- 80.40- 00..... .6/1/06 B- 82.20- 00 ......... 6/1 /06 B- 85.10- 01........ 6/10/08 B -85 20-00 .. .. .... 6/1/06 B- 85.30 - 00 ........ .6/1 /06 B- 85.40- 00...... .6/8/06 B-85.50-01 ... ..... 6/10/08 B- 90.10 - 00........6/8/06 B- 90.20 - 00........6/8/06 B- 90.30- 00..... . 6/8/06 B-90.40-00 ....... . 6/8/06 B- 90.50 - 00 .......... 6/8 /06 B- 95.20 - 01 .......... 2/3 /09 B- 95.40- 00......... 6/8/06 C- 23.60- 02......6/21 /12 C.24.10- 00......7/12/12 C- 25.18 -03.. ....7/2/12 C- 25.20 - 05........7/2/12 C-25.22-04 ...... . 7/2/12 C- 25.26 -02. _7/2/12 C- 25.80 - 02.......7/2/12 C- 40.14 -02 ........ 7/2/12 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 D- 2.18 -00 .....11 C -2 h ............... 3/28/97 C -2 i .................. 3/28/97 C -2j ............... 6/12/98 C -2 k..... .......7/27/01 C- 2n ............ .7/27/01 C- 2o ................7/13/01 C -20 .............10 /31 /03 C -3 ...............6 /27/11 C- 3a ........ ..... 10/4/05 C- 3b ................6/27/11 C- 3c........ ..6/27/11 C -4b . . . ..6/8/06 C -4e ......... ...2/20/03 C- 4f ......... ...... 7/2/12 D -2 04 -00 . . 11/10/05 D- 2.06- 01 ........ 1 /6/09 D- 2.08 - 00 ..... ..11 /10/05 D-2.14-00. ..11/10/05 D -2 80- 00.... D- 2.16 -00 ......11 /10/05 D- 2.18 -00 .....11 /10/05 D- 2.20- 00 ........ 11 /10/05 D- 2.32- 00 ........ 11 /10/05 D- 2.34- 01....... 1/6/09 D -2 36- 02 ...... .1 /6/09 D-2.42-00. .. 11/10/05 D- 2.44 -00 .. ..11/10/05 ....4/8/12 D -2 60-00... ..11/10/05 D -3 15 -01 D- 2.62 -00 ..... 11/10/05 D- 2.46 -00 ......11 /10/05 E- 1 ..................2 /21 /07 E -2 . . ... . 5/29/98 C- 8a ..................7/25/97 C- 40.16 -02.. ...7/2/12 C- 8b ....................6/27/11 D- 2.68 -00... C- 40.18- 02......7/2/12 D -2 80- 00.... C- 8e ...................2/21/07 D- 2.82 - 00........11 C- 70.10- 00.......4/8/12 D- 2.84 -00 C- 8f ........... . .6/30/04 C- 75.10- 00........4/8/12 D- 2.88 -00. C- 10 .............. . 6/3/10 C- 75.20- 00........4/8/12 D -3 09- 00..... C-1 6a .................6/3/10 D- 310 -00 C -75 30 -00 ....4/8/12 C-1 6b ................6/3/10 D -3 15 -01 C- 8010 - 00.......4/8/12 D- 3.16 -01.. C- 20.10- 00........7/2/12 C- 80.20 -00. ..4/8/12 C- 20.14 -02 .. 7/2/12 C- 80.30- 00........4/8/12 C- 2015 -01 7/2/12 C- 80.40- 00........4/8/12 C- 20.18- 01.......7/2/12 C- 80.50- 00........4/8/12 C- 2019 -01. ....7/2/12 C- 8510 - 00......4/8/12 C- 20.40- 03......... 7/2/12 C- 85.11- 00.......4/8/12 C-20.42-03 ..... .... 7/2/12 C- 85.14- 00........6/16/11 C- 20.45.01........7 /2/12 C- 85.15- 00........6/16/11 C- 22.14 -02. ...6/16/11 C- 85.16- 00......6/16/11 C- 22.16 -03. ..4/18/12 C- 85 -18- 00.......6/16/11 C- 22.40 -02.. ...6/16/10 C- 85.20- 00........6/16/11 C- 22.45.00........6 /16/11 C- 90.10- 00........7/3/08 D- 2.48 -00... .11/10/05 D- 2.64- 01 ........ 1 /6/09 D -2 66 -00... ..11/10/05 D- 2.68 -00... . 11/10/05 D -2 80- 00.... 11/10/05 D- 2.82 - 00........11 /10/05 D- 2.84 -00 .. 11/10/05 D- 2.86 -00. .11/10/05 D- 2.88 -00. ...11/10/05 D- 2.92- 00 ........ 11 /10/05 D -3 09- 00..... 5/17/12 D- 310 -00 6/16/10 D- 3.11 -01 3/15/12 D -3 15 -01 5/17/12 D- 3.16 -01.. . 5/17/12 E- 4 ................. 8/27/03 E- 4a ....... .......8/27/03 F- 10.12 -02. 6/16/11 F- 10.62 - 01.......9/05/07 F- 10.16 -00... .12/20/06 F- 10.64- 02........7/3/08 G -50 10- 00...11 F- 10.18 -00.. ..6/27/11 F- 30.10- 01........6/3/10 G- 60.20 - 01......6/27/11 F- 10.40- 02 ........... 6/21 /12 F- 4012 -01.. .6/3/10 F- 10.42- 00 ......... 1 /23/07 F- 40.14- 01........6/3/10 G- 10.10 -00... .9/20/07 G- 20.10 -00.. .9/20/07 G- 22.10- 01.......... 7/3/08 G-24.10-00. . 11/8/07 G- 24.20 - 01.....2/7/12 G- 30.10- 01.....6/16/11 G- 24.30 -01 ....2/7/12 G -50 10- 00...11 G- 24.40- 02......2/7/12 G- 60.10 -01 G- 24.50 - 01.....2/7/12 G- 60.20 - 01......6/27/11 H- 10.10- 00 .......... 7/3 /08 861 P a g -e- G- 24.60 -01 .6/16/11 G- 25.10 -03 ..3/15/12 G- 30.10- 01.....6/16/11 D- 10.15 - 01......12/2/08 G -50 10- 00...11 /8/07 G- 60.10 -01 . .. 6/27/11 G- 60.20 - 01......6/27/11 D- 10.30 -00 G- 60.30 - 01.......6/27/11 D- 10.35 -00 G- 70.10 - 01.....6/27/11 D-1 0.40-01 H- 32.10 -00 .....9/20/07 D- 3.17 -01 5/17/12 D- 4........... 12/11/98 D- 6 .............. 6/19/98 D- 10.10- 01......12/2/08 F- 45.10- 01..... D- 10.15 - 01......12/2/08 F -80 10-02 .... D- 10.20 - 00.......7/8/08 6/2/11 D- 10.25 - 00......7/8/08 10/14/09 D- 10.30 -00 .......7/8/08 D- 10.35 -00 .....7/8/08 D-1 0.40-01 ..... 12/2/08 D- 10.45- 01......12/2/08 D -15 10- 01....12/2/08 D- 15.20- 02....... 6/2/11 D- 15.30 - 01.....12/02/08 F- 40.15 - 01 ........ 6/3/ 10 F- 40.16- 01........ 6/3/10 F- 45.10- 01..... 6/21/12 F -80 10-02 .... 3/15/12 G- 70.20 -01 ..6/27/11 G- 70.30 - 01......6/27/11 G- 90.10 - 01....5/11 /11 G- 90.20 -01 6/27/11 G- 90.30 -01 6/2/11 G- 90.40 -01 10/14/09 G- 95.10- 01.....6/2/ 11 G- 95.20 - 02......6/2/11 G-95.30-02.. .6/2/11 H- 70.10- 01......2/7/ 12 i] i I� C 1 1 H- 10.15 - 00........7/3/08 H- 30.10 - 00.....10/12/07 1-10.10-01 . ....... 8/11/09 1-3010-01 . ....... 8/11 /09 1- 30.15- 01 ......... 2/7/ 12 1- 30.20 -00 .......9/20/07 1- 30.30 - 00.......9/20/07 J- 10.10 -01 J -3 ...................8/1 /97 J -3b ................ 3/4/05 J- 3c ............... .6/24/02 J- 3d ...............11 /5/03 J- 10 ................ 7/18/97 J- 10.10 -01 .. 5/11/11 J- 10.15- 00........7/2/12 K -24.40 -01... J-1 5.10-00 ..... .5/8/12 J- 15.15 -00 .. 6/16/10 J-1 6b ..............2/10/09 K- 26.20- 00........2/15/07 J-16c.. ... .. . ...2/10/09 J -20 10- 01......7/12/12 ..6/3/11 J- 20.11 - 00....7/12/12 M- 20.10- 02 ......... J-20.15-01 ...... 7/ 12/ 12 J- 20.16- 01......7/12/12 8/07/07 J - 20.20 - 01.....7/ 12/ 12 J-20.26-01 ...... 7/ 12/ 12 J- 21.10- 02......6/27/11 6/3/11 J- 21.15 -00.. ..10/14/09 J- 21.16- 00 ...... 10/ 14/09 J-21.17-00 ...10/14/09 J-21.20-00 ......10/14/09 K- 10.20 -01... .10/12/07 K- 10.40 -00 ........ 2/15/07 K- 20.20 -01 .....10/12/07 K -20 40- 00........2/15/07 ....9/20/07 K- 20.60 - 00.....2/15/07 /07 K- 22.20 -01... .10/12/07 K- 24.20 -00. ..... 2/15/07 K -24.40 -01... 10/12/07 K- 24.60 - 00.....2/15/07 J- 27.15 -00.. K-24.80-01 ...... 10/12/07 K- 26.20- 00........2/15/07 J- 28.10 -01. ..5/11/11 L- 10.10- 02..... 6/21/12 L-20.10-02..... 6/21/12 L- 30.10- 01....... 6/16/11 H- 60.10 -01 .. ...7/3/08 H- 60.20 -01 . .....7/3/08 1- 30.40 - 00.......10/12/07 J- 40.35 -00. 1-40.10-00 ..... .. 9/20/07 1-40.20-00. ....9/20/07 1- 50.10- 00.........9/20 /07 H-70.20-01 ...... 2/16/ 12 H- 70.30- 02......2/7/12 1- 50.20- 00 .......... 8/31 /07 1-80.10-01 .. .. ... 8/11/09 J- 22.15- 00....10/14/09 J- 40.30- 02....5/11/11 J- 22.16- 01......6/3/10 J- 40.35 -00. .3/15/12 J- 26.10 -02. 3/15/12 J- 40.36 -00 6/3/10 J- 26.15 -01 5/17/12 J- 40.37 -00. .6/3/10 J- 27.10- 00..3/15/12 K- 34.20 - 00 J- 40.38- 00.......6/16/11 K- 36.20 - 00........2/15/07 J- 27.15 -00.. 3/15/12 J- 50.10 -00... 6/3/11 J- 28.10 -01. ..5/11/11 K -80 37- 00 J- 50.11 -00 ..6/3/11 J- 28.22- 00......8/07/07 M- 20.10- 02 ......... J- 50.12 -00 6/3/11 J- 28.24- 00..... 8/07/07 J- 5015 -00 6/3/11 J- 28.26- 01.....12/02/08 M- 40.60 -00 J- 50.20 -00 6/3/11 J -28 30- 02..... 6/27/11 J- 50.25 -00 6/3/11 J- 28.40 -01.. .10/14/09 J -50 30 -00 6/3/11 J -28 42 -00 ......8/07/07 M- 60.20- 02......6/27/11 J -60 05 -00.. 6/16/11 J- 28.45- 01.... 6/27/11 J- 60.13 -00 6/16/10 J- 28.50- 02......6/2/11 J- 60.14 -00 6/16/10 J- 28.60- 01......6/2/11 J- 75.10 -01 .....5/11/11 J- 28.70 - 01.....5/11 /11 J- 75.20 -00 2/10/09 J- 29.10- 00.... 6/27/11 J -75 30 -01 5/11/11 J- 29.15- 00.......6/27/11 J- 75.40- 00....10/14/09 J- 29.16 - 00......6/27/11 J -75 45 -00 10/14/09 J- 40.10- 02.... 5/11/11 J- 90.10 -01 ...6/27/11 J- 40.20 -01 5/17/12 J- 90.20 -01. 6/27/11 K -26 40- 01......10/12/07 K -30 20- 00........2/15/07 K- 30.40 - 01.....10/12/07 2/15/07 K- 32.20 -00. ..... 2/15/07 K- 32.40 -00 ....... 2/15/07 K- 32.60 - 00......2/ 15/0 7 K- 32.80 -00... ..2/15/07 K- 34.20 - 00 ........ 2/ 15/07 K- 36.20 - 00........2/15/07 M- 40.30- 00....9/20/07 K- 40.20 - 00.......2/15/07 /07 K- 40.40 -00 .......2/15/07 L- 40.10 -02. ... 6/21/12 L -40 15- 01 ..... .. 6/16/11 L- 40.20- 02..... 6/21/12 K -40 60- 00.......2/15/07 K- 40.80- 00....... 2/15/07 K- 55.20- 00.......2/15/07 K- 60.20- 02..... .7/3/08 K- 60.40 - 00.......2/15/07 M- 40.20- 00...10/12/07 K- 70.20 - 00.......2/15/07 M- 1.60- 02 K- 80.10- 00 ....... 2/21 /07 K- 80.20 - 00.....12/20/06 M- 40.30- 00....9/20/07 K- 80.30 - 00.....2/21 /07 K -80 35- 00 ....... 2/21 /07 K -80 37- 00 ....... 2/21 /07 L- 70.10 -01. .. 5/21/08 L- 70.20 - 01....5/21 /08 M- 1.20- 02.......6/3/11 M- 9.60 -00... .2/10/09 M- 40.10- 02.....5/11/11 M- 1.40- 02 .... .... 6/3/11 M- 11.10- 01.......1/30/07 M- 40.20- 00...10/12/07 M- 1.60- 02 ....... .6/3/11 M- 1510 - 01.......2/6/07 M- 40.30- 00....9/20/07 M- 1.80- 03.......6/3/11 M- 17.10- 02 ......... 7/3/08 M- 40.40- 00....9/20/07 M- 2.20- 02 ......... 6/3/11 M- 20.10- 02 ......... 6/3/11 M -40 50- 00......9/20/07 M -3 10- 03 ......... 6/3/11 M- 20.20- 01 ....... 1 /30/07 M- 40.60 -00 ....9/20/07 M- 3.20- 02.......6/3/11 M- 20.30- 02.....10/14/09 M- 60.10- 01.....6/3/11 M- 3.30- 03......6/3/11 M- 20.40- 02 ......... 6/3/11 M- 60.20- 02......6/27/11 871P age ._.._ M- 3.40- 03 ......... 6 6/3/11 M 881 Page - iw r , CONTRACT THIS AGREEMENT, made and entered into in triplicate, this A411 y of 2013, by and between the City of Yakima, hereinafter called the Owner, and Columbia Asphalt & Gravel, c, 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 $3,599,933.05, for 2013 Citywide Street Resurfacing Project, City Project No. 2353, all in accordance with, and as described in the attached plans and specifications and the 2012 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Ninety (90) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11th day after the date on which the City issues the Notice to Proceed If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned CITY O AKIMA this day of 013 Cit Manager ttest ] 01Jti ity erk [ �. ` 4 CITY CONTRAC r NOf RESOLUTION NO: 04 -POG-N7 CONTRACTOR Columbia AsDhalt & Grave Inc., a Washington Corporation Contract By Print Name Its O (President, Owner, etc.) �( q,�6— I\M\ -.A; Bond No. 2170205 ' PERFORMANCE BOND BOND TO CITY OF YAKIMA ' KNOW ALL MEN BY THESE PRESENTS; That whereas the City of Yakima, Washington has awarded to Columbia Asphalt & Gravel, Inc. (Contractor) hereinafter designated ' as the "Principal" a contract for the construction of the project designated 2013 Citywide Stteet Resurfacing Project, City Project No. 2353, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: ' NOW, THEREFORE, we, the principal, and nth PTEriCan aecialty Irlaz�arM Qstreriv (Surety), a corporation, organized and existing under and by virtue of the laws of the State of tai . duly authorized to do business in the State of Washington,.as surety, are jointly and severally held and firmly, bound unto the City of Yakima, Washington, in the ' penal sum of $3, 599, 933.05 (Total Contract Amount) lawful money of the United States, the payment of which we jointly and severally bind ourselves; our heirs, executors, administrators and assigns, and successors and assigns, firmly by, these presents. THE CONDITIONS OF THIS BONG IS SUCH, that if the above bonded principal shall.faithfulty, 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 undersaid contract, and shall pay all laborers, mechanics, sub- contractors and materialmen; the claims of any person or persons' arising under the contract to the extent such claims are provided for in RCW 39.08.010; the state with respect to taxes imposed pursuant to Titles 50,51 and 82 RCW which may be due; ' and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said.City of Yakima, Washington, their employees, agents, and elected or appointed officials,, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said work, and shall indemnify and hold the City of Yakima, Washington, its employees, agents, and'elected or appointed officials, harmless from ' any damage or expense by reason of failure of performance as specified in said contract, or- from defects appearing or developing. in the material or workmanship provided or performed under said contract after its acceptance thereof by the City of Yakima, Washington, and all claims filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 5.0 and 51 and 82 RCW have been paid, then ' and in that event this obligation shall be void; but otherwise it shall be and remain infull force and.effect: This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances,of;the City of Yakima, Washington. IN WITNESS WHEREOi ; the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized ' officers this 1day of YAY 2013. aaluTbia Asphalt & CYawl, Inc. py" (Stgriaure t) SJ� (Print Name) Approved as to form: (True) (City ttorney) ' Nxt1 PIIEC'.LCaIl In � By', (Print Name), F '(Tate) = a+ I ' NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY ' GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International ' Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: KENNETH J FRICK, LORI McKIMMY and DONNA MARTINEZ ' JOINTLY OR SEVERALLY Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings ' obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS ' This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 20 of March, 2000: ' "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is ' FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." `anattumulfryh ' `Q GjAUp y�;!C4G By _".'• siAl. i CZi Steven P. Anderson, Senior Vice President of Washington International Insurance Company g ?• G S L d2 n 1� 1973 PttljOn` &Senior Vice President of North American Specialty Insurance Company O: ;m a / fbON .�` � y 30 ' t�han,PS a niiinnnllnlaaaa By .�,r� j••.. �...•�aAe David M. Layman, Vice President of Washington International Insurance Company inp1ptup & Vice President of North American Specialty Insurance Company ' IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 17th day of May , 20 12 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: ' On this 17th day of May 20 12, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , ' Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. /� n rNotary FFICIAL SEAL "�y�la ' r `NNA D. SKLFNS Public, State of Illinois Donna D. Sklens, Notary Public ^.P Coalmission Expires 10/06/2415 I, Jeffrey Goldberg the duly elected Assistant'Secretary ,, r <" -ofNorth American Specialty Insurance Company and Washington ' International Insurance Company, do hereby ceiatifyrThat the it'ove Land foi�egniiig is a.true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company aid - Wasliingtoii International "Insti:rance Company, which is still in full force and effect. �..•.•.: Jam:.; -f,�'' ,,,.�.�: a..��.,; (('''a=:;_.; "_',. IN WITNESS WHEREOF, I have set my-hand aii&- Ixed�the seals:,df;thd Cso:npanies'this 10th day of May 20 13 Jeffrey Goldberg, Vice President & Assistant Secretary of z „' Washington International Insurance Company & North American Specialty Insurance Company RETAINAGE BOND (RCW 60.28.011) Bond No. 2170207 ' KNOW ALL MEN BY THESE PRESENTS, that Columbia Asphalt & Gravel, Inc. a corporation existing under and by virtue of the laws of the State of Washington ' and authorized to do business in the State of Washington as Principal, and North American Specialty Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and authorized to transact ' business in the State of Washington as Surety, are jointly and severally held and bound unto City of Yakima as Obligee in the penal sum of ' One Hundred Seventy -Nine Thousand Nine Hundred Ninety -Six and 65/100 Dollars ($179,996.65), which is 5% of the Principal's contract with Obligee for 2013 Citywide Street Resurfacing Project City Project No. 2353 ' WHEREAS, on the /4%ay of May, 2013 the said Principal, herein, executed a contract with the Obligee as described above. 7 WHEREAS, said contract and RCW 60.28 require Obligee to withhold from the Principal the sum of 5% from monies earned on estimates during the progress of the construction, hereinafter referred to as earned retained funds. AND NOW WHEREAS, Principal, pursuant to RCW 60.28.011, has requested that the Obligee not retain any earned retained funds as allowed under RCW 60.28. NOW, THEREFORE, the condition of this obligation is such that the Surety is held and bound unto the Obligee in the penal sum of 5% of the final contract cost which shall include any increases due to change orders, increases in quantities of work or the addition of any new item of work. If the Principal shall use the earned retained funds, which will not be retained, for the purposes of RCW 60.28, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. PROVIDED, HOWEVER that any suit under this bond must be instituted within the time period provided by applicable Washington State law. WITNESS our hands this 1— �fiay of May, 2013 ` . ��`cC��fi'r"' r / °!cam'• !!� :ltda "ftG:p7h8 •A f' Mel M RU Eur!'Irm mmoom North American Specialty Insurance Company/ V V / Lori McKimmy, Attorney -in -F ct V NAS SURETY GROUP ' NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY ' KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of ' Schaumburg, Illinois, each does hereby make, constitute and appoint: KENNETH J FRICK, LORI McKIMMY and DONNA MARTINEZ ' JOINTLY OR SEVERALLY Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by ' law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of ' Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000• "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, ' the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is ' FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." \UUµiUilalplppprbrb ' `:" 1tONA(/ Bya",`Qi, GORPO/t+,fT� G i Zc SEAL : (� = Steven P. Anderson, Senior Vice President of Washington International Insurance Company2? S' L uji 1973 4r q & Senior Vice President of North American Specialty Insurance Company — O i m za ��y''•:`.!AMP`�, da'd' ON s David M. Layman, Vice President of Washington International Insurance Company raeammt° & Vice President of North American Specialty Insurance Company ' IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 17th day of May , 20 12 ' North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook SS: ' On this 17th day of May 20 12, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, ' personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. " "OFFICIAL SEAL" DONNA D. SKLENS Notary Public, State of Illinois Donna D Sklens, Notary Public My Commission Expires.10106 /2015 I, Jeffrey Goldberg the duly elected. Assistani:S'ecretary %_ .`�_' of North American Specialty Insurance Company and Washington International Insurance Company, do hereb• ,§Aifyth't=ihe ab, ,)ve and- foregoing is a true -and correct copy of a Power of Attorney given by said North r l,t American Specialty Insurance Compa ny 'an was h ingl 'onWtcmdtfonal.-I`nsurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my liand array tFxed'thetseais cit,th; Companies this day of May 20 13 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company 1 `l✓ii ii CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD/YYYY) 5/13/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Conover Insurance 125 N. 50th Ave. P.O. BOX 10088 Yakima WA 98909 -1088 CONTACT Traci Sullivan NAME: PHONE (509) 965 -2090 FAX (509) 966 -3454 EMAIL .tracis @conoverinsurance.com INSURERS AFFORDING COVERAGE NAIC # INSURER A.Travelers Indemnity Cc LIMITS INSURED Columbia Asphalt & Gravel, Inc. Columbia Ready Mix, Inc. P.O. Box 9337 Yakima WA 98909 INSURER B .Travelers Indemnity Cc of CT INSURER C. Travelers Pro /Cas of America INSURER D. INSURER E. $ 1,000,000 INSURER F. X COMMERCIAL GENERAL LIABILITY COVERAGES CERTIFICATE NUMBER:13 - 14 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 1S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MM /DD/YYYY POLICY EXP MM/ DIYYYY1 LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMA E TO RENTED PREMISES Ea occurrence $ 300,000 A CLAIMS -MADE a OCCUR DTCO2442M85AIND13 /26/2013 /26/2014 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. PRODUCTS - COMP /OP AGG $ 2,000,000 $ X1 POLICY PRO LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Eaaccdent 1,000,000 X BODILY INJURY (Per person) $ B ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED DT8102442M85ATCT13 /26/2013 /26/2014 AUTOS AUTOS PROPERTY DAMAGE $ NON -OWNED HIRED AUTOS AUTOS Per accident Medical a ments $ 5,000 X UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 5,000,000 HCLAIMS-MADE AGGREGATE $ 5,000,000 `. EXCESS LIAB DED I X I RETENTION$ 10,OOC $ DTSMCUP2442M85ATIL13 /26/2013 /26/2014 A WORKERS COMPENSATION Work Comp - Statutory WC STATU- OTH- AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR /PARTNER /EXECUTIVE E L. EACH ACCIDENT $ 1,000,000 OFFICER /MEMBER EXCLUDED (Mandatory in NH) N/A TCO2442M85AIND13 /26/2013 /26/2014 E.L. DISEASE - EA EMPLOYE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below �mployers Liab (Stop Gap) E.L. DISEASE - POLICY LIMIT $ 1 000 000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: 2013 Citywide Street Resurfacing Project #2353- the City of Yakima, their agent, employees, and elected and appointed officials are named as Additional Insured as required by written contract per form CG D2 46 08 05 which includes primary & non - contributory coverage. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Yakima ACCORDANCE WITH THE POLICY PROVISIONS. 129 N. 2nd Street ' Yakima, WA 98901 AUTHORIZED REPRESENTATIVE Traci Sullivan /TRACIS ice/ /C.a e. %Y 'ACORD 25 (2010/05) ©1988 -2010 ACORD CORPORATION. All rights reserved. IIUCl17S i�nnncn TM.. Ar%^MM .... .....11...... .......1... ..0 At�^Or% . ~". I � COMMERCIAL GENERAL LIABILITY This endorsement modiUes,inauranoe provided ondor1hm'hdlowinQ: 'COMMERCIAL GENERAL LIABILITY COVERAGE PART 1 WHO |S,\N INSURED — (Section|Uisameudod to include any persm or organization that you agree in o"written contract requiring insurance" �to include ao.an additional innuvadox,thinCuvor-, pge Part, but: m) On|y'with respect to|iobi|ity for "bodily 'injury",. propeqy damage" or "Personal injury'; and 4)1fand only -to 1he extent �at,the injury or damage -is caused by acts oromiasionmof' youorynurn66ouoAmctorinthe performance of`"yuur work'' -to which-the "written :contract requiring insurance" applies The.pensoo or organization does not.quaUfyas an additional insured with respect to�be independent acts or-omissions ufuu:hpemovorongan/zs8ion. 2. The insurance provided 10 the additional, insured -0y this endorsement is limited asJ611ows: 6) |n the event-that the Limits of |msura6ceof this Coverage Part shown in-the Declarations :exceed the |imitm^cf liability required bythe ^whUon contract requiring inounsnuo^. the in- yunanco Provided to the additional insured shall be.|/mitod to the Umdo of liability re- quired bytho `written contract mquiring,in- sunynoo^' This endorsement shall not in- crease the i insurance described Jn Section III — Limits Of Insurance. b) The insurance provided tq"thn additional h+ ned` �bodily injury", "prop orty.damage' or '!personal injury" arising out of the xendering of, ur�ailure to render, any professional ard1teutUniL`anginoedngorsur- veying services, including: J. The brepahnA, approving, or Jai8mU to ,prepare or opprove, mxapV, shop draw- ings, opinions,- -reports, surveys field or- ders or change -orders, or the pmpahng. appnoving, or failing 10 phapare or ep- pomo. drawings and npe�ificatiunu;und h. 8upemisory, ih8pe6fion' architectural or engineering activities � The insurance provided to the additional in ' aured does 'm� apply to ^budhy injinjury, u� or "property dumogc" oaoaod by "Your work" and included in the "'products-completed op- erafiony'hazand" unless -the "written contract naquihnginoumnoe" specifically .naqoirenyou to provide such coverage for,1hoiadditional inaunyd.and then the insurance provided to the additional insured applies only 'to such "bodily ini ^ or "property dam$ge^ that mu- ours'b6fona theomd of the period of time for which the, "mhtton contract requiring insop 'ance^ requires you toprovide such:coxeraQe ort1h,o Pn.ddf the policy period, <*hiohevmr,in I The insurance provided 1nthe additional insured by this nndorsementio excess' over uny.va|kj'and collectible "Other inounanoe^, whether primary, .excass, contingent or on,anyo8`er basis. that is available to the additional insured #or m.k`am we cover under this' endorsement. Hmwevor, if the ~written contract 1-nequiring insurance" specifically naguieo that this insurance apply on o primary basis or a primary �and 'non-contributory bayip, this insurance :is primary to "'other inounsnue^ available to 'the additional insured which covers 1hat penaonor organization as nnmnwd insured for ounh loss. and we will not share with that "othnr insurance" But the insurance provided 'to the additional ivauved by this endorsement x1iU is excess over any valid and collectible 'other in' sunanoe^.vvhether primary, oxneo*, contingent or ohnn �c�horb�mis.��h��ioavoi|ab|e-to \headd|- dune|'insured when that peown.or organization is an additional insured under such "other innur- ohbe~ 4 As m condition of coverage provided to the additional insured by this endorsement: a) The additional insured must give uowritten not�� as soon as practicable of on"'occur- rence"' or an offense which may mauk.in a claim To th6 extent pous|b|e, such notice should include. CG D2 46 08,105 @20057ke St. �Puul Travelers- Companies, Inc Page 1,of.2 1 1 1 1 1 1 1 1 1 1 1 1 COMMERCIAL GENERAL LIABILITY i. How, when and ,where the 'occurrence" ,or offense took place.; ii The names ,and addresses of any injured persons and witnesses; and M. The nature and location of 'any injury or damage arising out of the "occurrence" or .offense b) If a claim, is made or "suit "'is brought against the - additional insured, the additional insured must: .i. Immediately record the specifics of the .claim or "suit" and the.date received, and ii'. Notify us as soon as practicable The additional insured must see to. it that we .receive- written notice of the -claim or "suit" as soon as practicable c) The additional insured must immediately ,send us copies-of all, legal papers received in connection with the-claim or "suit ", cooperate with .us in the investigation or settlement of the •claim or defense against the "suit ", and otherwise comply with all policy-conditions. d) The additional insured must tender the de- fense and indemnity of any claim or "suit" to Page 2 of 2 any provider of "other insurance" which would . cover '.the additional insured for a loss we cover under this endorsement. However, this condition does not affect .whether the insur- ance provided to the additional insured by this endorsement is primary to '"other insur- ance" available to the additionai insured which covers that person or organization as a named insured as described in paragraph 3. above 5. The following definition is added to SECTION V. DEFINITIONS, "Written .contract requiring :insurance" means that part-of any written contract:or:agreement under which :you are required '.to include a person or organization as an additional in- sured on this Coverage Part, provided ,that the "bodily injury" and "property damage" oc- curs and the ".personal injury` is caused by an offense committed. a. After the signing and:execution of the contract or-agreement by-you, b. While that part of the contract or agreementis in effect; and c. Before the end of.the policy.period. U 2005 The St. Paul Travelers Companies, Inc. CG:D2 46'08'05 R.. MEMORANDUM G 13 CITY LEGAL DEPT. Date: May 20, 2013 To: Jeff Cutter - City Attorney From: Randy Tabert, Design Engineer for Bob Desgrosellier, Senior Engineer Re: 2013 Citywide Street Resurfacing Project City of Yakima Project No. 2353 Attached are three (3) signed copies of the Contract, the Performance Bond and the Certificate of Insurance for the above referenced project. I have been in contact with Jeff Widdows of Wells Fargo Insurance. The Insurance Certificate and Additional Insured Endorsement is acceptable. Please review for conformance and sign the attached Performance Bond if all is acceptable. Also, please note on the City Manager Signature Transmittal / Review Form who it was reviewed by. I have marked it was reviewed by legal. Please send back the completed documents as soon as possible. We are looking at having a pre- construction conference soon to get this project underway. If you have any questions please call me at 576 -6579 or Bob at 575 -6228 1 1 1 1 1 1 1 1 1 1 1 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 201 Notary Public in and for the State of Washington residing at ----------- - - - - -- - - - -- -- - - - - -- - -- - 971Page L 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 ti 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 a though fully set forth herein. The current schedule of prevailing wage rates for th locality or localities where this contract will be performed, as determined by th Industrial Statistician of the Department of Labor and Industries, are include in these contract documents. Inasmuch as the contractor will be held responsible for paying the pr ailing wages, it is imperative that all contractors familiarize themselves with the curre wage rates, as determined by the Industrial Statistician of the Department of ��6 and Industries, before submitting bids based on these specifications Department of Labor and Industri ESAC Division PO Box 44540 Olympia, Washington 9850 454 Telephone 991 Page 5335 In case any dispute arises as to what evailing r s of wages for work of a similar nature and such dispute cannosted by a parties in interest, including labor and management representativetter s II be referred for arbitration to the Director of the Department of Labor aries f the State and his decision therein shall be final and conclusive and bidina ies involved in the dispute as provided /to: for by RCW 39.12.060 as amended. Current prevailing wage rules and daturnished by the Industrial Statistician upon request. You may submit your re Department of Labor and Industri ESAC Division PO Box 44540 Olympia, Washington 9850 454 Telephone 991 Page 5335 State of Washington ' Department of Labor & Industries Prevailing Wage Section - Telephone 360- 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 J If L 1 1 1 t e 1 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Prevailing wage rates which have been published On: 2/1/2013 and will be effective from: 3/3/2013 2 it :sr.' Trade 're -rx.-a.R ',r Job Classification a t ,11Uaee, Holiday„ F, z`l.'4`.'.L "..; ; Overtime Notes =i Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $62.34 5N 1C Yakima Brick Mason Journey Level $41.48 5A 1M Yakima Building Service Employees Janitor $9.19 1 Yakima Building Service. Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $9.19 1 Yakima Building Service Employees ' Window Cleaner $9:19 i Yakima 1Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29 72 1 Yakima Cement Masons Journey Level $37.40 7B 1N Yakima Divers & Tenders Diver $100.28 5D 1M 8A Yakima Divers & Tenders Diver On Standby $56.68 5D 1M Yakima Divers & Tenders Diver Tender $52.23 5D 1M Yakima Divers & Tenders Surface Rcv & Rov Operator $52.23 5D 1M Yakima Divers & Tenders Surface Rcv & Rov Operator Tender. $48.67 SA 1B Yakima Dredge Workers Assistant Engineer $51.37 5D 3G' Yakima Dredge Workers Assistant, Mate(deckhand) $50.86 SD 3G Yakima Dredge Workers Boatmen $51.37 5D 3G Yakima Dredge Workers Engineer Welder $51.42 5D 3G Yakima Dredge Workers Leverman, Hydraulic $52.99 5D 3G Yakima Dredge Workers Maintenance $51.11 5D 3G . Yakima Dredge Workers Mates $51.37 5D 3G Yakima Dredge Workers Oiler $50.99 5D' 3G Yakima rywall Applicator Journey Level $38.43 5D 1M .Drywall Yakima D Taper .. Tapers .. Journey Level $32.51 .. .. 7E -..., .., 1P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers Yakima Electricians - Inside Cable Splicer $54.82 5A 1E Yakima Electricians - Inside Journey Level $52.94 5A 1E Yakima Electricians - Inside Welder $56.71 5A lE Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians -Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Cable Splicer $64.95 SA 4A 1 0 t 1 L 1 I� `I Construction Yakima Electricians - Powerline Construction Certified Line Welder .. , $59.37 5A 4A Yakima Electricians - Powerline Construction Groundperson $42.16 5A 4A Yakima Electricians - Powerline Construction Head Groundperson ,, $44.50 5A 4A Yakima Electricians - Powerline Construction Heavy Line Equipment Operator $59.37 5A 4A Yakimta Electricians - Powerline iConsfir'u'ction Jackhammer Operator $44.50 5A 4A Yakima Electricians - Powerline Construction Journey Level Lineperson $59.37 5A 4A Yakima Electricians - Powerline Construction Line Equipment•Operator $49.95 5A 4A Yakima Electricians - Powerline Construction Pole Sprayer $59.37 5A 4A Yakima Electricians - Powerline Construction Powderperson $44.50 5A 4A - Yakima Electronic Technicians Journey Level $23.40 1 Yakima Elevator Coristructors Mechanic $77.70 7D 4A Yakima Elevator Constructors Mechanic Iri Charge $84.24 7D 4A Yakima Fabricated Precast Concrete Products Craftsman - In- Factory Work Only $9.19 1 Yakima Fabricated Precast Concrete Products Journey Level - In- Factory Work Only $9.19 1 Yakima Fence.-Erectors Fence Erector $13.79 1 Yakima Flaggers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B Yakima Heat & Frost Insulators And Asbestos Workers Journey Level $25.32 1 Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers & Mason Tenders Journey Level $33.71 7A 2Y Yakima Industrial Power Vacuum Cleaner Journey Level $9.24 1 Yakima Inland.Boatmen Journey Level $9.19 1 Yakima Inspection /Cleaning /Sealing Of Cleaner Operator, Foamer Operator - $9.73 1 Sewer & Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Grout Truck Operator $11.48 1 Sewer & Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing'Of Head Operator $12.78 1 Sewer & Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Technician $9.19 1 Sewer & Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Tv Truck Operator _ $10.53 1 Sewer & Water'Svstems By Remote Control Yakima Insulation Applicators Journey Level $38.43 5D iM Yakima Ironworkers Journeyman $52.44 7N 10 ., Yakima Laborers Air, Gas Or Electric Vibrating Screed $32.75 7A 2Y 1 0 t 1 L 1 I� `I 1 1 t 1 1 77 d Yakima Laborers Airtrac Drill Operator $33.71 7A 2Y Yakima Laborers Ballast Regular Machine $32.75 7A 2Y Yakima Laborers Batch Weighman $30.75 7A 2Y Yakima Laborers Brick Pavers $32.75 7A 2Y Yakima Laborers Brush Cutter $32.75 7A 2Y Yakima Laborers Brush Hog Feeder $32.75 7A 2Y Yakima Laborers Burner .$32.75 7A 2Y Yakima Laborers Caisson Worker $33.71 7A 2Y Yakima Laborers Carpenter Tender, $32.75 7A 2Y Yakima Laborers Cement Dumper - paving $33.31 7A 2Y Yakima Laborers Cement Finisher Tender, $32.75 7A 2Y Yakima Laborers Change House Or Dry Shack $32.75 7A 2Y Yakima Laborers Chipping Gun (under 30 Lbs.) $32.75 7A 2Y Yakima Laborers Chipping Gun(30 Lbs. And Over) $33.31 7A 2Y Yakima Laborers Choker Setter $32.75 7A 2Y Yakima Laborers Chuck Tender $32.75 7A 2Y Yakima Laborers Clary Power Spreader 7 $33.31 7A 2Y . Yakima Laborers Clean -up Laborer $32.75 7A 2Y Yakima Laborers Concrete Dumper /chute Operator $33.31 7A 2Y Yakima Laborers Concrete Form Stripper $32.75 7A 2Y Yakima Laborers Concrete Placement Crew $33.31 7A 2Y . Yakima Laborers Concrete Saw Operator /core Driller $33.31 7A 2Y Yakima Laborers Crusher Feeder $30.75 7A 2Y Yakima Laborers Curing Laborer $32.75 7A 2Y Yakima Laborers Demolition: Wrecking & Moving (incl. Charred Material) $3235 7A 2Y Yakima Laborers Ditch Digger $32.75 7A 2Y Yakima Laborers Diver $33.71 7A 2Y Yakima Laborers Drill Operator (hydraulic,diamond) $33.31 7A 2Y Yakima Laborers . Dry Stack Walls ".$32.15 7A 2Y Yakima Laborers Dump Person $32.75 7A 2Y Yakima 'Laborers Epoxy Technician $32.75 7A 2Y Yakima Laborers Erosion Control Worker $32.75 7A 2Y Yakima Laborers Falier & Bucker Chairi Saw $33.31 7A 2Y Yakima Laborers Fine Graders $32.75 7A 2Y Yakima Laborers Fi,rewatch $30.75 7A 2Y Yakima Laborers Form Setter $32.75 7A 2Y Yakima Laborers . Gabian Basket Builders $32.75 7A 2Y Yakima Laborers General Laborer $32.75 7A 2Y Yakima Laborers Grade Checker & Transit Person $33.71 7A 2Y Yakima Laborers Grinders $32.75 7A 2Y Yakima Laborers Grout Machine Tender, $32.75 7A 2Y Yakima Laborers Groutmen (pressure)including Post Tension Beams $33.31 7A 2Y Yakima Laborers Guage and Lock Tender $33.81 7A 2Y 8�C Yakima Laborers Guardrail Erector $32.75 7A 2Y Yakima Laborers Hazardous Waste Worker (level A) $33.71 7A 2Y Yakima Laborers Hazardous Waste Worker (level B) $33.31 7A 2Y Yakima Laborers Hazardous Waste Worker (level C) , $32.75 7A 2Y Yakima Laborers High Scaler $33.71 7A 2Y Yakima laborers Jackhammer $33.31 7A 2Y - Yakima Laborers Laserbeam Operator $33.31 7A 2Y Yakima lLaborers Maintenance Person ;$32.75 - 7A- 2Y Yakima Laborers Manhole Builder - mudman $33.31 7A 2Y Yakima Laborers Material Yard Person $32.75 7A 2Y Yakima Laborers Motorman -dinky Locomotive $33.31 7A 2Y Yakima Laborers Nozzleman (concrete Pump; Green Cutter When Using.Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete,.Water Bla., '$33.31 . 7A 2Y Yakima Laborers Pavement Breaker $33.31 7A 2Y Yakima Laborers Pilot Car $30.75 7A 2Y Yakima Laborers Pipe Layer(lead) $33.71 7A 2Y Yakima Laborers Pipe Layer /tailor $3131 7A 2Y Yakima Laborers Pipe Pot Tender $33.31 7A 2Y Yakima Laborers Pipe Reliner $33.31 7A 2Y Yakima Laborers Pipe Wrapper $33.31 7A 2Y Yakima Laborers Pot Tender $32.75 7A 2Y Yakima Laborers Powderman $33.71 7A 2Y Yakima Laborers Powderman's Helper $32.75 7A 2Y Yakima Laborers Power Jacks $33.31 7A 2Y Yakima Laborers Railroad Spike Puller- Power., .. $33.31 7A 2Y Yakima Laborers Raker - Asphalt $33.71 7A 2Y Yakima Laborers Re- timberman $3331 7A 2Y Yakima Laborers Remote Equipment Operator $33.31 7A 2Y Yakima Laborers Rigger /signal Person $33.31 7A 2Y Yakima Laborers Rip Rap Person $32.75 7A 2Y Yakima Laborers Rivet Buster $:0.31 7A 2Y Yakima Laborers Rodder $33.31 7A 2Y Yakima Laborers Scaffold Erector 7A 2Y Yakima Laborers Scale Person $32.75 7A 2Y Yakima Laborers Sloper,(over 20") $33.31 7A 2Y Yakima Laborers Sloper Sprayer $32.75 7A 2Y Yakima Laborers Spreader,(concrete) $33.31 7A 2Y Yakima Laborers Stake Hopper $32.75 7A 2Y Yakima Laborers Stock Piler $32,75 7A 2Y Yakima Laborers Tamper & Similar Electric, Air & Gas Operated Tools $33.31 7A 2Y Yakima Laborers Tamper (multiple & Self- propelled) $33.31 7A 2Y Yakima Laborers Timber Person - Sewer (lagger, Shorer & Cribber) $33.31 7A 2Y Yakima Laborers Toolroom Person (at Jobsite) .;$3235 7A 2Y Yakima Laborers Topper $32.75 7A 2Y Yakima Laborers Track Laborer ;. $32.75 7A 2Y Yakima Laborers Track Liner (power) $33.31 7A 2Y Yakima I Laborers Traffic Control Laborer $32.61 7A 1H 8R 1 1 1 1 11 t 1 t Yakima Laborers Traffic Control Supervisor $32.61 7A 1H 8R Yakima Laborers Truck Spotter $32.75 7A 2Y Yakima Laborers Tugger Operator $33.31 7A 2Y Yakima Laborers Tunnel Work -Miner. $33.81 7A 2Y 8-C Yakima Laborers Vibrator $33.31 7A 2Y Yakima laborers Vinyl Seamer "$32.75 7A 2Y Yakima Laborers Watchman $28.07 7A 2Y Yakima Laborers Welder $33.31 7A 2Y Yakima Laborers Well Point Laborer $33.31 7A 2Y Yakima Laborers Window Washer /cleaner ;,,_$28.07 7A 2Y Yakima Laborers - Underground Sewer & General Laborer & Topman $32.75 7A 2Y Water Yakima Laborers - Underground Sewer & Pipe Layer " $33.31 7A 2Y Water: Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9.19 1 Yakima Landscape Construction Landscape Equipment Operators Or Truck Drivers $15.45 1 Yakima Landscape Construction Landscaping Or Planting Laborers $9.19 1 Yakima Lathers Journey Level :$38.43 5D 1M Yakima Marble Setters Journey Level $41.48 5A 1M Yakima Metal Fabrication (In Shop) Fitter '$12.00 1 Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima MetalTabrication (In Shop) Machine Operator Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 Yakima Painters Journey Level $28.69 6Z 1W Yakima Pile Driver Journey Level $48.82 51) 1M Yakima Plasterers Journey Level $48.23 ZQ 1R Yakima Playground & Park Equipment Journey Level -,$9.19 1 Installers Yakima Plumbers & Pipefitters Journey Level $72.04 6Z 1i Yakima Power Equipment Operators Asphalt Plant Operators $52.19 7A 3C 8P Yakima Power Equipment Operators Assistant Engineer $48.92 7A 3C 8P Yakima' Power Equipment Operators Barrier Machine (zipper) '$51.70 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $51.70 7A 3C 8P Yakima Power Equipment Operators Bobcat $48:92 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote Demolition Equipment $48.92 7A 3C 8P Yakima I Power Equipment Operators Brooms $48.92 7A 3C 8P Yakima Power Equipment Operators Bump Cutter $51.70 7A 3C 8P Yakima : Power equipment Operators Cableways $52.19 7A 3C 8P Yakima Power Equipment Operators Chipper $51.70 7A 3C 8P Yakima ljower Equipment Operators Compressor $48.92 7A 3C 8P Yakima Power Equipment Operators Concrete Pump; Truck Mount With Boom Attachment Over 42 M $52,19 7A 3C 8P Yakima Power Equipment Operators Concrete Finish Machine -laser Screed -:+ $48.92 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or $51.28 .7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. Yakima Power Equipment Operators Concrete Pump: Truck Mount With $51.70 7A 3C 8P Boom Attachment Up To 42m Yakima Power Equipment Operators Conveyors $51.28 7A 3C 8P Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons $51.70 7A 3C 8P With Attachments Yakima Power Equipment Operators Cranes: 20 Tons Through 44 Tons $51.70 7A 3C 8P With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons Yakima Power Equipment Operators Cranes: 100 Ton's Through 199 $52.74 7A 3C 8P Tons, Or 150' Of Boom (including Jib With Yakima Power Equipment Operators Cranes: 100 Tons Through 199 $52.74 7A 3C 8P Tons, or 150' of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base.to boom. Yakima Power.Equipment Operators Cranes: 200 Tons To 300 Tons, Or $53.31 7A 3C 8P 250' Of Boom (including Jib With Attachments) Yakima Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $52.19 7A 3C 8P Under 150' Of Boom (including Jib With Attachments) Yakima Power Equipment Operators Cranes: A -frame - 10 Toris And $48.92 7A 3C 8P Under Yakima Power Equipment Operators Cranes: Friction 100 Tons Through $53.31 7A 3C 8P 199 Tons Yakima Power Eouipment Operators Cranes: Friction Over 200 Tons $53.87 7A 3C 8P Yakima Power Equipment Operators Cranes: Over 300 Tons Or 300' Of $53.87 7A 3C 8P Boom (including Jib With Attachments) Yakima Power Equipment Operators Cranes: Through 19 Tons With $51.28 7A 3C 8P Attachments A -frame Over 10 Tons Yakima Power Equipment Operators Crusher $51.70 7A 3C 8P Yakima Power-Equipment Operators Deck Engineer /deck Winches $51.70 7A 3C 8P (power) Yakima Power Equipment Operators Derricks, On Building Work $52.19 7A 3C 8P Yakima Power'Eguipment Operators Dozer Quad 9, HD 41, D10 and $52.19 7A 3C 8P Over,, Yakima Power Equipment Operators Dozers D -9 & Under $51.28 7A 3C 8P Yakima Power Equipment Operators Drill Oilers:•Auger Type,,Truck Or $51.28 7A" 3C 8_P Crane:Mount Yakima Power Equipment Operators Drilling Machine $51.70 7A 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: Permanent $48:92 7A 3C 8P . And Shaft Type Yakima Power Equipment Operators Finishing Machine, Bidwell And $51.70 7A 3C 8P Gamaco & Similar Equipment Yakima Power, Equipment Operators Forklift: 3000 Lbs And Over With $51.28 7A 3C 8P5 Attachments. Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With $48.92 7A 3C 8P Attachments Yakima Power Equipment Operators Grade Engineer: Using Blue Prints, $51.70 7A 3C I 8P I lam' I] J 1 1 Cut Sheets, Etc Yakima Power Equipment Operators Gradechecker /stakeman $48.92 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $51.70 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch /Auger $51.70 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards.& Over $52.19 7A 3C 8P Yakima Power Equipment Operators Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $51.70 7A 3C 8P Yakima Power Equipment Operators Horizontal /directional Drill.Locator $51.28 7A 3C 8P Yakima Power Equipment Operators Horizontal /directional Drill Operator $51.70 7A 3C 8P Yakima Power Equipment Operators Hydralifts /boom Trucks Over 10 Tons ' $51.28 7A 3C 8P Yakima Power Equipment Operators Hydralifts /boom Trucks, 10 Tons And Under $48.92 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. & Over $52.74 74 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $52.19 7A 3C 8P Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $51.70 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $51.70 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type Belt $51.28 7A 3C 8P Yakima Power Equipment Operators Locomotives, All $51.70 7A 3C 8P Yakima Power Equipment Operators Material Transfer Device $51.70 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $52.74 7A 3C 8P Yakima Power Equipment Operators Mixers: Asphalt Plant $51.70 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Grader- Non- finishing $51.28 7A 3C 8P Yakima Power'Eguipment Operators Motor Patrol Graders, Finishing $52.19 7A 3C 8P Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield $52.19 7A 3C 8P Yakima Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $48.92 7A 3C 8P Yakima Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $51.28 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $51.70 7A 3C 2P Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $52.74 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $52.19 7A 3C 8P Yakima Power Equipment Operators Pavement Breaker $48.92 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $51.70 7A - 36 - -8P - Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $51.28 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $48.92 7A 3C 8P Yakima Power Equipment Operators Power Plant $48.92 7A 3C 8P Yakima Power Equipment Operators Pumps - Water $48.92 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $52.19 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $48.92 7A 3C 8P Yakima Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $52.19 7A 3C 8P Yakima Power Equipment Operators Rigger And Bellman $48.92 7A 3C 8P Yakima Power Equipment Operators Rollagon $52.19 7A 3C 8P Yakima Power Equipment Operators Roller, Other Than Plant Mix $48.92 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $51.28 7A 3C 8P Yakima Power Equipment Operators Roto -mill, Roto - grinder $51.70 7A, 3C 8P Yakima Power Equipment Operators Saws - Concrete $51.28 7A 3C 8P Yakima Power Equipment Operators Scraper, Self Propelled. Under 45 Yards $51.70 7A 3C. 8P Yakima Power Equipment Operators Scrapers - Concrete & Carry All $51.28 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self- propelled: 45 Yards And Over $52.19 7A 3C 8P Yakima Power Equipment Operators Service Engineers - Equipment $51.28 7A 3C 8P Yakima Power Equipment Operators Shotcrete /guriite Equipment $48.92 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $51.28 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric`Tons $52.19 7A. 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $51.70 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes:, Over 50 Metric Tons To 90 Metric Tons $52.74 7A 3C 8P Yakima Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $53.31 7A 3C 8P Yakima Power Equipment Operators Slipform Pavers $52.19 7A 3C 8P Yakima Power Equipment Operators Spreader, Topsider & Screedman $52.19 7A 3C 8P Yakima. Power Equipment Operators Subgrader Trimmer $51.70 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $51.28 7A 3C 8P Yakima Power Equipment Operators Tower: Crane Over 175'in Height, Base To Boom $53.31 7A. 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $52.74 7A 3C 8P Yakima Power Equipment Operators Transporters, All Track Or Truck Type _. $52.19 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $51.28 7A 3C 8P Yakima Power Equipment Operator's Truck Crane Oiler /driver - 100 Tons And Over $51.70 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler /driver Under 100 Tons $51.28 7A 3C 8P Yakima Power Equipment Operators Truck Mount Portable Conveyor ," $51.70 7A 3C 8P Yakima Power Equipment Operators Welder $52.19 7A 3C 8P Yakima Power Equipment Operators Wheel Tractors, Farmall Type $48.92 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $51.70 7A 3C 8P Yakima Power. Equipment Operators- As Plant Operators, $52.19 7A 3C 8P Underground Sewer &'Water Yakima Power Equipment Operators- Assistant Engineer $48.92 7A 3C 8P Underground Sewer & Water 1 1 1 Yakima Power Equipment Operators- Barrier Machine (zipper) $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Bobcat $48.92 7A 3C 8P - Underground Sewer & Water Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Brooms $48.92 7A 3C 8P Underground Sewer &Water Yakima Power Equipment Operators- Bump Cutter $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cableways $52.19 7A 3C 8P UndeMround'Sewer & Water Yakima Power Equipment Operators- Chipper .$51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Compressor $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $52.19 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $51.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Conveyors $51.28 7A 3C 8P Underground Sewer & Water Yakima Power'Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (including Jib With $52.74 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $53.31 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $52.19 7A 3C 8P Underground Sewer-'& Water Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators - Cranes: Friction 100 Tons Through 199 Tons $53.31 7A 3C 8P Underground 'Sewer & Water Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $53.87 7A 3C 8P Undergroun&Sewer & Water Yakima. Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of Boom•(including Jib With Attach'mentsy $53.87 7A 3C 8P Underground'Sewer & Water Yakima Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $51.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Crusher $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Deck Engineer /deck Winches (power) $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Derricks, On Building Work $52.19 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozer Quad 9, HD 41, D10 and Over $52.19 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Dozers-D-9 & Under $51.28 7A 3C - 8P Underground Sewer :& Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $51.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drilling Machine $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Finishing Machine, Bidwell And Gamaco & Similar Equipment $51.70 7A 3C 8P Underground'Sewer & Water Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $51.28 7A 3C 8P Underground Sewer & Water Yakima : Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Gradechecker /stakeman $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch /Auger $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $52.19 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal /directional Drill Locator $51.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal /directional Drill Operator $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts /boom Trucks Over 10 Tons $51.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts /boom Trucks, 10 Tons And Under $48.92 7A 3C 8P Underground Sewer & Water Yakima Po- er Equipment Operators- Loader, Overhead 8 Yards. & Over $52.74 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $52.19 7A 3C 8P Underground.Sewer & Water Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Plant Feed $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $51.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $51.70 7A 3C 8P Underground Sewer & Water I II L 1 1 J !7 1 1 Yakima Power Equipment Operators- Material Transfer Device $51.70 7A 3C 8P Underground Sewer & Water Yakima Power. Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $52.74 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Mixers: Asphalt Plant - $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipmen t .. j., Op . .. rs- Motor Patrol Grader -Non- finishing $51.28 7A .eratoo 3C C 8P Underground Sewer & Water Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $52.19 7A 3C 8P Underground Sewer & Water Yakima Power.Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road;Header And /or Shield $52.19 7A 3E 8P Underground Sewer & Water Yakima Power Equipment Operators- Oil Distributors, Blower Distribution & Mulch Seeding Operator $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $51.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 tons $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $52.74 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $52.19 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Pavement Breaker $48.92 7A 3C- 8P Underground'Sewer & Water Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $51.28 ' 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Power Plant $48.92 7A 3C 8P Underground Sewer & Water Yakima Power EquipmenYOperators- Pumps - Water $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $52.19 7A 3C 8P Underground'Sewer "& Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $52.19 -' 7A 3C 8P Underground Sewer& Water Yakima Power Equipment Operators- Rigger And Bellman $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rollagon $52.19 7A 3C 8P Underground,Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $51.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roto -mill, Rota- grinder $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Underground Sewer .& Water Saws - Concrete $51.28 7A 3C 8P Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $51.28 7A 3C 813 Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self- propelled: 45 Yards And Over $52.19 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Service Engineers - Equipment $51.28 7A 3C, 8P Underground Sewer & Water Yakima Power Equipment Operators- Shotcrete /gunite Equipment $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $51_.28 7A 3C 813 Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $52.19 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $51.70 7A 3C 813 Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $52.74 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $53.31 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Slipform Pavers $52.19 7A 3C 813 Underground Sewer & Water Yakima Power Equipment Operators- Spreader, Topsider & Screedman $52.19 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Subgrader Trimmer $51.70 7A 3C 8P Underground Sewer & Water Yakima . Power Equipment Operators- Tower Bucket Elevators $51.28 7A 3C 8P Underground Sewer &-Water Yakima Power Equipment Operators- Tower Crane Over 175'in Height, Base To Boom $53.31 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $52.74 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $52.19 7A 3C 8P Underground Sewer & Water Yakima . Power'Eguipment Operators- trenching Machines $51.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler /driver - 100 Tons And Over $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler /driver Under 100 Tons - $51.28 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Mount Portable Conveyor $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Welder $52.19 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $48.92 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $51.70 7A 3C 8P Underground Sewer & Water Yakima Power Line Clearance Tree Trimmers Journey Level In Charge $42.91 5A 4A Yakima Power Line Clearance Tree Trimmers Spray Person $40.73 5A 4A Yakima Power Line Clearance Tree Trimmers I.P6wer Tree Equipment Operator $41.29 5A 4A Yakima Line Clearance Tree Tree Trimmer $38.38 5A 4A F1 I 1 1 Trimmers Yakima Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $28.95 SA 4A Yakima Refrigeration & Air Conditioning Journey Level $28.11 1 Mechanics Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Applicators Journey Level +$, 18.00 1 Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians . Journey Level „$21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima Residential Insulation Applicators. Journey Level- $14.38 1 ., Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble.Setters Journey Level �29.00 1 Yakima Residential Painters Journey`L "evth "xA- $16.32 1 Yakima Residential Plumbers & Pipefitters Journey Level $20.55 1 Yakima Residential Refrigeration & Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Slieet Metal Workers Journey d ey Level (Field or Shop) .... $37.10 SA iX Yakima Residential Soft Floor Lavers Journey Level $17.55 1 - Yakima Residential Sprin .. kler Fitters (Fire Protection) -_ urn Journey Level $9.19 1 , Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $9.19 1 Yakima Residential Terrazzo /Tile Finishers Journey Level $17.00 1 Yakima Residential Tile Setters Journey Level $16.78- 1 Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level (Field or Shop) $50.61 5A 1X Yakima Sign Makers & Installers (Electrical) Journey Level $14.65 1 Yakima Sign - Makers & Installers (Non- Journey Level $14.65 1 Yakima Soft Floor Lavers Journey Level $23.11 5A 1N Yakima Solar Controls For Windows . Journey Level $9.19 1 Yakima Sprinkler Fitters (Fire Protection) Journey Level $26.36 1 Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural Yakima Stone Masons Journey Level $41.48 5A 1M Yakima Street And Parking Lot Sweeper Journey Level $9.19 1 Workers Yakima Surveyors Assistant Construction Site Surveyor $51.28 7A 3C 8P Yakima Surveyors Chainman $50.76 7A 3C 8P Yakima Surveyors Construction Site Surveyor $52.19 7A 3C 8P Yakima Telecommunication Technicians Journey Level $20.00 1 Yakima Telephone Line Construction - Cable Splicer $35.09 5A 2B Outside Yakima Telephone Line Construction - Hole Digger /Ground Person $19.22 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $33.63 5A 2B Outside Yakima Telephone Line Construction - Special Aparatus Installer 1 $35.09 5A 2B Outside Yakima Telephone Line Construction - Special Apparatus Installer II $34.37 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Heavy) $35.09 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator (Light) $32.62 5A 2B Outside Yakima Telephone Line Construction - Telephone Lineperson $32.62 5A 2B Outside Yakima Telephone Line Construction - Television Groundperson $18.65 5A 26 Outside Yakima Telephone Line Construction - Television Lineperson /Installer . $24.66 5A 2B ., Outside Yakima Telephone Line Construction - Television System Technician $2942 5A 2B Outside Yakima Telephone Line Construction - Television Technician $26.43 5A 2B Outside Yakima Telephone Line Construction - Tree Trimmer $32.95 5A 2B Outside Yakima Terrazzo Workers Journey Level $32.15 5A 1M Yakima Tile Setters Journey Level $32.15 5A 1M Yakima Tile, Marble & Terrazzo Finishers Journey Level $28.07 5A 1M Yakima Traffic Control Stripers Journey Level $41.53 7A 1K Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck & Trailer(c.wa -760) $36.36 61 2G Yakima Truck Drivers Dump Truck(c.wa -760) $3636 61 2G Yakima Truck Drivers Other Trucks (c.wa -760) $36.36 61 2G Yakima Truck Drivers Transit Mixer $38.96 1 Yakima Well Drillers & Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Well Drillers & Irrigation Pump Oiler $9.20 1 installers Yakima Well Drillers & Irrigation Pump Well Driller $18.00 1 Installers 11 Washington State Department of Labor and Industries Policy Statement I (Regarding the Production of "Standard" or "Non- standard" Items) tBelow is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is standard or non - standard'. For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the ' Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. ' 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under ' RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is, covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any 1 unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for ' determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. ' Supplemental to Wage Rates 1 03/03/2013 Edition, Published February 1st, 2013 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin X Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings)' and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, X Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, 1 metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe- - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. ,( 6. Corrugated Steel Pipe - Steel lock seam corrugated 1 pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. Supplemental to Wage Rates 2 03/03/2013 Edition, Published February 1 st, 2013 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES. NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding; cutting, punching and /or X boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9- 28.14(3). 13. Concrete Piling -= Precast - Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. X `14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and With cones and adjustment Sections. X. See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 03/03/2013 Edition, Published February 1st, 2013 3 1 ITEM DESCRIPTION. YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. _ See Contract Plans for details. X 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. X Fabrication at other locations, may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 03/03/2013 Edition, Published February 1st, 2013 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure x Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting,girders. See Std. Spec. Section 6- 02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders. See Std. Spec. Section 6-02 3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover X See Std. Plan. Supplemental to Wage Rates 03/03/2013 Edition, Published February 1st, 2013 5 1 ITEM DESCRIPTION.. YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X i fabrication _ 11 38. Light Standard - Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway �— illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X Provisions for pre- approved drawings. 40. Traffic Signal Standards -Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std. Plans. See Special Provisions for pre- approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. X Supplemental to Wage Rates 6 03/03/2013 Edition, Published February 1st, 2013 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM DESCRIPTION ... YES... NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. x x NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed__ custom Message Std Signing Message- 43. Cutting & bending reinforcing steel —Components x 44. Guardrail Custom Standard -4-5. End Sec Sec Wd�r-e—gifei-/—Co—nc-r-et—e---- mixes — Covered by WAC 296-127-018 46. s ------ - - - - -- Covered by WAC 296-127-018 47. Fiber fabrics 48. Electrical wiring/components 49. treated or untreated timber pile 50. Girder pads (elastomeric bearing) 51. Standard Dimension lumber X 52. Irrigation components Supplemental to Wage Rates 03/03/2013 Edition, Published February 1st, 2013 r N ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy - -- - - - - - -- — - -- - - -- -- -- X - - - -� 57. Cribbing 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard I' 62. Steel Ile ti s, custom X I - - Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of 'locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 03/03/2013 Edition, Published February 1st, 2013 r 1 1 1 1 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction, Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential * ** ALL ASSOCIATED RATES * ** • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products. • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. Supplemental to Wage Rates 03/03/2013 Edition, Published February 1st, 2013 7 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296- 127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery -of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of.the following functions: (a) They deliver or discharge any of the above - listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/03/2013 Edition, Published February 1st, 2013 it 1 (3) All travel time that relates to the work covered under subsection (2) of this section ' requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is ' empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to ' obtain materials for use on a private project would not be travel subject to the prevailing wage. ' (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be ' incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed ' to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for ' the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. ' [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, § 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296 - 127 -018, filed 12/18/91 and 4/11/92, effective 8/31/92.] 1 i Supplemental to Wage Rates 11 03/03/2013 Edition, Published February 1st, 2013 Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL ' BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B., All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one -half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All ' hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at ' double the hourly rate of wage 1 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 howl 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 also be paid at double the hourly rate of wage. J The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All ' hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at ' double the hourly rate of wage 1 Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 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. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one -half tunes 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 after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half tunes the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one -half times the hourly rate of wage All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W All hours worked on Saturdays and Sundays (except make -up days due to conditions beyond the control of the employer)) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one -half tines the hourly rate of wage All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y All hours worked outside the hours of 5.00 am and 5 00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one -half times the hourly rate of wage (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay 1 1 1 Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. H All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one -half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. ' Y All hours worked on Saturdays (except for make -up days) 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. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6.00 pm Saturday to 6.00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6.00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 B The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one -half times the hourly rate of wage All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage C Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one -half times the hourly rate of wage. All work performed after 6.00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more D. All hours worked between 6:00 pm Monday through 6:00 am Saturday, shall be paid at an overtime rate of 15% over the hourly rate of wage. All other hours worked after 6.00 am 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. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. G. 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, , 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 8.00 am Sunday to 8:00 am Monday and Holidays shall be paid at double the straight time rate of pay. 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. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly a rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. a Holiday Codes A. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7) B Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas,.and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). a D Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6) 4 1 Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 5 I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). ' J. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9) L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8). N. Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, ' Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas ' Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). ' S Paid Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). ' Z. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Holiday o day Codes Continued 6. A. Paid Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8) ' E. Paid Holidays. New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half -Day On Christmas Eve Day (9 1/2). ' G Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas Eve Day (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) I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 5 Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 T Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9) Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7) If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday Codes Continued A. Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C Holidays: New Year's Day, Martin Luther King Jr Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays. President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday F Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday H. Holidays: New Year's Day, Martin Luther King Jr Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday I. Holidays. New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday 1 L Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day. 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. O Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on .the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10) If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly S. Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly 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 220'44.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet 1 Benefit Code Key — Effective 3 -3 -2013 thru 8 -30 -2013 C In addition to the hourly wage and fringe benefits, the following depth premiums apply to deptlis 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' 42.00 per Foot for Each Foot Over 150 Feet Over 200' - Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1 00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B• $0.50, And Level C. $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B $1 00, Levels C & D- $0.50. N Workers on hazmat projects receive additional hourly premiums as follows -Level A. $1.00, Level B- $0 75, Level C. $0.50, And Level D. $0.25 Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit- $1 00, And Class D Suit $0.50 Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012 Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012 T Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho This classification is only effective on or after August 31, 2012. 1 i PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima 2013 Citywide Street Resurfacing Project City of Yakima Project No. 2353 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 1011Page 1 1 Columbia 4in;*- It As noted in the bid documents, Section 1- 04.1(2) under the Additional Work item, the proposal shall include a list of all work that is included in this lump sum price. We have included the following work: Schedule A item 27 • Asphalt patching at the curb repairs Schedule B • Asphalt patching at the curb repairs • Concrete saw cutting Schedule C • Asphalt patching at the curb repairs • Concrete Saw cutting Schedule D • No cost associated with this work PO Box 9337 Yakima, WA 98909. Phone (509) 453.2063 Fax (509) 877.6963 PROPOSAL ' To the City Clerk Yakima, Washington ' This certifies that the undersigned has examined the location of- City of Yakima 2013 Citywide Street Resurfacing Project City of Yakima Project No. 235,3 and that the plans, specifications and contract governing the work embraced in this improvement, and the t 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 1011 Page y ITEM PROPOSAL BID SHEET City of Yakima 2013 Citywide Street Resurfacing Project City Project No. 2353 Schedule 'A' (Tieton Dr., 40th Ave. & Summitview Ave.) Page 1 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENTSECTION CITY UNIT DOLLARS DOLLARS 1 SPCC PLAN 1 LS 3ao.00 /� -00 1 -0715 2 MOBILIZATION 1 LS a PP 1-U ��� I ' v� - Is -�� 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS too /�j �j -" 1-105 ��"" 4 SAW CUT 300 LF 2 -02.5 5 REMOVING CEMENT CONC SIDEWALK 60 SY �-1 h J� 2-025 6 REMOVING CEMENT CONC CURB 165 LF / 50 v 74�.5� 2 -02.5 7 PLANING BITUMINOUS PAVEMENT 41,815 SY �® �0 C/ — `%tU-) 5-045 8 CRACK SEALING EST DOL $25,000 $25,000 5-045 9 HMACL.1 /2IN PG 64 -28 4,857 TON '0® 15 �0 5-045 10 HMAFOR PRELEVELING CL. 3/8 IN PG 64 -28 486 TON 5-045 l 11 ANTI- STRIPPING ADDITIVE EST DOL $10,000 $10,000 5 -04.5 12 ADJUST VALVE BOX 52 EA �30 7 -09.5 13 ADJUST MANHOLE 37 EA Q �O V �0 . W 7 -05 5 14 CATCH BASIN FRAME AND GRATE 1 EA a 157o® 0145.00 7 -05.5 15 CEMENT CONC TRAFFIC CURB AND GUTTER 180 LF �j ( VV.W 8-045 16 CEMENT CONC PEDESTRIAN CURB 140 LF v 8 -04.5 17 ADJUST MONUMENT CASE 5 EA W6,00 I:J��QV � � /, r1 8 -13.5 Addendum No. 2 Page 4 of 12 April 22, 2013 ITEM PROPOSAL BID SHEET City of Yakima 2013 Citywide Street Resurfacing Project City Project No. 2353 Schedule 'A' (Tieton Dr., 40th Ave. & Summitview Ave.) Page 2 ITEM PROPOSAL ITEM _ UNIT PRICE AMOUNT NO. PAYMENTSECTION QTY UNIT DOLLARS DOLLARS 18 CEMENTCONC. SIDEWALK RAMP, TYPE PARALLEL A 3 EA 8 -14.5 1 19 CEMENTCONC. SIDEWALK RAMP, TYPE SINGLE DIRECTION A 7 EA 8 -14.5 20 DETECTIBLE WARNING SURFACE 260 SF 3�-00' 8 -14.5 21 PAINT LINE 16,000 LF ( - 8-225 (�l(.ili'so 22 PAINTED WIDE LANE LINE 515 LF /� 01 ` � 9 8 -22.5 23 PAINTED STOP LINE 369 LF O ,,S l��S 18-225 24 PAINTED TRAFFIC ARROW 8 EA 8-225 25 PAINTED CROSSWALK LINE 200 SF 4-5c) , -5c) (, V • w 8-225 26 TEMPORARY PAVEMENT MARKINGS 16,000 LF I� /h� V�" 1� 8-225 1 27 ADDITIONAL WORK 1 LS 1 -04.2 28 REPAIR OR REPLACEMENT EST DOL $25,000 $25,000 18-305 t Schedule 'A' Total: 131 =,4� J Addendum No. 2 Page 5 of 12 April 22, 2013 ITEM PROPOSAL BID SHEET City of Yakima 2013 Citywide Street Resurfacing Project City Project No. 2353 Schedule 'B' (N. 16th Ave., E. Walnut St.) Page 1 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENTSECTION QTY UNIT DOLLARS DOLLARS 1 SPCC PLAN 1 LS 99o.w Sao Od 1 -07.15 2 MOBILIZATION 1 LS 1 -09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1 -10.5 4 SAW CUT 6,700 LF 1 'a� 2 -02.5 5 REMOVING CEMENT CONC. SIDEWALK 2 -02.5 378 SY 6 REMOVING CEMENT CONC CURB 535 LF 45o 407 s 2 -02.5 l 7 PAVEMENT REPAIR EXCAVATION INCL. HAUL 2 -03.5 1,310 CY �O.�V 300,b 8 CRUSHED SURFACING BASE COURSE 1,660 TON �g ®o 9M 4 -04.5 1 9 PLANING BITUMINOUS PAVEMENT 25,150 SY ' ' �©+)" %j� 5 -04.5 10 CRACK SEALING EST DOL $35,000 $35, 000 5-045 11 HMA CL. 1/2 IN. PG 64 -28 4,625 TON Do•Vo D P /�0b,b 5 -04.5 12 HMA FOR PAVEMENT REPAIR CL. 1/2 IN. PG 64 -28 930 TON 5 -04.5 i 13 HMA FOR PRELEVELING CL. 3/8 IN. PG 64 -28 775 TON Qb 5 -04.5 �g7s 14 ANTI- STRIPPING ADDITIVE EST DOL $7,500 $7,500 5 -04.5 15 ADJUST VALVE BOX 50 EA 070 u� I �� 7-095 16 ADJUST MANHOLE 29 EA 0 n o.o 7- 05.5.�a 17 ADJUST CATCH BASIN 7- 05.5�� 24 EA �® Addendum No. 2 Page 6 of 12 April 22, 2013 ITEM PROPOSAL BID SHEET,_ City of Yakima 2013 Citywide Street Resurfacing Project City Project No. 2353 Schedule 'B' (N. 16th Ave., E. Walnut St.) Page 2 ITEM PROPOSAL ITEM _ UNITPRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 18 ADJUST METER BOX 6 EA l 7 -05.5 19 ADJUST J -BOX 2 EA 7-055 20 ADJUST COMMUNICATION LID 10 EA �.�� �� 7-055 • 21 CEMENT CONC TRAFFIC CURB AND GUTTER 380 LF 8-045 22 CEMENT CONC TRAFFIC CURB 125 LF 8 -04 5 23 CEMENT CONC PEDESTRIAN CURB 290 LF 8 -04 5 24 MONUMENT CASE _ 1 EA (/wu 8-135 25 CEMENT CONC. SIDEWALK 150 Sy %'Oo 8 -13 5 lllwww 26 CEMENT CONC. CURB RAMP, TYPE PARALLEL A 2 EA ' �!�\/�� �S, 8-145 W .1 ,`'�" 27 CEMENT CONC CURB RAMP, TYPE 4A 3 EA 13 C 8 -14.5 28 CEMENT CONC. CURB RAMP, TYPE PERPENDICULAR 35 EA f 8 -14.5 29 CEMENT CONC. CURB RAMP, TYPE PERPENDICULAR B 8 EA j 8 -14.5 30 CEM ENT CONC CURB RAM P, TYP E SINGLE DIRECTION A 5 EA 8- 14.5UO 31 TRAFFIC ISLAND REPLACEMENT 1 LS 6 8-145 If 32 PAINT LINE 15,600 LF 8-225 Ott!! lQ 33 PAINTED WIDE LANE LINE 3,300 LF f ,SOD 8-225 34 PAINTED STOP LINE 725 LF 0-1 � 6q3775 8 -22.5 Addendum No. 2 Page 7 of 12 April 22, 2013 ITEM PROPOSAL BID SHEET City of Yakima 2013 Citywide Street Resurfacing Project City Project No. 2353 Schedule 'B' (N. 16th Ave., E. Walnut St.) Page 3 ITEM _ PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION CITY UNIT DOLLARS DOLLARS 35 PAINTED TRAFFIC ARROW 17 EA CN`VV I L"J 8 -22.5 .�D� 36 PAINTED CROSSWALK LINE 210 SF � q�� 8 -22.5 '� 37 PAINTED RAILROAD CROSSING SYMBOL 4 EA V� 8 -22.5 38 PAINTED TRAFFIC LETTER 8 EA 8 -22.5 39 TEMPORARY PAVEMENT MARKINGS 8 -22.5 20,000 LF 40 ADDITIONAL WORK 1 LS 1 -04.2 41 REPAIR OR REPLACEMENT - - EST DOL $25,000 $25,000 8 -30 5 Addendum No. 2 Schedule 'B' Total: Page 8 of 12 April 22, 2013 t ITEM PROPOSAL VBID SHEET City of Yakima 2013 Citywide Street Resurfacing Project City Project No. 2353 Schedule 'C' (S 1st St., E. Nob Hill Blvd., S. Fair Ave. & E. Washington Ave.) Pagel ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENTSECTION CITY UNIT DOLLARS DOLLARS 1 SPCC PLAN 1 LS N_� 1 -07.15 •w 2 MOBILIZATION 1 LS 47w-M 7t 1 -09.7 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS ( E (%1 1- 10.5 4 SAW CUT 2 -02.5 10,425 LF l.r� 5 REMOVING CEMENT CONC SIDEWALK 750 SY '�OJ 2 -02.5 6 REMOVING CEMENT CONC. CURB 2 -02.5 1,355 LF /4'5C) �JNJ.!5b 7 PAVEMENT REPAIR EXCAVATION INCL. HAUL 2 -03.5• 1,680 CY S6 Q $ CRUSHED SURFACING BASE COURSE 3,200 TON 4 -04.5 9 PLANING BITUMINOUS PAVEMENT 34,660 SY 5-045 10 CRACK SEALING EST DOL $85,000 $85,000 5 -04.5 11 HMA CL. 1 /2IN PG 64 -28 7,600 TON (�V •VV "v Uw 5 -04.5 C 12 HMA FOR PAVEMENT REPAIR CL. 1/2 IN. PG 64 -28 1,440 TON 5 -04.5 13 FOR PRELEVELING CL. 3/8 IN PG 64 -28 1,375 TON 15QQ 5-04.5 14 ANTI - STRIPPING ADDITIVE EST DOL $10,000 $10, 000 5 -04.5 15 ADJUST VALVE BOX 70 EA Q� W 7 -09.5 '�w 16 AD 5 5 T MANHOLE 13 EA g� •QO f ,'3lD Addendum No. 2 Page 9 of 12 April 22, 2013 ~ _ _ ITEM PROPOSAL BID SHEET City of Yakima 2013 Citywide Street Resurfacing Project _._ _... City Project No. 2353 Schedule 'C' (S 1st St., E. Nob Hill Blvd., S. Fair Ave. & E. Washington Ave.) Page 2 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENTSECTION CITY UNIT DOLLARS DOLLARS 17 ADJUST CATCH BASIN 42 EA 40566 ) / 50.w � 7 -05.5 18 ADJUST METER BOX 17 _.. - 2 EA a b � ��c 3b •W -05.5 19 ADJUST J-BOX _ 7 EA C ol�•CJIJ 7-055 20 COMMUNICATION LID 7 EA WC). . 0C) /adQ -Q b 7-055 21 CEMENT CONC TRAFFIC CURB AND GUTTER 1,410 LF 3� 0 8-045 V 22 NT CONC TRAFFIC CURB 75 LF 41 b lb 8-045 23 CE NT CONC PEDESTRIAN CURB 680 LF 5 24 ADJUST MONUMENT CASE 5 EA 8 -13.5 25 CEMENT CONC SIDEWALK 240 SY �� , 01D )4/0 66 8 -13.5 26 CEMENT CONC. CURB RAMP, TYPE_PARALLEL A 12 EA % . / [5( %3 �W 8-145 27 EM�CONC. CURB RAMP, TYPEPARALLEL BT _ 7 EA , �'G�•"v 8- (7 28 CEMENT CONC CURB RAMP, TYPE 4A 23 EA I �p 8 -14.5 29 CEMENT CONC. CURB RAMP, TYPE PERPENDICULARA 16 EA 1 U OS I 8-145 30 CEMENT CONC. CURB RAMP, TYPE PERPENDICULA R B 1 EA 8 -14.5 31 CEMENTCONC CURB RAMP, TYPE SINGLE DIRECTION 1 EA ` 8 -14.5 32 CEMENT CONC DRIVEWAY TYPE 1 20 SY Cl v IY 8 -06.5 OC ll/b(� 33 DETECTABLE WARNING SURFACE 34 SF 8 -14.5 1 10 Addendum No. 2 Page 10 of 12 April 22, 2013 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima 2013 Citywide Street Resurfacing Project City Project No. 2353 Schedule'C' (S 1st St., E. Nob Hill Blvd., S. Fair Ave. & E. Washington Ave.) Page 3 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION CITY UNIT DOLLARS DOLLARS 34 PAINT LINE 28,150 LF -1 s ;6 8 -22.5 35 PAINTED WIDE LANE LINE _ 4,220 LF . I ��• 8-225 36 PAINTED STOP LINE 420 LF .. 0\�� 5• 8 -22.5 l Jv 37 PAINTED TRAFFIC ARROW 42 EA ,V •W 18-225 38 PAINTED TRAFFIC LETTER 4 EA 8-225 39 TEMPORARY PAVEMENT MARKINGS 34,000 LF (� qlmba 8 -22.5 40 ADDITIONAL WORK 1 LS ( f�;1604 ✓$)25,000 41 REPAIR OR REPLACEMENT 18-30.5 EST DOL $25,000 Addendum No. 2 Schedule 'C' Total: Page 11 of 12 April 22, 2013 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima 2013 Citywide Street Resurfacing Project City Project No. 2353 Schedule 'D' (S. 64th Ave.) ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION CITY UNIT DOLLARS DOLLARS 1 SPCC PLAN 1 LS �zo ,68 3x, 21-0715 2 MOBILIZATION 1 LS 0�r� a CO, � v/ 4-v 1 -09.7 , lzw 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1 -10.5 4 SAW CUT 100 LF oo nn 2 -02.5 p • 5 PAVEMENT REPAIR EXCAVATION INCL. HAUL 1,350 CY �6 zo 40 5W 8 -22.5 6 CRUSHED SURFACING BASE COURSE 2,050 TON �g oo %qtub HD 7 ASPHALT TREATED BASE 760 TON lmt)b J /� 4 -06.5 (� -q 8 PLANING BITUMINOUS PAVEMENT _.. _ _.......__,., ,. ..,.,,. .,.,.._ . _... ._.,_.,,,, ,....,.... 5,330 SY 1,q0 16 (27 5 -04.5 -� 9 CRACK SEALING _. EST DOL $10,000 $10,000 5 -04.5 10 HMA CL. 1/2 IN. PG 64 -28 „ _ _ 1,010 TON $o q)c) 5 -04.5 11 HMA FOR PRELEVELING CL. 3/8 IN. PG 64 -28 100 TON ���Vb � �� 5 -04.5 12 ANTI - STRIPPING ADDITITIVE _ EST DOL $5,000 $5,000 5 -04.5 13 PAINT LINE _..._,____... 7,300 LF lam 8 -22.5 l 14 ADDITIO ...._..,,..,._ _INA AL _.,_.., WORK _._........ 1 LS 1 -04.2 15 REPAIR OR REPLACEMENT _ w.,, ... EST DOL $25,000 $25,000 8 -30.5 Total:�k�14 , g"1' -) • 6 i Total All Schedules (A +B +C +D): �' / / /�� • �� Addendum No. 2 Page 12 of 12 April 22, 2013 IBID BOND FORM ' Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of $ which amount is not less than five percent of the total bid ' Sign Here --------------------------------------------------------------------------------------------------- - - - - -- --------------- - - -- BID BOND ' KNOW ALL MEN BY THESE PRESENTS. That we, Columbia Asphalt & Gravel, Inc. as principal, ' andrh ArErlcan SPeCia1tY IrsMclrr ' , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Fiw Palcff7t cE total aroumt bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2013 Citywide Street Resurfacing Project , according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give, bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee, or if they'-} Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the., deotisii - specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and'remgin in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liguiri2te ;f damages, the amount of this bond SIGNED, SEALED AND DATED THIS 15th DAY OF April 20 13 Ctol _ t & Txr, ; i rY 1. f toile W `t / 1 wy u r n r v vk r yw, Surety Irari ftf Iir 1y, Atb=W 7T -FaCt Received return of deposit in the sum of $ 1211Page NAS SURETY GROUP ' NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of ' Schaumburg, Illinois, each does hereby make, constitute and appoint: KENNETH J. FRICK, LORI McKIMMY and DONNA MARTINEZ ' JOINTLY OR SEVERALLY Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by ' law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of ' Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 24th of March, 2000• "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, ' the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is ' FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." \`r G%i \V +rY /iq, �awomaaouwx `QaFO;i� �q� 2� -jkP0 jN By , GOiIPO/� . SEAL. o Steven P Anderson, Senior Vice President of Washington International Insurance Company ?' $�L i2 Wiy 1973 W in & Senior Vice President of North American Specialty Insurance Company — O �m S :,PrO` O David M. Layman, Vice Presidnt of WshingtoInternational Insurance Company 41119110 110; & Vice President of North American Specialty Insurance Company ' IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 17th day of May , 20 12 . North American Specialty Insurance Company ' Washington International Insurance Company State of Illinois County of Cook SS: ' On this 17th day of May 20 12 before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman , Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, ' personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. %� "FFICIALSEAL" �L�y o 0l/_ _�ibA-O NNA D.,SKLENS tary, Public,�StateofIllinois Donna D.Sklens,Notary Public IOII UO15 I, Jeffrey Goldberg the duly elected Assistant Secretary e SfeNtirth`,Amerlcan,Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing,is'4 ;true' zn� 'correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington InternationalAnsurancc, Company; wliieh is still in full force and effect. f• rt e.. , . • . IN WITNESS WHEREOF, I have set my hand and affixed the sealssokhin Companies'this 15th!ddy,of April 20 13 y+� j•r.r •ICI II�'RO .4`7.1 " 4 �_..- 1� -,Jeffrey Goldberg, Vice President& Assistant Secretary of j 1 Washington International Insurance Company & North American Specialty Insurance Company 1 PROPOSAL 2013 Citywide Street Resurfacing Project City Project No. 2353 The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto I CASH ❑ IN THE AMOUNT OF CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE CITY OF YAKIMA PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID " Receipt is hereby acknowledged of addendum(s) No (s) & SIGNATU E O THORIZ OFF)C ^(s) PROPOSAL MUST BE SIGNED--+ FIRM NAME O J irA l (\h�Qoc�Tl y[ 1)e.l li . (ADDRESS) PO 9--�3_; PHONE NUMBER I%� STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER 1 QOR Note FEDERAL ID No. Ri 1 1 1 l ®1 51 � 1 4 (— �, I WA STATE EMPLOYMENT SECURITY REFERENCE NO. AA In / — 00 (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1 -02.6 of the standard specifications, re. "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 1231 Page COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City ' contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. ' E- Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. ' The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E- Verify Declaration below. Failure to do so may be cause for rejection of bid. ' E- VERIFY COMPLIANCE DECLARATION ' The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this 1 contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. ' 2. 1 agree to enroll in E- Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E- Verify for all newly hired employees during the length of the contract. ' 3. 1 certify that I am duly authorized to sign this declaration on behalf of my company. 4. 1 acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E- Verify program at any time and that non - compliance could lead to suspension of this contract. Firm Name Dated this Signature: Printed Name: �kti Phone #: �� �—��� -CJ Email Address: 1251 Page _L I IA ► �Li l.����/ i NON - COLLUSION DECLARATION ' I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: ' 1 That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this ' proposal is submitted 2 That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration ' NOTICE TO ALL BIDDERS ' To report bid rigging activities call: 1-800-424-9071 The U S Department of Transportation ( USDOT) operates the above toll -free "hotline" Monday ' through Friday, 8 00 a.m to 5 00 p m., Eastern time Anyone with knowledge of 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 ' 127 Page 1 1 f 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 maybe 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." 1291Page 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 1311Page 1 1 ATTEST: City Clerk 1 1331Page RESOLUTION N0, D" 48 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 ._32Lit day of ' 1983. ' iayor ATTEST: City Clerk 1 1331Page 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 1351 Page 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. I h The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives ' i. The contractor shall validate all man specifications, selection requirements, tests, etc. j The contractor shall make every effort to promote after school, summer and vacation employment to minority youth ' k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid ' I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. ' m The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. I 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 ' 136 Page BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: certifies that: 1. It intends to use the following listed construction trades in the work under the contract I _LAnaJ� , D (w' n I, rr-noV _Q04 -I i n s ' U and, ` as to those trades for which it(is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being. and, 2 It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. 1J� 1371Page (S ggnature of Author zed R�resentative of Bidder) SUBCONTRACTOR CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (SUBCONTRACTOR) 1 It intends to use the following listed construction trades in the work under the subcontract and, As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Bid Condition, those trades being- and, 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions (Signature of Authorized Representative of Subcontractor 1391 Page 1 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 1411Page J 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. ' 1421 Page J n 1 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. BIDDER'S CERTIFICATION ' D. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. Any Addenda must be acknowledged. 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. t 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. D. E- VERIFY COMPLIANCE DECLARATION Refer to Section 1- 02.15. A signed E- Verify Compliance Declaration must be submitted or on file with the City. I -- - - - -- - -- - - - - - -- -- -..._ -- - - - -- - -- - - - -- -- -- - - - - - -- - - -- - — -- - - -- - - -- - - 1431Page m m m m m mm mm M m m s m s= s m m � m C) , =3O 7 CD cn m w CD s CD 0� o' rn D m z C m n X 0 M ° Z c r 3 o O v cn D m D o CD �7 n O o D C � v Z D m 0 i 0 z 1 1 1 1 1 1 7 # 3 BARS NOTE JOINTS MAY BE FORMED DURING 10'-o- INSTALLATION USING A RIGID DIVIDER OR 12" BETWEEN JOINTS (TYp SAW CUT AFTER CONCRETE CURES TO 12 MINIMUM , STRENGTH. L 12 _ 12" EXTRUDED CURB 10" 2 1/2" 2 1/2" 1" R #3 REBAR @ 10' O.( CEMENT CONCRETE EXTRUDED CURB FLOW LINE 1/2" R 16" R 1/2" R 19 R ,e TAPER 12" TO ZERO EXPANSION JOINT �.'; 36" CURB TERMINAL END FLOW LINE 25" 11" 112" R 1/2" R � 9/16" -e CEMENT CONCRETE VALLEY GUTTER CEMENT CONCRETE ROLLED CURB NOTES: 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2. EXCAVATION LIMITS ARE 6" BEHIND AND 6" IN FRONT FOR REMOVING AND REPLACING EXISTING CURB & GUTTER. 3. ROLLED CURB MAY BE PERMITTED ALONG RESIDENTIAL ROADWAYS ONLY AND MUST BE APPROVED BY THE CITY ENGINEER ' of . City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail CEMENT CONCRETE CURB NOT TO SCALE Revision 11 -2008 R1 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. ' FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. t SIDEWALK JOINTING SEE PLANS COLD JOINT S= 0.02ft/ft _ 0.33' CEMENT CONCRETE SEE PLANS COMPACTED SUBGRADE 0 17' MIN. CSTC (COMPACTED DEPTH) COLD JOINT ' S= 0.02ft/ft 4" STANDARD SECTION • r ' 0.5' CEMENT CONCRETE COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) ' 6" SIDEWALK SECTION ' NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. ' 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. ' �-� City Of Yakima City .� .�- y of Yakima - Standard Detail Engineering Division 129 neeri dSDi CEMENT CONCRETE SIDEWALK R5 •.o; +•' • Yakima, Washington NOT TO SCALE Revision 03 -2011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 MONUMENT CASE TO BE SATHER MFG. CO. #2022 OR APPROVED EQUIVALENT O 3116" WIDE BEAD, 1/8" HIGH MONUMENT CASE MONUMENT 1 1/2" CLASS "G" ASPHALT (COMPACTED DEPTH) 6" CLASS 3000 CONCRETE CRUSHED SURFACING TO BE PLACED AFTER PLACEMENT OF MONUMENT CASE SUFFICIENT TO SECURE MONUMENT SECTION • _ iii iii ii 2" ALUMINUM, BRONZE OR BRASS SURVEY CAP 5/8" REBAR - 24" LENGTH MIN. 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. Of City Of Yakima Engineering Division 129 North Second Street .;;;,�, +•� Yakima, Washington City of Yakima - Standard Detail SURVEY MONUMENT NOT TO SCALE Revision 11 -2008 F • Ak&*] 1 1 1 1 1 1 1 1 1 1 1 1 1 1 # + + } + + ;# # } + # # } } + + + + + # + + + + + + SUBGRADE PLACE AND COMPACT CRUSHED SURFACING TOP COURSE i �= CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION. SLOPE 1/4 INCH PER FOOT AWAY FROM COVER. + + + + } } i + + + + } + SUBGRADE ' pop City Of Yakima Engineering Division 129 North Second Street �'�..,,; +••• Yakima, Washington 1 1/2" CLASS "G" ASPHALT ASPHALT PAVEMENT 12" + + + + + + + + + + + + ++ BASE 6" \/ GROUT ALL JOINTS WITH NON - GYPSUM GROUT. SMOOTH INSIDE BARREL PAVED AREAS GRAVEL SURACING 12 # } } + + } + + } } + + + + ; + # } + + + + # # ++ \/ 6" CONCRETE PERIMETER SEAL SHALL EXTEND 6" BELOW ADJUSTMENT RINGS UNPAVED AREAS City of Yakima - Standard Detail MANHOLE ADJUSTMENT NOT TO SCALE Revision 11 -2010 S3 0 i a N 'm z 0 M M M M M M M M ' M M M M M M M M M L 29 114" BOLT -DOWN HOLE (TYP.) - 518" - 11 NC (SEE DETAIL & NOTE 2) D TOP SECTION ( A v z 1rz• DETAIL O NOTES 1 This frame is designed to accommodate 20" x 24" grates or covers as shown on Standard Plans B- 30.20, B- 30.30, B -30AO, and B- 30.50. 2. Bolt -down capability is required on all frames, grates, and covers, unless specified otherwise in the Contract Provide 2 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 5/8' - 11 NC x 2" Allen head cap screw by being tapped, or other approved mechanism. Location of baR -down holes varies by manufacturer. 3. Refer to Standard Specification 8-06.15(2) for additional requirements. RECESSED ALLEN I HEAD CAP SCREW SIB' -11 INC x2'�� FRAME CAST INTO PRECAST ADJUSTMENT SECTION - SEE STANDARD PLAN 840.90 FOR ADJUSTMENT SECTION DETAILS GRATE e � 1 FRAME a SECTN)N BOLT -DOWN DETAIL SEE NOTE 2 FLANGE UPWARD 9 WMETRIC VIEW SHOWING THE VARIATIONS X k iAAS/ 9 a a GDS�.( 01 /, Q 99535 O oACQ�,`GISTS S/0 NA6 RECTANGULAR FRAME (REVERSIBLE) STANDARD PLAN B- 30.10 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 10 04126112 er�re oeDax�owmt wre _ 7 wmla.g. Sa D'P. d M M ' M M i M M M M M M M M M M M r M c 0 r V a J m 0 4 TOP 24- 4 EQUAL SPACES 4 EQUAL SPACES EMN a SECTION O SLOT - SEE DETAIL AND NOTE 1 J SECTION O NOTES 1 Bolt-down capability is required on all frames, grates, and covers, unless specified otherwise in the ContracL Provide 2 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 5/8" - 11 NC z 2^ Allen head cap screw by being tapped, or other approved mechanism. Location of boR -down holes varies by manufacturer. 2. Refer to Standard SpecMcaflon 8- 05.16(2) for additional requirements. 3. For frame details, see Standard Plan B- 30.10. ,ra• i �j i i i BOLT -DOWN SLOT DETAIL SEE NOTE 1 RECTANGULAR BI- DIRECTIONAL VANED GRATE STANDARD PLAN B- 30.40 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION ISOMETRIC Pasco Bakotich lit f CM12 _ Ran oesw �ow�n wre T Wmldd g � Sm D.po .17— p -ftf.. M M M i M M M M M M M M M M M M M M i NOTES SEE CONTRACT PLANS SEE CONTRACT PLANS 1 Provide a separate curb ramp for each marked or unmarked crosswalk. - 4' - 0" MIN. I - 4' - 0" MIN. I PEDESTRIAN CURB Curb ramp location shall be placed within the width of the associated 3/8" EXPANSION JOINT (TYP.) PEDESTRIAN CURB 3/8" EXPANSION JOINT (TYP.) - SEE NOTE 4 crosswalk, or as shown in the Contract Plans. SEE STD. PLAN F -30.10 LANDING I SEE NOTE 4 -SEE STANDARD PLAN FJ0.10 LANDING 2. Where "GRADE BREAK' is called out, the entire length of the grade ^' SIDEWALK break between the two adjacent surface planes shall be flush. o , \./ I - s 3. Do not place gratings, junction boxes, access covers, or other appurte- CURB AND GUTTER `I SIDEWALK o - nances in front of thre curb ramp or on any part of the curb ramp or landing. ' s € ' 4. See Contract Plans for the curb design specified. See Standard Plan CURB 8 GUTTER �' " " "`- ' "�'`-1 9 P SEE CONTRACT PLANS F -10.12 for Curb, Curb and Gutter, and Pedestrian Curb Details. - 4' • 0" MIN. (NP.) CURB RAMP CURB RAMP DETECTABLE WARNING SURFACE CURB RAMP DETECTABLE WARNING SURFACE SEE CONTRACT PLANS ` -SEE STANDARD PLAN F46.10 5. See Standard Plan F -30.10 for Cement Concrete Sidewalk Details. FACE OF CURB - SEE STANDARD PLAN F-0.10 ^ 4' - 0" MIN. See Contract Plans fOr Width and placement Of sidewalk. DEPRESSED CURB & GUTTER FACE OF CURB DEPRESSED CURB 8 GUTTER CROSSWALK CROSSWALK 6. The Bid Item "Cement Concrete Curb Ramp Type _" does not include o - -.- -- the adacent Curb, Curb and Gutter, Pedestrian Curb or Sidewalks. PLAN wew 7 The curb ramp maximum running slope shall not require the ramp length DETECTABLE WARNING SURFACE GRADE PLAN VIEW to exceed 15 feet to avoid chasing the slope indefinitely when connecting LL TYPE PARALLEL A - SEE STANDARD PLAN F-45.10 BREAK TYPE PARALLEL B to steep grades. When applying the 15 foot max. length, the running slope m SEE CONTRA CT PLANS COUNTER SLOPE of the curb ramp shall be as flat as feasable. 5.0% MAX. -M -O" MiN GRADE S. Curb ramp, landing, & flares shalt receive broom finish. See Standard O VARIES a BREAK Specifications 8.14. ' `� 2.0% MAX . ROADWAY LEGEND - -- SLOPE IN EITHER DIRECTION CEMENT CONCRETE LANDING DEPRESSED PEDESTRIAN CURB CURB & GUTTER - SEE STANDARD PLAN F -10.12 SECTION O - SEE NOTE 6 & 4 15' - 0" MAX. - SEE CONTRACT PLANS 15' - 0" MAX. - SEENOTE7 -4' -("MIN SEE NOTE SIDEWALK/ GRADE BREAK SIDEWALK T GRADE BREAK C V- 8.3% MAX. 8.3% MAX. GRACE BREAK 2.0% MAX. CURB RAMP LANDING CURB RAMP 3l8" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F -30.10 SECTION O mrni w.Nl- PARALLELA' PAY ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT 15' - 0" MAX. - qLANDING SEE NOTE GRADE BREAK 8.3% MAX. `v V CURB RAMP 3/8" EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F -30.10 SECTION O 'CEMENT CONCRETE CURB RAMP TYPE PARALLEL PEDESTRIAN CURB - SEE STANDARD PLAN F -10.12 ISOMETRIC VIEW TYPE PARALLEL B PAY LIMIT ,t FENJ�p OF WASy74cr Oog� ° $§ , C �F k9 �ecl3T�R�� �s7ONAL �yG pp 43��8 PARALLEL CURB RAMP STANDARD PLAN F- 40.12 -01 SHEET 1 OF i SHEET APPROVED FOR PUBLICATION Pasco Bakodch N 06 -03 -10 sure pESIGN ENdNi wre $& Wmh!M , 5b D.pprlm.M d Tr I Wftlio MATCH SIDEWALK WIDTH - 4' 0" MIN, SEE CONTRACT PLANS 319" EXPANSION JOINT (TYP.) - SEE STANDARD - PLAN F-30.10 SIDEWALK SEE NOTE 6 BUFFER STRIP - SEE CONTRACT PLANS PEDESTRIAN CROSSING CLOSURE SIGN w D 0 w GRADE BREAK - SIDEWALK SEE NOTE 61 it-iQ CURB RAMP DETECTABLE WARNING SURFACE SEE STANDARD PLAN F45.10 15' - 0" MAX 15' - 0' MAX COUNTER SLOPE GRADE SEE NOTE 8 SEE NOTE 8 GRADE 5.0 %MAX. GRADE BREAK BREAK BREAK I GRADE GRADE BREAK BREAK SEE SIDEWALK NOTE 6 SEE ENO E B 2 0% MAX. TOP OF 8.3% MAX. 2.0% MAX. 8.3% MAX. ROADWAY i DEPRESSED o a LANDING CURB & GUTTER CURB RAMP LANDING CURB RAMP SEE NOTE 5 SECTION O "CEMENT CONCRETE CURB RAMP _.__ _..._. PAY LIMIT ISOMETRIC VIEW TYPE SINGLE DIRECTION A PAY LIMIT SECTION O "CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION B" PAY LIMIT SEE NOTE 7 ON ISOMETRIC VIEW TYPE SINGLE DIRECTION B PAY LIMIT DETECTABLE WARNING 1" RADIUS SURFACE -SEE CORNER NOTES PEDESTRIAN CURB DEPRESSED CURB AND 1 This plan is to be used where pedestrian crossing in one direction is not RADIUS MAY MATCH SIDEWALK BUFFER STRIP 0" permitted. WIDTH - 4'0' MIN. SEE CONTRACT PLANS 2. Curb ramp location shall be placed within the width of the associated PEDESTRIAN CURB crosswalk, or as shown in the Contract Plans. SEE NOTE 5 CURB RAMP PEDESTRIAN CURB MATCH SIDEWALK - SEE NOTES PEDESTRIAN CURB 3. Where "GRADE BREAK" is called out, the entire length of the grade break SEE NOTE 5 WIDTH V 0" MIN. "" SEE NOTE 5 between the two adjacent surface planes shall be flush. SEE CONTRACT PLANS <' LANDING 4. Do not place gratings, junction boxes, access covers or other appurtan- 5' - 0" MIN. 3" R. 3r8" EXPANSION JOINT - SEE STANDARD PLAN F -30.10 �/ LANDING ences in front of the curb ramp or on any part of the curb ramp or landing. / 5' 0" MIN. 5. See the Contract Documents for the curb design specified. - j j j See Standard Plan F -10.12 for Curb, Curb and Gutter, and Pedestrian Curb details. R 3 MIN. .: 3" R. — y 6. See Standard Plan F -30.10 for Cement Concrete Sidewalk Details. °1 @ ! SIDEWALK See contract plans for width and placement of sidewalk. J SEE NOTE 6 J "Cement — 7 The bid item Concrete Curb Ramp Type _" does not include the DETECTABLE WARNING SURFACE BUFFER 1 DETECTABLE WARNING SURFACE adjacent Curb or (Curb and Gutter), Pedestrian Curb or Sidewalk, or the 1 SEE STANDARD PLAN F43.10 STRIP SEE STANDARD PLAN F45.10 pedestrian crossing closure sign. CURB & GUTTER CURB & GUTTER 8. The curb ramp maximum running slope shall not require the ramp length to SEE NOTE 5 SEE NOTE 5 exceed 15 feet to avoid chasing the slope indefinitely when connecting CURB RAMP PEDESTRIAN CROSSING CLOSURE SIGN CURB RAMP FACE OF to steep grades. When applying the 15 foot maximum length, the running FACE OF SEE NOTES CURB slope of the curb ramp shall be as flat as feasible. CURB PLAN VIEW PLAN VIEW 9. Curb ramps and landings shall receive broom finish. TYPE SINGLE DIRECTION A TYPE SINGLE DIRECTION B See Standard Specifications 8 -14. it-iQ CURB RAMP DETECTABLE WARNING SURFACE SEE STANDARD PLAN F45.10 15' - 0" MAX 15' - 0' MAX COUNTER SLOPE GRADE SEE NOTE 8 SEE NOTE 8 GRADE 5.0 %MAX. GRADE BREAK BREAK BREAK I GRADE GRADE BREAK BREAK SEE SIDEWALK NOTE 6 SEE ENO E B 2 0% MAX. TOP OF 8.3% MAX. 2.0% MAX. 8.3% MAX. ROADWAY i DEPRESSED o a LANDING CURB & GUTTER CURB RAMP LANDING CURB RAMP SEE NOTE 5 SECTION O "CEMENT CONCRETE CURB RAMP _.__ _..._. PAY LIMIT ISOMETRIC VIEW TYPE SINGLE DIRECTION A PAY LIMIT SECTION O "CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION B" PAY LIMIT SEE NOTE 7 ON ISOMETRIC VIEW TYPE SINGLE DIRECTION B PAY LIMIT b DETAIL O G'j FENN0 Jim y � OF BASy�N di LEGEND SLOPE IN EITHER DIRECTION y�1'C cTgG O� O yJill, 38298 O fit' g1 iOE'J,s``Cr STER TONAL F SINGLE DIRECTION CURB RAMP STANDARD PLAN F- 40.16 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch M 06 -03 -10 _ STATE OE9NiN ENdNEER OATf AW Wmhingb SbM D.p—.M el T,vmp —i- DETECTABLE WARNING 1" RADIUS SURFACE -SEE CORNER STD. PLAN F46.10 PEDESTRIAN CURB DEPRESSED CURB AND GUTTER - SEE NOTE 5 90' ANGLE RADIUS MAY VARY 0" b DETAIL O G'j FENN0 Jim y � OF BASy�N di LEGEND SLOPE IN EITHER DIRECTION y�1'C cTgG O� O yJill, 38298 O fit' g1 iOE'J,s``Cr STER TONAL F SINGLE DIRECTION CURB RAMP STANDARD PLAN F- 40.16 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch M 06 -03 -10 _ STATE OE9NiN ENdNEER OATf AW Wmhingb SbM D.p—.M el T,vmp —i- A A NOTES I �Bj J D L 1. The Detectable Waming Surface (DWS) shall extend. the full width of the DETECTABLE WARNING curb ramp (exclusive of flares) or the landing. CURB RAMP, LANDING, CUT• SURFACE (DWS) - 2. The Detectable Wam(n p THROUGH OR WALKWAY SEE NOTE 3 g Surface shall be laced at the back of curb, and - - - - -- - E need not follow the radius. r MIN. MAX. 3. The rows of truncated domes shall be aligned to be perpendicular to the I I A t.eo 2.40 9 P P If �l grade break at the back of curb. A I B p B 0.85" — BACK OF CURB - SEE NOTE 2 2' - a' MIN. - 4. The rows of truncated domes shall be aligned to be parallel to the �- C 0.45" 0.80" TYP OF ALL p -� TRUNCATED DOME APPLICATIONS direction of travel. SECTION O E 0.2" o.r 5. If curb and gutter are not present, such as a shared -use path connection, the Detectable Warning Surface shall be placed at the pavement edge. SEE STANDARD SPECIFICATIONS FOR 6. See Standard Plans for sidewalk and curb ramp details. COLOR OF SURFACE CURB AND GUTTER MATCH TO WDTH OF CURB RAMP 7 If a curb ramp is required, the location of the Detectable Warning Surface TRUNCATED SEE NOTE 3 PACING TRUNCATED DOME DETAILS LANDING, CUT - THROUGH OR must be at the bottom of the ramp and within the required distance from WALKWAY z DETECTABLE WARNING SURFACE DETAIL the call. O OFFSET 6. When the grade break between the curb ramp and the landing is less than CURB RA LANDING or equal to 5 ft from the back of curb at all eq points, place the Detectable Warning Surface on the bottom of the curb ramp. WIDTH OF LANDING WALKWAY WALKWAY WALKWAY WALKWAY WIDTH OF CUT- THROUGH BLE WARNING WID (TYP.) WIDTH OF CUT - THROUGH (DWS) - ) E 4 CURB RAMP URB 2'- 0" MIN. w w i SINGLE DIRECTION CURB RAMP FLARE FLARE 2'- p m (GRADE BREAK BETWEEN CURB AND " "" •' MIN. 4BA..K LANDING 5 5 FT FROM BACK OF CURB) (SEE NOTE 6) DETECTABLE WARNING LANDING BACK OF CURB - SURFACE DWS _ DETECTABLE WARNINDIRECTION OF SEE NOTE 2 SEE NOTE(3 ) SURFACE (TYP.) - p RB - SEE NOTE 3 TRAVEL WDTH OF CURB RAMP CURB RAMP BACK OF CURB - SEE NOTE 2 WIDTH OF PERPENDICULAR CURB RAMP ' - 0" MIN. WALKWAY WALKWAY (SEE NOTE 6) WIDTH OF CURB RAMP, ISLAND CUT - THROUGH LANDING, OR WALKWAY DETECTABLE WARNING ATRI SURFACE (TYP.) - 4 C y SURFACE LE WARNING SEE NOTE 3 SEE NOTE 3 40 p1 iA,ty 8 MEDIAN CUT-THROUGH BACK OF CURB - BACK OF CURB - SEE NOTE 2 i SEE NOTE 2 SINGLE DIRECTION CURB RAMP DETECTABLE WARNING b V WIDTH OF SHARED P mB�k6 (GRADE BREAK BETWEEN CURB AND SURFACE (DWS) - io USE PATH OR 0 9B 34363 �� �V 1 i LANDING > 5 FT. FROM BACK OF CURB) SEE NOTES 4 & 7 WALKWAY (TYP.) Nf GISTS (SEE NOTE 8) 1 CURB RAMP CURB RAMP WALKWAY LANDING WALKWAY �u WDTH OF CUT - THROUGH g � � SHARED -USE (TYP-) PATH OR WALKWAY DETECTABLE WARNING ROUNDABOUT SPUTTER SURFACE i ISLAND PAVEMENT SHOULDER RAIL EDGE STANDARD PLAN F-45.10-01 l0 0 SHEET 1 OF 1 SHEET DETECTABLE WARNING - DETECTABLE WARNING APPROVED FOR PUBLICATION BACK OF CURB • SURFACE (DWS) - SEE NOTE 3 PATH OR SURFACE (DWS) - SEE NOTE 2 WIDTH OF WALKWAY SEE NOTES 4 S 6 Pasco Bakotich 111 06117112 LANDING nAM M.. Ml— mn PARALLEL CURB RAMP PEDESTRIAN RAILROAD CROSSING PLACEMENT GUIDELINES SHARED -USE PATH CONNECTION w..M� son. D.�m,.m dn.mpemnl,e (SEE NOTE 6) x 13'- 0 1/4• e 6- 0314" z 5' -03/4" 3/8" PREMOLDED JOINT FILLER r r m _ 5' -0 "R. RECTANGULAR FRAME AND GRATE - NOT GUTTER PAN INCLUDED IN CURB AND GUTTER BID ITEM PLAN VIEW CENTERLINE OF FRAME CATCH BASIN GUTTER PAN CURB FACE OF �-s g GRATE - SEE NOTE 2 i 2'_ 10 12" VARIES 6 1/2" 13" 6 112" V- 6" - 2'- 10 112" (1.08') FACE OF CURB 5 12" 11 SLOPE THE GUTTER PAN DOWN TO 5 112" 1• 1/2" R. 1" R. MATCH THE RECTANGULAR FRAME 112" R 1" R MATCH AY ROADWAY SLOPE D SLOPE 9" o RECI SS 5' 112" R. TOP OF " 1• R. TOP OF • 1" R. 1/2• ROADWAY > c 12' R. j" ROADWAY D " ADJUSTMENT SECTION -NOT INCLUDED SECTION OB IN CURB AND GUTTER BID ITEM • • D DRAINAGE STRUCTURE - NOT INCLUDED o u IN CURB AND GUTTER BID ITEM SECTION O 5' -0'R. CEMENT CONCRETE CURB AND GUTTER NOTES 1. The intent of this design is to facilitate the compaction of Hot Mix Asphalt pavement adjacent to a drainage structure. 2. The centerline of the drainage structure may differ from the centerline of the frame and grate. ISOMETRIC VIEW OF ASNAP 'N Q hi w C�r2 Jill, 4 BB NJ," CI STFR NVt- "ONAL E EXPIRES JULY 27, 2007 CEMENT CONCRETE CURB AND GUTTER PAN STANDARD PLAN F- 10.16 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Kevin J. Dayton 12 -20-06 _ m�reoescx exewem w� wmhl -9— Sbb ogq��mxn or l�vnepo,folion m m m m r m m mm m m1 m m m m m m mm FACE OF CURB �� VARIES 12" TO 24 FACE OF CURS 6 1/2" VARIES FROM 6" TO 0", VARIES VARIES I ON SIDE OF CURB 1" 10" TO 22" 1" MATCH ROADWAY 12 "R. (SEE CONTRACT) f MATCH ROADWAY �' R' STANDARD PLAN F- 10.12 -02 1 R' J MATCH ROADWAY SLOPE APPROVED FOR PUBLICATION DEPRESSED CURB SECTION Pasco Bakotich 111 06 -16 SLOPE 12 "R, b� D b ROADWAY ROADWAY D 1" R. 2 bJ Y •D •• D • D p D •- > 11 12" 11 12" DUAL -FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER 6" 1"R. 112" R. i CEMENT CONCRETE OR ASPHALT CONCRETE 0 n SIDEWALK OR PATH 318" PREMOLDED JOINT FILLER (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) w 0 Z CEMENT CONCRETE PEDESTRIAN CURB FACE OF CURB FACE OF CURB LL VARIES 12" TO 24" VARIES 1" 10" TO 22" 1" (SEE CONTRACT) 0 1"R - 1"R. \ i ROADWAY 6a D ROADWAY D D D 1314' DUAL -FACED CEMENT CONCRETE TRAFFIC CURB FACE OF CURB 6 12" 512" 1" 1" R J MATCH ROADWAY 12 "R. SLOPE 12 "R ROADWAY p D CEMENT CONCRETE TRAFFIC CURB AND GUTTER 6" CEMENT CONCRETE 12" R CURS RAMP, LANDING, OR DRIVEWAY VARIES 1" R- ENTRANCE FROM � D D D • 8 "TOO" - " -_ -- 6, , D 318" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES FACE OF CURB 6 12" 5 12" 1" 12" R. V R. o ;D ROADWAY .D � C CEMENT CONCRETE TRAFFIC CURB NOTE 1 See Standard Plan F -30.10 for Curb Expansion and Contraction Joint Spacing. FLUSH WITH GUTTER PAN AT CURB 1O RAMP ENTRANCE - 12" VERTICAL LIP AT DRIVEWAY ENTRANCE FACE OF CURB 7 1/4' 3" 4" � 1 12" R. 1/2"R. / �I ' ROADWAY Q D _ D •D D " MOUNTABLE CEMENT CONCRETE TRAFFIC CURB FACE OF CURB n'ASyi�R4y�On 6 1/2" VARIES FROM 6" TO 0", MAINTAIN 1H BV SLOPE VARIES I ON SIDE OF CURB � ,P, 32350 1" R SA�o �SAOA'AL MATCH ROADWAY 12 "R. ___ SLOPE 1 f 1/2'R. ROADWAY CEMENT CONCRETE CURBS STANDARD PLAN F- 10.12 -02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION DEPRESSED CURB SECTION Pasco Bakotich 111 06 -16 AT CURB RAMPS AND DRIVEWAY ENTRANCES 6" CEMENT CONCRETE 12" R CURS RAMP, LANDING, OR DRIVEWAY VARIES 1" R- ENTRANCE FROM � D D D • 8 "TOO" - " -_ -- 6, , D 318" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES FACE OF CURB 6 12" 5 12" 1" 12" R. V R. o ;D ROADWAY .D � C CEMENT CONCRETE TRAFFIC CURB NOTE 1 See Standard Plan F -30.10 for Curb Expansion and Contraction Joint Spacing. FLUSH WITH GUTTER PAN AT CURB 1O RAMP ENTRANCE - 12" VERTICAL LIP AT DRIVEWAY ENTRANCE FACE OF CURB 7 1/4' 3" 4" � 1 12" R. 1/2"R. / �I ' ROADWAY Q D _ D •D D " MOUNTABLE CEMENT CONCRETE TRAFFIC CURB n'ASyi�R4y�On � ,P, 32350 �33a��Y` RUH SA�o �SAOA'AL �'aG 4 CEMENT CONCRETE CURBS STANDARD PLAN F- 10.12 -02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 06 -16 -11 _ sure oss� srw;iHSSa are WWmNng.. smn D p�M : T.a M M M M r m m s M M M M M M M M .M m m z_ z m a z w d r m 0 '�\ X\\ ENO ROAD WORK G20 -2A OR 25 DOWNSTREAM TAPER 35 TO SHOW END OF WORK 45 AREA - SEE NOTE 5 G20 -2A / ENO ROAD WORK LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 65 LENGTH B (FEET) 155 200 250 305 360 425 495 570 645 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 LBS. SERVICE TRUCK, (MAXIMUM WEIGHT SHALL BE FLAT BED, ETC. IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE= 30 FEET MIN. (DRY PAVEMENT ASSUMED) \ W20-7S - OPTIONAL IF POSTED IE SPEED 40 MPH OR LESS PREPARED P / + TO STOP W20-7A ONE LANE . \ 4 ROAD \ AHEAD w20-1 G DE \\ 4 + WORK p PREPARED \� AHEAD TO STOP VV20 -78 - OPTIONAL IF POSTED \ + / SPEED 40 MPH OR LESS ONE LANE P ROAD AHEAD W20-4 \. ROAD WORK AHEAD W20-1 LEGEND FLAGGING STATION DI SIGN LOCATION ® ® ® CHANNEUZJNG DEVICES e® PROTECTIVE VEHICLE - RECOMMENDED NOTES 1 A Protective Vehicle 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 Channelizing Device taper across shoulder - recommended. 4. Sign sequence is the same for both directions of travel on the roadway 5. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. SIGN SPACING = X (1) RURAL HIGHWAYS 60 / 65 MPH Soo i RURAL ROADS 45 / 55 MPH SOP x RURAL ROADS & URBAN ARTERIALS 35140 MPH 35V t RURAL ROADS, URBAN ARTERIALS, 11130 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 OF WASy7NC� -9�' tri 1g1� PO /� 25335 O 4✓� 0���� �SrONAL ECG EXPIRES AUGUST 9. 2007�� 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 - BIAIE DEEIDM EMGINEFA MTE T Wwhilgr Sb o.rw,nD.m ar 1D,D.nonwl =D M M M M M M M M M M M M M � M M ® M M z LONGITUDINAL BUFFER SPACE = B Z POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 LENGTH B (FEET) 155 1 200 1 250 1 305 1360 1425 1 495 1570 m Z w m 0 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 LBS. SERVICE TRUCK (MAXIMUM WEIGHT SHALL BE FLAT BED, ETC. IN ACCORDANCE WITH MANU- 550 FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENTASSUMED) MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 65 1 70 10 105 150 205 270 450 500 550 - - - 11 115 165 225 294 495 550 605 660 - - 12 125 180 245 320 540 600 660 720 780 840 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50170 40 80 35145 30 60 25 / 30 20 40 SIGN SPACING RURAL HIGHWAYS 60RURAL VAHEAD MMPH80(r* ROADS 45RURAL CHANNELIZJNG DEVICES ROADS & URBAN ARTE RIALS 35RURAL PROTECTIVE VEHICLE - RECOMMENDED ROADS, URBAN ARTERIALS, 252) RESIDENTIAL 8 BUSINESS DISTRICTS PORTABLE CHANGEABLE MESSAGE SIGN URBAN STREETS 25 MPH OR LESS 100't (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W20-5R RIGHT LAN w4 2L CLOSED �01 COMPLIANCE DATE 12!23113 \ AHEAO ROAD G20-2A OR fl0A0 WOflK DOWNSTREAM TAPER TO SHOW ENO OF WORK AREA - SEE NOTE 6 100' (p) B L X X VAHEAD YSEE NOTE 2 CHANNELIZJNG DEVICES SEE NOTE 5 PROTECTIVE VEHICLE - RECOMMENDED o PORTABLE CHANGEABLE MESSAGE SIGN CCD ARROW PANEL a 0 O EXISTING LANE STRIPE ® ® j WORK AREA / ® N ® ® ® ® ® ® ® ® ® ® ® ® ® D N N N J W1 ROAD NARROWS LATERAL BUFFER - 4' TEMPORARY LANE - 12' MIN. WORK AREA EXISTING EXISTING LANE EXISTING LANE EXISTING SHOULDER 2 SHOULDER A AW SECTION OA LEGEND N SIGN LOCATION ® ® ¢ CHANNELIZJNG DEVICES a® PROTECTIVE VEHICLE - RECOMMENDED PCMS PORTABLE CHANGEABLE MESSAGE SIGN CCD ARROW PANEL 17 EXISTING EDGE STRIPE EXISTING LANE STRIPE TEMPORARY TRAFFIC CONTROL DEVICE NOTES 1 A Protective Vehicle 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 Stopping Distance. 2. Extend device taper (U3) across shoulder — recommended. 3. Portable Changeable Message Sign (PCMS) — recommended. 4. Traffic Safety Drums for all tapers on high speed roadway -- recommended. 5. Transverse Devices in closed lane every 1000' t — recommended. 6. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 7 Use advanced notice for any overwidth loads prior to lane closure for altenative routes if applicable — recommended. B. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55 -05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES g J. TR € �oOO� of WASy� hill 5� - Jill, 0 Pe 25335 ry0 e�S70NAL EXPIRES AUGUST 9, 2. 7 a SINGLE LANE CLOSURE WITH ENCROACHMENT STANDARD PLAN K- 24.20 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 _ Bi�TE DE6IDN FNGINEFA DAIE IN W.Ai.gf 5b Dopml or Tmm pV is i m a Z W m 0 M M M M ' M M ' M M M M M M M M M M LONGITUDINAL BUFFER SPACE = B MINIMUM TAPER LENGTH = L (FEET) POSTED SPEED (MPH) 1 25 1 30 1 35 1 40 1 451 50 1 55 1 60 LANE WIDTH POSTED SPEED (MPH) LENGTH B (FEET) 155 ZOD 250 305 360 1 425 495 570 (FEET) 25 1 30 1 35 1 40 45 50 55 60 10 a245�320 205 270 450 500 550 - 11 225 294 495 550 605 680 12 540 600 660 720 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 LBS. SERVICE TRUCK, (MAXIMUM WEIGHT SHALL BE FLAT BED, ETC. IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSU MED) CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50/70 40 80 35145 30 60 25/30 20 40 END G20-2A ROAD WORK 2 A OR 0 0 D CHANNELIZING DEVICES DOWNSTREAM TAPER TO PROTECTIVE VEHICLE - RECOMMENDED PCMS SHOW END OF WORK AREA - SEE NOTE 7 b toa , O O SEE NOTE 5 ® WORK AREA i_ h SEE STANDARD PLAN K -24.20 FOR ALTERNATE ENCROACHMENT LEGEND 2 A SIGN LOCATION 0 0 D CHANNELIZING DEVICES a PROTECTIVE VEHICLE - RECOMMENDED PCMS PORTABLE CHANGEABLE MESSAGE SIGN CCD ARROW PANEL SIGN SPACING = X (1) 2 ' . RURAL HIGHWAYS 60 / 65 MPH Boo 3 RURAL ROADS 45155 MPH 500' 3 RURAL ROADS 8. URBAN ARTERIALS 35140 MPH 35U :k RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 20a 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. W4-2L - COMPLIANCE DATE 12123113 I B L X 4 N PCMS SAMPLE MESSAGE 1 1 2 ONE LANE MILE CLOSED AHEAD 1.5 SEC 1.5 SEC FIELD LOCATE 1 MILE t, IN ADVANCE OF LANE CLOSURE A W20-6R RIGHT LANE CLOSED W20-1 AHEAD ROAD > WORK AHEAD x x N N N N N a NOTES 1. A Protective Vehicle 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. Devices shall not encroach into adjacent lanes. 3. Extend device taper (U3) across shoulder — recommended. 4. Portable Changeable Message Sign (PCMS) — recommended. 5. Use Transverse Devices in closed lane every 1000' t — recommended. 6. Traffic Safety Drums for all tapers on high speed roadway — recommended. 7 Channelizing Device spacing 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. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES SINGLE LANE CLOSURE ON MULTILANE ROADWAY STANDARD PLAN K- 24.60 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 _ m�Te oemcx o�cwem wre w-N.9 en gob Dpwhnwn or T— W-Wlon M M M M M ' M M M M M M M ' M M M M M LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 LENGTH B (FEET) 155 200 250 305 360 425 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 Les. SERVICE TRUCK (MAXIMUM WEIGHT SHALL BE FLAT BED, ETC. IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) O1 ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENTASSUMED) z N Z m z m 0 SIGN SPACING = X RURAL ROADS 45155 MPH 500' 3 RURAL ROADS & URBAN ARTERIALS 35140 MPH 350 t RURAL ROADS, URBAN ARTERIALS, 25l 30 MPH 200 t RESIDENTIAL & BUSINESS DISTRICTS ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. LANE WIDTH 10 MIN. - SEE STANDARD PLAN L2 , K -24 20 FOR ALTERNATE ENCROACHMENT WORK LE OSEO AHEAD AHEAD MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) POSTED SPEED (MPH) 25 30 35 40 45 1 50 10 105 150 205 270 450 500 11 115 165 225 244 495 550 12 125 0 245 o 540 e m D OF LANE CLOSURE SIGNING PCMS PORTABLE CHANGEABLE MESSAGE SIGN I`DD y a X I X I X WORK LE OSEO AHEAD AHEAD MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) POSTED SPEED (MPH) 25 30 35 40 45 1 50 10 105 150 205 270 450 500 11 115 165 225 244 495 550 12 125 180 245 320 540 600 W42R I B , L X 4 / WORK AREA ® D L BO LANE WIDTH 10 MIN. - SEE STANDARD PLAN K -2420 L2 FOR ALTERNATE ENCROACHMENT W4-2R - COMPLIANCE DATE 1222113 PCMS POSTED SPEED (MPH) IN TAPER (FEET) SAMPLE MESSAGE 50 40 1 2 LEGEND 30 LEFT NO 25130 20 LANE LEFT N SIGN LOCATION CLOSED TURN D a D CHANNELIZING DEVICES 1.5 SEC 1.5 SEC F°-'L:TS L�Li2 PROTECTIVE VEHICLE - RECOMMENDED FIELD LOCATE IN ADVANCE OF LANE CLOSURE SIGNING PCMS PORTABLE CHANGEABLE MESSAGE SIGN I`DD ARROW PANEL NOTES 1. A Protective Vehicle 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. Portable Changeable Message Sign (PCMS) - recommended. 3. Prohibit turns as necessary for traffic conditions. 4. For signs size refer to Manual on Uniform Traffic Control Device (MUTCD) and WSDOT Sign Fabrication Manual M55 -05. CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50 40 80 35145 30 60 25130 20 40 jW2ML LEFT LA E CLOSED ROAD W20-1 WORK AHEAD N IN N a D FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES �E J. TR OF WAsy7A'Y a o Os`LY �0 �� 25335 As8 OI3T8R �Vl' � �p� TONAL E g EXPIRES AUGUST 9. 2009 k 5 LEFT AND CENTER LANE CLOSURE — TWO -WAY LEFT TURN LANE STANDARD PLAN K- 26.40 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotilch 111 10 -12 -07 T W Ainpmn SIGN Dpmlm of Tea -po ic. M M M M M M M M ' M M M M M M M M M M z_ y m z w m v LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 1 30 35 40 45 50 55 1 W LENGTH S (FEET) 155 1 200 1 250 1 305 360 425 495 1 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 LBS. SERVICE TRUCK (MAXIMUM WEIGHT SHALL BE FLAT BED, ETC. IN ACCORDANCE WITH MANU- ®4 FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) L2 a a x x W20 -1 ROAD W7-e WORK AHEAD W, �0.�ROAOO WORK a JFLAGGING AHEAD 500' t STATION W20-4 - OPTIONAL SIGN LOCATION IO IF POSTED SPEED X ®4 +1 40 MPH OR LESS 115 11051225 ONE LANE DEVICE SPACING - 12 DISTANCE W20-7A © FOR OPPOSING TRAFFIC DEVICES 495 ROAD E B60 AHEAD 125 X X 320 Q W20-7B BE BE 720 PREPARED SZ PREPARED W20-A - OPTIONAL IF POSTED TO STOP ZS x N20.7A W204 2S O ,. X ° I 0 B X PREPARED TO STOP W20-7B - OPTIONAL IF POSTED SPEED 40 MPH OR LESS LEGEND RURAL HIGHWAYS 60 / 65 MPH JFLAGGING RURAL ROADS 45l 55 MPH 500' t STATION DI SIGN LOCATION ® ® D CHANNEL17JNG DEVICES ®4 PROTECTIVE VEHICLE - RECOMMENDED SIGN SPACING = X (1) RURAL HIGHWAYS 60 / 65 MPH B00' t RURAL ROADS 45l 55 MPH 500' t RURAL ROADS & URBAN ARTERIALS 35l 40 MPH 350' Y RURAL ROADS, URBAN ARTERIALS, 25130 MPH RESIDENTIAL A BUSINESS DISTRICTS 200' t (2) URBAN STREETS 25 MPH OR LESS 100' 3 (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W20.715 - OPTIONAL IF POSTED SPEED 40 MPH OR LESS n NOTES 1 A Protective Vehicle 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. If an existing signal is present, the signal shall be set to "red flash mode" or turned off during flagging operations. 3. Extend device taper (L/3) across shoulder - recommended. 4. Law enforcement officer may be used in lieu of flaggers to control intersection traffic. 5. For speed limit of 30 mph or less use sign W1 -3 in lieu of sign W1 4. 6. Maintain a minimum of one access point for each business within the Work Area limits. 7 Portable Changeable Message Sign (PCMS) - recommended. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. ROAD NS WORK CLO9EO 100' X X ANDIO 0 v2 X X I I b b N q D D D _o X © $ I L!2 / R4-7B I J 24" x 30" SEE NOTE-3 RIGNf B/VV � 40 O 35145 (TYP.) W20-7A 25130 20 40 115 11051225 X DEVICE SPACING - 12 DISTANCE W20-7A © FOR OPPOSING TRAFFIC DEVICES 495 Q 4 B60 12 125 X 245 320 Q 600 BE 720 SZ PREPARED W20-A - OPTIONAL IF POSTED TO STOP SPEED 40 MPH OR LESS W204 Q ONELANE Q ROAD AHEAD X J� I ROAD W20.1 SZ WORK CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50/70 40 80 35145 30 60 25130 20 40 MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) POSTED SPEED (MPH) 25 1 30 1 35 1 40 45 50 55 80 10 1051 1501 205 270 450 500 550 - 11 115 11051225 294 495 550 805 B60 12 125 180 245 320 540 600 660 720 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES ��O ®SOP WASy7NcA9�° E-, Li � �y�LD'�A� 25335 �O Rim 8 OISTER ♦' EXPIRES AUGUST 9, 2007 UNIT INTERSECTION LANE SHIFT ON THREE LANE TWO -WAY LEFT TURN LANE STANDARD PLAN K- 30.20 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 _ B1�TE DEEIGN ENGINEER WlE ' r W- hinpb, SbM D�pmhn.nt W T1on -ion M M M M M M M M M= s M M M M M M M M Z z K M Z w m v LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 80 85 LENGTH B (FEET) 155 200 1 250 305 360 425 1 495 1 570 1645 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLETYPE LOADED WEIGHT 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 LBS. SERVICE TRUCK (MAXIMUM WEIGHT SHALL BE FLAT BED, ETC. IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) O1 ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) 25 POSTED SPEED (MPH) 1 30 1 35 40 45 50 55 60 65 10 RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350' x 205 270 450 500 550 - - 11 M1251 225 294 495 550 605 660 - 12 245 320 540 600 1 660 1 720 1 780 ®a „ a a a 5=AU1NCLOSED AHEAD W20-1 W4-2L W20-5R SIGN SPACING = X (1) RURAL HIGHWAYS 60 / 65 MPH 800' t RURAL ROADS 45155 MPH 500 3 RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350' x RURAL ROADS, URBAN ARTERIALS, 25130 MPH RESIDENTIAL 8 BUSINESS DISTRICTS 200' x (2) URBAN STREETS 25 MPH OR LESS 100'± (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. w20-1 AHEAD W21 -1 K SEE NOTE 9 WORKERS a Q W20 -7B K BE O PREPARED a TO STOP K K W20 -7A a �D a D ®a s a 50' MIN. 300' MAX. �- BE \ PREPARED \/ W20-7A W20 -7B < CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50170 4D BO 35145 30 60 25/30 20 40 O X o Y- O K Y _ O K 4 J K lol 4 — %%W20%20 -77AA W2D-7B < PREPARED ■ Tos7oP // NOTES 1. A Protective Vehicle 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. If an existing signal is present, the signal shall be set to "red flash mode" or turned off during flagging operations. 3. Extend device taper (U3) across shoulder - recommended. 4. Law enforcement officer may be used in lieu of flaggers to control intersection traffic. 5. Closing lane in advance of flagging location when multiple lanes are on approach leg - recommended. 0. Maintain a minimum of one access point for each business within the Work Area limits. 7 Consider using a PCMS, field located in advance of signing, on the five lane roadway 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55 -05. 9. A four sign sequence is required with W20-5R posted speed 45 mph or higher W4-2L zQ VnQt An appropriate standard warning sign reflecting the road condition or work /Rl.RT_E`. operation may be used in place of the cLDa6D J ROAD "WORKERS" sign. An acceptable I \AHEAD woRK alternative would be to repeat any X x SEE NOTE 3 7 AHFAD of the signs from the sequence. B L (TYP) X X X I I I I I q q N, N N 0 a FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES U2 J TR a X900¢ OF WASy74Cp9�� y <�> COMPLIANCE DATE 12123/13 /F? W20-7A 3 OPTIONAL WHEN THE POSTED H '� . O SPEED IS 40 MPH OR LOWER k $ C O at I/ 25335 O �L� Qg¢i �F FC /STBRQ �S70NAL ECG BE W2D-7B S PREPARED EXPIRES AUGUST 9. 2009 g TD STOP LEGEND INTERSECTION w LANE SEE NOTE 9 TWO -WAY LEFT TURNNLANE WORKERS FLAGGING STATION STANDARD PLAN K- 30.40 -01 N SIGN LOCATION SHEET 1 OF 1 SHEET D a a CHANNELIZING DEVICES APPROVED FOR PUBLICATION Z--- W20-1 WORK •) PROTECTIVE VEHICLE - RECOMMENDED Pasco Bakotich 111 10-12-07 AHEAD DDD ARROW PANEL m.,E peso "a,ei "em wre Wmhlnplan Sm D�poN f lIr pe ien z N z m Z J W i m 0 SIGN SPACING = X POSTED SPEED (MPH) RURAL ROADS 45 / 55 MPH 500'± RURAL ROADS & URBAN ARTERIALS 35140 MPH 3501± RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200' t URBAN STREETS 25 MPH OR LESS 100'± ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50170 40 60 35/45 30 60 25/30 20 40 MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) POSTED SPEED (MPH) 25 30 35 40 1 45 1 50 1 55 10 105 150 205 270 450 500 550 11 115 165 1225129414951550 significant right turning movements, then the right lane may be 1605 12 125 180 1 245 1 320 1 540 1 600 1 660 LEGEND N SIGN LOCATION D o o CHANNELIZING DEVICES ®--7 BARRICADE -TYPE 3 L <<M ARROW PANEL W20-1 ROAD WORK AHEAD G20-2A FF END It ROAD WORK N a x ROAD WORK ZS G20-2A 1. If the work space extends across a crosswalk, the crosswalk Q END should be closed (see Standard Plan K- 34.20). flOAD WORK 2. The normal procedure is to close on the near side of the inter- section any lane that is not Carried through the intersection. However, when this results in the closure of a right lane having significant right turning movements, then the right lane may be restricted to right turn only, as shown. This procedure � increases the through capacity by eliminating right turns from the open through lane. 3. Prohibit turns as necessary for traffic conditions. W2D-1 4. WORK ROAD as needed, to mark barricades at night WORK 5. Steady Burning Warning Lights (Type C per MUTCD) shall be AHEAD used to mark channelizing devices at night. 6. G20-2A ENO flDAO WORK 2S D D NOTES G20-2A 1. If the work space extends across a crosswalk, the crosswalk Q END should be closed (see Standard Plan K- 34.20). flOAD WORK 2. The normal procedure is to close on the near side of the inter- section any lane that is not Carried through the intersection. However, when this results in the closure of a right lane having significant right turning movements, then the right lane may be restricted to right turn only, as shown. This procedure increases the through capacity by eliminating right turns from the open through lane. 3. Prohibit turns as necessary for traffic conditions. W2D-1 4. Flashing Warning Lights (Type A per MUTCD) should be used, ROAD as needed, to mark barricades at night WORK 5. Steady Burning Warning Lights (Type C per MUTCD) shall be AHEAD used to mark channelizing devices at night. 6. For long term projects, conflicting pavement markings that are no x longer applicable shall be removed or obliterated. Temporary markings shall be used as necessary N 7 For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55 -05. R3-7R a B/W s RIGHT IANE END MUST ROAD WORK G20-2A Y_ TURN PoBHi x W4 7 THRU 4 TRAFFIC kLEFTE X ROA Y K�AHEAD D FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES X00 ®� pF WA81114T9L� Jill, Nil A � yyS�5�$ �O 25335 O •�� H u i �AsSF01STSI& H� ON AL E EXPIRES AUGUST 9. 2007 Vail INTERSECTION RIGHT LANE CLOSURE FAR SIDE STANDARD PLAN K- 32.20 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 _ BMTE DE6WN FNGINEEA WTE wrWaahinpbn SIO4 DggNmwn MTronapalolien M M M M M ' M M M M M M M M M M M M M z N Z i J m 0 SIGN SPACING = X RURAL ROADS 45 155 MPH 507 i RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 357 1 RURAL ROADS, URBAN ARTERIALS, 25130 MPH 200' S RESIDENTIAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS IW t ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) POSTED SPEED (MPH) 25 1 30 35 1 40 1 45 1 50 1 55 10 105 150 205 1 270 1 450 500 550 11 115 165 225 294 495 550 1 605 12 125 160 245 1 320 1 540 1 600 1 560 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50/70 40 80 35145 3D 60 25/30 2D 40 LEGEND N SIGN LOCATION ® ® o CHANNELIZING DEVICES TEMPORARY TRAFFIC ARROW - OPTIONAL �0D ARROW PANEL C!� BARRICADE -TYPE 3 R G20-2A FF END ROAD WORK N wz0-1 ROAD WORK AHEAD a NOTES G20-2A Q END 1 If the work space extends across a crosswalk, the crosswalk should WO ROAD RK be closed (see Standard Plan K- 34.20). 2. The normal procedure is to dose on the near side of the intersection ® any lane that is not carried through the intersection. However, when this results in the closure of a left lane having significant left - tuming movements, then the left lane may be reopened as a turn bay for ® WORK left turns only, as shown. 3. Prohibit turns as necessary for traffic conditions. W20.1 AREA <jW2X needed, to mark barricades at night 5. Steady Burning Warning Lights (Type C per MUTCD) shall be used i to mark channelizing devices at night 6. For long term projects, conflicting pavement markings that are no R3-7L B/W longer applicable shall' be removed or obliterated. Temporary markings shall be used as necessary. 7 For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manuel M55-05. - NOTES G20-2A Q END 1 If the work space extends across a crosswalk, the crosswalk should WO ROAD RK be closed (see Standard Plan K- 34.20). 2. The normal procedure is to dose on the near side of the intersection ® any lane that is not carried through the intersection. However, when this results in the closure of a left lane having significant left - tuming movements, then the left lane may be reopened as a turn bay for left turns only, as shown. 3. Prohibit turns as necessary for traffic conditions. W20.1 4. Flashing Warning Lights (Type A per MUTCD) should be used, as <jW2X needed, to mark barricades at night 5. Steady Burning Warning Lights (Type C per MUTCD) shall be used ix to mark channelizing devices at night 6. For long term projects, conflicting pavement markings that are no R3-7L B/W longer applicable shall' be removed or obliterated. Temporary markings shall be used as necessary. 7 For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manuel M55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES E J. TR € ot: WASy�N�AP�I 0 %t, 25335 ti0 TONAL EXPIRES AUGUST 9. 2007 8 INTERSECTION LEFT LANE CLOSURE FAR SIDE STANDARD PLAN K- 32.40 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 — sure oEwcx excixm ogre T Wwhi" ., 5m D'P .M TA�,w-6,x OF p I 0-1 ® END G20-2A ROAD WORK <jW2X R3-7L B/W $ LERUINE sz 4 MUST o TURN �� END G20-2A ROAD WORK a D W4 -2R X - COMPLIANCE DATE 12/23113 Sz I ■i W20-SL X Q LEFT LANE CLOSED AHEAD p X Roao J 4 WORK AHEAD W20-1 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES E J. TR € ot: WASy�N�AP�I 0 %t, 25335 ti0 TONAL EXPIRES AUGUST 9. 2007 8 INTERSECTION LEFT LANE CLOSURE FAR SIDE STANDARD PLAN K- 32.40 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 — sure oEwcx excixm ogre T Wwhi" ., 5m D'P .M TA�,w-6,x OF � r r r rr r■� r r r r rr �■r r■� rr it r rr r r z N z m a w w m 0 LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 LENGTH B (FEET) 55 1 85 1 120 1 170 1 270 W20-1 ROAD WORK AHEAD W20-SL LEFT LANE CLOSED AHEAD W4-2L i I - COMPLIANCE DATE 12/23113 - SIGN SPACING = X LANE NADTH (FEET) RURAL ROADS 45155 MPH 500' Y RURAL ROADS & URBAN ARTERIALS 35140 MPH 35Y t RURAL ROADS, URBAN ARTERIALS, 251 30 MPH RESIDENTIAL & BUSINESS DISTRICTS Z00' t URBAN STREETS 25 MPH OR LESS 100't ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. MINIMUM TAPER LENGTH = L (FEET) LANE NADTH (FEET) POSTED SPEED (MPH) 25 30 35 40 45 50 1 55 10 105 150 205 270 450 500 550 11 115 165 225 294 495 550 605 12 125 180 1245 1 320 540 600 660 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50170 40 80 35145 30 60 25130 20 40 LEGEND N SIGN LOCATION ® ® ° CHANNELIZING DEVICES DCD ARROW PANEL ® BARRICADE -TYPE 3 L OBLITERATED MARKING R3-2 RNV FR74-7 G20.2A FQ ItN __ zS __ zS it i a a x W20.1 O R3-2 ROAD nnl WORK AHEAD G20-2A END ROAD WORK ZS u °�o ° A® 111 o / woWO Rx ° zs rrm S ° NOTES 1. NO LEFT TURN signs are to be used if traffic volumes are too high or there is an operating signal. Close the left turn pocket if there is one on the side street. 2. When turn prohibitions are implemented, two turn prohibition signs should be used, one on the near side and, space permitting, one on on the far side of the intersection. 3. If the work space extends a crosswalk, the crosswalk should be closed (see Standard Plan K34.20). 4. Flashing Warning Lights (Type A per MUTCD) should be used, as needed, to mark barricades at night 5. Steady Burning Warning Lights (Type C per MUTCD) shall be used to mark channelizing devices at night. G20-ZA 6. For long term projects conflicting pavement markings that are no longer END applicable shall be removed or obliterated. Temporary markings Q NDAD woRK shall be used. 7 For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. R3 -2 R/W VV20-1 a ROAD WORK AHEAD x q b a' S RIGHT LANE ENO G20-2A R3-7R ROAD WGRK >< MUST WIN TURN RIGHT S THRU X TRAFFIC MERGE Q LEFT W4 -7 X ROAD J P P Sz AEAo w20-1 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES E J. TR a p4 X13, OF WASy7N�A ° a 0� P, 25335 R UISTER �S'ONAL ECG -jt EXPIRES AUGUST 9, 20075 INTERSECTION HALF ROAD CLOSURE WITH LANE SHIFT STANDARD PLAN K- 32.80 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 _ n.� Dealt« oicw�n w.e Wmhi.g— 5w D.pmm, .f T—, i a a x W20.1 O R3-2 ROAD nnl WORK AHEAD G20-2A END ROAD WORK ZS u °�o ° A® 111 o / woWO Rx ° zs rrm S ° NOTES 1. NO LEFT TURN signs are to be used if traffic volumes are too high or there is an operating signal. Close the left turn pocket if there is one on the side street. 2. When turn prohibitions are implemented, two turn prohibition signs should be used, one on the near side and, space permitting, one on on the far side of the intersection. 3. If the work space extends a crosswalk, the crosswalk should be closed (see Standard Plan K34.20). 4. Flashing Warning Lights (Type A per MUTCD) should be used, as needed, to mark barricades at night 5. Steady Burning Warning Lights (Type C per MUTCD) shall be used to mark channelizing devices at night. G20-ZA 6. For long term projects conflicting pavement markings that are no longer END applicable shall be removed or obliterated. Temporary markings Q NDAD woRK shall be used. 7 For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. R3 -2 R/W VV20-1 a ROAD WORK AHEAD x q b a' S RIGHT LANE ENO G20-2A R3-7R ROAD WGRK >< MUST WIN TURN RIGHT S THRU X TRAFFIC MERGE Q LEFT W4 -7 X ROAD J P P Sz AEAo w20-1 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES E J. TR a p4 X13, OF WASy7N�A ° a 0� P, 25335 R UISTER �S'ONAL ECG -jt EXPIRES AUGUST 9, 20075 INTERSECTION HALF ROAD CLOSURE WITH LANE SHIFT STANDARD PLAN K- 32.80 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 _ n.� Dealt« oicw�n w.e Wmhi.g— 5w D.pmm, .f T—,