Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2014-003 WA State Transportation Improvement Board Fuel Tax Grant Agreement; Tieton Drive and 64th Ave Intersection Improvements
RESOLUTION NO. R- 2014 -003 A RESOLUTION authorizing the City Manager to sign the Washington State Transportation Improvement Board Fuel Tax Grant Agreement accepting a grant from the Transportation Improvement Board (TIB) to make improvements to the Tieton Drive and 64 Avenue Intersection. WHEREAS, improvements are needed at the intersection of Tieton Drive and 64 Avenue due to the poor sight distance and the additional traffic that has resulted from the Wal -Mart development; and, WHEREAS, the Tieton Drive and 64 Avenue Intersection improvement project is included in the City's Six -Year Transportation Improvement Plan; and WHEREAS, the City of Yakima has been successful in securing a TIB grant for making improvements to the intersection of Tieton Drive and 64 Avenue, and WHEREAS, the City's match for the grant has already been provided by Wal- Mart's required mitigation for this intersection, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is authorized to sign the Washington State Transportation Improvement Board Fuel Tax Grant Agreement accepting the grant from the Transportation Improvement Board (TIB) to make improvements to the Tieton Drive and 64 Avenue Intersection. ADOPTED BY THE CITY COUNCIL this 7 day of January, 2014. ditrae. tela ayor Pro(,v ATTEST: ) '& tta 720 -( __. City Clerk 4,\tiNA h c' \\,) '�i 40 dr Washington State Transportation Improvement Board 8 -4- 180(022) -1 Fuel Tax Grant Agreement City of Yakima 8 -4- 180(022) -1 Tieton Drive 64th Ave Intersection �®S STATE OF WASHINGTON 1� TRANSPORTATION IMPROVEMENT BOARD 44 AND City of Yakima AGREEMENT THIS GRANT AGREEMENT (hereinafter "Agreement ") for the Tieton Drive, 64th Ave Intersection (hereinafter "Project ") is entered into - by the WASHINGTON STATE TRANSPORTATION IMPROVEMENT BOARD (hereinafter "TIB ") and City of Yakima, a political subdivision of the State of Washington (hereinafter "RECIPIENT "). 1.0 PURPOSE TIB hereby grants funds in the amount of $783,600 for the project specified above, pursuant to terms contained in the RECIPIENT'S Grant Application, supporting documentation, chapter 47.26 RCW, title 479 WAC, and the terms and conditions listed below. 2.0 SCOPE AND BUDGET The Project Scope and Budget are initially described in RECIPIENT's Grant Application and incorporated by reference into this Agreement. Scope and Budget will be further developed and refined, but not substantially altered during the Design, Bid Authorization and Construction Phases. Any material alterations to the original Project Scope or Budget as initially described in the Grant Application must be authorized by TIB in advance by written amendment. 3.0 PROJECT DOCUMENTATION TIB requires RECIPIENT to make reasonable progress and submit timely Project documentation as applicable throughout the Project. Upon RECIPIENT's submission of each Project document to TIB, the terms contained in the document will be incorporated by reference into the Agreement. Required documents include, but are not limited to the following: a) Project Funding Status Form b) Bid Authorization Form with plans and engineers estimate c) Award Updated Cost Estimate d) Bid Tabulations e) Contract Completion Updated Cost Estimate with final summary of quantities f) Project Accounting History 4.0 BILLING AND PAYMENT The local agency shall submit progress billings as project costs are incurred to enable TIB to maintain accurate budgeting and fund management. Payment requests may be submitted as often as the RECIPIENT deems necessary, but shall be submitted at least quarterly if billable Fuel Tax Agreement Page 1 of 5 November 2012 L) Washington State Transportation Improvement Board 8 -4- 180(022) -1 ; Fuel Tax Grant Agreement amounts are greater than $50,000. If progress billings are not submitted, large payments may be delayed or scheduled in a payment plan. 5.0 TERM OF AGREEMENT This Agreement shall be effective upon execution by TIB and shall continue through closeout of the grant or until terminated as provided herein, but shall not exceed 10 years unless amended by the Parties. 6.0 AMENDMENTS This Agreement may be amended by mutual agreement of the Parties. Such amendments shall not be binding unless they are in writing and signed by persons authorized to bind each of the - Parties. 7.0 ASSIGNMENT The RECIPIENT shall not assign or transfer its rights, benefits, or obligations under this Agreement without the prior written consent of TIB. The RECIPIENT is deemed to consent to assignment of this Agreement by TIB to a successor entity. Such consent shall not constitute a waiver of the RECIPIENT's other rights under this Agreement. 8.0 GOVERNANCE & VENUE This Agreement shall be construed and interpreted in accordance with the laws of the state of Washington and venue of any action brought hereunder shall be in the Superior Court for Thurston County. 9.0 DEFAULT AND TERMINATION 9.1 NON - COMPLIANCE a) In the event TIB determines, in its sole discretion, the RECIPIENT has failed to comply with the terms and conditions of this Agreement, TIB shall notify the RECIPIENT, in writing, of the non - compliance. b) In response to the notice, RECIPIENT shall provide a written response within 10 business days of receipt of TIB's notice of non - compliance, which should include either a detailed plan to correct the non - compliance, a request to amend the Project, or a denial accompanied by supporting details. V c) TIB will provide 30 days for RECIPIENT to make reasonable progress toward compliance pursuant to its plan to correct or implement its amendment to the Project. d) Should RECIPIENT dispute non - compliance, TIB will investigate the dispute and may withhold further payments or prohibit the RECIPIENT from incurring additional reimbursable costs during the investigation. 9.2 DEFAULT RECIPIENT may be considered in default if TIB determines, in its sole discretion, that: Fuel Tax Agreement Page 2 of 5 November 2012 Washington State Transportation Improvement Board 8 -4- 180(022) -1 Fuel Tax Grant Agreement a) RECIPIENT is not making reasonable progress toward correction and compliance. - b) TIB denies the RECIPIENT's request to amend the Project.. c) After investigation TIB confirms RECIPIENT'S non - compliance. TIB reserves the right to order RECIPIENT to immediately stop work on the Project and TIB may stop Project payments until the requested corrections have been made or the Agreement has been terminated. 9.3 TERMINATION a) In the event of default by the RECIPIENT as determined pursuant to Section 9.2, TIB shall serve RECIPIENT with a written notice of termination of this Agreement, which shall be served in person, by email or by certified letter. Upon service of notice of termination, the RECIPIENT shall immediately stop work and /or take such action as may be directed by TIB. b) In the event of default and /or termination by either PARTY, the RECIPIENT may be liable for damages as authorized by law including, but not limited to, repayment of grant funds. c) The rights and remedies of TIB provided in the AGREEMENT are not exclusive and are in addition to any other rights and remedies provided by law. 9.4 TERMINATION FOR NECESSITY TIB may, with ten (10) days written notice, terminate this Agreement, in whole or in part, because funds are no longer available for the purpose of meeting TIB's obligations. If this Agreement is so terminated, TIB shall be liable only for payment required under this Agreement for performance rendered or costs incurred prior to the effective date of termination. 10.0 USE OF TIB GRANT FUNDS TIB grant funds come from Motor Vehicle Fuel Tax revenue. Any use of these funds for anything other than highway or roadway system improvements is prohibited and shall subject the RECIPIENT to the terms, conditions and remedies set forth in Section 9. If Right of Way is purchased using TIB funds, and some or all of the Right of Way is subsequently sold, proceeds from the sale must be deposited into the RECIPIENT's motor vehicle fund and used for a motor vehicle purpose. 11.0 INCREASE OR DECREASE IN TIB GRANT FUNDS At Bid Award and Contract Completion, RECIPIENT may request an increase in the TIB funds for the specific project. Requests must be made in writing and will be considered by TIB and awarded at the sole discretion of TIB. All increase requests must be made pursuant to WAC 479 -05 -202 and /or WAC 479 -01 -060. If an increase is denied, the recipient shall be liable for costs incurred in excess of the grant amount. In the event that final costs related to the specific project are less than the initial grant award, TIB funds will be decreased and /or refunded to TIB in a manner that maintains the original ratio between TIB funds and total project costs. Fuel Tax Agreement Page 3 of 5 November 2012 Washington State Transportation Improvement Board 8 -4- 180(022) -1 Fuel Tax Grant Agreement 12.0 INDEPENDENT CAPACITY The RECIPIENT shall be deemed an independent contractor for all purposes and the employees of the RECIPIENT or any of its contractors, subcontractors, and employees thereof shall not in any manner be deemed employees of TIB. 13.0 INDEMNIFICATION AND HOLD HARMLESS The PARTIES agree to the following: Each of the PARTIES, shall protect, defend, indemnify, and save harmless the other PARTY, its officers, officials, employees, and agents, while acting within the scope of their employment as such, from any and all costs, claims, judgment, and /or awards of damages, arising out of, or in any way resulting from, that PARTY's own negligent acts or omissions which may arise in connection with its performance under this Agreement. No PARTY will be required to indemnify, defend, or save harmless the other PARTY if the claim, suit, or action for injuries, death, or damages is caused by the sole negligence of the other PARTY. Where such claims, suits, or actions result from the concurrent negligence of the PARTIES, the indemnity provisions provided herein shall be valid and enforceable only to the extent of a PARTY's own negligence. Each of the PARTIES agrees that its obligations under this subparagraph extend to any claim, demand and /or cause of action brought by, or on behalf of, any of its employees or agents. For this purpose, each of the PARTIES, by mutual negotiation, hereby waives, with respect to the other PARTY only, any immunity that would otherwise be available to it against such claims under the Industrial Insurance provision of Title 51 RCW. In any action to enforce the provisions of the Section, the prevailing PARTY shall be entitled to recover reasonable attorney's fees and costs incurred from the other PARTY. The obligations of this Section shall survive termination of this Agreement. 14.0 DISPUTE RESOLUTION - a) The PARTIES shall make good faith efforts to quickly and collaboratively resolve any dispute arising under or in connection with this AGREEMENT. The dispute resolution process outlined in this Section applies to disputes arising under or in connection with the terms of this AGREEMENT. b) Informal Resolution. The PARTIES shall use their best efforts to resolve disputes promptly and at the lowest organizational level. c)" In the event that the PARTIES are unable to resolve the dispute, the PARTIES shall submit the matter to non - binding mediation facilitated by a mutually agreed upon mediator. The PARTIES shall share equally in the cost of the mediator. d) Each PARTY agrees to compromise to the fullest extent possible in resolving the dispute in order to avoid delays or additional incurred cost to the Project. e) The PARTIES agree that they shall have no right to seek relief in a court of law until and unless the Dispute Resolution process has been exhausted. Fuel Tax Agreement Page 4 .of 5 November 2012 Washington State Transportation Improvement Board 8 -4- 180(022) -1 Fuel Tax Grant Agreement 15.0 ENTIRE AGREEMENT This together with the RECIPIENT'S Grant Application, the provisions of chapter 47.26 Revised Code of Washington, the provisions of title 479 Washington Administrative Code, and TIB Policies, constitutes the entire agreement between the PARTIES and supersedes all previous written or oral agreements between the PARTIES. 16.0 RECORDS MAINTENANCE • The RECIPIENT shall maintain books, records, documents, data and other evidence relating to this Agreement and performance of the services described herein, including but not limited to accounting procedures and practices which sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this Agreement. RECIPIENT shall retain such records for a period of six years following the date of final payment. At no additional cost, these records including materials generated under the Agreement shall be subject at all reasonable times to inspection, review or audit by TIB personnel duly authorized by TIB, the Office of the State Auditor, and federal and state officials so authorized by law, regulation or agreement. If any litigation, claim or audit is started before the expiration of the six (6) year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. Approved as to Form - Attorney General By: Signature on file Guy Bowman Assistant Attorney General Lead Agency Transportation Improvement Board natu of - • ttr g Cdr Date Execut Director Da 1,611.1 Si Vnnernwc afr.g0 Stevan Gorc e�' I Print Name Print Name CITY CONTRAC ( N' - ✓ -0 2 RESOLUTION NO: -� _. : /.e� Fuel Tax Agreement Page 5 of 5 November 2012 Transportation Improvement Board k„' Project Funding Status Form • Agency: YAKIMA TIB Project Number: 8 -4- 180(022) -1 Project Name. Tieton Drive 64th Ave Intersection Verify the information below and revise if necessary. { ® ® A Return to: F�,,�� Transportation Improvement Board `�q o PO Box 40901 Olympia, WA 98504 - 0901 a 4/4 PROJECT SCHEDULE Target Dates Construction Approval Date Contract Bid Award Apr 2015 Contract Completion Dec 2015 PROJECT FUNDING PARTNERS List additional funding partners and amount. Funding Partners Amount .Revised Funding YAKIMA 0 WSDOT 0 Federal Funds 0 Yakima Transit 10,000 Wal -Mart 185,943 TOTAL LOCAL FUNDS 195,943 Signatures are required from two different agency officials. Return the originally signed form to the TIB office. Mayor or Public Works Director q b, c. q( 170. lq gnature Date 1)e > no IL- 1 �� �( :� ().1,t-W1 ,� �� fe Printed o yped Name itle Financial Officer Lbaail G04 /- /4 -/ Signature 0 Date lbelboroi Ba ld62_ PP dCJ) n nl Printed or Typed Name / Title TIB Project Funding Status Form { ' 22 ` 2 ■— a ntngton g Washington State 'cr`A' ° 'r-) <9 Q� ! - 9 Transportation Improvement E oard � -e January 16, 2014 TIB Members Councilmernber Sam Crawford, Chair Whotcom County Mr. Bob Desgrosellier, P. E. incilmember Jeanne Burhidge, V Chair City of Federal Way Senior Engineer Jim Albert City of Yakima Office of Finoncial Manogement 129 North Second Street Pasco Bakotich, P.E Yakima, WA 98901 -2613 WSDOT Todd Coleman, P.E. Dear Mr. Desgrosellier: Part of Vancouver Kathleen WSDOT Your copy of the signed Fuel Tax Agreement for the Tieton Drive project, WSDOT Gary Ekstedt,P.E. TIB # 8- 4- 180(022) -1, is enclosed. Yakima County Mark Freiberger, P.E. When can I begin work on this project? City of Sedro-Woolley Reimbursable work on the phase may now begin. Mayor lames Irish Coy of La Center How much money can I spend on the phase? Councilmembe Olson City ty of f Kennewick You have $139,993 in TIB funds to spend on design and right of way. Laura Philpot, P.E. City of Sammamiuh Is a Cultural Resource Assessment (CRA) required? Heidi Stamm TIB notifies agencies via a separate letter whether or not the Department of 1 {S Public Affairs Archaeology and Historic Preservation (DAHP) requires a CRA for your project. If Commissioner Richard Stevens required, you must complete the assessment and receive concurrence from DAHP prior Grant County to TIB bid authorization approval. Harold Taniguchi King County Metro Transit John Vodopich Is a Value Engineering (VE) study required? City of Bonney Lake TIB staff determined a VE study is not required for your project. Jay Weber County Rood Administration Board What do I need to do before I can solicit construction bids? Ralph Wessels, P.E. Bicycle Alliance of Washington 1. Request an electronic copy of the Bid Authorization Form from your project Clay White. Snohomish County 2. Fill out and return the completed Bid Authorization Form along with the plans, specs, and engineer's estimate to TIB for review and approval. We would be happy to assist you with any questions regarding this process. You can Stevan E. Gorcester Executive Director contact Chris Workman, TIB Project Engineer, at (360) 586 -1153 or via e-mail at P.O. Box 40901 ChrisW @TIB.wa.gov. Olympia, WA 96504 -0901 Phone 360 -586 -1140 Fax: 360 -586 -1165 www.tih.wa.gov Sincerely, Stevan Gorcester Executive Director F1 Le Enclosure . De-s %e:e>. S1r investing in your local community BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of: 1/7/2014 ITEM TITLE: Resolution authorizing the City Manager to sign the Washington State Transportation Improvement Board Fuel Tax Grant Agreement accepting a grant from the Transportation Improvement Board (TIB) to make improvements to the Tieton Drive and 64th Avenue Intersection. SUBMITTED BY: Debbie Cook, PE, Director of Utilities and Engineering Brett Sheffield, PE, Chief Engineer 509 - 576 -6797 SUMMARY EXPLANATION: In August of this year, the City Engineering Division was successful in their competitive application for a TIB grant to make improvements to the Tieton Drive and 64th Avenue intersection. The improvements include installing a traffic signal and constructing a Ieftturn lane for the Tieton westbound traffic. The estimated project cost is $979,543. The TIB grant is for 80% of the project cost ($783,600). The remaining funds to construct the project will come out of the $200,000 that the City received from Wal-Mart dedicated to this intersection as part of their mitigation for building the West Valley Wal -Mart. In order for the City to receive the grant, the City Manager must sign the attached fuel tax agreement. Resolution: X Ordinance: Other (Specify): Contract: Contract Term: Start Date: End Date: Item Budgeted: Amount: Funding Source /Fiscal Impact: Strategic Priority: Insurance Required? No Mail to: Phone: APPROVED FOR SUBMITTAL: City Manager RECOMMENDATION: Adopt the Resolution. ATTACHMENTS: Description Upload Date Type 0 Accept TIB Grant 12/17/2013 Cover Memo D Fuel Tax Agreement 12/17/2013 Cover Memo ADMINISTRATIVE OFFER SUMMARY No. 1 PROJECT City of Yakima Project No. 2282, S. 64th Avenue and Tieton Drive Signalization Sheet 1 of 2 Sheets; Plan Approval Date; Preliminary Revision Date N/A FEDERAL AID NO N/A Tax Account No. 181320 -44432 OWNERS NAME. MARVIN C. BALES and DARLA G. BALES, husband and wife PROPERTY LOCATION: HES 9 +75 Left of center line survey for Tieton Drive Yakima, Washington 98908 BEFORE AREA. 14,656 SF AFTER AREA: 14,446 SF ACQUISITION AREA. FEE: 210 SF N/A EASEMENT. N/A (area) (type) (area) CURRENT USE. Two - Family Residential ZONING R2, Medium Density Residential HIGHEST & BEST USE. VACANT. Residential IMPROVED: Residential EFFECTS OF ACQUISITION: The fee simple acquisition will remove a 5' strip of land for the development of safety improvements for the S. 64th and Tieton Drive Intersection Project in Yakima, Washington. The acquisition area impacts 210 square feet of residential land with a current developed use for a single family residential home site. Within the need acquisition area are 140 square feet of irrigated lawn, one (1) large shade tree, one (1) decorative tree (proximity), decor plantings, illuminated driveway pole light, and 60 square feet of asphalt pavement. Once the subject has been compensated for the land, and site improvements impacted, no further damage or special benefits for the subject in the after situation would be expected the subject remainder. The subject remainder continues to function for its present use and its highest and best use as vacant and improved. All impacted public utilities, driveways and fencing are to be replaced as a part of project construction costs. Land Value based on a $65,000 Site Value or $4.44 /SF. SALES RELIED ON: R -6, R -7, R -10, R -11 & R -12 and contained in (Data Package for the City of Yakima, Project No. 2282, S. 64th Avenue and Tieton Drive Signalization Project and dated 12/02/2014). Subject Sold within last 5 years? None recorded per appraiser's search of Yakima County Assessor's records & title report from Fidelity Title Company of Yakima County with an issue date of 8:00 AM of November 7, 2014. ASSESSED VALUE: LAND $40,800 UNIT VALUE $2.78 /SF IMPROVEMENTS $246,000 ACQUISITION COMPENSATION FEE LAND . 210 SF $4 44 /SF $933 (area) Unit Value IMPROVEMENTS Plantings & Lawn -140 SF $1.00 /SF $140 (type and size) Unit Value DAMAGES. Cost to Cure — Recon Sprinkler Irrig (CN) $300 Relocate Illuminated Driveway Pole Light $300 Decor Trees - 2 trees (C /C -$200 ea) $200 Replace Asphalt Pavement Dive Way 60SF $1,200 Total $3,100.00 rnd Prepared By: L.E.H. Appraisal Date: 12/18/2014 Page 1 of 2 1 I have no present or prospective interest in the property that is the subject of this report and I have no personal interest or bias with respect to the parties involved. 2. My compensation is not contingent on an action or event resulting from this report. 3. I affirm at the valuation problem is uncomplicated. I concur in the value estimate herein. I authorize an Administrative Offer be made in said amount as J Compen 1; (City of Yakima, Washingt g ai oritjr) A, 7 G,/ eva i,e&es (gate) This Corm is prepared in conformance with Federal and State policy and procedures, under the Uniform Relocation Act. It does not constitute an appraisal as defined by USPAP, nor under the definition of "appraisal" in 49 CFR 24102(c)(2) Parcel No. 181329 -44432 Bales CITY CONTRACT NO RESOLUTION N =w 17.4 Ana, • Page 2 of 2 Page 1 of 3 Pages CERTIFICATE OF VALUE NO. 1 Parcel No. 181328 22428 181329 11428/27 Owner West wood West Golf Course Inc Federal Aid No Project: City Yakima 2282 -S 64 Ave signalization TO Agency Yakima county Att Mike Waits Map Sheet 1 and 2 of 2 Sheets FROM. C. T. Olafson Review Appraiser Map Approval Date: current Date of last map revision. - -- The following appraisals have been made on subject property: DATE OF BEFORE AFTER VALUE APPRAISER'S ALLOCATION APPRAISER VALUATION VALUE VALUE DIFFERENCE TAKING DAMAGES 1.Hitchcock 11/05/2014 $2,800,400 00 $2,769,300 00 $31,100 $23,000 $8,100 The following prior determinations of value have been made on the subject property: DATE OF REVIEWER VALUATION APPRAISER PRIOR DV DV AMOUNT none A Self Contained Narrative appraisal report has been prepared and reviewed. I am qualified by education and experience_ to perform this appraisal review competently. I inspected the subject and the sales on 2/07/2015 The appraisal problem is to evaluate the impact of the fee simple acquisition of 6,090 sq ft of the subject site for a proposed R/W development. The report is to contain a complete description of the property and market data to support a valuation for the areas being acquired. Also needed will be information relative to any damages or benefits that occur to the subject as a result of the project Support for cost to cures will also need to be noted. Subject property The subject property is located on the west side of Yakima Washington. The city of Yakima provides all the main daily living requirements for the area. The subject area is one of the better residential locations in the area.THe site is currently developed as a 9 hole golf course and contains approx 33 51 acres The site is irregular in shape, all utilities are available and it is zoned R -1 The current golf course use is the highest and best use but also could be a long term temp use until the property is developed in a residential manner. Access and location are excellent Building improvements consist of a club house, driving range and cart shed. Site imps consists landscaping, fencing, paved parking and other golf course site elements Acquisition. As noted the acquisition will involve a strip of land that runs east west on the north boundary of the subject. The area will involve 6,090 sq ft of land located at the intersection of South 64 Ave and Tieton Drive. Included in the acq. area are the following site imps. Approx 9 trees, sign, fencing, lawn area a water feature, irrigation connections and a paved parking area. Cost to cures will be included for the imps that are to be relocated or replaced. It is noted that the larger parcel is bisected by South 64 th ave (north and south) and this runs into Tieton Drive (runs east and west) at the north boundary The acquisition takes place on NE corner of the west parcel and the NW corner of the east parcel It appears that the acquisition will affect an equal amount of land on each corner or approx. 3,045 on each portion. The property will function in the after situation as in the before and there should be no additional economic damages noted. Site improvements that area affected will be East portion there is fencing, shrubs and parking area. There is some question about the amount of parking to be affected and it is felt that with a proper reconfiguration of the lot all needed items can be addressed The parking area that is affected consists of smaller parking sites on the north side of this portion of the subject. The portion of the subject on the west side of 64 Ave has a water feature, fencing, irrigation and grass that will be affected .Cost to cures will be included for the various items. The cost to cure values were provided by the appraiser using the Marhall Swift Valuation Manual. When all of the items have been repaired the course will have the same use and utility that it had in the before situation, Sales and Values Current or new sales of land in a similar type location with a similar highest and best use were very limited. Three sales are included that were used in a prior report on the subject that supported a value range of $1.02 to $1 86 per sq ft. The upper limit of this value range has been applied to the larger parcel which is the whole golf course area. It is noted that the golf course is bisected by a roadway South 64` Ave. The portion of the subject on the west side of 64t1* Ave has been platted into a number of lots which provide that area with a more desirable use as residential as much of the planning has been done The sites are smaller residential lots plus two larger lots, one a corner, that would have the potential for a commercial use. The corner site in P 1 of 2 ParrAc Page 2 of 3 Pages particular was valued in a prior project as a small corner lot with a residential and golf course use. The value applied to this area was $2 36 per sq ft and this reflects, the existing plat, the smaller size and the corner location. When this site is included as part of a larger parcel some value needs to be applied to the existing plat and planning that is currently in place and this slightly higher value as part of the whole if reflective of this situation. This value of y2 36 per sq ft is also consistent with the purchase of an area off this site on the prior project Areas to be acquired. 1 (east portion) 3,045 sq ft at $1 85 per sq ft = $5,633 2 (west portion) 3,045 sq ft at $2 36 per sq ft 7,186 'Total $12,819 $12,800 rd Sites imps Grass 3,300 sq ft 1,115 Paving 2,400 sq ft 4,800 Water fall 5,747 Total $11,672 $11,800 rd Total $24,600 Cost to cure landscaping trees etec replace $4,535 Sign 270 2 trees 216 irrigation rehab 1,136 parking lot rehab 1,948 total 8,105 8,105 Total $32,705 $32,700 rd Remainder: Same as in the before situation other than a slight reduction in size Remainder sales -Same as in the before situation Discuss damages Refer to the cost to cure tems as noted above Total $8,105. The market data is adequate and appropriate In general, the appraisal uses the correct methods and techniques The market conclusions are reasonable and fit the evidence The cost and income approaches were not applied as this is a land valuation problem. This review is subject to the "SALIENT INFORMATION" and "ASSUMPTIONS AND LIMITING CONDITIONS" statements on file with the Appraisal Program Manager at the Olympia Service Center REVIEWER'S DETERMINATION OF VALUE (This Review): Reviewer's allocation of Just compensation. VALUE BEFORE ACQUISITION $ Acquisition $24,600 rd VALUE AFTER ACQUISITION $ Damages $ 8,100 rd JUST COMPENSATION $32,700 AS OF Feb 11, 2015 (Datte I, the review appraiser, certify that, to the best of my knowledge and belief. I The facts and data reported by the review appraiser and used in the review process are true and correct 2. The analyses, opinions, and conclusions in this review report are limited only by the assumptions and limiting conditions stated in this review report, and are my personal, unbiased professional analyses, opinions, and conclusions. 3 I have no present or prospective interest in the property that is the subject of this report and I have no personal interest or bias with respect to the parties involved. 4. My compensation is not contingent on an action or event resulting from the analyses, opinions, or conclusions in, or the use of, this review report 5 I have made the appraisal review and prepared this report in conformity with the Uniform Appraisal Standards for Federal Land Acquisition 6. I have made the appraisal review and prepared this report in conformity with the Appraisal Foundation's Uniform Standards of Professional Appraisal Practice (USPAP), except to the extent that the Uniform Appraisal Standards for Federal Land Acquisitions required invocation of USPAP's Junsditictional Exception Rule, as descnbed in Section D-1 of the Uniform Appraisal Standards for Federal Land Acquisitions 7 I did personally inspect the subject property of the report under review 8. No one provided significant professional assistance to the person signing this review report. I further certify that I understand that if the determination is to be used in conjunction with a Federal aid highwa} project or other federally funded project, and because of items compensable under State law, but not eligible for Federal reimbursement, none of the approved just compensation is ineligible for Federal reimbursement. PorTP 7 tv Z Pomne Page 3 of 3 Pages Washington State - certified general real Signature w - 7• estate appraiser certificate number 1100110 Review Appraiser Date �/ /' ACQ A NC" CONCURRENCE AN I/AUTHOR! ION: The ` � D (J G frtAof (Agency) di •s hereby indite the concur - .ce with the above certification and does authorize further action by (Agency) to proceed witthe acquis'r : • - •es ated property a ording to .sta. fished procedures. gla3 1 (date) Titl'e;.( l am- • e of Aga CITY CONTRF r ? o: 5 /, ° LJ RESOLUTION NO: Pane 2 of 2 Pan,c CONTRACT THIS AGREEMENT, made and entered into in triplicate, this a day of Oc. , , 2015, by and between the City of Yakima, hereinafter called the Owner, and Granite Construction Company, a California 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: $582;900:00, for S. 64"' Avenue & Tieton Drive Intersection Improvements, City Project No. 2282, all in accordance with, and as described in the attached plans and specifications and the 2014 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 Fifty (50) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11 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, attorneys 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. Counte ..gned: CITY OF VA. IM • CONTRACTOR this - -6 day of 0 1t, 2015. 411 Granite Construction Company ,a California Corporation Con or By: ;ty Mana'er Attest: igisha Desai ` `ti ll 1 ► 111 (Print Name) � Q N S j ' / / i , Cityt Its Vice President • CCR 0 (President, Owner, etc.) _ ' : AN ) � 4 rn Address: 80 Pond Road 7 �2 � aaa J o CITY CONTRACT NO: ao) 5 .. • c ° RN IP .. '�� RESOLUTION NO R ad � � - 003 Yakima, WA 98901 •....... d 0` ��� 111111% ' Bond No.: 82389662 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Yakima, Washington has awarded to Granite Construction Company (Contractor) hereinafter designated as the "Principal" a contract for the construction of the project designated S. 64 Avenue & Tieton Drive Intersection Improvements, City Project No. 2282, 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 Federal Insurance Company (Surety), a corporation, organized and existing under and by virtue of the laws of the State of Indiana , 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 $. 582,900.00 (Total Contract Amount) lawful money of the United States, the payment of which we jointly and severally bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. THE CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub- contractors and materialmen; the claims of any person or persons arising under the contract to the extent such claims are provided for in RCW 39.08.010; the state with respect to taxes imposed pursuant to Titles 50, 51 and 82 RCW which may be due; and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said City of Yakima, Washington, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said work, and shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract, or from defects appearing or developing in the material or workmanship provided or performed under said contract after its acceptance thereof by the City of Yakima, Washington, and all claims filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this 12th day of October , 2015 . ` \ \ \��11 S rrrrr�' � ■ c, . TR '. Granite Construction Company lV • t C' • (Pn firi Q : aq 479 J _ � � (Signs . ) 7. tY : y lg - at,, r 0 ' i 22 0 - Jigisha Desai, Vice President .9RN1P,.� • ,: (Print Name) X Approved as to form: // �N \\\ /I rr,rr111 1\\ w 9 ��( ryatromey) Federal Insurance Company (Surety) By: d (Signature) Ashley Stinson (Print Name) Attorney - in - Fact (Title) _ Executed in 3 Counterparts A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Santa Cruz On October 12, 2015 before me, V.J. Fox, Notary Public (insert name and title of the officer) personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. V J. FOX Commission # 2124012 - -( , ),:91 Notary Public - California ----,0.°11.1.1,11111111° Z `'Yf` Santa Cruz County n My Expires Sep 15, 2019 Signat a (Seal) Comm — V.J. Fox, Notary Public Chubb POWER Federal Insurance Company Attn: Surety Department Surety OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint ligisha Desai, John D. Gilliland, Catherine Gustayson, Kathleen Schreckengost, Ashley Stinson and Lillian Tse of Watsonville, California .._.._._ each as their true end lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed in the course of business on behalf GRANITE CONSTRUCTION INCORPORATED and all Subsidiaries alone or In Joint venture as principal, In connection with bids, proposals or oontracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attorney- In- Fact in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VICLANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed a d these presents and affixed their corporate seals on this 18 day of J u ly, 2014. Dawn M. Chloros, Assistant Secretary D° • Norris, Jr., Vice P • - t r l • ':r ( P-i - A\ ) . • ,_. :,:.. , . 1:-- „Is k, .." ‘....,,,,,.., STATE OF NEW JERSEY ss. County of Somerset On this 18 day of July, 2014 before me, a Notary Pubic of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duty sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY end knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of Bald Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; end that the signature of David 8. Norris, Jr., subscribed to said Power of Attorney is In the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and in • •nent's presence. KATHERINE J. ADEL AAR - - Notarial Seal - N - 4, NOTARY PUBLIC OF NEW JERSEY • A. %OTAR y n Expires Ju ly 16, 2019 / ./- / i G� /�� / SW • Comes/on ston Etlplitae Ju �/ !u�� AUB1A f Notary Public '� '�t rJE4t CERTIFICATION Extract from the By- = • EDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman. President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or c erifllcate bearing such facsimile signature or facsimile seal shall be vend and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Comperry.rith *pug to any bond or undertaking to which it is attached." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify that (I) the foregoing extract of the By- Laws of the Companies is true and correct, - . 6i) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and tie District of Colurribla and are i , ' authorized by the U.S. Treasury Department further, Federal and Vigilant are licensed in the U.S. Virgin Islands, and Federal is;'lcerised in-Aneerican Samoa, Guam, Puerto Rico, and each of the Provinces of Canada except Prince Edward Island; and ' Oil) the foregoing Power of Attorney is true, correct and In full force and effect. , I _ , ! co Given under my hand and seals of said Companies at Warren, NJ this October 12, 2015 i 4 3 J 19 .., S.,Lk,AS)nr___ Dawn M. Chloros, Assistant Secretary IN THE EVENT YOU WISH 10 NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS JSTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@ chubb.00m Form 15-10. 01548 U (Rev. 05-13) CORP NON- CONSENT I Crrr cLL I City of Yakima I Engineering Division I 1 S. 64th Avenue & Tieton Drive Intersection Improvements `; � ... - _AD-- ..3%—.......400r".- ► 4► -:- 1 . M d ,� ,^e . -4111 I .,-.-,-• . ,,w , :j c iii 4„.. forie . , „ oor "I' ,- -. ole. a•Pro;i% P .44 s r .. - -1111 ... - '' ' ....40.21 -,5„... \ 1 ` 1 �. j r l,. Construction Contract Specifications & Bid Documents I City Project Number 2282 I f a 1 C r 129 North Second Street ' . Phone (509) 575-6111 I Yakima, WA 98901 °n, Fax (509) 576 -6305 1 August 2015 BID SUMMARY GRANITE CONSTRUCTION MORENO & NELSON COLUMBIA ASPHALT POW CONTRACTING ENGINEERS COMPANY CONSTRUCTION CORP & GRAVEL, INC INC S. 64th Avenue & Tieton Drive Intersection Improvements ESTIMATE Yakima, WA Walla Walla, WA Yakima, WA Ellensburg, WA CITY PROJECT NO 2282 ITEM Bid Security 5% BID BOND 5% BID BOND 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 1 SPCC PLAN 1 LS $500.00 $500.00 $50.00 $50.00 $200.00 $200.00 $500.00 $500.00 $5,435.00 $5,435.00 2 MOBILIZATION 1 LS $64,938.85 $64,938.85 $34,397 75 $34,397 75 $46,000.00 $46,000.00 $49,500.00 $49,500.00 $35,800.00 $35,800.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $50,000.00 $50,000.00 $33,700.00 $33,700.00 $32,500.00 $32,500.00 $40,600.00 $40,600.00 $43,000.00 $43,000.00 4 CLEARING AND GRUBBING 1 LS $3,000.00 $3,000.00 $13,500 00 $13,500.00 $6,000.00 $6,000.00 $11,000.00 $11,000.00 $41,250.00 $41,250.00 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $500.00 $500.00 $3,950.00 $3,950.00 $9,900.00 $9,900 00 $8,000.00 $8,000.00 $45,000.00 $45,000.00 6 REMOVAL OF CEMENT CONC. SIDEWALK 441 SY $35.00 $15,435.00 $13.00 $5,733.00 $16.50 $7,276.50 $25.00 $11,025.00 $12.00 $5,292.00 7 REMOVAL OF CEMENT CONC. CURB 785 LF $10.00 $7,850.00 $1.00 $785.00 $13.50 $10,597.50 $10.00 $7,850.00 $15.00 $11,775.00 8 SAWCUT 40 LF $5.00 $200.00 $5.50 $220.00 $10.00 $400.00 $3.00 $120.00 $5.00 $200.00 9 ROADWAY EXCAVATION INCL. HAUL 150 CY $20.00 $3,000.00 $140.00 $21,000.00 $51.00 $7,650.00 $110.00 $16,500.00 $30.00 $4,500.00 10 STRUCTURE EXCAVATION CLASS B INCL. HAUL 11 CY $10.00 $110.00 $50.00 $550.00 $260.00 $2,860.00 $50.00 $550.00 $60 00 $660.00 11 DRIVEWAY CONSTRUCTION 1 LS $5,000.00 $5,000.00 $12,900.00 $12,900.00 $15,000.00 $15,000.00 $1,000.00 $1,000.00 $78,850.00 $78,850.00 12 CRUSHED SURFACING BASE COURSE 187 TON $20.00 $3,740.00 $70.00 $13,090.00 $50.00 $9,350.00 $55.00 $10,285.00 $22.00 $4,114 00 13 HMA CL 1/2" PG 64 -28 600 TON $120.00 $72,000.00 $135.00 $81,000.00 $130.00 $78,000.00 $138.00 $82,800.00 $104.00 $62,400.00 14 PLANING BITUMINOUS PAVEMENT 3,625 SY $3 00 $10,875.00 $3 75 $13,593 75 $3.55 $12,868.75 $5.00 $18,125.00 $3.00 $10,875.00 15 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM 35 LF $80.00 $2,800.00 $95.00 $3,325.00 $100.00 $3,500.00 $130.00 $4,550.00 $18.00 $630.00 16 CATCH BASIN TYPE 1 1 EA $1,000.00 $1,000.00 $4,000.00 $4,000.00 $2,500.00 $2,500.00 $2,000.00 $2,000.00 $650.00 $650.00 17 ADJUST MANHOLE 4 EA $1,000.00 $4,000.00 $750.00 $3,000.00 $800.00 $3,200.00 $1,000 00 $4,000.00 $350.00 $1,400.00 18 ADJUST MONUMENT CASE 1 EA $1,000.00 $1,000.00 $525.00 $525.00 $800.00 $800.00 $1,500.00 $1,500.00 $350.00 $350.00 19 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 15 TON $50 00 $750.00 $28.00 $420.00 $50.00 $750.00 $50.00 $750.00 $40.00 $600.00 20 ADJUST VALVE BOX 4 EA $700.00 $2,800.00 $500.00 $2,000.00 $800.00 $3,200.00 $600.00 $2,400.00 $350.00 $1,400.00 21 CEMENT CONC. TRAFFIC CURB & GUTTER 770 LF $20.00 $15,400.00 $20.00 $15,400.00 $28.00 $21,560.00 $16.50 $12,705.00 $16.00 $12,320.00 22 DUAL FACED CEMENT CONC. TRAFFIC CURB 95 LF $50.00 $4,750.00 $24.00 $2,280.00 $21.00 $1,995.00 $28.70 $2,726.50 $35.00 $3,325.00 23 CHAIN LINK FENCE, TYPE 1 6 FOOT 570 LF $35.00 $19,950.00 $18.00 $10,260.00 $21.80 $12,426.00 $16 70 $9,519.00 $21.00 $11,970.00 24 CHAIN LINK FENCE, TYPE 1 12 FOOT 70 LF $70.00 $4,900.00 $30.00 $2,100.00 $27.50 $1,925.00 $26.40 $1,848.00 $35.00 $2,450.00 25 TEMPORARY FENCING 500 LF $10.00 $5,000.00 $2.50 $1,250.00 $5.75 $2,875.00 $8.00 $4,000.00 $6.00 $3,000.00 26 CEMENT CONCRETE SIDEWALK -4 INCH THICK 365 SY $40.00 $14,600.00 $51.00 $18,615.00 $50.00 $18,250.00 $41.00 $14,965.00 $54.00 $19,710.00 27 CEMENT CONC. CURB RAMP TYPE PARALLEL A 5 EA $1,500 00 $7,500.00 $1,725.00 $8,625.00 $1,300.00 $6,500.00 $1,305.00 $6,525.00 $1,500 00 $7,500.00 (Continued on Page 2) CITY ENGINEERS REPORT r te- ��.,,�� CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON SEPT 24TH, 2015. �� . Y ` ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ,r 41 �. w & & I RECOMMEND THE CONTRACT BE AWARDED TO , ~• I • t, 64th Avenue Tieton Drive N , - $ AWARD MADE BY CITY MANAG - Intersection Improvements GRANITE CONSTRUCTION COMPANY ' J • .` � r J �1 CITY PROJECT NO 2282 �� \ V �n l.. - ,�• DATE. Sept. 24, 2015 Q . r r i _ k_t I /� Q ` 91 '1 r � { 'fir r �' • � 10 u � �' �' �. _ FILE. 64th Ave Tipton Dr Bid Summary pub DATE CITY ENGINEER � l `l' ` '• DATE TY MAN`.' SHEET 1 of 2 BID SUMMARY GRANITE CONSTRUCTION MORENO & NELSON COLUMBIA ASPHALT POW CONTRACTING ENGINEERS COMPANY CONSTRUCTION CORP & GRAVEL, INC. INC. S. 64th Avenue & Tieton Drive Intersection Improvements ESTIMATE Yakima, WA Walla Walla, WA Yakima, WA Ellensburg, WA CITY PROJECT NO 2282 ITEM Bid Security 5% BID BOND 5% BID BOND 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 (Continued from Page 1) 28 TRAFFIC SIGNAL SYSTEM COMPLETE 1 LS $350,000.00 $350,000.00 $220,000 00 $220,000.00 $213,000.0 $213,000.00 $217,000.00 $217,000.00 $200,000 00 $200,000.00 29 REMOVE STREET LIGHT ARM & FIXTURE 1 EA $1,000.00 $1,000.00 $2,550.00 $2,550.00 $3,300 00 $3,300.00 $3,450.00 $3,450 00 $18,541.00 $18,541.00 30 PERMANENT SIGNING 1 LS $1,000.00 $1,000.00 $1,550 00 $1,550.00 $2,600 00 $2,600.00 $1,575.00 $1,575.00 $2,250 00 $2,250 00 31 PAINT LINE 2,200 LF $0.20 $440.00 $0.55 $1,210.00 $0.55 $1,210.00 $0.58 $1,276.00 $1.50 $3,300 00 32 PLASTIC STOP LINE 92 LF $8.00 $736.00 $4.00 $368.00 $12 00 $1,104.00 $12.30 $1,131.60 $15.00 $1,380 00 33 PAINTED WIDE LANE LINE 105 LF $0.50 $52.50 $0.50 $52.50 $2.30 $241.50 $2.40 $252.00 $0 76 $79.80 34 PLASTIC TRAFFIC ARROW 4 EA $125.00 $500.00 $100 00 $400.00 $290.00 $1,160.00 $295.00 $1,180.00 $350.00 $1,400 00 35 PLASTIC CROSSWALK LINE 400 SF $2.00 $800.00 $4.50 $1,800 00 $8.71 $3,484.00 $9 00 $3,600 00 $8 25 $3,300 00 36 MODULAR BLOCK WALL 660 SF $20.00 $13,200.00 $45.00 $29,700.00 $42.66 $28,155.60 $35.00 $23,100.00 $26.00 $17,160.00 37 MODIFY WATER FALL FEATURES 1 LS $10,000.00 $10,000.00 $4,000.00 $4,000.00 $3,950.00 $3,950.00 $10,000.00 $10,000.00 $2,000.00 $2,000 00 38 REPAIR OR REPLACEMENT 1 DOL $15,000.00 $15,000.00 $15,000.00 $15,000 00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 Total: $714,327.35 Total: $582,900.00 Total: $591,288.85 Total: $602,908.10 Total: $678,866.80 >> i CITY OF YAKIIVIA 64th Avenue & Tieton Drive f� � . ' "" Intersection Improvements ` , , :� \ / : ' CITY PROJECT NO 2282 , ,. , .,. 'G * DATE Sept 24, 2015 • + ' , R 1 , ,,, , , ,, ,, /,'„ �v ti \ t t O \'`L� - r FILE 64th Ave Teton Dr Bid Summary pub SHEET 2 of 2 - IN Mill Iii - - NM MN i• i• - MN - - MN IM - I• Iii DEPARTMENT OF UTILITES AND ENGINEERING '•! •�'. °'� Debbie Cook, PE, Director J Engineering Division ' ' ").•:; 129 North Second Street y 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: ' S. 64 Avenue & Tieton Drive Intersection Improvements City Project Number 2282 IBID OPENING: Thursday, September 17 2015 - 2:00 p.m., City Hall Council Chambers ' 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 9 -29: Add this section as shown to the special provisions: 9 -29 18 Vehicle Detector ' 9- 29.18(3) Video Camera (vehicle) Detection system (Video Detection System) The contractor shall supply and install a complete video (vehicle detection) camera and ' electronic detection processing system to adequately detect and service vehicular traffic consistent with the accompanying plans and project specifications. . All video detection equipment shall be compatible with NEMA- Type -TS1 and TS2 controllers The vehicle ' video detection system shall meet all the specific and /or applicable requirements and specifications as described below The system shall be able to detect vehicle presence with 98% accuracy under normal ' conditions (days and nights), and 96% accuracy under adverse conditions (fog, rain, snow) All items and materials furnished shall be new, unused, current production models installed and operational in a user environment and shall be items currently in distribution. The detection algorithms shall have a proven record of field use at other installations for at least three (3) years of service -- not including prototype field trials prior to installation. ' The Video Detection System shall include the following basic components, items, and service provisions ' • Video Detection Modules VIP3 1/D and /or VIP3.2 /D • ViewCom /E — MAX Remote Monitoring, Video Image Storage and Communication Module. ' • Video Camera(s) with IR Filter, Lens, Enclosure, and Sunshield Addendum #1 — 64 & Tieton Dr Int. Improvements Page 1 of 6 Sept. 9, 2015 • Luminaire Arm or Signal Mast Arm Sensor Bracket(s) (If applicable per the specific ' project plans ) • Surge Suppressor(s). • Programming Devices and /or Software. ' • Video Monitor • Coaxial /Power Cable • All Other Necessary Equipment for Operation ' • Training for Installation, Operation, and Maintenance. The following "video detection" equipment package has been pre approved for use on this project: ' • Traficon VIP3 1/D and /or VIP3 2 /D. • Traficon ViewCom /E -MAX • Aigis Outdoor Camera Housing — HS9384. ' • Aigis Camera Housing Sunshield — HS9384SS. • Rainbow Camera Model BL58D • Rainbow Motorized Zoom Lens 6.5mm to 65mm Model — L10X65DC4P. ' • Rainbow LCD 8" Flat Screen Monitor -RL8 • Pelco Extended Mast Arm Camera Mount - AB- 0172 -L, and /or Kar -Gor, Inc., Universal Camera Mount — MA/SOP -16 (as specified on the plans) ' • Hesco /RLS Coaxial Surge Suppressor — HE75CX • Coaxial + 5 Conductor Wire - RG59 /U + STR PE /PVC 600V KG -9915 Video Detection System- Basic Component Specifications: The Video Image Processor (VIP) shall be modular by design and housed in either a self- contained stand -alone unit or fit directly into NEMA TS1 & TS2 type racks as well as ' Type 170/2070 input files The VIP shall be interchangeable between a shelf or rack mount installation without replacing or modifying existing VIP units Each VIP board shall have 4 opto - isolated open collector outputs Twenty (20) additional outputs shall be ' available via the expansion port. The VIP /3D shall have 20 presence detection zones and 4 data detection zones per camera. Data zones shall collect and store vehicle counts, volume, speed, gap time, headway, occupancy, and classification Data shall be time - stamped (6713 intervals) and stored onboard (non - volatile memory) in intervals ' from 1 -60 minutes The system shall control from 1 to 4 VIP boards allowing for 1 to 8 image sensors. ' The system shall be designed to operate reliably in the adverse environment of roadside cabinets and shall meet or exceed all NEMA TS1 and TS2, as well as Type 170/2070 environmental specifications Ambient operating temperature shall be from —34 to +74 ' degrees Centigrade at 0 to 95% relative humidity non - condensing. The system shall be powered by 12 -40 VDC and draw less than 2 amperes. And, the system shall utilize cabinet 24 -Volt DC for rack mount installations or external 24 -Volt DC for stand -alone shelf installations. Surge ratings shall be set forth in the NEMA TS1 and TS2 ' specifications. Serial communications shall be through an RS232 serial port. This port can be used for ' communications into a modem or laptop to upload /download detector configurations, count data and software upgrades. RS485 on the rear edge connector shall facilitate communications to other VIP boards. ' The detection zones must be able to provide single or double loop emulation, and the presence hold time must have parameters that range from 10 to 600 seconds ' Addendum #1 — 64 & Tieton Dr Int. Improvements Page 2 of 6 Sept. 9, 2015 1 Each VIP board shall allow for 20 digital inputs via the I/O Expansion port, and each VIP ' board shall have error detection. Outputs shall be turned "ON" if the video signal is bad or the VIP board is not functioning properly. A user defined quality level will automatically put selected outputs to recall in cases of severe degraded visibility (i e , fog, blizzard, etc.) Normal detection shall resume when visibility improves above a user ' defined quality level. Operator selectable recall shall be available via the VIP front panel. Holding the recall switch on for 5 seconds shall activate this function ' A video select button on the VIP front panel will switch between camera images of the VIP3D 2, and the VIP3D 1 board shall have 1 video input; the VIP3D 2 board shall have 2 video inputs (RS -170 NTSC or CCIR composite video) and one video out. The VIP ' board shall have a reset button on the front panel to reset video detectors to "learn" the roadway image During "relearn ", selectable recall can be enabled or disabled for immediate operation. Learning time of video detectors shall be less than 6 minutes. ' External surge suppression, independent of the VIP board shall separate the VIP from the image sensor ' The VIP board shall also have separate buttons for Video Select, for Recall (to manually place calls on detectors),and to manually reset detectors to learn backgrounds. The VIP board shall also have a video out female RCA style connector, and a B9 female Service ' port and DB9 I/O Expansion port. The VIP board shall have separate light emitting diodes (LED) that indicate the following: ' POWER = Red LED to verify power supply. I/O COMM = Red LED to indicate communications to expansion boards VIDEO 1 & 2 = Red LED to verify the presence of video input 75 Ohm TX & RX = Red LED to indicate comms to other VIP modules via the RS485 OUT1- OUT4 = Green LED if the corresponding detection group is active ' The VIP Expansion board shall have 8 dip switches that define inputs and outputs used (range: 1 -12 or 13 -24), plus, separate light emitting diodes (LED) that indicate the following: POWER = Red LED to verify power supply. COMM = Red LED to indicate communications to VIP board. ' 1/01- 1/04 = Green LED to indicate corresponding detection group is active ' Functional Capabilities for Real -time Video (Vehicle) Detection: Each VIP board shall be capable of processing the video signal of one or two cameras The video signal shall be analyzed in real time (30 times per second for NTSC video ' format and 25 frames per second for pal video format) The system shall be expandable up to 8 cameras that may be connected to different VIP ' units and programmed independently. The system shall be capable of displaying detectors on the video image with associated outputs. Outputs /Inputs status will be indicated on the screen. Parameters will also include the ability to view raw video ' without any verbiage and /or detectors for surveillance purposes. Each VIP board shall detect, within the view of the connected camera, the presence of vehicles in user defined zones. Detector zones shall be programmable by type- IE: ' presence, count, delay, extension, or pulse mode for vehicles approaching or leaving the Addendum #1 — 64 & Tieton Dr Int. Improvements Page 3 of 6 Sept. 9, 2015 zones in each field of view Delay and extension range shall be between 0.1 — 99.9 ' seconds and pulse mode between 0 — 200 msin 33ms increments if NTSC is used. The VIP boards shall also collect a within the view of the connected camera traffic data of passing vehicles in user - defined zones ' The VIP boards shall be able to do the following delay or extend a detector zone output in combination with an input from the controller; detect wrong -way drivers; provide an alarm /event via communication board and /or output; provide an alarm and /or output ' when the user selected queue detection threshold of occupancy is exceeded for more than a user selected time threshold; distinguish five classes of detected vehicles based upon user selectable vehicle length thresholds; emulate loop emulation with user selectable loop dimensions. activate its internal clock with daylight saving time system, which can be enabled or disabled, provide overlaid tool tips for each individual menu - and submenu- items; ' allow input of an optional password as well as different user - levels with optional sets of "user rights ". (a minimum of 10 users can be defined for each user - level.) The VIP board shall be programmed without the use of a supervisor computer. A standard CCTV monitor and keypad plugged into the VIP serial port will facilitate detector programming The VIP board shall store up to 4 detector configurations ' It shall be possible to switch between detector configurations manually, automatically by time of day or via remote input. Via the serial port, detector configurations can be uploaded to a laptop and stored on disk Detectors may be linked to 24 outputs and 20 inputs using Boolean Logic features AND, OR, NOT. It will be possible to generate conditional outputs based upon inputs from a controller. It shall be possible to make a detector directional sensitive. Options will include an ' omni- directional detector or a detector that only senses movement: from right to left, left to right, up to down or down to up as you look at the monitor. All detectors and parameters shall be changeable without interrupting detection. "Learning" time duration ' for newly established detector zones shall not exceed 6 minutes. Four data detection zones per camera on a two camera VIP board may be used for collection of vehicle count, speed, classification, occupancy, density, headway, and gap ' time Eight data detection zones may be used on a single camera VIP board These detectors will detect and store traffic data at user - defined intervals of 1, 2, 3, 5, 6, 10, 15, 30 & 60 minutes. It shall be possible for each VIP board to store up to 6713 intervals of ' data in non - volatile memory The VIP module shall have an onboard database capable of time stamping and storing ' 500 events. The Event Log Database can be viewed or downloaded to a selected spreadsheet. Erasure of the Event Log Database shall not alter programmed configurations As a minimum, the VIP shall log and time stamp the following events Firmware upgrades, loss and resumption o f video signal, configuration change, bad video quality, loss and resumption of power to VIP module, speed alarm, inverse direction, and Recall activation ' Associated software may be used with a PC to download data and export to a spreadsheet. Software will also be used to upload and download detector configurations, traffic data, technical events, send software versions upgrades and do remote setup of detectors. ' Addendum #1 — 64 & Tieton Dr Int. Improvements Page 4 of 6 Sept. 9, 2015 Image Sensor- Camera 1 The unit shall be a high resolution, 1/3" image format CCD camera, designed for professional video surveillance systems. Incorporating the latest in CCD technology, the ' video camera shall provide detailed video without lag, image retention, or geometric distortion Image Sensor Lens, Housing and Surge Protection The camera lens shall be a motorized vari -focal 6.5 -65mm with auto iris The ' environmental housing shall be an aluminum enclosure designed for outdoor CCD camera installations. A video surge suppressor(s) shall be available for installation inside the traffic signal controller cabinet. The suppressor shall provide coaxial cable connection points to an EDCO CX06 -M or approved equal transient suppresser for each image sensor Image Sensor Mounting Brackets ' Mast Arm installations shall be mounted at a sufficient height to prevent occlusion from cross traffic between the stop bar and the mast arm on which the camera is installed. A ' six- (6) ft. maximum length of internally reinforced tube shall be attached to the mast arm bracket for camera mounting above the mast arm Camera shall be mounted to the top of the tube with the camera manufacturers recommended bracket. Camera bracket ' shall provide adjustments for both vertical and horizontal positioning for the camera Camera attachments shall be designed to securely fasten the camera to prevent the extension tube from falling into the path of vehicles and /or becoming loose. Miscellaneous hardware shall be stainless steel or galvanized steel The cameras and ' associated pole /arm attachment unit shall be designed to withstand a wind load of 90 MPH with a 30- second gust factor ' Luminaire arm installations shall be installed on the luminaire arm, with the camera /video manufacturers recommended brackets. Camera luminaire brackets shall provide adjustments for both vertical and horizontal positioning of the camera. Camera ' attachments shall be designed to securely fasten the camera to the luminaire arm. Miscellaneous hardware shall be stainless steel or galvanized steel The cameras and associated pole /arm attachment unit shall be designed to withstand a wind load of 90 MPH with a 30- second gust factor. Image Sensor — Cable (Coaxial & Power Coaxial & Power cable (Siamese) shall be installed in conduits or overhead as indicated in the plans Coaxial cable shall be suitable for exterior use and in direct sunlight. Power cable will have a minimum of 5 conductors. Coaxial cable will be terminated in the surge suppressor before being connected directly to VIP boards. Power cable will be terminated into a fuse panel provided by the manufacturer and connected to 120 VAC in the controller cabinet. ' Description of cable: Composite, 6 Conductors 2 elements: 18awg 5 conductors 7/26 bare copper, .016" polyethylene, 20awg 1 conductor, solid bare copper, 056" foam polyethylene jacket black, overall 030" PVC jacket black. ' Video System Communication Module (Viewcom /E -MAX) By establishing communication between the PC management software on the central computer and the Video Image Processor (VIP) detectors, the Viewcom /E -MAX board ' performs all primary functions for communication and transmission of traffic data and Addendum #1 — 64"' & Tieton Dr Int. Improvements Page 5 of 6 Sept. 9, 2015 I alarm events issued by the VIP detectors The Viewcom /E -MAX also provides MPEG -4 compressed streaming video for remote monitoring Viewcom Specifications: Dimensions- 170, 2070, and NEMA compatible card rack unit. Communication /Ethernet communication for image -data and streaming video transfer (10/100 Mbps RJ -45 ' connector- RS -232 serial communication port for local service access and set -up with keypad , and RS -485 communication within a rack for data acquisition via edge connector Inputs ' Composite video 75 Ohm at 1 Volt peak to peak, CCIR /EIA. Power supply Reset button on front panel Outputs- Analog video output with overlay of system information and Power LED indicator Connector- Double row 22 pins EDGE (NEMA TS 2 -2003) ' Power Supply Consumptionl0 8 volts to 26 5 volts DC.170 mA @ 24 volts DC. Environmental 30 degrees F to +165 degrees F ( -34C to +74 C) 0 to 95% relative humidity — non condensing 1 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: Ot -Ot - 1S Brett H Sheffield, P E. Date Chief Engineer END OF ADDENDUM NO. 1 i 1 1 Addendum #1 — 64 & Tieton Dr Int. Improvements Page 6 of 6 Sept. 9, 2015 1 I DEPARTMENT OF UTILITES AND ENGINEERING . . °W4 Debbie Cook, PE, Director ` i , t ? , Engineering Division I , 4 , A 4 129 North Second Street oca Yakima, Washington 98901 ° . , ; e { ' (509) 575 -6111 • Fax (509) 576 -6305 I ADDENDUM NO. 2 TO THE BID DOCUMENTS AND SPECIFICATIONS I FOR THE CITY OF YAKIMA, WA For: I S. 64 Avenue & Tieton Drive Intersection Improvements City Project Number 2282 I NEW BID OPENING DATE: Thursday, September 24 2015 - 2:00 p.m., I City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: I The Construction Contract Specifications and Bid Documents shall be modified as follows. I ITEM 1. Prevailing Wage Rates Replace the Washington State Prevailing Wage Rates with those attached dated 9 -16 -2015. I ITEM 2. Bid Opening Date Bid opening date will be changed to Thursday September 24 2015 in the City Hall Council I Chambers I 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. I All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. I I APPROVED: ' i'4& W - Ito ( S Brett H Sheffield, P E. Date Chief Engineer I END OF ADDENDUM NO. 2 I Addendum #2 — 64` & Tieton Dr Int. Improvements Page 1 of 1 Sept. 16, 2015 City of Yakima 1 S. 64 th Avenue & Tieton Drive 1 Intersection Improvements 1 City Project No. 2282 1 i August 2015 1 I E R S 1 OF Vtit1S1� F� 1 i 39407 $ 2(P 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 7 City Project No. 2282 1 1 t 1 S. 6 4t Avenue & Tieton Dr Intersection Improvements 2 City Project No. 2282 ' I I CONTENTS PAGE I INVITATION TO BID 9 I INTRODUCTION 11 AMENDMENTS TO THE STANDARD SPECIFICATIONS I Section 1 -01, Definitions and Terms 11 Section 1-02, Bid Procedures and Conditions 11 Section 1 -03, Award and Execution of Contract 11 I Section 1 -04, Scope of the Work 12 Section 1 -05, Control of Work 16 I Section 1 -07, Legal Relations and Responsibilities to the Public 17 Section 1 -09, Measurement and Payment 18 I Section 1 -10, Temporary Traffic Control 19 Section 2 -01, Clearing, Grubbing, and Roadside Cleanup 23 Section 2 -02, Removal of Structures and Obstructions 23 I Section 2 -03, Roadway Excavation and Embankment 24 Section 2 -09, Structure Excavation 24 I Section 2 -12, Construction Geosynthetic 25 Section 3 -04, Acceptance of Aggregate 25 I Section 5 -04, Hot Mix Asphalt 25 Section 8-01, Erosion Control and Water Pollution Control 31 Section 8 -02, Roadside Restoration 35 I Section 8 -04, Curbs, Gutters, and Spillways 37 Section 8 -18, Mailbox Support 38 I Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical 38 Section 8-22, Pavement Marking 40 Section 8 -23, Temporary Pavement Markings 40 I Section 9 -01, Portland Cement 43 Section 9 -03, Aggregates 44 I Section 9 -04, Joint and Crack Sealing Materials 46 Section 9 -05, Drainage Structures and Culverts 46 I Section 9 -06, Structural Steel and Related Materials 46 Section 9 -14, Erosion Control and Roadside Planting 46 Section 9 -15, Irrigation System 48 I Section 9 -16, Fence and Guardrail 48 Section 9 -29, Illumination, Signal, Electrical 48 I Section 9 -32, Mailbox Support 50 I S. 64 Avenue & Tieton Dr. Intersection Improvements 3 City Project No. 2282 I Section 9 -34, Pavement Marking Material 51 Section 9 -35, Temporary Traffic Control Materials 52 I SPECIAL PROVISIONS I DIVISION 1 GENERAL REQUIREMENTS 1 -01 DESCRIPTION OF WORK 54 I Definitions 54 1 -02 BID PROCEDURES AND CONDITIONS 56 Qualifications of Bidder 56 I Plans and Specifications 56 Proposal Forms 56 I Preparation of Proposal 57 Bid Deposit 57 I Delivery of Proposal 58 Public Opening of Proposals 58 Irregular Proposals 59 I Disqualification of Bidders 59 Pre Award Information 60 I 1 -03 AWARD AND EXECUTION OF CONTRACT 60 Execution of Contract 60 Contract Bond 61 I 1 -04 SCOPE OF THE WORK 61 Coordination of Contract Documents, Plans, Special Provisions,etc. 61 I 1 -05 CONTROL OF WORK 62 Conformity With And Deviations From Plans And Stakes 62 I Removal of Defective and Unauthorized Work 62 Final Inspection 63 Superintendents, Labor and Equipment of Contractor 64 I Method of Serving Notices 64 Water and Power 64 I 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 65 Laws to be Observed 65 State Sales Tax 65 Contractor's Responsibility for Work 66 Repair of Damage 66 I Utilities and Similar Facilities 67 Public Liability and Property Damage Insurance 67 I Public Convenience and Safety 69 Construction Under Traffic 69 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 4 City Project No. 2282 I I Rights of Way 70 I 1 -08 PROSECUTION AND PROGRESS 71 Preliminary Matters 71 I Preconstruction Conference 71 Hours of Work 72 Subcontracting 73 I Progress Schedule 73 Prosecution Of Work 73 I Notice to Proceed and Prosecution of Work 73 Time For Completion 74 I Liquidated Damages 75 1-09 MEASUREMENT AND PAYMENT 75 Force Account 75 I Payments 75 Claims $250,000 or Less 76 I Administration of Arbitration 77 1 -10 TEMPORARY TRAFFIC CONTROL 77 Traffic Control Management 77 I General 77 Measurement 77 I Lump Sum Bid for Project (No Unit Items) 77 I DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 78 I Description 78 I 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 78 Construction Requirements 78 I Removal of Pavement, Sidewalks, Curbs, and Gutters 78 Payment 79 2 -07 WATERING I Construction Requirements 79 Measurement 80 I Payment 80 DIVISION 5 I SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT 80 I I S. 64 Avenue & Tieton Dr. Intersection Improvements 5 City Project No. 2282 I General 80 Definintion of Sampling Lot and Sublot 80 ' Test Results 81 Joints 81 Surface Smoothness 81 Planing Bituminous Pavement 82 HMA Road Approaches 82 Payment 82 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS ' 7 -04 STORM SEWERS 83 General 83 7 -04 GENERAL PIPE INSTALLATION REQUIREMENTS 83 Materials 83 Backfilling 83 Measurement 83 Payment 83 t 7 -09 WATER MAINS Description 83 Construction Requirements 83 Measurement 84 Payment 84 ' DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 84 Construction Requirements 84 General 84 8 -02 ROADSIDE RESTORATION 85 Description 85 ' 8 -04 CURBS, GUTTERS, AND SPILLWAYS 85 Construction Requirements 85 8 -12 CHAIN LINK FENCE AND WIRE FENCE 85 Construction Requirements 85 8 -13 MONUMENT CASES 86 Description 86 Construction Requirements 86 Measurement 87 S. 64 Avenue & Tieton Dr Intersection Improvements 6 City Project No. 2282 I Payment 87 I 8 -14 CEMENT CONCRETE SIDEWALKS 87 Construction Requirements 87 I 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 88 General 88 I Junction Boxes, Cable Vaults, and Pull Boxes 89 Wiring 89 I Testing 89 Luminaires 91 Signal Heads 91 I Roadway In- Pavement Loop Vehicle Detectors 91 Measurement 92 I Payment 8-21 92 21 PERMANENT SIGNING 93 Materials 93 I Manufacturers for Steel Roadside Sign Supports 93 8 -26 MODULAR BLOCK WALL (NEW SECTION) 93 I 8 -27 MODIFY WATER FALL FEATURES (NEW SECTION) 95 8 -30 REPAIR OR REPLACEMENT 96 I Description 96 Payment 96 I DIVISION 9 MATERIALS I 9 -03 AGGREGATES 96 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 96 I STANDARD PLANS 120 CONTRACT 130 I PERFORMANCE BOND 132 INSURANCE 134 I MINIMUM WAGE AFFIDAVIT 139 I WAGE RATES 141 PROPOSAL 155 I BID BOND FORM 161 PROPOSAL SIGNATURE SHEET 163 I I S. 64 Avenue & Tieton Dr. Intersection Improvements 7 City Project No. 2282 I BIDDER CERTIFICATION 173 BIDDERS CHECKLIST 179 I I I I I I I I I I I I I I I I I S. 64 Avenue & Tieton Dr Intersection Improvements 8 City Project No. 2282 I INVITATION TO BID ' NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 pm on September 17, 2015 and will then and there be opened ' and publicly read for the construction of CITY OF YAKIMA ■ S. 64 Avenue & Tieton Drive ■ Intersection Improvements City of Yakima Project No. 2282 This Contract provides for the improvement of the existing intersection of S. 64th Avenue and Tieton Drive by ' constructing a left-turn lane on Tieton Drive and installing a traffic signal at the intersection. Work includes roadway excavation, planning bituminous pavement, crushed surfacing base course, hot mix asphalt, cement concrete curb & gutter, cement concrete sidewalk, furnishing and installing a traffic signal system, fencing, striping 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 stated 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 # 4047893 on the website's Project Search page. Please contact QuestCDN com at 952 - 233 -1632 or info @questcdn corn 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 25th day of August, 2015 ' PUBLISH: August 27, 2015 September 3, 2015 t S. 64 Avenue & Tieton Dr. Intersection Improvements 9 City Project No. 2282 1 i 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 S. 64 Avenue & Tieton Dr Intersection Improvements 10 City Project No. 2282 1 INTRODUCTION ' The following Amendments and Special Provisions shall be used in conjunction with the 2014 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and ' supersede any conflicting provisions of the Standard Specifications For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. Section 1 -01, Definitions and Terms August 4, 2014 ' 1 -01.3 Definitions The definition for "Engineer" is revised to read: ' The Contracting Agency's representative who directly supervises the engineering and administration of a construction Contract. ' The definition for "Inspector" is revised to read: The Engineer's representative who inspects Contract performance in detail. ' The definition for "Project Engineer" is revised to read: Same as Engineer. ' The definition for "Working Drawings" is revised to read: ' Drawings, plans, diagrams, or any other supplementary data or calculations, including a schedule of submittal dates for Working Drawings where specified, which the Contractor must submit to the Engineer. ' Section 1 -02, Bid Procedures and Conditions April 7, 2014 ' 1- 02.8(1) Noncollusion Declaration The third paragraph is revised to read ' Therefore, by including the Non - collusion Declaration as part of the signed bid Proposal, the Bidder is deemed to have certified and agreed to the requirements of the Declaration. ' Section 1 -03, Award and Execution of Contract January 5, 2015 I I -03.3 Execution of Contract The first paragraph is revised to read: S. 64 Avenue & Tieton Dr. Intersection Improvements 11 City Project No. 2282 1 Within 20 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, and shall be registered as a contractor in the state of Washington. 1 - 03.4 Contract Bond 1 The last word of item 3 is deleted Item 4 is renumbered to 5. ' The following is inserted after item 3 (after the preceding Amendments are applied): 4 Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 1 - 03.5 Failure to Execute Contract The first sentence is revised to read: Failure to return the insurance certification and bond with the signed Contract as required in Section 1 -03 3, or failure to provide Disadvantaged, Minority or Women's Business Enterprise information if required in the Contract, or failure or refusal to sign the Contract, or failure to register as a contractor in the state of Washington shall result in forfeiture of the proposal bond or deposit of this Bidder Section 1 -04, Scope of the Work ' August 4, 2014 1 -04.4 Changes In the third paragraph, item number 1 and 2 are revised to read: A. When the character of the Work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or B When an item of Work, as defined elsewhere in the Contract, is increased in excess of 125 percent or decreased below 75 percent of the original Contract quantity. For the purpose of this Section, an item of Work will be defined as any item that qualifies for adjustment under the provisions of Section 1 -04 6. The last two paragraphs are deleted This section is supplemented with the following new subsections ' 1- 04.4(2) Value Engineering Change Proposal (VECP) 1- 04.4(2)A General 1 A VECP is a Contractor proposed change to the Contract Provisions which will accomplish the projects functional requirements in a manner that is equal to or better than the requirements in the Contract. The VECP may be. (1) at a less cost or time, or (2) either no cost savings or a minor increase in cost with a reduction in Contract time. The net savings or added costs to the Contract Work are shared by the Contractor and Contracting Agency The Contractor may submit a VECP for changing the Plans, Specifications, or other requirements of the Contract. The Engineer's decision to accept or reject all or part of the S. 64 Avenue & Tieton Dr Intersection Improvements 12 City Project No. 2282 1 proposal is final and not subject to arbitration under the arbitration clause or otherwise subject U to litigation The VECP shall meet all of the following: ' 1. Not adversely affect the long term life cycle costs. ' 2. Not adversely impact the ability to perform maintenance. 3. Provide the required safety and appearance. ' 4. Provide substitution for deleted or reduced Disadvantaged Business Enterprise Condition of Award Work, Apprentice Utilization and Training. ' VECPs that provide a time reduction shall meet the following requirements 1. Time saving is a direct result of the VECP ' 2. Liquidated damages penalties are not used to calculate savings. 3. Administrative /overhead cost savings experienced by either the Contractor or Contracting Agency as a result of time reduction accrue to each party and are not used to calculate savings. ' 1- 04.4(2)B VECP Savings 1- 04.4(2)B1 Proposal Savings ' The incentive payment to the Contractor shall be one -half of the net savings of the proposal calculated as follows: ' 1 (gross cost of deleted work) — (gross cost of added work) = (gross savings) 2. (gross savings) — (Contractor's engineering costs) — (Contracting Agency's costs) = (net savings) 3. (net savings) / 2 = (incentive pay) ' The Contracting Agency's costs shall be the actual consultant costs billed to the Contracting Agency and in -house costs. Costs for personnel assigned to the Engineer's office shall not be included. ' 1- 04.4(2)B2 Added Costs to Achieve Time Savings The cost to achieve the time savings shall be calculated as follows. ' 1. (cost of added work) + (Contractor's engineering costs - Contracting Agency's engineering costs) = (cost to achieve time savings) ' 2. (cost to achieve time savings) / 2 = (Contracting Agency's share of added cost) If the timesaving proposal also involves deleting work and, as a result, creates a savings ' for the Contracting Agency, then the Contractor shall also receive one -half of the savings realized through the deletion. S. 64 Avenue & Tieton Dr. Intersection Improvements 13 City Project No. 2282 1 1- 04.4(2)C VECP Approval 1- 04.4(2)C1 Concept Approval The Contractor shall submit a written proposal to the Engineer for consideration. The proposal shall contain the following information: 1 An explanation outlining the benefit provided by the change(s) 2. A narrative description of the proposed change(s). If applicable, the discussion , shall include a demonstration of functional equivalency or a description of how the proposal meets the original contract scope of work. 3 A cost discussion estimating any net savings. Savings estimates will generally follow the outline below under the section, "Proposal Savings ". 4 A statement providing the Contracting Agency with the right to use all or any part of the proposal on future projects without future obligation or compensation 5. A statement acknowledging and agreeing that the Engineer's decision to accept or reject all or part of the proposal is final and not subject to arbitration under the arbitration clause or otherwise be subject to claims or disputes 6. A statement giving the dates the Engineer must make a decision to accept or reject the conceptual proposal, the date that approval to proceed must be received, and the date the work must begin in order to not delay the contract. If the Contracting Agency does not approve the VECP by the date specified by the Contractor in their proposal the VECP will be deemed rejected. 7. The submittal will include an analysis on other Work that may have costs that changed as a result of the VECP Traffic control and erosion control shall both be included in addition to any other impacted Work. After review of the proposal, the Engineer will respond in writing with acceptance or rejection of the concept. This acceptance shall not be construed as authority to proceed with any change contract work. Concept approval allows the Contractor to proceed with the Work needed to develop final plans and other information to receive formal approval and to support preparation of a change order. 1- 04.4(2)C2 Formal Approval t The Contractor's submittal to the Engineer for formal approval shall include the following: 1. Deleted Work — Include the calculated quantities of unit price Work to be deleted. Include the proposed partial prices for portions of lump sum Work deleted. For deletion of force account items include the time and material estimates 2 Added Work — Include the calculated quantities of unit price Work to be added, either by original unit Contract prices or by new, negotiated unit prices. For new items of Work include the quantities and proposed prices. 1 3. Contractor's Engineering Costs — Submit the labor costs for the engineering to develop the proposal; costs for Contractor employees utilized in contract operations on a regular basis shall not be included. S. 64 Avenue & Tieton Dr Intersection Improvements 14 City Project No. 2282 4. Schedule Analysis — If the VECP is related to time savings, the Contractor shall ' submit a partial progress schedule showing the changed Work. The submittal shall also include a discussion comparing the partial progress schedule with the approved progress schedule for the project. 1 5. Working Drawings — Type 3 Working Drawings shall be submitted; those drawings which require engineering shall be a Type 3E. Formal approval of the proposal will be documented by issuance of a change order. The VECP change order will contain the following statements which the Contractor agrees to by signing the change order: 1. The Contractor accepts design risk of all features, both temporary and permanent, of the changed Work. 2. The Contractor accepts risk of constructability of the changed Work. 3. The Contractor provides the Contracting Agency with the right to use all or any part of the proposal on future projects without further obligation or compensation. VECP change orders will contain separate pay items for the items that are applicable to the Proposal These are as follows 1. Deleted Work. r 2. Added Work. ' 3. The Contractor's engineering costs, reimbursed at 100 percent of the Contractor's cost. ' 4. Incentive payment to the Contractor When added Work costs exceed Deleted Work costs, but time savings make a viable proposal, then items 3 and 4 above are replaced with the following: 3. The Contracting Agency's share of added cost to achieve time savings. ' 4. The Contractor's share of savings from deleted Work. 1- 04.4(2)C3 Authority to Proceed with Changed Work ' The authority for the Contractor to proceed with the VECP Work will be provided by one of the following options: 1. Execution of the VECP change order, or ' 2 At the Contractor's request the Contracting Agency may provide approval by letter from the Engineer for the Work to proceed prior to execution of a change ' order. All of the risk for proceeding with the VECP shall be the responsibility of the Contractor. Additionally, the following criteria are required to have been met: ' a) Concept approval has been granted by the Contracting Agency. b) All design reviews and approvals have been completed, including plans and specifications. S. 64 Avenue & Tieton Dr. Intersection Improvements 15 City Project No. 2282 c) The Contractor has guaranteed, in writing, the minimum savings to the Contracting Agency Section 1 -05, Control of Work August 4, 2014 1 -05.1 Authority of the Engineer In this section, "Project Engineer" is revised to read "Engineer ". The second paragraph (up until the colon) is revised to read The Engineer's decisions will be final on all questions including the following The first sentence in the third paragraph is revised to read ' The Engineer represents the Contracting Agency with full authority to enforce Contract requirements 1 1 - 05.2 Authority of Assistants and Inspectors The first paragraph is revised to read: The Engineer may appoint assistants and Inspectors to assist in determining that the Work and materials meet the Contract requirements Assistants and Inspectors have the authority to reject defective material and suspend Work that is being done improperly, subject to the final decisions of the Engineer. In the third paragraph, "Project Engineer" is revised to read "Engineer ". 1 - 05.3 Plans and Working Drawings This section's title is revised to read Working Drawings This section is revised to read: , The Contract may require the Contractor to submit Working Drawings for the performance of the Work. Working Drawings shall be submitted by the Contractor electronically to the Engineer in PDF format; drawing details shall be prepared in accordance with conventional detailing practices If the PDF format is found to be unacceptable, at the request of the Engineer, the Contractor shall provide paper copies of the Working Drawings with drawings on 11 by 17 inch sheets and calculations /text on 8 by 11 inch sheets. Working Drawings will be classified under the following categories 1. Type 1 — Submitted for Contracting Agency information. Submittal must be received by the Contracting Agency a minimum of 7 calendar days before work represented by the submittal begins. 2. Type 2 — Submitted for Contracting Agency review and comment. Unless otherwise stated in the Contract, the Engineer will require up to 20 calendar days from the date the Working Drawing is received until it is returned to the Contractor. The Contractor shall not proceed with the Work represented by the Working Drawing until comments from the Engineer have been addressed. S. 64 Avenue & Tieton Dr. Intersection Improvements 16 City Project No. 2282 ' ' 3. Type 2E — Same as a Type 2 Working Drawing with Engineering as described below. 4. Type 3 — Submitted for Contracting Agency review and approval. Unless otherwise stated ' in the Contract, the Engineer will require up to 30 calendar days from the date the Working Drawing is received until it is returned to the Contractor The Contractor shall obtain the Engineer's written approval before proceeding with the Work represented by the Working Drawing. ' 5. Type 3E — Same as a Type 3 Working Drawing with Engineering as described below. ' All Working Drawings shall be considered Type 3 Working Drawings except as specifically noted otherwise in the Contract. Unless designated otherwise by the Contractor, submittals of Working Drawings will be reviewed in the order they are received by the Engineer In the event that several ' Working Drawings are received simultaneously, the Contractor shall specify the sequence in which they are to be reviewed. If the Contractor does not submit a review sequence for simultaneous Working Drawing submittals, the review sequence will be at the Engineer's discretion. t Working Drawings requiring Engineering, Type 2E and 3E, shall be prepared by (or under the direction of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, and in accordance with WAC 196 -23 -020. Design calculations shall carry the Professional Engineer's signature and seal, date of signature, and registration number on the cover page. The cover page shall also include the Contract number, Contract title and sequential index to calculation page numbers. r If more than the specified number of days is required for the Engineer's review of any individual Working Drawing or resubmittal, an extension of time will be considered in accordance with Section 1 -08.8. Review or approval of Working Drawings shall neither confer upon the Contracting Agency nor relieve the Contractor of any responsibility for the accuracy of the drawings or their conformity with ' the Contract. The Contractor shall bear all risk and all costs of any Work delays caused by rejection or nonapproval of Working Drawings ' Unit Bid prices shall cover all costs of Working Drawings. Section 1 -07, Legal Relations and Responsibilities to the Public January 5, 2015 1 -07.2 State Taxes ' This section is revised to read: 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 Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability. The Contracting Agency may deduct from its payments to the Contractor, retainage or lien the bond, in the amount the Contractor owes the State Department of Revenue, whether the amount owed relates to the Contract in question or not. Any amount so deducted will be paid into the proper State fund on the contractor's behalf. For additional information on tax rates and application ' refer to applicable RCWs, WACs or the Department of Revenue's website. 1 07.2(1) State Sales Tax:,Work Performed on City, County, or Federally - Owned Land This section including title is revised to read: S. 64 Avenue & Tieton Dr. Intersection Improvements 17 City Project No. 2282 1 1- 07.2(1) State Sales Tax: WAC 458 -20 -171 — Use Tax For Work designated as Rule 171, Use Tax, the Contractor shall include for compensation the amount of any taxes paid in the various unit Bid prices or other Contract amounts Typically, these taxes are collected on materials incorporated into the project and items such as the purchase or rental of; tools, machinery, equipment, or consumable supplies not integrated into the project. The Summary of Quantities in the Contract Plans identifies those parts of the project that are subject to Use Tax under Section 1- 07.2(1) 1 07.2(2) State Sales Tax: Work on State - Owned or Private Land This section including title is revised to read I 1 07.2(2) State Sales Tax: WAC 458 - 20 - 170 — Retail Sales Tax For Work designated as Rule 170, Retail Sales Tax, the Contractor shall collect from the Contracting Agency, Retail Sales Tax on the full Contract price The Contracting Agency will automatically add this Retail Sales Tax to each payment to the Contractor and for this reason; the Contractor shall not include the Retail Sales Tax in the unit Bid prices or in any other Contract amount. However, the Contracting Agency will not provide additional compensation to the Prime Contractor or Subcontractor for Retail Sales Taxes paid by the Contractor in addition to the Retail Sales Tax on the total contract amount. Typically, these taxes are collected on items such as 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 prices or in any other Contract amounts. The Summary of Quantities in the Contract Plans identifies those parts of the project that are subject to Retail Sales Tax under Section 1- 07.2(2) 1 07.2(3) Services I This section is revised to read Any contract wholly for professional or other applicable services is generally not subject to Retail Sales Tax and therefore the Contractor shall not collect Retail Sales Tax from the Contracting Agency on those Contracts. Any incidental taxes paid as part of providing the services shall be included in the payments under the contract. 1 07.23(1) Construction Under Traffic In the second paragraph, the following new sentence is inserted after the second sentence. I Accessibility to existing or temporary pedestrian push buttons shall not be impaired. Section 1 -09, Measurement and Payment January 5, 2015 1 -09.6 Force Account In the third paragraph of item number 3, the last sentence is revised to read: In the event that prior quotations are not obtained and the vendor is not a firm independent from the Contractor or Subcontractor, then after - the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of submitted invoice M S. 64 Avenue & Tieton Dr Intersection Improvements 18 City Project No. 2282 Section 1 -10, Temporary Traffic Control ' August 4, 2014 1- 10.1(1) Materials The following material reference is deleted from this section. Barrier Drums 9 -35.8 ' 1 10.1(2) Description The first paragraph is revised to read: ' The Contractor shall provide flaggers, and all other personnel required for labor for traffic control activities and not otherwise specified as being furnished by the Contracting Agency. 1 10.2(1) General In the third paragraph, the first two sentences are revised to read The primary and alternate TCS shall be certified by one of the organizations listed in the Special Provisions. Possession of a current Washington State TCS card and flagging card by the primary and alternate TCS is mandatory. r 1 - 10.2(1)B Traffic Control Supervisor The first paragraph is revised to read: N A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or other traffic control labor is being utilized or less frequently, as authorized by the Engineer. The last paragraph is revised to read: The TCS may perform the Work described in Section 1- 10.3(1)A Flaggers or in Section 1- 10.3(1)B Other Traffic Control Labor and be compensated under those Bid items, provided that the duties of the TCS are accomplished. 1 10.2(2) Traffic Control Plans The first paragraph is revised to read: The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, and other traffic control devices are shown on the traffic control plan(s) except for emergency situations If the Contractor proposes adding the use of flaggers to a plan, this will constitute a modification requiring approval ' by the Engineer. The modified plans shall show locations for all the required advance warning signs and a safe, protected location for the flagging station. If flagging is to be performed during hours of darkness, the plan shall include appropriate illumination for the flagging station. In the second paragraph, the second sentence is revised to read: Any Contractor - proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, and other traffic control devices required to support the Work. 1 10.2(3) Conformance to Established Standards In the second paragraph, the second sentence is revised to read: r S. 64 Avenue & Tieton Dr. Intersection Improvements 19 City Project No. 2282 I The National Cooperative Highway Research Project (NCHRP) Report 350 and the AASHTO Manual for Assessing Safety Hardware (MASH) have established requirements for crash testing. I In the third paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH ". In the fourth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH" I In the fifth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH" I 1 - 10.3(1) Traffic Control Labor The first paragraph is revised to read The Contractor shall furnish all personnel for flagging, for the execution of all procedures related to I temporary traffic control and for the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during I construction operations 1 10.3(1)A Flaggers and Spotters This section's title is revised to read: Flaggers The first paragraph is revised to read: Flaggers shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho The flagging card shall be immediately available and shown to the Contracting Agency upon request. The last paragraph is deleted. 1- 10.3(1)B Other Traffic Control Labor I This section is revised to read In addition to flagging duties, the Contractor shall provide personnel for all other traffic control procedures required by the construction operations and for the labor to install, maintain and remove any traffic control devices shown on Traffic Control Plans. 1 10.3(3)B Sequential Arrow Signs I This section is supplemented with the following: A sequential arrow sign is required for all lane closure tapers on a multilane facility. A separate I sequential arrow sign shall be used for each closed lane. The arrow sign shall not be used to laterally shift traffic When used in the caution mode, the four corner mode shall be used I 1 10.3(3)C Portable Changeable Message Signs This section is revised to read. Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain portable changeable message signs (PCMS) A PCMS shall be placed behind a barrier or guardrail whenever possible, but shall at a minimum provide 4 ft. of lateral clearance to edge of travelled lane and be delineated by channelization devices The Contractor shall remove the PCMS from the clear zone when not in use unless protected by barrier or guardrail. S. 64 Avenue & Tieton Dr. Intersection Improvements 20 City Project No. 2282 I I 1- 10.3(3)F Barrier Drums This section including title is deleted in its entirety and replaced with the following: I 1- 10.3(3)F Vacant 1- 10.3(3)K Portable Temporary Traffic Control Signal I The fifth paragraph is revised to read The Project Engineer or designee will inspect the signal system at initial installation /operation and approve the signal timing. Final approval will be based on the results of the operational inspection. I 1 - 10.4(2) Item Bids With Lump Sum for Incidentals In the second paragraph, the first and second sentences are revised to read I "Flaggers" will be measured by the hour Hours will be measured for each flagging station, shown on an approved Traffic Control Plan, when that station is staffed in accordance with Section 1- 10.3(1)A. The first sentence of the last bulleted item in this section is revised to read: I Installing and removing Barricades, Traffic Safety Drums, Cones, Tubular Markers and Warning Lights and Flashers to carry out approved Traffic Control Plan(s). I 1 10.5(2) Item Bids With Lump Sum for Incidentals This section is deleted and replaced with the following I "Traffic Control Supervisor ", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor I in performing the Work defined in Section 1- 10.2(1)B. "Pedestrian Traffic Control ", lump sum. I The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work for pedestrian traffic control defined in Section 1 -10. I "Flaggers ", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance I with Section 1 -10 4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1 -10 3(1)A. I "Other Traffic Control Labor ", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1 -10 4(2), shall be full compensation for all labor costs incurred by the Contractor in I performing the Work specified for this item in Section 1- 10.4(2). "Construction Signs Class A ", per square foot. I The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in I performing the Work described in Section 1- 10.3(3)A. In the event that "Do Not Pass" and "Pass I S. 64 Avenue & Tieton Dr. Intersection Improvements 21 City Project No. 2282 • 1 With Care" signs must be left in place, a change order, as described in Section 1 -04.4, will be required. When the Bid Proposal contains the item "Sign Covering ", then covering those signs indicated in the Contract will be measured and paid according to Section 8 -21. "Sequential Arrow Sign ", per hour The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1 -10 3(3)B. "Portable Changeable Message Sign ", per hour The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for procuring all portable changeable message signs required for the project and for transporting these signs to and from the project. "Transportable Attenuator ", per each The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1 -10 4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1- 10.3(3)J except for costs compensated separately I under the items "Operation of Transportable Attenuator" and "Repair Transportable Attenuator ". "Operation of Transportable Attenuator ", per hour. I The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for operating transportable attenuators on the project. "Repair Transportable Attenuator ", by force account. All costs of repairing or replacing transportable attenuators that are damaged by the motoring public while in use as shown on an approved Traffic Control Plan will be paid for by force account as specified in Section 1 -09.6. To provide a common Proposal for all Bidders, the Contracting Agency has estimated the amount of force account for "Repair Transportable Attenuator" and has entered the amount in the Proposal to become a part of the total Bid by the Contractor Transportable attenuators damaged due to the Contractor's operation or damaged in any manner when not in use shall be repaired or replaced by the Contractor at no expense to the Contracting Agency "Other Temporary Traffic Control ", lump sum ' The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1 -10, and which costs are not compensated by one of the above - listed items "Portable Temporary Traffic Control Signal ", lump sum. , The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work as described in Section 1- 10.3(3)K, including all costs for traffic control during manual control, adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. S. 64 Avenue & Tieton Dr Intersection Improvements 22 City Project No. 2282 I Section 2 -01, Clearing, Grubbing, and Roadside Cleanup I August 4, 2014 2- 01.3(1) Clearing I In the second paragraph, item number 3 (up until the colon) is revised to read: 3 Follow these requirements for all stumps that will be buried deeper than 5 feet from the top, I side, or end surface of the embankment or any structure and are in a location that will not be terraced as described in Section 2- 03.3(14): Section 2 -02, Removal of Structures and Obstructions I January 5, 2015 2- 02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures I This section is supplemented with the following new subsections: 2 02.3(2)A Bridge Removal I 2- 02.3(2)A1 Bridge Demolition Plan Submittal The Contractor shall submit a Type 2E Working Drawing consisting of a bridge demolition plan, showing the method of removing the existing bridge(s), or portions of bridges, as I specified The bridge demolition plan shall show all equipment, sequence of operations, and details I required to complete the work, including containment, collection, and disposal of all debris. The plan shall include a crane foundation stability analysis and crane load calculations for the work. The plan shall detail the containment, collection, and disposal of all debris. The plan shall show all stages of demolition I When the bridge removal work includes removal of a truss, and when the Contractor's removal method involves use of a crane or cranes to pick, lift, and remove the truss, the I Contractor shall confirm the truss dead load weight prior to beginning the truss removal operation. The operation of confirming the truss dead load shall be performed at both ends of the truss, and shall ensure that the truss is broken free of its support bearings The I Contractor's method of confirming the truss dead load, whether by hydraulic jacks or other means, shall be included in the Contractor's bridge demolition plan submittal When the bridge removal work involves removing portions of existing concrete without I replacement, the methods and tools used to achieve the smooth surface and profile specified in Section 2- 02.3(2)A2 shall be included in the Contractor's bridge demolition plan submittal. I 2- 02.3(2)A2 Removing Portions of Existing Concrete Care shall be taken in removing concrete to prevent overbreakage or damage to portions of the existing Structure which are to remain. Before concrete removal begins, a saw cut shall I be made into the surface of the concrete at the perimeter of the removal limits. The saw cut shall be 3/4 -inch deep when the steel reinforcement is to remain, and may be deeper when the steel reinforcement is removed with the concrete I Concrete shall be completely removed (exposing the deformed surface of the bar) from existing steel reinforcing bars which extend from the existing members and are specified to remain. Steel reinforcing bars that are not designated to remain shall be cut a minimum of 1- I inch behind the final surface. The void left by removal of the steel reinforcing bar shall be filled with mortar conforming to Section 9- 20.4(2). The mortar shall match the color of the existing concrete surface as nearly as practicable. I I S. 64 Avenue & Tieton Dr. Intersection Improvements 23 City Project No. 2282 1 The Contractor shall roughen, clean, and saturate existing concrete surfaces, against which fresh concrete will be placed, in accordance with Section 6 -02 3(12)B When a portion of existing concrete is to be removed without replacement, concrete shall be removed to a clean line with a smooth surface of less than 1/16 inch profile. 2 02.3(2)A3 Use of Explosives for Bridge Demolition ' Explosives shall not be used for bridge demolition, except as specifically allowed by the Special Provisions. 2 - 02.5 Payment This section is supplemented with the following new Bid items "Removing Existing Bridge ", lump sum. "Removing Existing Structure ", lump sum. ' "Removing Portion of Existing Bridge ", lump sum. "Removing Portion of Existing Structure ", lump sum Section 2 -03, Roadway Excavation and Embankment August 4, 2014 ' 2- 03.3(14) Embankment Construction The third paragraph is revised to read. I Hillside Terraces — The Contractor shall terrace the original ground or embankment when the slope of the surface is 2H 1V or steeper unless otherwise directed by the Engineer The face of each terrace shall be a minimum of 1 foot and a maximum of 5 feet in height and shall be vertical or near vertical as required to remain stable during material placement and compaction The bench of the terrace shall slope outward to drain and shall not be inclined steeper than 0.05 foot per foot. Terraces damaged during work shall be reestablished. The Engineer may order the Contractor to place gravel backfill, pipe drains or both to drain any seepage 2 03.3(14)L Embankment Widening for Guardrail The first sentence is revised to read: Embankments widened for the installation of beam guardrail shall be terraced in accordance with the requirements for hillside terraces in Section 2- 03.3(14). The second sentence is deleted Section 2 -09, Structure Excavation January 5, 2015 ' 2 -09.4 Measurement The seventh paragraph is revised to read 111 For pipelines the lower limit in measuring structure excavation will be the foundation level as shown in the Plans or as directed by the Engineer. S. 64 Avenue & Tieton Dr. Intersection Improvements 24 City Project No. 2282 Section 2 -12, Construction Geosynthetic ' January 5, 2015 2- 12.3(4) Permanent Erosion Control and Ditch Lining In the fourth paragraph, "Section 9 13.2" is revised to read "Section 9 - 13 1(4)" Section 3 -04, Acceptance of Aggregate April 6, 2015 3 -04.5 Payment ' In Table 1, the "Maximum Sublot Size (Tons)" value for the item HMA Aggregate is revised to read "2000 ". In Table 2, the row containing the item "HMA Aggregate" is revised to read: ' Uncompacted 9- 03.8(2) HMA Aggregate 15 15 Void Content I 15 ' Section 5 -04, Hot Mix Asphalt April 6, 2015 5 -04.2 Materials The third through eighth paragraphs are deleted and replaced with the following The Contractor may choose to utilize recycled asphalt pavement (RAP) or reclaimed asphalt shingles (RAS) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The RAS may be from reclaimed shingles. If greater than 20 percent RAP by total weight of HMA or any amount of RAS is utilized in the production of HMA, the Contractor shall sample and test the RAP and RAS during stockpile ' construction in accordance with WSDOT FOP for AASHTO T 308 for determination of asphalt binder content and WSDOT FOP for WAQTC /AASHTO T 27/T 11 for gradation of the aggregates. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The RAS shall be sampled and tested at a frequency of one sample for every 100 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency prior to or when submitting the mix design for approval on the QPL. If utilized, the amount of RAS shall not exceed ' 5- percent of the total weight of the HMA. The Contractor shall include the RAP and RAS as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. For HMA with greater than 20 percent RAP by total weight of HMA or any amount of RAS, the final blended asphalt binder (after inclusion of RAP, RAS, new ' asphalt binder and recycling agent) shall be the grade as required by the Contract and comply with the requirements of Section 9- 02.1(4). The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA and no RAS. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. S. 64 Avenue & Tieton Dr. Intersection Improvements 25 City Project No. 2282 When the Contracting Agency provides aggregates or provides a source for the production of aggregates, the Contract Provisions will establish the approximate percentage of asphalt binder required in the mixture for each class of HMA. Production of aggregates shall comply with the requirements of Section 3 -01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3 -02. 5 04.3(1) Hot Mix Asphalt Mixing Plant The first paragraph is supplemented with the following. 6. Equipment for Processing RAP and RAS. When producing HMA for mix designs with greater than 20 percent RAP by total weight of HMA or any amount of RAS the HMA plant shall be equipped with screens or a lump breaker to eliminate oversize RAP /RAS particles from entering the pug mill or drum mixer. 5 04.3(3)A Material Transfer DeviceNehicle The first paragraph is supplemented with the following new sentence: At the Contractor's request the Engineer may approve paving without an MTD/V, the Engineer will determine if an equitable adjustment in cost or time is due. In the last sentence of the second paragraph, "Project Engineer" is revised to read "Engineer ". 5 04.3(5)A Preparation of Existing Surfaces The first sentence of the last paragraph is revised to read Unless otherwise approved by the Engineer, the tack coat shall be CSS -1 or CSS -1 h emulsified asphalt. 5 04.3(7) Preparation of Aggregates r This section is revised to read: The aggregates, RAP and RAS shall be stockpiled according to the requirements of Section 3 -02 Sufficient storage space shall be provided for each size of aggregate, RAP and RAS. The Contractor may uniformly blend fine aggregate or RAP with the RAS as a method of preventing the agglomeration of RAS particles. The aggregates, RAP and RAS shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. I 5 04.3(7)A1 General This section is revised to read An approved mix design, listed on the Qualified Products List (QPL), is required for all HMA paving. The Contractor shall develop a mix design prior to the initial production of HMA and no more than 3 months prior to submitting for QPL evaluation The mix design shall be developed in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2) and 9- 03.8(6). Mix designs shall be submitted by the Contractor to the WSDOT State Materials Laboratory on WSDOT Form 350 -042EF If the mix design is approved it will be listed on the QPL for up to 24 consecutive months. Mix designs not listed on the QPL or past the 24 month approved period shall S. 64 Avenue & Tieton Dr Intersection Improvements 26 City Project No. 2282 1 not be used After a mix design has been on the QPL for 12 months the listing will be extended ' provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate and asphalt binder have not changed. The Contractor may submit the certification one month prior to expiration of the mix design approval. Within 7 calendar days of ' receipt of the Contractor's certification the QPL will be updated. The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer. Changes to the job mix formula of a mix design may require the development of a new mix design and resubmittal for QPL approval. Mix designs that require resubmittal for QPL approval must be approved prior to use. 1 Changes to aggregate that may require a new mix design include the source of material or a change in the percentage of material from a stockpile greater than 5 percent. Changes to the t percentage of material from a stockpile will be calculated exclusive of the RAP content. The Contractor may vary the RAP percentage in accordance with Section 5 -04.2. Changes to asphalt binder that may require a new mix design include the source of the crude petroleum supplied to the refinery, the refining process, and additives or modifiers in the asphalt binder. ' 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 the mix ' design. All changes to anti -strip require the submittal of a new mix design for approval. Mix designs with 20 percent RAP or less by total weight of HMA and no RAS will be completed ' without the inclusion of the RAP. For HMA mix designs with greater than 20 percent RAP by total weight of HMA or any amount of RAS the Contractor shall develop a mix design including RAP, RAS, recycling agent and new asphalt binder. Asphalt binder contributed from RAS shall be ' determined in accordance with AASHTO PP 78. The total quantity of asphalt binder from the RAP and RAS shall not exceed 40 percent of the total asphalt binder content of the HMA. Once the RAP and RAS stockpiles have been constructed the Contractor shall extract, recover and ' test the asphalt residue from the RAP and RAS stockpiles to determine the percent of recycling agent and /or grade of new asphalt binder needed to meet the grade of asphalt binder required by the contract. The asphalt extraction testing shall be performed in accordance with AASHTO T 164 ' or ASTM D 2172 using reagent grade trichloroethylene. The asphalt recovery shall be performed in accordance with AASHTO R 59 orASTM D 1856. The recovered asphalt residue shall be tested in accordance with AASHTO R 29 to determine the asphalt binder grade in accordance with Section ' 9 -02 1(4). Once the recovered asphalt binder grade is determined the percent of recycling agent and /or grade of new asphalt binder shall be determined in accordance with ASTM D 4887 The final blend of recycling agent, recovered and new asphalt shall be tested in accordance with AASHTO R 29 to confirm that it meets the grade of asphalt binder required by the contract in ' accordance with Section 9 -02 1(4) All recovered and blended asphalt binder test data shall be reported to the Contracting Agency prior to submitting the mix design for approval on the QPL. ' 5 04.3(7)A2 Statistical or Nonstatistical Evaluation This section is revised to read: ' The Contractor shall submit WSDOT Form 350 -041 EF to the Engineer for approval to use a mix design from the QPL. The Contractor may include changes to the job mix formula that have been approved on other contracts. The request to use a mix design from the QPL may be rejected if production of the HMA from another contract is not in compliance with Section 5- 04.3(11)D. S. 64 Avenue & Tieton Dr. Intersection Improvements 27 City Project No. 2282 The Contractor shall submit representative samples of the materials that are to be used in the HMA production to the State Materials Laboratory in Tumwater. For HMA mix designs with 20 percent RAP or less by total weight of HMA and no RAS, the Contractor shall submit representative samples of the mineral materials that are to be used in the HMA production; the submittal of RAP samples is not required for these mix designs For HMA mix designs with greater than 20 percent RAP by total weight of HMA or any amount of RAS the Contractor shall submit representative samples of the mineral materials, RAP, RAS and 100 grams of recovered asphalt residue from the RAP and RAS that are to be used in the HMA production. The Contracting Agency will use these samples to evaluate the mix design for approval on the QPL in accordance with WSDOT Standard Practice QC -8. 5 04.3(7)A3 Commercial Evaluation This section is revised to read Approval of a Commercial Evaluation mix design for listing on the QPL will be based on a review of the Contractor's submittal of WSDOT Form 350 -042 for conformance to the requirements of Section 9 -03 8(2). Testing of the HMA by the Contracting Agency for mix design approval is not required. Mix designs for HMA with greater than 20 percent RAP by total weight of HMA or any amount of RAS may be evaluated in accordance with Section 5 -04 3(7)A2. For the Bid item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use 5 04.3(8) Mixing The first sentence of the second paragraph is revised to read: When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25 °F as shown on the reference mix design report or as approved by the Engineer. The last paragraph is supplemented with the following new sentence: After the required amount of mineral materials, RAP, RAS, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, RAP and RAS is ensured. 5 04.3(8)A4 Definition of Sampling and Sublot The second sentence of the second paragraph is revised to read: The sublots shall be approximately uniform in size with a maximum sublot size based on original Plan quantity tons as specified in the following table. This section is supplemented with the following new table: ' HMA Original Plan Quantity (tons) Sublot Size (tons) <20,000 1,000 ' 20,000 to 30,000 1,500 >30,000 2,000 5 04.3(8)A7 Test Section — HMA Mixtures ' This section is revised to read: S. 64 Avenue & Tieton Dr. Intersection Improvements 28 City Project No. 2282 , For each class of HMA accepted by statistical evaluation with 20 percent RAP or less by total ' weight of HMA and no RAS, the Contractor may request a single test section to determine whether the mixture meets the requirements of Section 9- 03.8(2) and 9- 03.8(6). For each HMA mix design accepted by statistical evaluation with greater than 20 percent RAP by weight of HMA or any ' amount of RAS, the Contractor shall construct a test section to determine whether the mixture meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). Test sections shall be constructed at the beginning of paving and will be at least 600 tons and a maximum of 1,000 tons or as approved by the Engineer. For a test section to be acceptable the pay factor (PF) for gradation, asphalt ' binder and Va shall be 0.95 or greater for each constituent and the remaining test requirements in Section 9- 03.8(2) (dust/asphalt ratio, sand equivalent, uncompacted void and fracture) shall conform to the requirements of that section. No further wearing or leveling HMA will be paved on ' any of the four calendar days following construction of the test section. The mixture in the test section will be evaluated as a lot with a minimum of three sublots required If more than one test section is required, each test section shall be a separate lot. ' 5 04.3(10)A General In the first paragraph, "checking" and "cracking" are deleted In the third paragraph, the following new sentence is inserted after the second sentence: Coverage with a steel wheel roller may precede pneumatic tired rolling In the third paragraph, the following new sentence is inserted before the last sentence: ' Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. t 5 04.3(10)61 General In this section, "Project Engineer" is revised to read "Engineer ". ' The first paragraph is revised to read: HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified ' compacted course thickness greater than 0.10 -foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1 -06.2, using a minimum of 91 ' percent of the maximum density The percent of maximum density shall be determined by WSDOT FOP for AASHTO T 729 when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. The specified level of density attained will be determined by the ' statistical evaluation of the density of the pavement. The following four new paragraphs are inserted after the first paragraph: ' Tests for the determination of the pavement density will be taken in accordance the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. ' If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed. ' Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734 The core diameter shall be 4- inches unless otherwise S. 64 Avenue & Tieton Dr. Intersection Improvements 29 City Project No. 2282 approved by the Engineer Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. ' If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores In the sixth paragraph (after the preceding Amendments are applied), the second sentence is revised to read. Sublots will be uniform in size with a maximum sublot size based on original Plan quantity tons of HMA as specified in the table below. The following new table is inserted before the second to last paragraph , HMA Original Plan Quantity (tons) Sublot Size (tons) <20,000 100 20,000 to 30,000 150 >30,000 200 5 04.3(10)B4 Test Results I The first paragraph is revised to read The results of all compaction acceptance testing and the CPF of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. Determination of the relative density of the HMA with a nuclear density gauge requires a correlation factor and may require resolution after the correlation factor is known Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined In the second paragraph, the first sentence is revised to read: For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 91 percent of the reference maximum density in a compaction lot with a CPF below 1 00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. In the second sentence of the second paragraph, "moisture- density" is revised to read "density" ' In the second paragraph, the fourth sentence 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. Anti - stripping additive shall be added in the amount designated on the QPL for the mix design. 5 - 04.4 Measurement The following new paragraph is inserted after the first paragraph: Roadway cores will be measured per each for the number of cores taken The second to last paragraph is deleted. S. 64'" Avenue & Tieton Dr. Intersection Improvements 30 City Project No. 2282 5 -04.5 Payment The bid item "Removing Temporary Pavement Marking ", per linear foot and paragraph following bid item are deleted. The following new bid item is inserted before the second to last paragraph: ' "Roadway Core ", per each. The Contractor's costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. ' Section 8 -01, Erosion Control and Water Pollution Control January 5, 2015 8 -01.2 Materials This section is supplemented with the following new paragraph For all seed the Contractor shall furnish the Engineer with the following documentation: ' 1. The state or provincial seed dealer license and endorsements. 2 Copies of Washington State Department of Agriculture (WSDA) test results on each lot of seed Test results must be within six months prior to the date of application. ' 8 01.3(1)A Submittals The first sentence in the second paragraph is revised to read: Modified TESC Plans shall meet all requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109. ' 8 01.3(1)C Water Management Items number 1 through 3 are deleted. This section is supplemented with the following new subsections: ' 8 01.3(1)C1 Disposal of Dewatering Water When uncontaminated groundwater with a pH range of 6.5 — 8.5 is encountered in an excavation, it may be disposed of as follows: ' 1. When the turbidity of the groundwater is 25 NTU or less, it may bypass detention and treatment facilities and be discharged into the stormwater conveyance system at a rate that will not cause erosion or flooding in the receiving surface water body. ' 2. When the turbidity of the groundwater is not more than 25 NTU above or 125% of the turbidity of the site stormwater runoff, whichever is greater, the same detention and ' treatment facilities as used to treat the site runoff may be used. 3 When the turbidity of the groundwater is more than 25 NTU above or 125% of the turbidity of the site stormwater runoff, whichever is greater, the groundwater shall be treated ' separately from the site stormwater. Alternatively, the Contractor may pursue independent disposal and treatment alternatives that do ' not use the stormwater conveyance system S. 64 Avenue & Tieton Dr. Intersection Improvements 31 City Project No. 2282 8- 01.3(1)C2 Process Wastewater Wastewater generated on -site as a byproduct of a construction process shall not be discharged to surface waters of the State. Some sources of process wastewater may be infiltrated in accordance with the NPDES Construction Stormwater General Permit. 8 01.3(1)C3 Shaft Drilling Slurry Wastewater Wastewater generated on -site during shaft drilling activity shall be managed and disposed of in accordance with the requirements below. No shaft drilling slurry wastewater shall be discharged to surface waters of the State. Neither the sediment nor liquid portions of the shaft drilling slurry wastewater shall be contaminated, as detectable by visible or olfactory indication (e.g , chemical sheen or smell). ' 1 Water -only shaft drilling slurry or water slurry with approved flocculants may be infiltrated on -site Flocculants used shall meet the requirements of Section 9- 14.5(1) or shall be chitosan products listed as General Use Level Designation (GULD) on the Department of Ecology's stormwater treatment technologies webpage for construction treatment. Infiltration is permitted if the following requirements are met: a. Wastewater shall have a pH of 6 5 — 8.5 prior to discharge b. The source water meets drinking water standards or the Groundwater Quality Criteria listed in WAC 173 - 200 -040. c The amount of flocculant added to the slurry shall be kept to the minimum needed to adequately settle out solids The flocculant shall be thoroughly mixed into the slurry. d. Infiltration locations shall be at least 100 feet away from surface waters, wells, on -site sewage systems, aquifer- sensitive recharge areas, sole source aquifers, and well- head protection areas. Before infiltration begins, there shall be a minimum of 5 feet of unsaturated soil between the soil surface receiving the wastewater for infiltration and the groundwater surface (i.e , saturated soil). e. The slurry removed from the shaft shall be contained in a leak proof cell or tank for a minimum of 3 hours. 1 f Within a 24 hour period, a maximum of 21,000 gallons of slurry wastewater may be infiltrated in an infiltration location The infiltration rate shall be reduced if needed to prevent wastewater from leaving the infiltration location. The infiltration site shall be monitored regularly during infiltration activity All wastewater discharged to the ground must fully infiltrate and discharges must stop before the end of each work day. ' g. After infiltration activity is complete, loose sediment in the infiltration location that may have resulted from the infiltration activity or the removal of BMPs used to manage infiltration activity shall be stabilized to prevent mobilization by stormwater runoff ' h. Drilling spoils and settled sediments remaining in the containment cell or tank shall be disposed of in accordance with Section 6- 19.3(4)F t i. Infiltration locations shall be marked on the on -site temporary erosion and sediment control (TESC) plan sheets before the infiltration activity begins. j Prior to infiltrating water -only shaft drilling slurry or water slurry with approved flocculants, the Contractor shall submit a Shaft Drilling Slurry Wastewater S. 64 Avenue & Tieton Dr. Intersection Improvements 32 City Project No. 2282 Management and Infiltration Plan as a Type 2 Working Drawing. This Plan shall be ' kept on -site, adapted if needed to meet the construction requirements, and updated to reflect what is being done in the field. The Working Drawing shall include, at a minimum, the following information: ' i. Plan sheet showing the proposed infiltration location and all surface waters, wells, on -site sewage systems, aquifer- sensitive recharge areas, sole source ' aquifers, and well -head protection areas within 150 feet. ii. The proposed elevation of soil surface receiving the wastewater for infiltration and the anticipated phreatic surface (i.e., saturated soil). iii. The source of the water used to produce the slurry. ' iv. The estimated total volume of wastewater to be infiltrated. v. The approved flocculant to be used (if any). ' vi The controls or methods (e.g., trenches, traps, berms, silt fence, dispersion, or discharge metering devices) that will be used to prevent surface wastewater runoff from leaving the infiltration location The Working Drawing shall include ' all pertinent design details (e.g., sizing of trenches or traps, placement or height of berms, application techniques) needed to demonstrate the proposed controls or methods are adequate to prevent surface wastewater runoff from leaving the ' infiltration location. vii. The strategy for removing slurry wastewater from the shaft and containing the ' slurry wastewater once it has been removed from the shaft. viii. The strategy for monitoring infiltration activity and adapting methods to ensure ' compliance ix. A contingency plan that can be implemented immediately if it becomes evident that the controls in place or methods being used are not adequate. 1 x. The strategy for cleaning up the infiltration location after the infiltration activity is done Cleanup shall include stabilizing any loose sediment on the surface within ' the infiltration area generated as a byproduct of suspended solids in the infiltrated wastewater or soil disturbance associated with BMP placement and removal ' 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives not approved for infiltration shall be contained and disposed of by the Contractor at an approved disposal facility in accordance with Section 2 -03 3(7)C. Spoils that have come into contact ' with mineral slurry shall be disposed of in accordance with Section 6- 19.3(4)F 8 01.3(1)C4 Management of Off - Site Water ' Prior to disruption of the normal watercourse, the Contractor shall intercept the off -site surface water and pipe it either through or around the project site. This water shall not be combined with on -site stormwater. It shall be discharged at its preconstruction outfall point in such a manner that ' there is no increase in erosion below the site. The Contractor shall submit a Type 2 Working Drawing consisting of the method for performing this Work. S. 64 Avenue & Tieton Dr. Intersection Improvements 33 City Project No. 2282 I 8- 01.3(2)A Preparation for Application This section's content is deleted and replaced with the following two new subsections: I 8- 01.3(2)A1 Seeding Areas to be cultivated are shown in the Plans or specified in the Special Provisions. The areas I shall be cultivated to the depths specified to provide a reasonably firm but friable seedbed. Cultivation shall take place no sooner than 2 weeks prior to seeding. All areas to be seeded, including excavated slopes shall be compacted and prepared unless I otherwise specified or ordered by the Engineer A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded. I The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope. The soil shall be conditioned with sufficient water so the I longitudinal depressions remain in the soil surface until completion of the seeding Prior to seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction I and valve boxes, walks, driveways, and other Structures. The soil shall be in a weed free and bare condition. All bags of seed shall be brought to the site in sealed bags and shall have seed labels attached I showing the seed meets the Specifications Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted 8 01.3(2)A2 Temporary Seeding t A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded The entire I area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope. The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding. I 8 01.3(2)B Seeding and Fertilizing In the list in the second paragraph, item numbers 1 -5 are revised to read t 1. A hydro seeder that utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material I Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry I 2 Blower equipment with an adjustable disseminating device capable of maintaining a constant, measured rate of material discharge that will ensure an even distribution of seed at the rates I specified. 3 Helicopters properly equipped for aerial seeding. 4. Power -drawn drills or seeders. I 5 Areas in which the above methods are impractical may be seeded by hand methods I 8- 01.3(2)C Liming This section including title is deleted in its entirety and replaced with the following• I S. 64 Avenue & Tieton Dr Intersection Improvements 34 City Project No. 2282 I I I 8- 01.3(2)C Vacant 8- 01.3(2)D Mulching I The first sentence of the second paragraph is revised to read: Distribution of straw mulch material shall be by means that utilizes forced air to blow mulch I material on seeded areas. 8 01.3(11) Outlet Protection I In the last sentence, "Section 9 13.6" is revised to read "Section 9 13.1(5)" 8 - 01.4 Measurement In the twelfth paragraph, "liming" is deleted. I 8 - 01.5 Payment The bid item "Liming ", per acre is deleted. I Section 8 -02, Roadside Restoration January 5, 2015 I 8- 02.3(1) Responsibility During Construction The last sentence of the second paragraph is revised to read: I This Work shall include keeping the planted and seeded areas free from insect infestation, weeds or unwanted vegetation, litter, and other debris along with retaining the finished grades and mulch in a neat uniform condition. I 8- 02.3(2) Roadside Work Plan This section's title is revised to read: I Work Plans I This section's content is deleted in its entirety and replaced with the following new subsections 8 02.3(2)A Roadside Work Plan I Before starting any Work that disturbs the earth and as described in Sections 8 -01, 8 -02 and 8 -03, the Contractor shall submit a roadside work plan. The roadside work plan shall be submitted as a Type 1 Working Drawing and shall define the Work necessary to provide all Contract requirements, I including: wetland excavation, soil preparation, habitat structure placement, planting area preparation, seeding area preparation, bark mulch and compost placement, seeding, planting, plant replacement, irrigation, and weed control in narrative form. I The Roadside Work Plan shall also include a copy of the approved progress schedule. 8 02.3(2)B Weed and Pest Control Plan I The Weed and Pest Control Plan shall be submitted as a Type 1 Working Drawing. The weed and pest control plan shall include scheduling and methods of all control measures required under the Contract or proposed by the Contractor including soil preparation methods to meet the required soil I surface conditions in the planting, bark mulch, and wetland areas. The weed control plan shall show general weed control including hand, mechanical and chemical methods, timing, application of herbicides including type, rate, use and timing, mowing, and noxious weed control. Target weeds I and unwanted vegetation to be removed shall be identified and listed in the weed control plan. I S. 64 Avenue & Tieton Dr. Intersection Improvements 35 City Project No. 2282 The plan shall be prepared and signed by a licensed Commercial Pest Control Operator or Consultant when chemical pesticides are proposed The plan shall include methods of weed control; dates of weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. In addition, the Contractor shall furnish the Engineer with a copy of the current product label for each pesticide and spray adjuvant to be used. These product labels shall be submitted with the weed control plan for approval 8 02.3(2)C Plant Establishment Plan ' The Plant Establishment Plan shall be prepared in accordance with the requirements of Section 8- 02.3(13) and submitted as a Type 1 Working Drawing. The Plan shall show the proposed scheduling of activities, materials, equipment to be utilized for the first -year plant establishment, ' and an emergency contact person. The Plan shall include the management of the irrigation system, when applicable Should the plan become unworkable at any time during the first -year plant establishment, the Contractor shall submit a revised plan prior to proceeding with further Work. 8 02.3(3) Weed and Pest Control This section is supplemented with the following new paragraph Grass, including grass applied in accordance with Section 8 -01, growing within the mulch ring of a plant shall be considered a weed and be controlled on the project in accordance with the weed and pest control plan. 8 02.3(4) Topsoil The last sentence of the first paragraph is revised to read After the topsoil has been spread, all large clods, hard lumps, and rocks 2 inches in diameter and larger, and litter shall be raked up, removed, and disposed of by the Contractor The following new paragraph is inserted after the first paragraph Topsoil stockpiled for project use shall be protected to prevent erosion and weed growth. Weed growth on topsoil stockpile sites shall be immediately eliminated in accordance with the approved Weed and Pest Control Plan 8 02.3(4)C Topsoil Type C The last sentence is revised to read , Topsoil Type C shall meet the requirements of Sections 8 -02 3(4), 8- 02.3(4)B, and 9- 14.1(3). 8 02.3(12) Completion of Initial Planting ' Item number 4 in the last paragraph is deleted. 8 02.3(13) Plant Establishment ' The first sentence of the second paragraph is deleted The second paragraph is supplemented with the following new sentence ' The 1 calendar year shall be extended an amount equal to any periods where the Contractor does not comply with the plant establishment plan. , The first sentence of the fourth paragraph is revised to read S. 64 Avenue & Tieton Dr Intersection Improvements 36 City Project No. 2282 I During the first year of plant establishment under PSIPE (Plant Selection Including Plant I Establishment), the Contractor shall meet monthly with the Engineer for the purpose of joint inspection of the planting material on a mutually agreed upon schedule. I The last two paragraphs are deleted. 8 - 02.4 Measurement I This section is supplemented with the following: Plant selection will be measured per each. I PSIPE _ (Plant Selection Including Plant Establishment) will be measured per each. 8 - 02.5 Payment I The paragraph following the bid item "Topsoil Type ", per acre is revised to read: The unit Contract price per acre for "Topsoil Type " shall be full payment for all costs for the i specified Work. The bid item "PSIPE ", per each and the paragraph following the bid item are revised to read: I "PSIPE ", per each The unit Contract price for "Plant Selection ", per each, and "PSIPE ", per each, shall be full I pay for all Work necessary for weed control within the planting area, planting area preparation, fine grading, planting, cultivating, plant storage and protection, fertilizer and root dip, staking, cleanup, and water necessary to complete planting operations as specified to the end of first year plant I establishment. The bid item "Plant Establishment - Year" is deleted I Section 8 -04, Curbs, Gutters, and Spillways January 5, 2015 1 8 -04.2 Materials The referenced section for the following item is revised to read: I Hand Placed Riprap 9- 13.1(4) 8 04.3(1) Cement Concrete Curbs, Gutters, and Spillways The first sentence in the fourth paragraph is revised to read Expansion joints in the curb or curb and gutter shall be spaced as shown in the Plans, and placed I at the beginning and ends of curb returns, drainage Structures, bridges, and cold joints with existing curbs and gutters. I In the third sentence of the fourth paragraph, "'/4- inch" is revised to read "%- inch" 8 04.3(1)A Extruded Cement Concrete Curb The second sentence in the second paragraph is revised to read: ' Cement concrete curbs shall be anchored to the existing pavement by placing steel reinforcing bars 1 foot on each side of every joint. 1 I S. 64 Avenue & Tieton Dr. Intersection Improvements 37 City Project No. 2282 The third paragraph is revised to read: Steel reinforcing bars shall meet the dimensions shown in the Standard Plans. Section 8 -18, Mailbox Support August 4, 2014 8- 18.3(1) Type 3 Mailbox Support In the third paragraph, the first sentence is revised to read: With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other durable material, that meets the NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria may be used in place of the design shown in the Standard Plans Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical April 6, 2015 8- 20.2(1) Equipment List and Drawings The second sentence of the second paragraph is revised to read: Supplemental data would include such items as catalog cuts, product Specifications, shop drawings, wiring diagrams, etc. The third paragraph (up until the colon) is revised to read , If the luminaires are not listed in the Qualified Products List, the Contractor shall submit the following information for each different type of luminaire required on the Contract: t The fourth paragraph (up until the colon) is revised to read: The Contractor shall submit for approval Type 3E Working Drawings in accordance with Section 1- 05 3 for each of the following types of standards called for on this project: The fifth paragraph is revised to read: ' The Contractor will not be required to submit shop drawings for approval for light standards and traffic signal standards conforming to the preapproved plans listed in the Special Provisions. The Contractor may use preapproved plans posted on the WSDOT website with a more current revision date than published in the Special Provisions 8 20.3(1) General ' The following six new paragraphs are inserted after the second paragraph: If a portion of an existing communication conduit system is damaged due to the Contractor's ' activities, the affected system shall be restored to original condition Conduit shall be repaired Communication cables shall be replaced and the communication system shall be made fully operational within 24 hours of being damaged. Damaged communication cable shall be replaced between existing termination or splice points. No additional termination or splice points will be allowed. An existing termination or splice point is defined as a location where all existing fiber strands or twisted pair wires are terminated or spliced at one point. Communication cable shall be defined as either copper twisted pair or fiber optic S. 64 Avenue & Tieton Dr. Intersection Improvements 38 City Project No. 2282 ' I cables The Contractor may use temporary splices to restore Contracting Agency communication I systems until the permanent communication cable system is restored. When damage to an existing communication system has occurred, the Contractor shall perform the I following in addition to other restoration requirements: 1. Inspect the communication raceway system including locate wire or tape to determine the extent of damage. I 2. Contact the Engineer for Fiber Optic Cable and Twisted Pair (TWP) Copper Cable acceptance testing requirements and communication system restoration requirements. I 3. Initially perform the acceptance tests to determine the extent of damage and also perform the acceptance tests after repairs are completed. Provide written certification that the I communication cable system, including the locate wire or tape, is restored to test standard requirements. I Communication cables shall be restored by Contractor personnel that are WSDOT prequalified for communication installation work. Restoration shall be considered electrical work when the path of the communication system interfaces with electrical systems. Electrical work of this nature shall be performed by Contractor personnel that are WSDOT prequalified for work on both electrical and I communication systems. If the Contractor or Subcontractors are unable or unqualified to complete the restoration work, the I Engineer may have the communication or electrical systems restored by other means and subtract the cost from the money that will be or is due the Contractor. I When field repair of existing conduit, innerduct or outerduct is required, the repair kits shall be installed per manufacturer's recommendations. Repair kits and each connection point between the repair kit and the existing raceway system shall be sealed to prevent air leakage during future cable installation. I 8- 20.3(8) Wiring The second sentence in the eleventh paragraph is revised to read: Every conductor at every wire termination, connector, or device shall have an approved wire marking sleeve bearing, as its legend, the circuit number indicated in the Contract. I 8 - 20.3(13)A Light Standards In the third paragraph, the last sentence of item number 1 is revised to read: Conduit shall extend a maximum of 1 inch above the top of the foundation, including grounding end bushing or end bell bushing. In the fourth paragraph, the second sentence of item number 1 is revised to read - Conduits shall be cut to a maximum height of 2 inches above the foundation including grounding I end bushing or end bell bushing. Section 8 -22, Pavement Marking April 6, 2015 8- 22.3(6) Removal of Pavement Markings The second and third sentences of the first paragraph are revised to read: I S. 64 Avenue & Tieton Dr. Intersection Improvements 39 City Project No. 2282 1 Grinding to remove pavement markings is allowed prior to application of a Bituminous Surface Treatment. Grinding to remove pavement marking from hot mix asphalt and cement concrete pavements is allowed to a depth just above the pavement surface, then water blasting or shot blasting shall be required to remove the remaining markings Section 8 -23, Temporary Pavement Markings January 5, 2015 ' This section's content is deleted in its entirety and replaced with the following new sub - sections: 8 - 23.1 Description ' The Work consists of furnishing, installing, and removing temporary pavement markings Temporary pavement markings shall be provided where noted in the Plans; for all lane shifts and detours resulting from construction activities; or when permanent markings are removed because of construction operations. 8 - 23.2 Materials Materials for temporary markings shall be paint, plastic, tape, raised pavement markers or flexible raised pavement markers Materials for pavement markings shall meet the following requirements: Raised Pavement Markers 9 -21 ' Temporary Marking Paint 9 -34 2(6) Plastic 9 -34.3 Glass Beads for Pavement Marking Materials 9 -34 4 ' Temporary Pavement Marking Tape 9 -34 5 Temporary Flexible Raised Pavement Markers 9 -34 6 8.23.3 Construction Requirements 8- 23.3(1) General The Contractor shall select the type of pavement marking material in accordance with the Contract. 8- 23.3(2) Preliminary Spotting ' All preliminary layout and marking in preparation for application or removal of temporary pavement markings shall be the responsibility of the Contractor. 8- 23.3(3) Preparation of Roadway Surface Surface preparation for temporary pavement markings shall be in accordance with the manufacturer's recommendations. 8- 23.3(4) Pavement Marking Application 8- 23.3(4)A Temporary Pavement Markings — Short Duration , Temporary pavement markings — short duration shall meet the following requirements - Temporary Center Line — A BROKEN line used to delineate adjacent lanes of traffic moving in opposite directions. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap. S. 64 Avenue & Tieton Dr. Intersection Improvements 40 City Project No. 2282 I Temporary Edge Line — A SOLID line used on the edges of Traveled Way. The line shall be continuous if paint or tape is used. If temporary raised pavement markers are used, the line shall consist of markers installed continuously at 5 -foot spacing. ' Temporary Lane Line — A BROKEN line used to delineate adjacent lanes with traffic traveling in the same direction. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap, if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap. Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Edge lines shall be installed only if specifically required in the Contract. All temporary pavement markings shall be retroreflective. 8- 23.3(4)A1 Temporary Pavement Marking Paint Paint used for short duration temporary pavement markings shall be applied in one ' application at a thickness of 15 mils or 108 square feet per gallon. Glass beads shall be in accordance with Section 8- 22.3(3)G. 8- 23.3(4)A2 Temporary Pavement Marking Tape ' Application of temporary pavement marking tape shall be in conformance with the manufacturer's recommendations. p Black mask pavement marking tape shall mask the existing line in its entirety. 8- 23.3(4)A3 Temporary Raised Pavement Markers ' Temporary raised pavement markers are not allowed on bituminous surface treatments. 8- 23.3(4)A4 Temporary Flexible Raised Pavement Markers ' Flexible raised pavement markers are required for new applications of bituminous surface treatments. Flexible raised pavement markers are not allowed on other pavement types unless otherwise specified or approved by the Engineer. Flexible raised pavement markers shall be installed with the protective cover in place The cover shall be removed immediately after spraying asphaltic material. 8- 23.3(4)B Temporary Pavement Markings — Long Duration Application of paint, pavement marking tape and plastic for long duration pavement markings shall meet the requirements of Section 8- 22.3(3); application of raised ' pavement markers shall meet the requirements of Section 8 -09.3; and application of flexible pavement markings shall be in conformance with the manufacturer's recommendations. ' 8- 23.3(4)C Tolerance for Lines Tolerance for lines shall conform to Section 8- 22.3(4) ' 8- 23.3(4)D Maintenance of Pavement Markings Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent pavement markings are installed. As directed by the Engineer; temporary pavement markings that are damaged, including normal wear by traffic, shall be repaired or replaced immediately. Repaired and replaced pavement markings shall meet the requirements for the original pavement marking. I S. 64 Avenue & Tieton Dr. Intersection Improvements 41 City Project No. 2282 I 8- 23.3(4)E Removal of Pavement Markings Removal of temporary paint is not required prior to paving; all other temporary pavement markings shall be removed. All temporary pavement markings that are required on the wearing course prior to construction of permanent pavement markings and are not a part of the permanent markings shall be completely removed concurrent with or immediately subsequent to the construction of the permanent pavement markings. Temporary flexible raised pavement markers on bituminous surface treatment pavements shall be cut off flush with the surface if their location conflicts with the alignment of the permanent pavement markings. All other temporary pavement markings shall be removed in accordance with Section 8- 22.3(6) All damage to the permanent Work caused by removing temporary pavement markings shall be repaired by the Contractor at no additional cost to the Contracting Agency 8 - 23.4 Measurement , Temporary pavement markings will be measured by the linear foot of each installed line or grouping of markers, with no deduction for gaps in the line or markers and no additional measurement for the second application of paint required for long duration paint lines Short duration and long duration temporary pavement markings will be measured for the initial installation only. 8 - 23.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following Bid items that are included in the Proposal ' "Temporary Pavement Marking — Short Duration ", per linear foot. "Temporary Pavement Marking — Long Duration ", per linear foot. ' The unit Contract price per linear foot for "Temporary Pavement Marking — Short Duration" and "Temporary Pavement Marking — Long Duration" shall be full pay for all Work. Section 9 -01, Portland Cement January 5, 2015 ' 9- 01.2(3) Low Alkali Cement This section is revised to read ' When low alkali portland cement is required, the percentage of alkalies in the cement shall not exceed 0 60 percent by weight calculated as Na plus 0 658 K This limitation shall apply to all types of portland cement. 9 01.2(4) Blended Hydraulic Cement The first paragraph is revised to read: Blended hydraulic cement shall be either Type IP(X)(MS) or Type IS(X)(MS) cement conforming to AASHTO M 240 or ASTM C 595, except that the portland cement used to produce blended hydraulic cement shall not contain more than 0 75 percent alkalies by weight calculated as Na plus 0 658 K and shall meet the following additional requirements 1. Type IP(X)(MS) - Portland - Pozzolan Cement where (X) equals the targeted percentage of fly ash, the fly ash is limited to a maximum of 35 percent by weight of the cementitious material; (MS) indicates moderate sulfate resistance S. 64 Avenue & Tieton Dr. Intersection Improvements 42 City Project No. 2282 I 2. Type IS(X)(MS) - Portland Blast- Furnace Slag Cement, where: (X) equals the targeted percentage of ground granulated blast- furnace slag, the ground granulated blast furnace slag is limited to a maximum of 50 percent by weight of the cementitious material; (MS) 1 indicates moderate sulfate resistance. The first sentence of the second paragraph is revised to read: The source and weight of the fly ash or ground granulated blast- furnace slag shall be certified on the cement mill test report or cement certificate of analysis and shall be reported as a percent by weight of the total cementitious material. 1 9 -01.3 Tests and Acceptance The first paragraph is revised to read ' Cement may be accepted by the Engineer based on the cement mill test report number or cement certificate of analysis number indicating full conformance to the Specifications. All shipments of the ' cement to the Contractor or concrete supplier shall identify the applicable cement mill test report number or cement certificate of analysis number and shall be provided by the Contractor or concrete supplier with all concrete deliveries. The second paragraph is revised to read: Cement producers /suppliers that certify portland cement or blended cement shall participate in the Cement Acceptance Program as described in WSDOT Standard Practice QC 1 9 -01.4 Storage on the Work Site ' This section is revised to read: At the request of the Engineer, the Contractor shall provide test data to show that cement stored on ' site for longer than 60 days meets the requirements of 9 -01. Tests shall be conducted on samples taken from the site in the presence of the Engineer. Test results that meet the requirements of 9 -01 shall be valid for 60 days from the date of sampling, after which the Engineer may require further testing. Section 9 -03, Aggregates April 6, 2015 9- 03.1(2)C Use of Substandard Gradings This section including title is deleted in its entirety and replaced with the following: Vacant ' 9- 03.1(4)C Grading In the second paragraph, the first sentence is deleted t The third paragraph is deleted. 9- 03.1(5)B Grading ' The last paragraph is revised to read: The Contracting Agency may sample each aggregate component prior to introduction to the weigh batcher or as otherwise determined by the Engineer Each component will be sieve analyzed S. 64 Avenue & Tieton Dr. Intersection Improvements 43 City Project No. 2282 separately in accordance with WSDOT FOP for WAQTC /AASHTO Test Method T -27/11 All aggregate components will be mathematically re- combined by the proportions (percent of total aggregate by weight) provided by the Contractor on Concrete Mix Design Form 350 -040. 9 03.8(1) General Requirements The first paragraph up until the colon is revised to read Preliminary testing of aggregates for source approval shall meet the following test requirements: The list in the first paragraph is supplemented with the following Sand Equivalent 45 min. The following new paragraph is inserted after the first paragraph: Aggregate sources that have 100 percent of the mineral material passing the No 4 sieve shall be limited to no more than 5 percent of the total weight of aggregate. 9 03.8(2) HMA Test Requirements ' The second paragraph (up until the colon) is revised to read: The mix design shall produce HMA mixtures when combined with RAP, RAS, coarse and fine aggregate within the limits set forth in Section 9- 03.8(6) and mixed in the laboratory with the designated grade of asphalt binder, using the Superpave gyratory compactor in accordance with WSDOT FOP for AASHTO T 312, and at the required gyrations for N initial, N design, and N maximum with the following properties The third paragraph is revised to read: The mix criteria for Hamburg Wheel -Track Testing and Indirect Tensile Strength do not apply to HMA accepted by commercial evaluation. 9 03.8(3)B Gradation — Recycled Asphalt Pavement and Mineral Aggregate This section is supplemented with the following For HMA with greater than 20 percent RAP by total weight of HMA the RAP shall be processed to ensure that 100 percent of the material passes a sieve twice the size of the maximum aggregate size for the class of mix to be produced. When any amount of RAS is used in the production of HMA the RAS shall be milled, crushed or processed to ensure that 100 percent of the material passes the 1 /2 inch sieve. Extraneous materials in RAS such as metals, glass, rubber, soil, brick, tars, paper, wood and plastic shall not exceed 2 0 percent by mass as determined on material retained on the No 4 sieve 9 03.14(3) Common Borrow , This section is revised to read Material for common borrow shall consist of granular or nongranular soil and /or aggregate which is free of deleterious material. Deleterious material includes wood, organic waste, coal, charcoal, or any other extraneous or objectionable material. The material shall not contain more than 3 percent organic material by weight. The plasticity index shall be determined using test method AASHTO T 89 and AASHTO T 90. The material shall meet one of the options in the soil plasticity table below. S. 64 Avenue & Tieton Dr. Intersection Improvements 44 City Project No. 2282 I I Soil Plasticity Table Plasticity I Option Sieve Percent Passing Index No. 1 200 0 - 12 N/A I 2 No. 200 12.1 - 35 6 or Less No. 3 200 Above 35 0 I All percentages are by weight. If requested by the Contractor, the plasticity index may be increased with the approval of the I Engineer. 9 03.14(4) Gravel Borrow for Structural Earth Wall I In the second table, the row beginning with "pH" is revised to read: pH WSDOT Test 4.5 - 9 5 — 10 I Method T 417 9 03.21(1) General Requirements I The following new paragraph is inserted after the second paragraph: Reclaimed asphalt shingles samples shall contain less than the maximum percentage of asbestos I fibers based on testing procedures and frequencies established in conjunction with the specifying jurisdiction and state or federal environmental regulatory agencies Section 9 -04, Joint and Crack Sealing Materials I January 5, 2015 9- 04.1(4) Elastomeric Expansion Joint Seals I In this section, "AASHTO M 220" is revised to read "ASTM D 2628 ". 9 04.2(1) Hot Poured Joint Sealants I In the first paragraph, "AASHTO M 324" is revised to read "ASTM D 6690 ". 9 04.2(2) Poured Rubber Joint Sealer I In item number 9, "WSDOT Test Method No. 412" is revised to read "ASTM D 5329 ". Section 9 -05, Drainage Structures and Culverts I April 7, 2014 9 -05.13 Ductile Iron Sewer Pipe The first paragraph is deleted. I Section 9 -06, Structural Steel and Related Materials January 5, 2015 I 9- 06.5(4) Anchor Bolts The third sentence of the second paragraph is revised to read 1 t S. 64 Avenue & Tieton Dr. Intersection Improvements 45 City Project No. 2282 I Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to ASTM A 563, Grade A or DH t Section 9 -14, Erosion Control and Roadside Planting January 5, 2015 9.14.1 Soil This section, including title, is revised to read: 9 - 14.1 Topsoil Topsoil shall not contain any recycled material, foreign materials, or any listed Noxious and Nuisance weeds of any Class designated by authorized State or County officials Aggregate shall not comprise more than 10% by volume of Topsoil and shall not be greater than two inches in diameter. 9 14.1(2) Topsoil Type B The last sentence of the second paragraph is deleted. 9 - 14.2 Seed This section is revised to read. Seed of the type specified shall be certified in accordance with WAC 16 -302. Seed mixes shall be commercially prepared and supplied in sealed containers The labels shall show: (1) Common and botanical names of seed (2) Lot number 1 (3) Net weight (4) Pounds of Pure live seed (PLS) in the mix (5) Origin of seed All seed vendors must have a business license issued by supplier's state or provincial Department of Licensing with a "seed dealer" endorsement. 9 14.4(3) Bark or Wood Chips This section's title is revised to read: Bark or Wood Chip Mulch The first paragraph is revised to read: ' Bark or wood chip mulch shall be derived from fir, pine, or hemlock species. It shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life Sawdust shall not be used as mulch. Mulch produced from finished wood products or construction debris will not be allowed. 9 14.4(6) Gypsum The first sentence is revised to read 1 S. 64 Avenue & Tieton Dr Intersection Improvements 46 City Project No. 2282 ' Gypsum shall consist of Calcium Sulfate (CaSO 2H in a pelletized or granular form. 9 14.4(7) Tackifier This section is revised to read: ' Tackifiers are used as a tie -down for soil, compost, seed, and /or mulch Tackifiers shall contain no growth or germination- inhibiting materials and shall not reduce infiltration rates Tackifiers shall ' hydrate in water and readily blend with other slurry materials. The Contractor shall provide test results documenting the tackifier meets the requirements for Acute Toxicity, Solvents, and Heavy Metals as required in Table 1 in Section 9- 14.4(2). The tests ' shall be performed at the manufacturer's recommended application rate. 9 14.4(8) Compost The second paragraph is revised to read: Compost production and quality shall comply with WAC 173 -350. ' 9 14.4(8)A Compost Submittal Requirements Item 2 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). ' 9 14.6(1) Description Item number 3 in the fourth paragraph is revised to read: 3. Live pole cuttings shall have a diameter between 2 inches and 3.5 inches Live poles shall have no more than three branches which must be located at the top end of the pole and those ' branches shall be pruned back to the first bud from the main stem. 9 14.6(2) Quality ' The second and third paragraphs in this section are revised to read. All plant material shall comply with State and Federal laws with respect to inspection for plant diseases and insect infestation. Plants must meet Washington State Department of Agriculture ' plant quarantines and have a certificate of inspection. Plants originating in Canada must be accompanied by a phytosanitary certificate stating the plants meet USDA health requirements. ' All plant material shall be purchased from a nursery licensed to sell plants in their state or province. Section 9 -15, Irrigation System August 4, 2014 9 -15.18 Detectable Marking Tape ' In the second paragraph, the table is supplemented with the following new row: Non - Potable Water Purple 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 47 City Project No. 2282 I Section 9 -16, Fence and Guardrail August 4, 2014 I 9- 16.2(1)B Wood Fence Posts and Braces In the table, the row beginning with "ACA" is deleted I Section 9 -29, Illumination, Signal, Electrical April 6, 2015 I 9 -29.1 Conduit, Innerduct, and Outerduct This section is supplemented with the following new subsection t 9 29.1(9) Repair Manufacturer repair kits shall be used for field repair of existing conduit, innerduct and outerduct. t The conduit repair kit shall be manufactured specifically for the repair of existing damaged conduit, inner duct and outer duct. The repair kit shall be prepackaged and include the split conduit and split couplings necessary to restore the damaged conduit to the original inside dimensions including a water and air tight seal. I 9 29.2(1)B Heavy Duty Junction Boxes The second paragraph is revised to read I The Heavy -Duty Junction Box steel frame, lid support and lid fabricated from steel plate and shapes shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6- I 07 3. Ductile iron and gray iron castings shall not be painted. The following new paragraph is inserted after the second paragraph The concrete used in Heavy -Duty Junction Boxes shall have a minimum compressive strength of I 4,000 psi. In the fourth paragraph (after the preceding Amendment is applied), the table is revised to read: t Materials Requirement I Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Lid ASTM A 786 diamond plate steel, rolled from plate I complying with ASTM A 572, grade 50 or ASTM A 588, and having a min. CVN toughness of 20 ft -lb at 40 degrees F Or I Ductile iron casting meeting Section 9 -05.15 Frame and stiffener plates ASTM A 572 grade 50 or ASTM A 588, both with min. CVN toughness of 20 ft -lb at 40 degrees F I Or Gray iron casting meeting Section 9 -05 15 Anchors (studs) Section 9 -06.15 I Threaded Anchors for Gray Iron ASTM F1554 grade 55 Headed Anchor Frame Requirements Bolts, Studs, Nuts, Washers ASTM F 593 or A 193, Type 304 or 316, or I Stainless steel grade 302, 304. or 316 in accordance with approved shop drawings I S. 64 Avenue & Tieton Dr. Intersection Improvements 48 City Project No. 2282 I I Hinges and Locking and Latching In accordance with approved shop drawings I Mechanism and associated Hardware and Bolts Safety Bars In accordance with approved shop drawings I The last paragraph is revised to read: I The bearing seat and lid perimeter shall be free from burrs, dirt, and other foreign debris that would prevent solid seating Bolts and nuts shall be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter shall be machined to allow a minimum of I 75 percent of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame I 9 - 29.2(2) Standard Duty and Heavy - Duty Cable Vaults and Pull Boxes This section's title is revised to read: I Small Cable Vaults, Standard Duty Cable Vaults, Heavy -Duty Cable Vaults, Standard Duty Pull Boxes, and Heavy -Duty Pull Boxes I In the first paragraph, the first sentence is revised to read: Small, Standard Duty and Heavy -Duty Cable Vaults and Standard Duty and Heavy -Duty Pull I Boxes shall be constructed as a concrete box and as a concrete lid. 9 29.2(2)A Standard Duty Cable Vaults and Pull Boxes I This section's title is revised to read: Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes I The first paragraph is revised to read: Small and Standard Duty Cable Vaults and Standard Duty Pull boxes shall be concrete and have a I minimum load rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(1)C for concrete Standard Duty Junction Boxes. I In the second paragraph, the first sentence is revised to read: Concrete for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall have a I minimum compressive strength of 4,000 psi. In the third paragraph, the first sentence is revised to read: I All Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes placed in sidewalks, walkways, and shared -use paths shall have slip- resistant surfaces. I The fourth paragraph (up until the colon) is revised to read: Materials for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall conform to I the following: 9 - 29.3 Fiber Optic Cable, Electrical Conductors, and Cable I This section is supplemented with the following new subsection: I S. 64 Avenue & Tieton Dr. Intersection Improvements 49 City Project No. 2282 I 9- 29.3(3) Wire Marking Sleeves I Wire marking sleeves shall be full - circle in design, non - adhesive, printable using an indelible ink and shall fit snugly on the wire or cable. Marking sleeves shall be made from a PVC or polyolefin, and provide permanent identification for wires and cables. I 9 29.3(2)A4 Location Wire This section is revised to read I Location wire shall be steel core copper clad minimum size AWG 14 insulated conductor The insulation shall be orange High Molecular Weight High Density Polyethylene (HMHDPE). 9 - 29.16 Vehicular Signal Heads, Displays, and Housing t The last sentence of the last paragraph is revised to read: A 1- inch -wide strip of yellow retro - reflective, type IV prismatic sheeting, conforming to the requirements of Section 9- 28.12, shall be applied around the perimeter of each backplate with the exception of installations where all sections of the display will be dark as part of normal operation I such as ramp meters, hawk signals and tunnels Section 9 -32, Mailbox Support I August 4, 2014 9 -32.7 Type 2 Mailbox Support I The first sentence is revised to read: Type 2 mailbox supports shall be 2 -inch 14 -gage steel tube and shall meet the NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria I Section 9 -34, Pavement Marking Material January 5, 2015 I 9 -34.2 Paint The second paragraph is revised to read I Blue and black paint shall comply with the requirements of 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 I requirements for titanium dioxide, directional reflectance, and contrast ratio. 9 - 34.4 Glass Beads for Pavement Marking Materials In the third paragraph, the table titled "Metal Concentration Limits" is revised to read: I Metal Concentration Limits Element Test Method Max. Parts Per Million (ppm) I Arsenic EPA 3052 SW -846 6010C 10.0 Barium EPA 3052 SW -846 6010C 100 0 Cadmium EPA 3052 SW -846 6010C 1 0 I Chromium EPA 3052 SW -846 6010C 5 0 Lead EPA 3052 SW -846 6010C 50.0 Silver EPA 3052 SW -846 6010C 5.0 I Mercury EPA 3052 SW -846 7471 B 4 0 I S. 64 Avenue & Tieton Dr. Intersection Improvements 50 City Project No. 2282 I I 9 -34.5 Temporary Pavement Marking Tape I This section is revised to read: Biodegradable tape with paper backing is not allowed. I This section is supplemented with the following new sub - sections: I 9- 34.5(1) Temporary Pavement Marking Tape — Short Duration Temporary pavement marking tape for short duration shall conform to ASTM D4592 Type II except that black tape, black mask tape and the black portion of the contrast removable tape, shall be non - reflective. I 9- 34.5(2) Temporary Pavement Marking Tape — Long Duration Temporary pavement marking tape for long duration shall conform to ASTM D4592 Type I. I Temporary pavement marking tape for long duration, except for black tape, shall have a minimum initial coefficient of retroreflective luminance of 200 mcd *m " *Ix' when measured in accordance with ASTM E 2832 or ASTM E 2177. Black tape, black mask tape and the black portion of the I contrast removable tape, shall be non - reflective. 9 - 34.6 Temporary Raised Pavement Markers This section's title is revised to read: I Temporary Flexible Raised Pavement Markers I The second paragraph is deleted Section 9 -35, Temporary Traffic Control Materials I August 4, 2014 9 -35.0 General Requirements I The following item is deleted from the list of temporary traffic control materials Barrier Drums I The last sentence of the second paragraph is revised to read: Certification for crashworthiness according to NCHRP 350 or the Manual for Assessing Safety I Hardware (MASH) will be required as described in Section 1- 10.2(3). 9 - 35.2 Construction Signs I The first sentence is revised to read Construction signs shall conform to the requirements of the MUTCD and shall meet the I requirements of NCHRP Report 350 for Category 2 devices or MASH. 9 - 35.7 Traffic Safety Drums I The third paragraph is revised to read: Drums and light units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1 -10 2(3) I 9 - 35.8 Barrier Drums This section including title is deleted in its entirety and replaced with the following: I I S. 6 4t Avenue & Tieton Dr. Intersection Improvements 51 City Project No. 2282 I 9 -35.8 Vacant 9 -35.12 Transportable Attenuator t In the first paragraph, the fourth sentence is revised to read The Contractor shall provide certification that the transportable attenuator complies with NCHRP I 350 Test level 3 or MASH Test Level 3 requirements 9 -35.13 Tall Channelizing Devices I In the sixth paragraph, the last sentence is revised to read: The method of attachment must ensure that the light does not separate from the device upon I impact and light units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1- 10.2(3). I I I I I I I I I I I I I s. 64 Avenue & Tieton Dr. Intersection Improvements 52 City Project No. 2282 I INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2014 edition, as issued by the Washington State Department ' of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each ' Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way ' should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source For example: ' (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) ' Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition • City of Yakima Standard Details • City of Yakima Project Details Contractor shall obtain copies of these publications, at Contractor's own expense. I S. 64 Avenue & Tieton Dr. Intersection Improvements 53 City Project No. 2282 Division 1 , General Requirements DESCRIPTION OF WORK ' (March 13, 1995) This Contract provides for the improvement of the existing intersection of S. 64th Avenue and Tieton Drive by constructing a left -turn lane on Tieton Drive and installing a traffic signal at the intersection. Work includes roadway excavation, crushed surfacing base course, hot mix asphalt, cement concrete sidewalk, furnishing and installing a traffic signal system, fencing, striping 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. 1 - 01.3 Definitions ' (July 23, 2015 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. Supplement this Section with the following. I S. 64 Avenue & Tieton Dr. Intersection Improvements 54 City Project No. 2282 1 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 Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. ' Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, ' from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day ' A business day is any day from Monday through Friday except holidays as listed in Section 1 -08.5. Contract Bond ' The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract" ' Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed ' Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting ' Agency's acceptance of the Bid Proposal. Notice to Proceed ' The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. ' Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. S. 64 Avenue & Tieton Dr. Intersection Improvements 55 City Project No. 2282 t 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 ") 10 Furnished automatically upon award. Contract Provisions 10 Furnished automatically upon award. Large plans (e.g., 22" x 34 ") N/A Furnished only upon 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 (Jun e 27, 2011 APWA GSP) ' Delete this section and replace it with the following. The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations, the total bid amount; signatures; date, and, where applicable, retail sales taxes and acknowledgment of addenda, the bidder's name, address, telephone number, and signature; the bidder's 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 S. 64 Avenue & Tieton Dr Intersection Improvements 56 City Project No. 2282 ' I The Contracting Agency reserves the right to arrange the proposal forms with alternates and I 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. I 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) I 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. I 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. I 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. I 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). I 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 I 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 I D/W /MBE requirements are to be satisfied through such an agreement. (August 2, 2004) I The fifth and sixth paragraphs of Section 1 -02.6 are deleted. 1 -02.7 Bid Deposit I (March 8, 2013 APWA GSP) Supplement this section with the following: I Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; I 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 U 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 I 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. I If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1 If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. I S. 64 Avenue & Tieton Dr. Intersection Improvements 57 City Project No. 2282 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 -02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section in its entirety, and replace it with the following After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if 1 The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2 The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, Emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1 -02.12 Public Opening of Proposals (May 4, 2012 APWA GSP) Delete this section and replace it with the following: Proposals will be opened and publicly read at the time indicated in the Call for Bids, after the deadline(s) for submitting all elements of the Bid Proposal including DBE Written Confirmation Documents and /or Good Faith Effort Documentation, unless the Bid opening has been delayed or canceled. Bidders, their authorized agents, and other interested parties are invited to be present. 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 58 City Project No. 2282 t 1 1 -02.13 Irregular Proposals ' (March 13, 2012 APWA GSP) Revise item 1 to read: 1 A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; ' b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; ' d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e A price per unit cannot be determined from the Bid Proposal; ' f. g. The Proposal form is not properly executed; 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; 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; 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 proiect from a Bidder under the same or different names. ' 1 -02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option A) 1 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, S. 64 Avenue & Tieton Dr. Intersection Improvements 59 City Project No. 2282 1 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 (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2 Samples of these materials for quality and fitness tests, 3 A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5 Attendance at a conference with the Engineer or representatives of the Engineer, t 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7 Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder 1 - 03 AWARD AND EXECUTION OF CONTRACT 1 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) ' Revise this section to read Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for ' signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency Within Ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03 4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1 -02 15 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency ' nor shall any work begin within the project limits or within Contracting Agency- furnished sites The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty(20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. I S. 64th Avenue & Tieton Dr. Intersection Improvements 60 City Project No. 2282 ' 1 -03.4 Contract Bond (December 8, 2014 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment ' and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency- furnished form(s); ' 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by ' the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and ' duties, or b Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or ' any other person who provides supplies or provisions for carrying out the work; 4 Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and ' 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor ' or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1 -04 SCOPE OF THE WORK r 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, 1 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 S. 64 Avenue & Tieton Dr. Intersection Improvements 61 City Project No. 2282 8 WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 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. 1 - 05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: t 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 I 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 ' S. 64 Avenue & Tieton Dr. Intersection Improvements 62 City Project No. 2282 ' 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. ' 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. S. 64th Avenue & Tieton Dr. Intersection Improvements 63 City Project No. 2282 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems, buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal Operational and test periods, when required by the Engineer, shall not affect a manufacturer's ' guaranties or warranties furnished under the terms of the contract. 1 - 05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section t 1 - 05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section 1 - 05.16 Water and Power ' (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. I 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 64 City Project No. 2282 1 -07 LEGAL RELATIONS AND RESPONSIBLITIES TO THE PUBLIC ' Section 1 -07 is supplemented with the following: 1 -07.1 Laws to be Observed ' (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount ' administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA) The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. ' The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. ' 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 S. 64 Avenue & Tieton Dr. Intersection Improvements 65 City Project No. 2282 Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund 1- 07.2(1) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(2) State Sales Tax — Rule 170 ' WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc , owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception. The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(3) Services I 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 -07.13 CONTRACTOR'S RESPONSIBILITY FOR WORK 1- 07.13(4) 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- S. 64 Avenue & Tieton Dr. Intersection Improvements 66 City Project No. 2282 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. 1 -07.17 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: Nob Hill Water Assoc. 6111 Tieton Drive Yakima, WA 98908 509 - 966 -0272 City of Yakima Wastewater Div 2220 E. Viola Yakima, WA 98901 509 - 575 -6077 t Centurylink 8 W 2nd Ave. Room 304 Yakima, WA 98902 509 - 575 -7183 Pacific Power P 0 Box 1729 Yakima, WA 98907 509 - 575 -3146 ' Charter Communications 1005 N. 16th Ave Yakima, WA 98902 509 - 575 -1697 Cascade Natural Gas Corp. 401 N. 1st St. Yakima, WA 98901 509 - 457 -5905 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 t (January 24, 2011 APWA GSP) 1- 07.18(1) General Requirements ' A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. ' B. The Contractor shall keep this insurance in force during the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). ' C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall ' state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this Contract, and the Contractor shall annually provide the Contracting ' Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. S. 64 Avenue & Tieton Dr. Intersection Improvements 67 City Project No. 2282 D. The insurance policies shall contain a "cross liability" provision E. The Contractor's and all subContractors' insurance coverage shall be primary and non - contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage F The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice G Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s) H. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency I Failure on the part of the Contractor to maintain the insurance as required shall constitute a material ' breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency J All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s) • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • appointed officials The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1- 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1 -07 18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2 Copies of all endorsements naming Contracting Agency and all other entities listed in 1 -07 18(2) as Additional Insured(s), showing the policy number The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. ' S. 64 Avenue & Tieton Dr. Intersection Improvements 68 City Project No. 2282 ' 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 I $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence ' Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit ' $1,000,000 Disease - Each Employee 1- 07.18(5)B Automobile Liability Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: ' $1,000,000 combined single limit 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. ' 1 -07.23 Public Convenience and Safety 1- 07.23(1) Construction Under Traffic ' Section 1- 07.23(1) is supplemented with the following: S. 64 Avenue & Tieton Dr. Intersection Improvements 69 City Project No. 2282 1 (January 2, 2012) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless ' they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows Regulatory Distance From Posted Speed Traveled Way (Feet) 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1 -07.24 Rights of Way Section 1 - 07 24 is supplemented with the following: 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 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 70 City Project No 2282 ' I are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued II Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the I 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. I Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where I 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 I 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. I 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 I 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 I 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 I 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 I must be filed with the Engineer before the Completion Date will be established 1 -08 PROSECUTION AND PROGRESS I Add the following new section: I 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) I Add the following new section: I 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) I 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: To review the initial progress schedule; I 1. 2. To establish a working understanding among the various parties associated or affected by the work; I I S. 64 Avenue & Tieton Dr. Intersection Improvements 71 City Project No. 2282 3 To establish and review procedures for progress payment, notifications, approvals, submittals, etc ; 4 To establish normal working hours for the work; 5 To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. ' The Contractor shall prepare and submit at the preconstruction conference the following. 1. A breakdown of all lump sum items, ' 2. A preliminary schedule of working drawing submittals, and 3. A list of material sources for approval if applicable. Add the following new section. 1- 08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7.00 a.m and 6:00 p.m. Monday through Friday, exclusive of a lunch break If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances) If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than ** 5 days ** prior to the day(s) the Contractor is requesting to change the hours. , If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non - Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence ) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time 3 Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period 4. If a 4 -10 work schedule is requested and approved the non working day for the week will be charged as a working day. 5 If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll S. 6 4t Avenue & Tieton Dr. Intersection Improvements 72 City Project No. 2282 ' I 1 -08.1 Subcontracting I 1 - 08.1 Subcontracting (December 8, 2014 APWA GSP) I Revise the eighth paragraph to read: I On all projects funded with federal assistance the Contractor shall submit "Quarterly Report of Amounts Credited as DBE Participation" (form 422 -102 EF) on a quarterly basis, in which DBE Work is accomplished, for every quarter in which the Contract is active or upon completion of the I project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. I 1 - 08.3 Progress Schedule This section is supplemented with the following: I 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 I time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. I 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. I The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. I If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to I delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 - 08.4 Prosecution of Work I Delete this section in its entirety, and replace it with the following: II -08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) I 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 I 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 I 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 I delineate all areas for protection or restoration, as described in the Contract. Installation of high I S. 64 Avenue & Tieton Dr. Intersection Improvements 73 City Project No. 2282 1 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 1 -08.5 Time for Completion 1 (August 14, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read ' Contract time shall begin on the first working day following the Notice to Proceed Date Each working day shall be charged to the contract as it occurs, until the contract work is physically complete If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days. (1) charged to the contract the week before, (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: ' 1. The physical work on the project must be complete, and 2 The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1- 07.9(5)). b. Material Acceptance Certification Documents c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f Property owner releases per Section 1 -07.24 (March 13, 1995) This project shall be physically completed within * ** 50 * ** working days 1 S. 6 4t Avenue & Tieton Dr. Intersection Improvements 74 City Project No. 2282 t 1 -08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: 1 When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the t Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the ' actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. ' 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) r Delete the first four paragraphs and replace them with the following: ' The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. ' The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as ' part of the respective Specification Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the ' preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences ' the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. S. 64 Avenue & Tieton Dr. Intersection Improvements 75 City Project No. 2282 The value of the progress estimate will be the sum of the following: 1 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer Progress payments will be made in accordance with the progress estimate less. 1. Retainage per Section 1 -09 9(1), on non FHWA- funded projects, 2 The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents ' Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 -05 1. 1- 09.11(3) Time Limitation and Jurisdiction (July 23, 2015 APWA GSP) Delete this section and replace it with the following: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1- 05 12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action ' 1- 09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following - The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1 -09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. ' S. 64 Avenue & Tieton Dr. Intersection Improvements 76 City Project No. 2282 ' I 1- 09.13(3)A Administration of Arbitration ' (July 23, 2015 APWA GSP) Revise the third paragraph to read: I The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where I claims subject to arbitration are asserted against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. I 1 - 10 Temporary Traffic Control I 1 -10.2 Traffic Control Management 1- 10.2(1) General I Section 1- 10.2(1) is supplemented with the following (December 1, 2008) I 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: I The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 I (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave N. I Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 I The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 I Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone. (540) 368 -1701 I 1 -10.4 Measurement I 1- 10.4(1) Lump Sum Bid for Project (No Unit Items) I Section 1- 10.4(1) is supplemented with the following: (August 2, 2004) I The proposal contains the item "Project Temporary Traffic Control ", lump sum. The provisions of Section 1 -10 4(1) shall apply. I S. 64 Avenue & Tieton Dr. Intersection Improvements 77 City Project No. 2282 Division 2 EARTHWORK t 2 -01 Clearing, Grubbing, and Roadside Cleanup 2 -01.1 Description ' Section 2 -01 1 is supplemented with the following: (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits ** *The north side of Tieton Drive at 64th Avenue 6 1 feet behind the existing sidewalk from the east edge of the duplex concrete driveway to 107 feet east of the driveway Also south of Tieton Drive within new right of way as shown on plans — sta 11 +85 +/- to sta. 13 +25 +/- * ** 2 -02 Removal of Structures and Obstructions ' 2 -02.1 Description This section is supplemented with the following: Removal of structures and obstructions shall include the removal and disposal of one catch basin, four junction boxes and approximately 300 square feet of railroad tie retaining wall. 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 Item 1 is revised to read ' Haul all broken pieces to an off - project site to be obtained by the Contractor Item 3 is revised by adding the following to the end of the first sentence: "or remove to the nearest joint as directed." , 2 - 02.4 Measurement This section is supplemented with the following: S. 64 Avenue & Tieton Dr Intersection Improvements 78 City Project No. 2282 , I I 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. I (October 25, 1999) Sidewalk removal will be measured by the square yard. (September 8, 1997) Curb removal will be measured by the linear foot. I Sawcutting for sidewalk or curb removal shall be incidental to "Removing Cement Conc. Sidewalk ", and "Removing Cement Concrete Curb " I 2 -02.5 Payment This section is supplemented by adding the following pay item. I "Saw Cut ", per linear foot. I (November 3, 1999) "Removing Cement Conc. Sidewalk ", per square yard. (September 8, 1997) I "Removing Cement Conc. Curb ", per linear foot. The Contractor shall make all excavations including haul and disposal, regardless of depth, required I for constructing curb, sidewalks, curb ramps, and driveways that includes 2 inches of crushed surfacing top course underneath, according to the plans and standard details. All costs thereof shall be included in the Contract price "Removing Cement Conc. I 2 -07 WATERING I 2 -07.3 Construction Requirements This section is supplemented with the following: I The Contractor shall secure permission from and comply with all requirements of the water utility before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. I The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, 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 I 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. I 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. I Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the I 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. I I S. 64 Avenue & Tieton Dr. Intersection Improvements 79 City Project No. 2282 The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. Violation of these requirements will result in fines and will lay the 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 Replace this section with the following 4 -01 Driveway Construction 4 -01.1 Description ' This work shall consist of grading the existing ground and placing a gravel driveway as shown in the plans. It will also involve removing a section of barb wire fencing and t -posts and placing 2 new end posts at either end of the driveway entrance and reconnecting the fencing. 4 -01.2 Materials Gravel material shall meet the requirements of the following section Crushed Surfacing 9- 03.9(3) ' 4 -01.3 Construction Requirements Gravel base course shall be uniformly spread upon prepared subgrade to the depth shown on the plan sheet. 4 -01.4 Measurement ' No specific unit of measurement shall apply to the lump sum item of driveway construction 4 -01.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid item , "Driveway Construction ", lump sum. The lump sum contract price for "Driveway Construction" shall be full payment for all work required to install the usable driveway as shown on the contract plans. S. 64 Avenue & Tieton Dr. Intersection Improvements 80 City Project No. 2282 Division 5 Surface Treatments and Pavements 5 -04 Hot Mix Asphalt 5- 04.3(8)A1 General (January 16, 2014 APWA GSP) Delete this section and replace it 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. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in ' the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and must be made in accordance with Section 9- 03.8(7). Commercial evaluation may 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 certificate of compliance letter stating the material meets the HMA requirements defined in the contract. 5- 04.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) ' Section 5- 04.3(8)A4 is supplemented with the following: For HMA in a structural application, sampling and testing for total project quantities less than 400 tons ' is at the discretion of the engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed: i. If test results are found to be within specification requirements, additional testing will be at the engineers discretion. ii. If test results are found not to be within specification requirements, additional testing as ' needed to determine a CPF shall be performed. 5- 04.3(8)A5 Test Results (January 16, 2014 APWA GSP) The first paragraph of this section is deleted. ' 5- 04.3(8)A6 Test Methods (January 16, 2014 APWA GSP) Delete this section and replace it with the following. Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731. Testing for S. 64 Avenue & Tieton Dr. Intersection Improvements 81 City Project No. 2282 compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308 Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11 ' 5- 04.3(12) Joints ' Section 5 -04 3(12) is supplemented with the following (January 5, 2004) ' The HMA overlay shall be feathered to produce a smooth riding connection to the existing pavement. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. 1 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 1 /4 inch from the lower edge cf 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 of are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures and new monument cases for all monuments as shown on the plans. Utility casting shall not be adjusted until the paving is complete. After which, the center of each structure and each monument shall be relocated from the references previously established by the Contractor The HMA shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1 -1/2 inches below the finished pavement surface. ' 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. S. 64' Avenue & Tieton Dr. Intersection Improvements 82 City Project No. 2282 I I The second sentence of Section 5 -04 3(13) is revised to read. (January 5, 2004) I The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. 5- 04.3(14) Planing Bituminous Pavement I Section 5- 04.3(14) is supplemented with the following. I (January 5, 2004) The Contractor shall perform the planing operations no more than * ** 14 * ** calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the I Engineer in writing. 5 04.3(15) HMA Road Approaches I Add the following verbiage to the first sentence of this section: "or reconstructed" after the word "constructed ". I 5 -04.5 Payment 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction I (January 16, 2014 APWA GSP) Delete this section and replace it with the following: I 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 I 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. I Division 7 I Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits I 7 -04 STORM SEWERS 7- 04.3(1)A General I This section is supplemented with the following: No infiltration or exfiltration test will be required for the storm drain pipe. I 7 - 08 GENERAL PIPE INSTALLATION REQUIREMENTS I 7 -08.2 Materials This section is supplemented with the following I Crushed Surfacing Top Course (for Trench Backfill) t S. 64 Avenue & Tieton Dr. Intersection Improvements 83 City Project No. 2282 r 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 I 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: I Adjust valve box will be measured per each, for each valve box adjusted 7 -09.5 Payment This section is supplemented with the following 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. 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 84 City Project No. 2282 ' 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 8- 01.3(2) Seeding, Fertilizing and Mulching ' 8- 01.3(2)B Seeding and Fertilizing ' Section 8 -01 3(2)B is supplemented with the following: (January 3, 2006) Grass seed shall be a commercially prepared mix, made up of low growing species which ' will grow without irrigation at the project location, and approved by the Engineer. The application rate shall be two pounds per 1000 square feet. ' (January 3, 2006) Fertilizer shall be a commercially prepared mix of 10 -20 -20 and shall be applied at the rate of 10 pounds per 1000 square feet. 8 -02 Roadside Restoration 8 -02.1 Description ' Section 8 -02.1 is supplemented with the following: ' (August 4, 2014) This work shall consist of removing and disposing of buried man -made debris that may be encountered during soil amendment incorporation or excavation for irrigation systems. ' 8 -04 CURBS, GUTTERS, AND SPILLWAYS ' 8 -04.3 Construction Requirements Supplement this section with the following: Where existing curbing is to be removed and replaced with new curbing, and where new curbing for ' new roadway lanes is to be constructed, and in performing the removal of the existing curbing for such work the adjacent existing pavement is disturbed, the contractor shall trim the existing pavement in a neat line in preparation for HMA pavement construction. ' S. 64 Avenue & Tieton Dr. Intersection Improvements 85 City Project No. 2282 Replace section 8 -04 3(3) with the following: 8- 04.3(3) Dual Faced Cement Concrete Traffic Curb Construction of this curbing shall be as shown on the detail in the plans. Curbing shall be painted yellow and polyurethane delineator posts installed shall also be yellow. 8 -04.4 Measurement Add the following paragraph ' Dual Faced Cement Conc Traffic Curb shall be measured by the linear foot of curbing, not including the 3' spacing between sections The quantity of delineator posts needed shall be incidental to the linear feet of curbing installed 8 -04.5 Payment ' Add the following directly under the fifth item: The unit contract price for "Dual Faced Cement Conc. Traffic Curb" per linear foot, shall be all payment for construction of the curbing as shown, providing and installing the polyurethane delineator posts, and painting of the curb t t S. 64 Avenue & Tieton Dr. Intersection Improvements 86 City Project No. 2282 t 1 8 -12 CHAIN LINK FENCE AND WIRE FENCE ' 8 -12.1 Description This work shall also consist of furnishing and placing temporary fencing. ' 8 -12.2 Materials The temporary fencing shall consist of 6 -foot free - standing chain link fence. r 8 -12.3 Construction Requirements This section is supplemented with the following In locations where the existing golf course fence needs to be removed to construct various elements of the project, temporary fencing shall be placed to secure the golf course. Delete Section 8- 12.3(1)B and replace it with the following: 8- 12.3(1)B Top Rail ' Top rails shall pass through the ornamental tops of the line posts, forming a continuous brace from end to end of each stretch of fence Lengths of tubular top rail shall be joined by sleeve couplings. Top rails shall be securely fastened to terminal posts by pressed steel fittings or ' other appropriate means. 8 -12.4 Measurement This section is supplemented by adding the following item: ' Temporary fencing will be measured by the linear foot for the amount of temporary fencing furnished and placed. ' 8 -12.5 Payment This section is supplemented by adding the following items: r "Temporary Fencing ", per linear foot. ' "Chain Link Fence Type 1, 6 Foot Height ", per liner foot. "Chain Link Fence Type 1, 12 Foot Height ", per linear foot. The unit contract price per linear foot for "Chain Link Fence Type 1, Foot Height" shall be full ' payment for all costs for the specified work including brace post installation and all other requirements of Section 8 -12 for Chain Link Fence, unless covered in a separate Bid Item in this section 8 - 13 MONUMENT CASES ' 8 -13.1 Description This section is supplemented with the following: ' This work shall include adjusting monument cases and covers to the finished grade of the asphalt concrete pavement. 8 -13.3 Construction Requirements ' This section is supplemented with the following: Where existing monuments 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. S. 64 Avenue & Tieton Dr. Intersection Improvements 87 City Project No. 2282 1 8 -13.4 Measurement This section is supplemented by adding the following item: Adjust monument case will be measured per each, for each monument case adjusted 8 -13.5 Payment This section is supplemented by adding the following item. "Adjust Monument Case ", per each. The unit contract per each for "Adjust Monument Case" shall be full pay for all labor, equipment and materials required to adjust the monument case 8 - 14 CEMENT CONCRETE SIDEWALKS 8 -14.3 Construction Requirements Section 8 -14.3 is supplemented with the following: ' (April 4, 2011) The Contractor shall request a pre- meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements Those attending shall include: 1. The Prime Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete 2 Project Engineer (or representative) and Project Inspectors for the cement concrete t sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following ' 1. Slopes shown on the Plans 2 Inspection 3 Traffic control 1 4. Pedestrian control, access routes and delineation 5. Accommodating utilities ' 6. Form work 7. Installation of detectable warning surfaces This section is also supplemented with the following ' S. 64th Avenue & Tieton Dr. Intersection Improvements 88 City Project No. 2282 I 1 All sidewalks not located within driveway approach areas shall be four (4) inch thick cement concrete with 2 inch CSTC base. All sidewalks located within or a part of a driveway approach area shall be six (6) inch thick cement concrete with 2 inch CSTC base See City of Yakima Standard Detail R5 ' Existing sidewalks at match existing locations shall be removed to the nearest convenient existing joint or saw cut in a neat vertical, straight transverse line at locations approved by the ' Engineer Joint filler material to form a new expansion joint shall be placed as indicated on the Standard Detail for Sidewalk. ' 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL (8- 20.3(1) General Supplement this section with the following: ' Electrical Order of Work The contractor shall install new signal displays no more than 30 days prior to the final scheduled turn on date of the project traffic signal(s) Work shall be coordinated so that electrical equipment, with the exception of the service cabinet, is energized within 72 hours of installation. Removals and Delivery of Removed Items (subsections combined) (Skip to next section if "Removals" section does not apply.) ' The contractor shall not remove any existing signal equipment, hardware, or components, designated on the plans for removal from the job site, without a final field confirmation and approval by the City Engineer. The contractor shall complete all existing equipment and ' hardware removals as noted on the plans These removals shall include, but are not limited to, the following items: luminaire arms, mast arms, signal heads, light assemblies (luminaires), signs, preemption devices, and video detection equipment. Concrete foundations remaining from removed poles shall be excavated in their entirety, unless directed otherwise by the City Engineer. The contractor shall properly backfill and compact voids created by the removal of foundations and junction boxes in accordance with all applicable sections of The WSDOT Standard Specification and /or applicable Standard Plans. Removals associated with the electrical system shall not be stockpiled on the job site without the City Engineer's prior approval. The contractor shall notify the City Traffic Engineer two (2) ' working days before the delivery date of the removed items and shall be responsible for unloading the equipment, as directed by the City Traffic Signal Operations Supervisor, at the City of Yakima, Public Works, Signal Shop/Yard, at 2301 Fruitvale Blvd , or at a location ' otherwise designated by the City Traffic Engineer. All traffic signal and lighting equipment, hardware, components, and parts, not designated to remain the property of the City of Yakima (as per the City and /or Traffic Engineer), shall become the property of the contractor and shall ' be immediately removed from the project job site. 8 - 20.3(5) Conduit Supplement this section with the following: All underground electrical conduits shall be gray, electrical grade, schedule -40 PVC pipe, installed in all conduit runs as indicated on the Plans. All 90- degree elbows shall be galvanized steel. A 1/8 -inch braided nylon rope with a minimum 450 -pound breaking strength shall be ' installed in each conduit run with two (2) feet doubled back at each termination. The City Engineer, or his or her appointed designee, shall field verify and pre- approve all conduit runs where the contractor plans to utilize pre- existing underground PVC conduits that are empty or have minimum available cross - sectional space to add new wires and /or cables. The contractor S. 64 Avenue & Tieton Dr. Intersection Improvements 89 City Project No. 2282 1 shall utilize the existing conduits and /or run new conduits as shown on the plans See applicable notes on the plans for restrictions, and /or limitations related to open trenching I 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Supplement this section with the following If applicable, existing junction boxes shall be utilized as shown on the plans, and new junction boxes shall not be located in ADA sidewalk ramps or landing areas. Also, unless specified or shown otherwise on the Plans, they shall be installed in hard - surface areas, centered in concrete sidewalk areas between the back of curb and back edge of sidewalk. Or, they shall be located such that no less than six (6) inches of solid concrete bounds all sides of the junction box. Asphalt joint filler material shall not be installed between junction boxes and concrete surfaces Any adjustments to locations of proposed or existing junction boxes shall be field verified and approved by the City and /or Traffic Engineer, especially if changes involve moving between hard & soft- surface areas 8- 20.3(8) Wiring Supplement this section with the following: Illumination (street lighting) conductors and wires are the only type which may be spliced in junction boxes, using only 3M Scotchcast, or approved equal, permanent, watertight, non -re- enterable splice kits Wire marking sleeves and /or approved wire and cable tags are required in loop -wire splicing junction boxes and for loop lead -in to home run wires, identifying the loop numbers, or tied /grouped loop numbers, served. Tags are required at the controller cabinet for optical preemption detection cable -to- detector identification Color identification is also required in each pull box, hand -hole and cabinet, to identify the cable's destination pole Color designations will be provided using colored phase tape Pole -to -color designations are as follows Northwest Quadrant / Pole #1 Red Northeast Quadrant / Pole #2 Yellow Southeast Corner / Pole #3 Blue Southwest Corner / Pole #4 Green Marking sleeves and tags are NOT required for any other individual conductors, multi- conductors, coax or power cables. Section 8- 20.3(11) Testing Revise this section to read as follows: The standard WSDOT testing procedures shall not be required for this project. The City of Yakima Traffic Engineer shall inspect, test, and monitor all signal equipment including the signal controller, controller cabinet, malfunction monitoring unit (MMU), and other auxiliary electronic equipment and devices requiring pre - installation testing All applicable signal control equipment shall be delivered to the City of Yakima, Traffic Signal Shop for complete operational testing The duration and type of testing shall be determined and implemented at the sole discretion of the City Traffic Engineer The tests shall confirm the proper and intended component functions, system operations, and the comprehensive performance of "tested" traffic signal equipment. Traffic Signal Turn -On Procedures (Subsection of "Testing ") The contractor shall provide the City Engineer or Traffic Engineer a 72 -hour pre- notification of a scheduled traffic signal turn -on, with information about the applicable location, date, time and duration I S. 64 Avenue & Tieton Dr. Intersection Improvements 90 City Project No. 2282 1 The contractor shall follow the signal turn -on procedures listed below in descending order And, I unless directed otherwise by the City or Traffic Engineer, the turn -on procedures shall be initiated in the presence of the City Traffic Engineer, or his or her authorized personnel, including the City Engineer and the City Traffic Signal Operations Supervisor. A qualified I technical representative from the signal cabinet and controller supplier and /or manufacturer is also required to present. The City Project Inspector (or other authorized or delegated Project Inspector), shall provide the City of Yakima, Police Department no less than a 48 -hour notice of the date and time of the scheduled traffic signal turn -on. The Pre - turn -on and turn -on I procedures for all new and /or upgraded traffic signals are as follows: 1 Confirm that all circuit breakers for signal and lighting power are "OFF ". I 2 Turn "ON" the Service and verify correct voltage levels. 3. Turn "ON" the circuit breakers and verify proper operation of cabinet light and GFCI. I 4. Crosscheck the signal driver terminal wiring with the plans to ensure conformity with the intended phase sequence & FYLTA's, and confirm the correct jumper configurations on the CMU /MMU program card. I 5. "FLASH" all signal face indications, by signal phase, for Red / Yellow / Green / Walk / Don't Walk, and Flashing Yellow Left Turn Arrows- if active. 6. With the Controller Power switch "OFF" and both Auto /Flash switches in the "FLASH" I position, install the flasher and verify the correct "In- Flash" operations (Red /Red or Red/Yellow) by signal head, phase and approach. 7. Install all required equipment in the cabinet. 1 8. Place the police door Auto /Flash switch in "AUTO" position. 9. Turn the Controller Power switch to the "ON" position. 1 10. Monitor to confirm proper operation of the controller and CMU /MMU, and correct any malfunctions and /or failures, then reconfirm the proper operation. I 11. Turn the Camera Power to the "ON" position and adjust camera zoom & vertical + horizontal view alignment angles to optimize detection performance. 12. Place "MINIMUM RECALL" on all phases. (Via Controller Functions.) 1 13. Confirm that all detector switches are in the "OPERATE" position 14 Stop traffic in all directions and toggle the "Signals" switch from the "OFF" to the "ON" position. I 16. Allow no less than one complete cycle to operate and visually verify the correct sequence of all signal indications. I 17 When approaching traffic is optimally the safest, remove traffic control and allow normal vehicular traffic through the intersection. When the City Engineer and /or Traffic Engineer, or their appointed designees, determine that the signal operates correctly, I they shall have the contractor place the traffic signal in normal stop- and -go (GREEN - YELLOW -RED) operation. 18. Walk the intersection to confirm the intended operation and expected performance of I all pedestrian push buttons & "WALK" & FLASHING "DON'T WALK indications. 19. In the presence of the City Signal Operations Supervisor & the cabinet manufacturer's technical representative, configure the video detection zones, remove I minimum recall from all phases & confirm that the system operates correctly & properly for 30 minutes, (minimum), & monitor detection performance at sunrise and at sunset. 1 I S. 64 Avenue & Tieton Dr. Intersection Improvements 91 City Project No. 2282 1 If the Traffic Engineer determines that the traffic signal is malfunctioning or is operating improperly, the contractor shall be directed to return the signal to flash mode for a period not to exceed five calendar days, or, alternately, turn the signal off and cover all signal displays. In either case, the contractor shall provide 24 -hour notification to the Traffic Engineer of the rescheduled signal turn -on date, which shall not be allowed Monday through Friday, between 6 AM & 9 AM, or after 1 PM. This same restriction applies 24 hours a day on weekends, holidays, and on a day preceding a holiday. Termination of and /or alterations to "Green/Yellow /Red" (Stop- and -Go) operation by the contractor shall be prohibited, unless otherwise approved by the 1 City Traffic Engineer 8- 20.3(13)C Luminaires Supplement this section with the following: 1 All new luminaries shall be installed as shown on the plans. All new luminaires (fixtures) shall be LED - type with the following specifications. CREE XSP2 SERIES LED STREET LIGHT, horizontal tenon, 1 Type III, 139W w/ adjustable driver. Equivalents and /or alternate wattage LED's shall be pre- approved by the City and Traffic Engineers 1 8- 20.3(14)B Signal Heads Supplement this section with the following Vehicle and pedestrian signal heads shall not be installed at the proposed signalized intersection until all other signal equipment is installed and the controller is in place, inspected, and ready for signalized operation, unless otherwise ordered or approved by the City Engineer If the City Engineer orders advance installation, the signal heads shall be covered to clearly indicate the signal is not in operation. The signal head covering material shall be of sufficient size to cover the signal heads entirely. The covering shall extend over all edges of the signal housing and shall be securely fastened at the back. 8- 20.3(14)C Roadway In- Pavement Loop Vehicle Detectors 1 Revise the applicable portions of this section as described below, and replace the applicable portions of this section with the following specifications: The vehicle- detection in- pavement loops for this project shall be constructed as indicated & 1 shown on the contract plans, details and diagrams. They shall each be configured as separate 6 ft. diameter round preformed loops The individual preformed loops shall be laid out as shown on the plans: four separate 6 ft. diameter loops per approach lane, set on 12 ft. centers, four (4) loops per lane on the eastbound and westbound Tieton Drive vehicle- approach lanes The front edge of the first loop in each vehicle lane shall be located 1 foot, (12 inches), from the vehicle stop bar (edge -to -edge) Note: the northbound S. 64 Avenue approach shall have video vehicle detection; therefore, no roadway loops shall be installed on this approach. The Reno A &E PLH Preformed Loop System is one example of the type of preformed vehicle 1 loop system approved for use on this project. The finally - selected preformed -loop roadway vehicle detection system used on this project shall conform to the specifications below, and, it shall require full pre - approval by the City Engineer and the City Traffic Engineer, prior to delivery of any loop- detection equipment to the project site The preformed vehicle detection roadway in- pavement loop system shall meet the following minimum requirements and specifications, with the components to establish a consistent and stable level of operational performance and reliability as a vehicle detection system at a signalized intersection. 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 92 City Project No. 2282 1 1 The preformed loops shall come prefabricated in the circular configuration (shape), with a "lead - in" assembly designed to be overlaid with hot asphalt. Each component of the loop system, including the loop cable, lead -in cable, and splice enclosure, shall be designed to maximize I durability, minimize water penetration, and maintain a flexible form that is easy to install and handle. The loop cable and lead -in cable shall be a minimum cross - sectional thickness of 0.360" O.D., with a high level of resistance against reflective cracking, which otherwise occurs in I asphalt roadway surfaces. Wire insulation and cable jackets shall be constructed with the optimal thickness of cross - linked polyethylene (XLPE, and they shall withstand a temperature of 426° Fahrenheit to ensure long -term stability and reliability. The XLPE insulation shall have I optimal thermal, electrical, and physical properties with a high level of resistance to moisture and chemicals. The loop and lead -in cables shall be flexible for easy handling and installation. I Cables shall come filled with water -block gel to prevent moisture penetration. All splice connections shall be soldered, sealed, and tested. Splice enclosures shall be constructed of high impact glass impregnated plastic for a low profile loop /lead -in cable (0.360" 0.D.). The I preformed roadway loop system shall also include the specifications, items and features listed & described below: I - Loop Cable: Double Jacket, 4- Conductor Cable, 0.365" OD. Conductors: #18 AWG, 7 Strands of 26 AWG copper wire, 0 02" XLPE insulation - Water Block: Cable interior flooded with amorphous material, spiral wrapped with clear I - moisture resistant binder tape over water block compound Inner Jacket: 0.030" nominal cross- linked polyethylene jacket - Outer Jacket: 0.035" nominal cross- linked polyethylene jacket - Lead -in Cable: 2- Conductor twisted pair, H.D. outer jacket, 0.365" OD. I Conductors: #16 AWG, 19 Strands of copper wire, 0.035" XLPE insulation. - Splice Container: Constructed of high impact glass impregnated plastic, minimum material thickness 0.24 ". I - The 4- conductors in the Loop Cable shall be soldered in series to form a 4 -turn loop. - The 2- conductor Lead- in Cable shall be soldered to the loop in the splice container. - Each splice shall be waterproofed and tested for leakage with 500 VDC. The Splice cavity I shall come injected with amorphous material to prevent moisture penetration - BR -375 shall be used with the Preformed Loops to hold cables in saw slots with the 1" to 2" long pieces spaced approximately 2 feet apart. - 0.118" to be the Nominal 0.0 (for use in 1/8" saw slots) I Conductors shall be laid in a left hand direction, with a 3" maximum for the lay -in length. I 8 -20.4 Measurement This section is supplemented by adding the following item: I Remove existing street light will be measure per each, for each street light removed. 8 -20.5 Payment This section is supplemented by adding the following item. I "Remove Existing Street Light ", per each. I The unit contract price per each for "Remove Existing Street Light" shall be full payment for all labor and equipment required to remove the existing street light including the foundation. 1 I S. 64"' Avenue & Tieton Dr. Intersection Improvements 93 City Project No. 2282 1 8 -21 PERMANENT SIGNING 8 -21.2 Materials 1 8 -21.2 (9- 06.16) Roadside Sign Structures I Section 9 -06 16 is supplemented with the following (January 3, 2011) I Perforated Steel Square Sign Post System Where noted in the Plans, steel sign post systems shall be square, pre - punched galvanized steel tubing, that are NCHRP 350 Test Level 3 Certified and FHWA approved The steel sign post system shall include all anchor sleeves, and other hardware required for a complete sign installation. System Acceptance I Systems listed in the current QPL will be accepted per the QPL approval code. Systems not listed in the QPL will be accepted based on a Supplier's Certificate of Compliance. The Supplier's Certificate of Compliance will be a contract specific letter from the supplier stating the system is NCHRP 350 Test Level 3 compliant. (January 3, 2011) 1 Manufacturers for Steel Roadside Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices and many are sole- source All of the sign support types listed below are acceptable when shown in the Plans. Steel Sign Support Type Manufacturer I Type TP -A & TP -B Transpo Industries, Inc. Type PL, PL -T & PL -U Northwest Pipe Co I Type AS Transpo Industries, Inc Type AP Transpo Industries, Inc 1 Type ST 1, ST 2, ST 3, & ST 4 Ultimate Highway Products, Allied Tube & Conduit, Inc., Northwest Pipe, Inc. Type SB -1, SB -2, & SB -3 Ultimate Highway Products, Xcessories I Squared Development and Manufacturing Incorporated, Northwest Pipe, Inc. I 8 -26 MODULAR BLOCK WALL (NEW SECTION) I Add the following new sections: 8 -26.1 Description t This work includes furnishing and installing cement concrete modular block retaining wall units as indicated on the plans and as specified herein The face of the wall shall offer a rock -face type 1 S. 64"' Avenue & Tieton Dr. Intersection Improvements 94 City Project No. 2282 1 appearance. Modular block units shall be similar to "KeyStone ", "Mesa Wall ", "Allen Block" or 1 equivalent. This work includes excavation for leveling pad, preparing foundation soil, furnishing and installing 1 leveling pad, unit fill and backfill and furnishing and installing all appurtenant materials required for construction of the retaining wall as shown on the plans. ' Submit sample of each different unit for approval. Submit shop drawings of the wall layout for approval prior to beginning work on the wall. Shop drawings of walls over six feet in height shall bear the stamp of an engineer registered to practice in 1 the State of Washington showing appropriate wall stability calculations. 8 -26.2 Materials ' Materials for the modular block wall shall meet the requirements of ASTM C1372, Standard Specifications for Segmental Retaining Wall Units ' The blocks for the modular block wall shall be preformed blocks of concrete with maximum dimensions of 18 inches wide by 8 inches high by 16 inches deep. All dimensions shall be ± 1 /2 inch. Modular blocks shall have a straight textured face, natural color, and features to interlock the blocks together. The top row of blocks (cap) shall be placed together so that no gaps are wider than '/2 inch. All backfill material used for the gravity block wall shall be free draining, free from organic or ' otherwise deleterious material and shall conform to the specifications for gravel borrow for wall specified in Section 9- 03.14(1), except that the maximum particle size shall be one inch. ' 8 -26.3 Construction Requirements Since a majority of this work shall be performed immediately adjacent to improved private property, the Contractor shall complete the work in a timely fashion and shall grade and clean up the areas disturbed by such work at the completion of the backfilling even though subsequent work may be 1 performed in these areas later in the project. Anti - graffiti coating shall be applied per manufacture's recommendations on all exposed wall ' surfaces. The modular block wall shall be constructed per manufacturer's recommendations to dimensions as detailed in the Plans. ' Submittals The Contractor shall submit working drawings of the modular block wall to the Engineer for approval in accordance with Section 6 -01.9. The working drawings shall include, but not be limited to the ' following Plan, elevation and section views of the wall showing the layout, batter and orientation of the blocks. Dimensions and details of the cap block in relation to the sidewalk. ' Installation shall conform to the manufacturer's recommendations for the type of unit furnished. t The Contractor shall submit catalog cuts of the modular blocks and shop drawings of the wall layout for approval prior to beginning the work. ' Provide copies of the manufacturer's installation instructions at least two weeks prior to beginning the work. Should a conflict arise between these specifications and manufacturer's instructions, the more rigorous specification shall apply. 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 95 City Project No. 2282 1 Modular Block Wall Erection The Contractor shall prepare a base for the wall per the manufacturer's recommendations. The base shall be graded to the base elevations shown in the plans and working drawings as approved by the Engineer, and shall accommodated the batter of the bottom row of blocks The Contractor shall erect the modular block wall and place the backfill in accordance with the I manufacturer's recommendations and as approved by the Engineer. The top of the modular block wall shall be within one inch of the line and grade shown in the Plans The backfill shall be I compacted in accordance with Section 2- 03.3(14)C, Method C. Cap Installation Provide permanent mechanical connections to wall units with construction adhesive or epoxy. I Apply adhesive or epoxy to bottom surface of cap units and install on units below. 8 -26.4 Measurement I Measurement of modular block wall will be per square foot of retaining wall surface using the full wall height (top of base leveling pad to the top of the wall) 8 -26.5 Payment 1 Payment will be made in accordance with Section 1 -04 1 for the following bid item: "Modular Block Wall ", per square foot. 1 The unit contract price per square foot for "Modular Block Wall" shall be full compensation for furnishing all material, labor, tools and equipment necessary to construct the modular block wall I including: excavation; haul and disposal of excavated materials; leveling for base; compaction, gravel backfill for walls, bricks and shear system, anti - graffiti coating; block fill; geotextile fabric, concrete base or crushed surfacing top course leveling pad; and, other miscellaneous supplies. 1 8 - 27 MODIFY WATER FALL FEATURES (New Section) Add the following new sections: I 8 -27.1 Description This work shall consists of making modifications to the existing water fall located on the southwest I corner of the intersection. This work shall include modifying the shape of the pond, relocating a vault and relocating the electrical service so that the water fall can continue to operate and function and be completely located outside of the new public right of way. 8 -27.4 Measurement 1 No specific unit of measurement shall apply to the lump sum item of modify water fall features. 8 - 27.5 Payment 1 Payment will be made in accordance with Section 1 -04.1 for the following bid item "Modify Water Fall Features ", lump sum 1 The lump sum contract price for "Modify Water Fall Features" shall be full payment for all work required to modify the water fall to operate and be fully located within the golf course property. 1 1 1 S. 64"' Avenue & Tieton Dr Intersection Improvements 96 City Project No. 2282 1 8 -30 REPAIR OR REPLACEMENT (New Section) ' 8 -30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, ' top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 1 8 -30.5 Payment Payment will be made for the following bid items. "Repair or Replacement ", by force account. ' For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement ", and has arbitrarily entered the 1 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 Aggregates for Hot Mix Asphalt 9- 03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate 1 Revise the second paragraph as follows: Delete the reference to Section 9 -03 8(6)A 9 03.8(6)A Basis of Acceptance Delete this section. 1 1 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL 9 -29.1 Conduit, Innerduct, and Outerduct Supplement this section with the following: All underground conduit shown on the plans shall be electrical grade, gray, schedule -40 PVC ' pipe. Additional materials to be installed on this project shall include, but are not limited to, junction boxes, cables, and single and multi- conductors. A pull rope shall be included in each individual conduit run. The pull rope shall be made of 1/8 -inch braided nylon, with a 450 -pound ' breaking strength. It shall extend two (2) feet beyond each end of an individual conduit, doubled back at each termination. When cable is pulled, this rope shall be re- pulled along with the cable. 9 -29.2 Junction Boxes S. 64"' Avenue & Tieton Dr Intersection Improvements 97 City Project No. 2282 1 Supplement this section with the following: Junction /Pull boxes shall be the "Quazite "type or pre- approved equal, called out on the plans as "Junction Boxes" Three sizes are specified as follows: Type -1 (13" x 24 "), Type -2 (17" x 30 ") and Type -3 (24" x 36 "). They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass, and, they shall have a design load of 22,500 Ibs and a test load of 33,750 lbs. They shall be in compliance with 2005 NEC and meet ANSI /SCTE 77- ANSI TIER 22 test provisions. The enclosures shall be stackable, PG -Style equivalent, with finished depths of 12" to 48 ". Enclosures and covers shall be concrete gray color and the assemblies shall come pre- designed and tested to temperatures of —50 F. The covers shall be "lockable" and shall be marked with a "TRAFFIC SIGNALS" logo See the junction box details included in these construction documents for the complete technical -data specifications and requirements 9- 29.6(1) Steel Light and Signal Poles (Standards): Revise this section by adding the following paragraph All new Traffic Signal Poles, (Type -1, Type -2, Type -3, Type PS, and any other specified luminaire and /or mast arm poles, shall be "octagonal" incCross section and come designed as per the octagonal signal pole /equipment layout detail included in the plans 1 Supplement this section with the following: Luminaire mast arms that support video cameras shall have a free -end diameter of not less than 3" and a thickness of not less than 250 ". All specified poles, mast arms & luminaire arms shall be hot - dipped galvanized over their entire length to ASTM designation Al23 For the Type -3 poles, the primary terminal compartment shall be sized to house a 24- position terminal strip, designed as shown on the pole /equipment layout detail The primary terminal compartment shall be located 48" above the base of the pole and 180° CW from the centerline of the signal mast arm attachment point. The cover for the terminal compartment shall be stainless steel with a gasket and a built -in "Best" slamming lock with key. There shall also be two other separate 4" x 6" hand holes, each vertically oriented, with removable covers One shall be located 12" above the pole base, and the other shall be located 12" above the signal mast arm They shall both be oriented 180° CW from the centerline of the signal mast arm A' /2" NC ground stud shall be available inside the pole base. All poles and arms shall have end caps and all bases shall have covers installed Poles, anchor bolts, and signal mast arms will be designed to accommodate installation of signal mast arms with loadings as specified on the applicable details and layout plans Poles shall be designed to a maximum arm length of 50 feet, unless a longer arm is specified and pre- approved by the Traffic Engineer. It shall be the responsibility of the vendor /manufacturer to determine the sizes, locations, and proper installation and /or fabrication methods of all pole and arm hubs and openings to establish and build -in the minimum required and guaranteed structural integrity of the pole. The arm - connection plate, arm - connection bolt circle, base plate, and base -plate bolt circle shall be uniform among all poles called for in the plans The final drill locations for all signal pole and mast arm hardware and equipment shall be field approved by the City Engineer or Traffic Engineer prior to drilling of the holes, with attachment configurations & locations as shown on the pole /equipment layout detail. 9 -29.10 Luminaires Supplement this section with the following: 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 98 City Project No. 2282 1 1 As per the plans, the three (3) new luminaires on pole #'s 2, 3 & 4 shall be attached to the new ' luminaire arms, with lengths and attachment points as shown on the pole /equipment layout detail The luminaires shall be 139 -watt LED fixtures with the following specification: BXSP-C- HT-3ME-F-57K-UL-SV-Q9-R. 9- 29.12(1) Illumination Circuit Splices Revise this section as follows. 1 The contractor shall use only 3M Scotchcast, or a pre- approved equal, watertight and non re- enterable splice kits for light- circuit wiring splices in junction boxes. Standard NEMA/UL and IMSA- approved splicing methods shall be allowed for single and multi -wire splicing if required in 1 new signal poles, including locations adjacent to specified closable handhold openings. 9 -29.14 Traffic Signal Controller Cabinet- Minimum Requirements (New Section) The 1 following new section shall fully apply to, and be included in, this traffic signal installation project: The signal - controller cabinet shall be completely wired and tested to the 2003 NEMA Traffic Controller Assemblies specification with NTCIP Requirements Version 02.06 (as amended herein). In addition the following minimum requirements shall be met: City of Yakima traffic signal cabinet specification shall supersede any applicable sections of the State of 1 Washington, Department of Transportation, Standard Specifications and Standard plans. All signal controller cabinet shall be pre- approved by the City of Yakima prior to bid letting. 1 The cabinet shall be designed for 16 channel operation. Load switch(s) 1 -8 shall be vehicle phases 1 -8; load switch(s) 9 -12 shall be pedestrian phases 2, 4, 6, 8; load switch(s) 13 -16 shall be overlaps A, B, C ' & D. These load switch sockets shall be configured in this manor without rewiring the back side of the load -bay. The cabinet shall be wired for up to a minimum of (24) channels of detection, (4) channels of Opticom preemption. The use of PC boards shall not be allowed. ' The use of plug and play modules shall not be allowed. All cabinet 120VAC wires shall be 18AWG or greater, including controller "A" and MMU "A & B" cables. The entire cabinet assembly, with electronics, shall undergo complete input/output function testing by ' the manufacturer before being released to the City of Yakima. The wired cabinet facility shall use the latest technology applicable and shall be 100% compliant with Section 1605 of the American Recovery and Reinvestment Act of 2009, requiring the use of American 1 iron, steel and manufactured goods. The signal - controller cabinet assembly, in its entirety, shall be manufactured only in the United States 1 of America. Cabinet Enclosure ' At a minimum the cabinets shall meet the following criteria: 1. It shall have nominal dimensions of 56" high x 44" width x 25.5" depth and meet the footprint dimensions as specified in Section 7 3, table 7 -1 of NEMA TS2 standards for a Type P cabinet. S. 64 Avenue & Tieton Dr. Intersection Improvements 99 City Project No. 2282 1 The cabinet base shall have continuously welded interior mounting reinforcement plates with the same anchor -bolt hole pattern as the footprint dimensions. 1 2. Shall be fabricated from 5052 -H32 0 125 -inch thick aluminum 3. The cabinet shall be double - flanged where it meets the cabinet door. 4. The top of the cabinet shall be sloped 1" towards the rear to facilitate water runoff. And shall bend at a 90° angle at the front of the cabinet. Lesser slope angles are not allowed. 5 The inside of the cabinet shall have (2) separate compartments The main compartment shall be accessible from the front and rear door and shall house the cabinet load facilities and electronics. The BBS compartment shall be accessible from the side door and shall contain the UPS system batteries The UPS system inverter and ATS assembly shall be mounted in the BBS compartment but shall be accessible when the front door is open 6 The inside of the cabinet shall utilize C channel rails (2) Welded on the back wall on 25" center and (4) welded on each side wall on 08" center with 2" between sets The C channel rails on the back wall shall be 48" in length and start 5" from the bottom of the cabinet interior The C channel rails on the side walls shall be 48" in length and start 5" from the bottom of the cabinet interior Adjustable rails are not allowed. 1 7. The Cabinet shall be supplied with the following finishes, the interior natural mill finish The exterior natural mill finish. 8. All external fasteners shall be stainless steel Pop rivets shall not be allowed on any external surface. 9. The front door handle shall be 3 /4" round stock stainless steel bar. The side door shall use a recessed hexagonal socket in lieu of a door handle. All door handle mechanisms shall be interchangeable and field replaceable 10 The front door shall contain (2) flush mount locking recessed compartments The upper compartment that houses a police door and a lower compartment that houses a generator bypass receptacle A stiffener plate shall be welded to the inside of the front door to prevent flexing. It shall have a two - position, three -point door stop that accommodates open - angles at 90 °, 125 °, and 150 °. A louvered air entrance located at the bottom of the main door shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures Bearing rollers shall be applied to ends of door latches to discourage metal -on -metal surfaces from rubbing. The main front door lock assembly shall be positioned so the door handle does not cause interference with the key when opening the door 11 The police door compartment shall come with a conventional police lock. 12. The generator bypass receptacle compartment shall be equipped with a universal lock bracket capable of accepting a BestTM style lock and a Corbin #2 tumbler series lock The lock shall be a tapered lock using a BestTM style lock or Corbin #2 series core The door shall have an integrated door slide mechanism that allows the door to be closed and locked after a generator has been connected to the internal receptacle. This compartment is used by maintenance personnel for emergency generator operation in the absence of service power or BBS control. 13 The side door shall be one piece construction without any recessed compartments It shall have a three - position, two -point door stop that accommodates open - angles at roughly 80 °, 100 °, and 120 °. A louvered air entrance located at the bottom of the side door shall satisfy NEMA rod entry test requirements for 3R ventilated enclosures. Bearing rollers shall be applied to ends of door latches to discourage metal -on -metal surfaces from rubbing. Lock assembly shall be positioned so handle does not cause interference with key when opening the door 14. Closed -cell, neoprene gaskets shall be bonded to the inside of the cabinet doors. The gaskets shall cover all areas where the doors contact the double flanged cabinet housing exterior and be thick enough to provide a watertight seal S. 64 Avenue & Tieton Dr. Intersection Improvements 100 City Project No. 2282 1 15 A complete set of keys shall be supplied providing access to the cabinet front door, cabinet side I door, the police door and the generator receptacle door 16. The cabinet shall be equipped with a universal lock brackets capable of accepting a BestTM style lock and a Corbin #2 tumbler series lock. The cabinet shall come equipped with a BestTM style 1 lock and green core. 17 The cabinet shall be supplied with one (1) door switch which control the cabinet interior lighting I circuits. 18. All exterior seams shall be manufactured with a neatly formed continuously weld construction. The weld for the police and generator bypass box door shall be done on the inside of the I cabinet door. All welds shall be free from burrs, cracks, blowholes or other irregularities. 19. The fan baffle panel seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. 1 20. The cabinet shall be UL listed 21. The cabinet shall come with lifting ears affixed to the upper exterior of the cabinet. These ears I shall utilize only one bolt for easy reorientation. (The cabinet lifting ears shall not be used when the batteries are installed). I 22. The cabinet shall come with one (1) dual -ply DustlockTM Media polyester, disposable air filter; and the filter performance shall conform to listed UL 900 Class 2 and conform to MERV -8 & ASHRAE Standard 52.2 -1999. The filter element shall be secured to louvered entrance on the main door with Velcro type mounting on all four edges. 1 23. All cabinet doors shall be mounted with a single continuous stainless steel piano hinge that runs the length of the door. The hinge shall be attaching via stainless steel tamper resistant bolts. 1 24. All steel incorporated in the cabinet shell shall be manufactured in the United States of America, and shall meet the requirements of Section 1605 of the American Recovery and Reinvestment Act of 2009. 1 25 One example of an approved cabinet enclosure is the P+ style Western Systems Part # 3012500000. Alternate specified enclosures shall meet, and /or be equal to, this specification I and shall be pre- approved by the City Traffic Engineer. Labels A permanent printed thermo vinyl, engraved or silk screened label shall be provided for all terminals I and sockets. Labels shall be legible and shall not be obstructed by cabinet wiring, panels or cables. All labels shall conform to the designations on the cabinet wiring prints. I Shelves Shall come with two (2) 33.25" double beveled shelves 10" deep that are reinforced welded with V channel, fabricated from 5052 -H32 0 125 -inch thick aluminum with double flanged edges rolled front to back. Slotted hole shall be inserted every 7" for the purpose of tying off wire bundles. The BBS 1 compartment shall come with (4) shelves designed to hold batteries and capable of supporting 75Ibs each. I Cabinet Layout The shelves shall be populated as follows. The controller and monitor shall be placed on the bottom shelf. The power supply and detector rack shall be placed on the top shelf. I The roll out drawer and LED light shall be mounted under the bottom shelf just left of center. Load bay shall be mounted on the back wall with 5" of clearance to the bottom of the cabinet. The detector panel for all field inputs shall be located on the lower left wall. I S. 64 Avenue & Tieton Dr. Intersection Improvements 101 City Project No. 2282 1 The 120VAC video power panel shall be mounted on the left wall above the detector panel The "D" panel shall be located on the left wall just above the video panel 1 The load resistor panel shall be mounted on the lower left wall under the bottom shelf. The power supply interface panels shall be located on the left wall between the middle and bottom 1 shelves. The power panel shall be located on the lower right wall. The 120VAC six position power strip shall be mounted on the right wall, at the top of the "C" channel. Ventilating Fans 1 The cabinet shall be provided with two (2) finger safe fan mounted on the right and left sides of the cabinet plenum, and shall be thermostatically controlled (adjustable between 4 -176° Fahrenheit) The safe touch thermostat fuse holder and power terminal block(s) shall be din rail mounted on right side of cabinet plenum. Computer Shelf A slide -out computer shelf 16" length by 12" width by 2" depth shall be installed below the middle shelf underneath the controller. The shelf shall be mounted just right of center so that controller cables will not interfere with the operation of the shelf when equipment is installed. The shelf shall have a hinged cover that opens from the front and shall be powder- coated black. It shall be a General Devices Part # VC4080 -99 -1168 The door when fully extended shall hold up to 501bs. Main Panel Configuration (Load -Bay) 1 The design of the panel shall conform to NEMA TS2 Section 5, Terminals and Facilities, unless modified herein. This panel shall be the termination point for the controller unit (CU) MSA, MSB, MSC, (MMU) MSA & B cables and field terminal facilities. The terminal and facilities layout shall be arranged in a manner that allows all equipment in the cabinet and all screw terminals to be readily accessible by maintenance personnel. The load -bay shall be fully wired and meet the following requirements • The load -bay shall have the following dimensions; constructed from aluminum with a nominal thickness of 0 125 ", a maximum height of 24" and maximum width of 28.5" The field terminals width shall be 31 5" including attached wiring bundles. • The entire assembly shall roll down and provide access to all of the back of panel wiring. All solder terminals shall be accessible when the load -bay is rolled down The assembly shall be able to roll down without requiring other components, cables or switches to be removed. 1 • The load -bay shall be designed so that all other cabinet screw terminals are accessible without removing cabinet electronics • All the controller (CU) and malfunction management (MMU) cables shall be routed through the back of the load -bay so that they will not be subject to damage during load -bay roll down • The top of the load -bay panel shall attach directly to UnistrutTM spring nuts without the use of standoffs and spacers. • The load -bay shall be balanced such that it will not roll down when the UnistrutTM spring nuts are removed, even when fully loaded with BTUs load switches, flasher and flash transfer relays. • The load -bay facility shall be wired for 16 channels. Load switch(s) 1 -8 shall be vehicle phases 1 -8, load switch(s) 9 -12 shall be pedestrian phases 2, 4 6 & 8; load switches 13 -16 shall be overlaps A, B, C & D Load switches 1 -8 and 13 -16 shall be routed through a flash transfer relay • (16) Load switch sockets in two rows of (8) spaced on 2" center per NEMA TS2 section 5.3.1.2, figure 5 -2 • (6) Flash transfer relay sockets. S. 64 Avenue & Tieton Dr Intersection Improvements 102 City Project No. 2282 1 • (1) Flasher socket. I • All load switches and flasher shall be supported by a bracket extending at least 1 /2 the length of the load switch. • Wiring for controller A, B & C connectors. All CU and wiring shall be soldered to backside of a load bay screw terminal. The screw terminals provide access to all functions of CU cables. • Wiring for one Type -16 MMU The MMU shall be wired for TS1 12 channel operation. All MMU wiring shall be soldered to backside of a screw terminal. The screw terminals provide access to I all functions of the MMU. • All 24 VDC relays shall have the same base socket, but it shall be different from the 120VAC relays. • All 120VAC relays shall have the same base socket, but it shall be different from the 24VDC I relays (not applicable to flash transfer relays) • Shall have a relay that drops +24VDC to load switches when the cabinet is in flash. • The load bay shall have terminals to access the flash circuits 1 and 2. 1 • The load -bay shall be silkscreened on both sides. Silkscreen shall be numbers and functions on the front side, and numbers only on the back side. • Field wiring terminations shall be per channel across the bottom of the load -bay Each channel I shall have 3 terminations corresponding to the appropriate vehicle phase Red, Yellow and Green. Default wiring shall be left to right vehicle phases 1 -8, pedestrian phases 2, 4, 6 & 8 and overlap channels A, B, C & D following the order of the load switches. Field terminals shall be I #10 screw terminal and be rated for 600V. • All cable wires shall be terminated No tie -off of unused terminals will be allowed. • Shall be 100% manufactured in the United States of America All wiring shall conform to NEMA TS2 Section 5 2.5 and table 5 -1. Conductors shall conform to military specification MIL- W- 16878D, Electrical insulated high heat wire, type B Conductors #14 or larger shall I be permitted to be UL type THHN. Main panel wiring shall conform to the following colors and minimum wire sizes: Vehicle green load switch output 14 gauge brown I Vehicle yellow load switch output 14 gauge yellow Vehicle red load switch output 14 gauge red Pedestrian Don't Walk switch 14 gauge orange I Pedestrian Walk switch 14 gauge blue Pedestrian Clearance load switch 14 gauge yellow Vehicle green load switch input 22 gauge brown Vehicle yellow load switch input 22 gauge yellow I Vehicle red load switch input 22 gauge red Pedestrian Don't Walk input 22 gauge orange Pedestrian Walk input 22 gauge blue 1 Pedestrian Clearance input 22 gauge yellow I Logic Ground +24V DC 18 gauge white with red tracer 18 gauge red with white tracer +12V DC 18 gauge pink I AC+ Line 14 gauge black AC- Line 14 gauge white Earth Ground 16 gauge green 1 AC line (load bay) 12/14 gauge black AC neutral (load bay) 12/14 gauge white 1 I S. 64' Avenue & Tieton Dr. Intersection Improvements 103 City Project No. 2282 1 Controller A cables 22 gauge blue with the exception of power wires (AC+ Black, AC- White & Earth Ground Green) These wires shall be 18A WG MMU A & B cables 22 gauge orange with the exception of power wires (AC+ Black, AC- White & Earth Ground Green Start Delay Relay Common Black, and Normally open Black & Normally Closed Black) these wires shall be 18AWG Four conductors will supply alternating current (AC) power to the load switch sockets. The Toad switch sockets shall be supplied 1 -4, 5 -8, 9 -12 & 13 -16 by each conductor. The field terminal blocks shall have a screw Type No 10 post capable of accepting no less than 3 No 12 AWG wires fitted with spade connectors. Four (4) 12- position terminal blocks shall be provided in a single row across the bottom of the main panel. Spade lugs from internal cabinet wiring are not allowed on field terminal screws There shall be a second row of four (4) 12- position terminal blocks with screw type #10 above the field terminal blocks These blocks shall operate the flash program It shall be changeable from the front of the load bay. The terminal block above the Pedestrian field blocks shall be tied to the Don't Walks and Walks with orange and blue 14AWG wire This shall provide termination for pushbutton control wires without utilizing field terminals. 1 The power terminal blocks shall have a screw Type No. 10 post capable of accepting no less than 3 No. 12 AWG wires fitted with spade connectors. One (1) 12- position terminal block and one (1) 6- position terminal block shall be provided vertically on the right side of the load bay. The placement of the power terminal block on any other panel shall not be allowed All load switches, flasher, and flash transfer relay sockets shall be marked and mounted with screws 1 Rivets and clip- mounting is unacceptable Wire size 16 AWG or smaller at solder joints shall be hooked or looped around the eyelet or terminal block post prior to soldering to ensure circuit integrity All wires shall have lugs or terminal fittings when not soldered. Lap joint /tack on soldering is not acceptable. All soldered connections shall be made with 60/40 solder and non - corrosive, non - conductive flux. All wiring shall be run neatly and shall use mechanical clamps and conductors shall not be spliced between terminations. Cables shall be sleeved in braided nylon mesh and wires shall not be exposed. Load -Bay and Panel Wire Termination , All wires terminated behind the main panel or on the back side of other panels shall be SOLDERED No pressure or solder -less connectors shall be used. Printed circuit boards shall not be allowed on the load 1 bay Cabinet Light Assembly The cabinet shall have an LED lighting fixture with 15 high power LEDs using a cool white color 1 emitting 3001m min @ 12VDC /750mA. The LED shall be a Rodeo Electronics TS- LED- 05MO2. The LED fixture shall be powered by a Mean Well class 2 power supply LPV -20 -12 that shall be mounted on the inside top of the cabinet near the front edge The cabinet light circuit shall be designed so a second LED fixture will be installed in the cabinet without the need a of a second power supply. It shall be attached under the cabinet drawer so that it remains stationary when drawer is extended An on /off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the lighting fixture(s) power supply. 1 S. 64 Avenue & Tieton Dr Intersection Improvements 104 City Project No. 2282 1 ' Convenience Outlet The cabinet shall be wired with one (1) convenience outlet with a ground fault interrupter (GFI) and one (1) six position power strip outlet without ground fault interrupters. The ground fault outlet (GFI) shall be mounted on the right side of the cabinet on or near the power panel The power strip outlet shall be mounted on the right side at top of the "C" channel. No outlets shall be mounted on the door. The GFI power shall be fed through the auxiliary breaker (CB2). The power strip shall be fed through an EDCO ' SHP300 -10 transient voltage suppressor located on the cabinet power panel. There shall be a 2- position terminal block on the power panel, between the power strip and the EDCO SHP300 -10 for easy replacement. ' Auxiliary Panel The cabinet shall include an auxiliary switch panel mounted to the interior side of the police panel compartment on the cabinet door. The panel shall be secured to the police panel compartment by (2) ' screws and shall be hinged at the bottom to allow access to the soldered side of the switches with the use of only a Phillips screwdriver. Both sides of the panel shall be silkscreened. Silk- screening on the backside of the switch panel shall be upside down so that when the panel is opened for maintenance 1 the silk- screening will be right side up. All of the switches shall be protected by a hinged see - through Plexiglas cover. At a minimum the following switches shall be included: ' Controller ON /OFF Switch: There shall be a switch that renders the controller and load - switching devices electrically dead while maintaining flashing operations for purpose of changing the controller or load- switching devices. The switch shall be a general - purpose bat style toggle switch with .688 -inch long bat. ' Signals ON /OFF Switch: There shall be a switch that renders the field signal displays electrically dead while maintaining controller operation for purpose of monitoring controller operations. The switch shall be a general - purpose bat style toggle switch with .688 -inch long ' bat. Stop Time Switch: There shall be a 3-position switch labeled "Normal" (up), "Off' (center), and "On" (down) With the switch in the "Normal" position, a stop timing command shall be applied to ' the controller by the police flash switch or the MMU (Malfunction Management Unit). When the switch is in its "Off' position, stop timing commands shall be removed from the controller The "On" position shall cause the controller to stop time The switch shall be a general - purpose bat style toggle switch with .688 -inch long bat. There shall be a red LED indicator light that illuminates when stop time is applied. ' Technician Flash Switch: There shall be a switch that places the field signal displays in flashing operation while the controller continues to operate This flash shall have no effect on the operation of the controller or MMU. The switch shall be a general - purpose bat style toggle switch with 688 -inch long bat. Vehicle Test Switches: Eight (8) vehicle phase inputs shall have 2 position switches labeled "Off" (up), "On" (down). With the switch in the "On" position a constant input shall be applied to ' the controller. When in the "Off' position normal operations of the field detection. These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 & 8. 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 105 City Project No. 2282 1 Pedestrian Test Switches: Eight (8) pedestrian phase inputs shall have 2 position switches labeled "On" (up), "Off' (down). With the switch in the "On" position a constant input shall be I applied to the controller. When in the "Off' position normal operations of the field pushbuttons These switches shall be labeled 1, 2, 3, 4, 5, 6, 7 & 8 Police Panel 1 Behind the police panel door there shall be switches for use by emergency personnel The wiring for III these switches shall be accessible when the auxiliary panel is open. The following switches shall be included: Flash Switch: There shall be a switch for the police that puts the cabinet into flashing I operations. The switch shall have two positions, "Auto" (up) and "Flash" (down). The "Auto" position shall allow normal signal operation. The "Flash" position shall immediately cause all signal displays to flash as programmed for emergency flash and apply stop time to the I controller. When the police flash switch is returned to "Auto ", stop time shall be removed from the controller except when the MMU has commanded flash operation. The effect shall be to disable the police panel switch when the MMU has detected a malfunction and all controller and I MMU indications shall be available to the technician regardless of the position of the police flash switch The switch shall be a general - purpose bat style toggle switch with .688 -inch long bat. Signals ON /OFF Switch: There shall be a switch that renders the field signal displays I electrically dead while maintaining controller operation for purpose of monitoring controller operations The switch shall be a general - purpose bat style toggle switch with .688 -inch long bat. I Cables All wire cable bundles shall be encased in flex or expandable braided sleeving along their entire free length Flashing Operation All cabinets shall be wired to flash for all vehicle channels. Hashing operation shall alternate between I the used vehicle phases 1, 3, 5, 7, OLA & OLC and 2, 4, 6, 8, OLB & OLD Flash programming shall be either red, yellow or no flash simply by changing wires on the front of the load -bay Detector Racks At a minimum, the cabinet shall be wired to accommodate (24) channels of detection and (4) channel of Opticom The vehicle detection and Opticom shall reside in one (1) rack. This racks shall be capable of using four channel detection and two channel or four channel Opticom cards. Separate racks for I detection and preemption are not allowed Detection Panel I The detection panel shall support (24) channels of vehicle detection, (4) channels of emergency vehicle preemption detection, (8) channels or pedestrian detection and (8) pedestrian returns on a single panel The loop wires shall be a 22AWG twisted pair, color coded as follows Channel one brown, channel two red, channel three orange and channel four yellow One of the twisted pair wires of all colors shall have I a white tracer and land on the second position terminal of each loop The emergency preempt wires shall be color coded as follows +24VDC orange, preempt inputs yellow and ground blue. This panel will be mounted on the left side of the cabinet below the bottom shelf. The panel shall also include a I (19) position solid aluminum, tin plated neutral and ground buss bars with raised slotted & torque style screws heads They shall be mounted vertically at the bottom of the panel. 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 106 City Project No. 2282 1 1 Power Supply Interface Panel I The power supply interface panel shall include terminations for all the cabinet power supply inputs and outputs. It shall have a protective plastic cover. This panel shall be mounted on the left wall of the cabinet. 1 Video Detection Panel The video detection interface panel shall be the single point interface for video power and coax cabling. The panel shall have (6) individual coax surge arrestor EDCO CX06 -M and 1 amp circuit breaker so I that individual cameras can be replaced in the field without disrupting the entire video detection system. A 10 position terminal block with #8 screws, to provide termination for 120VAC and camera 120AC line. A solid aluminum tin plated neutral and ground buss bar with raised slotted & torque style screw heads shall also be mounted to this panel. Controller "D" Panel I The "D" panel shall be a raised panel wired for EPAC "D" cable. The "D" cable shall be soldered to the backside of the panel. All other wires shall be mounted to the front side. This panel shall be mounted on the left wall of the cabinet above the video panel. 1 Generator Bypass Compartment and Cable The cabinet front door shall have a locking generator bypass compartment that shall be used to connect a generator to operate the cabinet during extended loss of service line power. The generator 1 compartment shall be capable of being closed and locked while a generator is connected. The mechanism for allowing generator cable access, while the compartment is closed, shall be an integral part of the generator bypass door, via a sliding panel that will normally be in the closed position. Inside I the compartment there shall be a silkscreened panel housing a Hubbell HBL2615 30A / 125V flanged inlet receptacle capable of accepting a standard 30 amp generator plug, a BACO HC52DQG cam switch with split 120VAC line and neutral feeds .The switch shall be a break before make type. (2) LED I lamps with sockets. One LED shall be illuminated when the cabinet has service line power available and the other when the cabinet has generator power available. All LED's shall be field replaceable without putting the intersection in flash and shall carry a 5 year manufacturer warranty I All wiring to and from the generator bypass compartment shall be contained in a single cable bundle The cable shall connect to the backside of the electrical components and shall only be accessible from the inside of the cabinet front door. All electrical components on the inside of the front door that carry I AC voltage shall be covered by a see - through plexi -glass cover. The generator bypass cable shall terminate at the same power panel location as service line voltage. Supplemental Loads I There shall be a supplemental load panel with (4) 2.5K -ohm, 10 -watt panel mount resistor. One side terminated to a (4) position terminal block tied to neutral. The other side terminated to another (4) position terminal block. This block shall be left open for future loading in the cabinet. Load switches 1, I 3, 5, 7, 13, 14, 15 & 16 sockets yellow and green indications shall be load with 2K -ohm, 12 -watt resistor. Each load resistor shall be soldered to the backside of the load switch sockets and easily accessed from the backside of the main panel I Service Surge Suppression The cabinet shall be equipped with an EDCO model SHP300 -10 or approved equivalent surge arrestor mounted on the power panel. Power to all cabinet electronics equipment and power strip shall come t through this surge suppression circuit. Power Panel I The power panel shall handle all the power distribution and protection for the cabinet and shall be mounted in the bottom right side of the facility. All equipment shall be mounted on a 12" x 17" silkscreened aluminum panel and include at a minimum the following equipment: 1 I S. 64 Avenue & Tieton Dr. Intersection Improvements 107 City Project No. 2282 1 • A 30 -amp main breaker shall be supplied This breaker shall supply power to the Toad bay, load switches and auxiliary panel. The breaker shall also supply power via the EDCO SHP300 -10 to II the controller, MMU, power supply, detector racks & power strip • A 15 -amp auxiliary breaker shall supply power to the fan, light and GFI I • A 60 -amp, 125 VAC radio interference line filter. • A normally open, 50 -amp, solid -state relay. The relay shall have a green LED light that is on when energized (No Mercury Contactors shall be allowed) • One see - through Plexiglas cover on stand -offs to protect maintenance personnel from AC line 1 voltages This shall be removable by loosening screws but without removing screws • Two (19) position solid aluminum, tin plated neutral buss bar with raised slotted & torque style screw heads I • One (19) position solid aluminum, tin plated ground buss bar with raised slotted & torque style screw heads • Two MOVs shall be terminated on the 120AC in field terminal. One tied between line and I ground, the other between neutral and ground. Manuals & Documentation I The cabinet shall be furnished with (3) complete sets of cabinet prints. All cabinet wiring, and layout shall come on (1) El size sheet, multiple pages shall not be allowed. Upon request (1) CDROM with AutoCAD v2008 cabinet drawing for the cabinet wiring 1 Controller Unit (CU) (Part of new section- 9.29.14) I 1 General Description This specification describes the minimum requirements for a traffic controller The controller shall I be configurable to meet, at a minimum, all applicable sections of the referenced NEMA Standards 2 Hardware I 2.1 Required Standards Traffic signal controller shall meet the applicable standards as described herein. Equipment I supplier shall provide a letter from an independent testing laboratory certifying controller compliance to the standards and specifications referred to in this section I 2.1.1 NEMA TS2 Standard. 2.1.2 ATC 5.2b Specification I 2.2 Configurations 1 2.2.1 It shall be possible to configure the controller for multiple configurations 2.2.1.1 ATC NEMA Configuration. 1 S. 64"' Avenue & Tieton Dr Intersection Improvements 108 City Project No. 2282 1 1 2.2.1.2 It shall be possible to configure the controller to comply the NEMA ATC 5.2b 1 specification. 2.2.2 TS -2 Type 2 NEMA Configurations. I It shall be possible to initially setup the controller for a NEMA TS -2 Type 2 configuration without ATC compliance. I 2.2.3 The controller shall be suitable for both a direct parallel connection to load switches and detectors and an SDLC port to communicate with NEMA BIUs. I 2.2.4 Vendor shall provide a field upgrade kit to easily upgrade a Standard NEMA Configuration to a compliant ATC Configuration I 2.3 Central Processor Unit (CPU) or Engine Board 1 In addition to NEMA requirements, the CPU shall provide the following: 2.3.1 Linux Operating System with runtime license and Kernel x.y.z. I 2.3.2 MPC 8270 microprocessor operating at 266 MHz I 2.3.3 64 Megabytes minimum dynamic random - access memory (DRAM) 2.3.4 512 Megabytes minimum FLASH memory organized as a disk drive I 2.3.5 2 Megabytes minimum static random - access memory (SRAM). I 2.3.6 Time of Day (TOD) clock with hours, minutes, seconds, month, year, and automatic day- Tight savings time adjustment. TOD may be implemented in the CPU via electronic circuitry, operating system software, or a combination. I 2.3.7 During power failures, the SRAM and TOD shall be powered by STANDBY voltage from the power supply. I 2.4 ATC Communications Module I 2.4.1 The ATC Communication module shall be a plug -in type module. I 2.4.2 The ATC Communication module shall provide the following communications options: 2.4.2.1 Four built -in USB 2.0 ports. I 2.4.2.2 Built -in 10 Base -T Ethernet with four RJ -45 connectors. I 2 4.2 3 Built -in 9pin EIA -574 SP8 Port for GPS connection. 2 4.2 4 Built -in 8MB Data key Port. 1 I S. 64'" Avenue & Tieton Dr. Intersection Improvements 109 City Project No. 2282 1 2.4.2.5 Dedicated normally flashing red `CPU Active' LED to indicate CPU failure. 2.5 Power Supply 1 In addition to ATC 5.2b requirements, the Power Supply shall provide the following: 2.5.1 Line Frequency Reference signal shall be generated by a crystal oscillator, which shall synchronize to the 60 -Hz VAC incoming power line at 120 and 300 degrees. A continuous square wave signal shall be +5 VDC amplitude, 8 333 mS half -cycle pulse duration, and 50 +/- 1% duty cycle. The Line Frequency Reference shall compensate for missing pulses and line noise during normal operation The Line Frequency Reference shall continue through 450 mS power interruptions. 2.5.2 STANDBY voltage via super capacitor for backup power during loss of service voltage shall be provided Super capacitor shall have a minimum of 15 -farad nominal size. No batteries of any type are allowed 1 2.6 Keyboard and Display In addition to ATC 5.2b requirements, Keyboard and Display shall provide the following: 2.6.1 Removable by pulling off, installed by pushing on, with retaining screw 2.6.2 Emulation of terminal per Joint NEMA/AASHTO /ITE ATC Standard 2.6.3 Key quantity and function per Joint NEMA/AASHTO /ITE ATC Standard. 1 2.6.4 Liquid Crystal Display (LCD) with 16 lines of 40 characters 2.6.5 LCD contrast adjustment accomplished via the keypad, no contrast knob allowed 2.6.6 Light- emitting diode backlight for the LCD. 2.6.7 Audible electronic bell 2.6.8 Connector compatible with C60 of Joint NEMA/AASHTO /ITE ATC Standard, with the addition of +5 VDC supplied by the controller on C60, Pin 1 1 2.6.9 Keyboard and display may be removed for cost savings by the Agency. 2.6.10 To reduce errors, it shall be possible to view the active status screens simultaneously with other programming menu screens 2.6.11 It shall be possible to assign a specific menu screen to one of the available function buttons on the keyboard. 2.6.12 The operator shall be able to evoke a context sensitive help screen using a clearly identified HELP button. 1 S. 64' Avenue & Tieton Dr. Intersection Improvements 110 City Project No. 2282 1 2.6.13 For ease of operation for first responders and agency staff, the controller shall provide a 1 clearly identified Auxiliary ON /OFF switch on the keypad. 2.7 Communications I In addition to ATC 5.2b requirements, the controller shall provide the following: 1 2.7.1 Built -in 10 Base -T Ethernet with five RJ -45 connectors on controller front panel. 2.7.2 Built -in Internet Protocol (IP) address assigned by Institute of Electrical and Electronic 1 Engineers (IEEE), two unique IP addresses for each controller. 2.7.3 Built -in 1200 bps Frequency Shift Keying (FSK) modem. Modem is optional per Agency 1 specification. Choice of 2 or 4 wire operation per Agency specification. 2.7.4 Built -in EIA -232 port for uploading and downloading applications software, as well as to 1 update the operating system. 2.7.5 Built -in C60 connector for use with removable Keyboard and Display, Personal Computer I COM1 or Personal Digital Assistant (PDA). C60 protocol per Joint NEMA/AASHTO /ITE ATC standard 1 2.7.6 Four built -in USB 2.0 ports on controller front panel. 2.8 Enclosure I In addition to the ATC 5.2b requirements, the controller housing shall provide the following: III 2 . 8 . 1 One slot with card guides for standard Joint NEMA/AASHTO /ITE ATC modems. The modems are optional, per Agency specification 1 2.8.2 Polycarbonate construction, except back panel, rear mounting tabs and power supply mounting plate shall be aluminum for electrical grounding. 1 2.8.3 Built -in carrying handle. I 2.8.4 Two adjustable front mounting feet, used to raise the front cables and vary the display viewing - angle. 1 It shall function with Next - Phase, SEPAC and SE -MARC software. The CU shall be a SIEMENS model M60 ATC, or approved equivalent. Local Intersection Software I The controller shall come with SEPAC Version 3.5x local intersection software. Program Device I A program device needs to be provided for configuration of the controller database. The program device shall meet the specifications per the manufacture requirements. I Ethernet Switch 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 111 City Project No. 2282 1 System Architecture — Overview The traffic interconnect network element (network element) is required to operate on existing copper pair facilities that are part of the traffic interconnect communications network. The network element will support G.SHDSL bis line encoding and decoding with signal processing capabilities to extend the rate and reach of the transmitted signals in the presence of external interference Line rates per pair must be able to operate at a rate of up to 15+ Mb /s symmetrical with the ability to bond multiple pairs. The bonding protocol of the Network element must comply with the EFM /G.bond standards. The network element will have the capability to bond copper pairs operating in an east and west 1 direction supporting linear add drop networking. The network element must have the ability to continue operating over a single copper pair even if all other pairs have been damaged. In addition the system must be able to return to normal working status and highest available bandwidth once the damaged I copper pairs are restored without intervention from a field technician. The network element must have the ability to be configured in a point to point, point to multi point, and I daisy chain configuration An integrated and fully managed multi -port Ethernet switch is required to perform the add drop I function. This multi -port Ethernet switch must have the capability of port prioritization The switch must have the ability to support current and future applications to include simultaneous deployment of traffic controller, Camera(s), WAP, and DMS. The unit must be DIN rail mountable. I Enhanced Signal Processing and System Resiliency I Signal processing will include at a minimum coordinated line management to enable maximum rate and reach performance of each copper pair working together in a bond copper pair configuration. In the event of an individual copper pair failure the system will remain in operation with a minimal impact on I the existing working pairs Integrated Ethernet Switching Capabilities Each network element will include an integrated managed Ethernet switch capable of providing six I 10/100 ports to communicate with various devices within a traffic controller cabinet and one port for local management. The integrated Ethernet Switch will also offer the following Local Area Network capabilities 1 • Dynamic Bridging IEEE 802.1, 8K MAC addresses • Discovery Mechanisms: LLDP • VLAN Tagging: IEEE 802.1Q • Double Tagging: Q -m -Q • RSTP, STP: IEEE 802 Id I • Link Aggregation• IEEE 802 3ad • Provider Bridges: IEEE 802.1ad • IGMP snooping: IGMP VI /V2 I • OAM: IEEE 802.3ah clause 57 (EFM OAM), IEEE 802.1ag, ITU Y.1731, Ethernet loopback with MAC swap Quality of Service • Classes of Service 4 I • Scheduler WFQ, SP • Classification L2 802 1 p/Q priorities L3 ToS /DiffSery 1 Integrated Optics t S. 64 Avenue & Tieton Dr. Intersection Improvements 112 City Project No. 2282 1 1 Each network element will have the two optical interface ports operating up to a 100/1000 Mb /s line rate. The fiber ports via SFP optical plug -in modules will be capable of working in conjunction with both high speed links (East and West). In addition, if the network is later upgraded from copper to fiber backhaul, the system must be able to support the fiber connection, and continue to provide existing Ethernet services over existing hardware. This will allow for a fiber upgrade without replacing the existing hardware. Network Management For continual ease of operation and maintenance of low operating expenses, the network elements will need support from both a Craft Graphical User Interface and an Element Management System that can be located at the Traffic Operations center or any other appropriate location. Management Protocols Management Applications U • EMS: MetaASSIST EMS • Craft GUI: MetaASSIST View Protocols • SNMP: SNMP V3, V2C, VI • IP addresses: IPV4 and IPV6 • Command Line Interface: TL I, CLI • Remote Access: Telnet • Secure Access (option): SSH v2 • Time Synchronization: SNTP v3 U • Web Access: HTTP • File transfer: FTP, TFTP • IEEE 802.3ah EFM OAM: Dying Gasp ' • User Authentication: RADIUS and /or local passwords Front Panel Indicators (LEDs) 1 • Power • Status • Alarm • MLP ' • ACT (Activity) • LNK (Link) ' Environmental • Operating Temp. -40° to +74 °C • Storage Temp. -40° to +85 °C • Relative humidity Up to 95 %, non - condensing' Regulatory Approval /Certifications ' Metro Ethernet Forum • CE 1.0 - MEF 9, 14 Safety • UL 60950, CSA C22.2 60950 • EN 60950, IEC 60950 EMC ' • FCC Part 15 Class A • ICES -003 Class A • ETSI EN 300 386 Class A 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 113 City Project No. 2282 1 • ETSI ETS 300 132 -2 • ITU -T K.21, K.45 CE • EMC and Safety Environmental I • ETSI ETS 300 019 • NEMA 4 Thermal WIRELESS INTERCONNECT: GENERAL REQUIREMENTS 1 All radios must meet FCC part 15 and IC RSS -210 rules /regulations. Radios must support and provide the following wireless protocols • IEEE 802 1 la (Orthogonal Frequency Division Multiplexing) • Proprietary Wireless Protocol Radios shall be available as an Integrated Panel Antenna, Access Point Cluster (4 radio modules), I Dual (2 radio modules) or Stand -Alone Enclosure (1 or 2 radio modules) Radios must be configurable as an Access Point, Remote Station, Repeater or Mesh Node. I Integrated and stand -alone radios must consume less than 8 watts of power per unit. Radios must be configurable using network monitoring software. Software must include a complete toolset to assist in advanced network monitoring and radio configuration. Radio software must be capable of monitoring real time bi- directional data. The software must utilize drag and drop radio programming, and Microsoft SQL Server for managing radio and wireless network information. Radios must include Adaptive Modulation, Dynamic Frequency Selection, Automatic Transmit Power I Control — RF link is monitored to automatically adjust the data rate to optimize the maximum link performance Radios shall meet IP67 and exceed NEMA environmental specifications with performance testing over operating temperatures of -40° to +85 C I Radios will include a Power - over - Ethernet (PoE) Injector with surge protection, 160ft of outdoor -rated Ethernet cable and a mounting bracket. Suppliers and product manufacturing must be located in the United States of America. 1 DETAILED REQUIREMENTS Operating Frequency: I • 5.150 — 5.825 GHz RF Data Rate: • Up to 108Mbps (per radio module) 1 Receiver Sensitivity: • -74 to -94 dBm 1 Radio Output Power: • Up to 28dBm — 600mW I Channel Width: • 5, 10, 20, 40MHz Typical Range: I • Range at 54Mbps — up to 20 miles — LOS Power - over - Ethernet (PoE) Injector: I • Surge Protection included in the injector 1 S. 64"' Avenue & Tieton Dr Intersection Improvements 114 City Project No. 2282 1 Antenna Type: 1 • Type N(F) — stand -alone solution • 23dBi — integrated panel solution 1 • 19dBi — sector antenna solution Network Operating Modes: 1 • Point to Point • Point to Multipoint 1 • Mesh I Support the following IEEE Networking Features: • 802.1 le(WMM & QoS) I • 802. l l h(DFS & TPC) • 802.1d (Ethernet Bridging) 1 • 802.1p (Traffic Prioritization) • 802.1q (VLAN) 1 • 802.1s (Spanning Tree) I • 802.1w (Rapid Spanning Tree) • 802.3ab(Gigabit Ethernet — AP Cluster Radios) 1 • 802.3ac (802.1q & 802p support) • 802.3ad(Link Aggregation) I • 802.3i (10Mbps Ethernet) I • 802.3u (1 OOMbps Ethernet & Auto - Negotiation) • 802.3x (Full Duplex and Flow Control) 1 • 802.3z (l Gb Ethernet & Auto Negotiation) Compliance: I • FCC Part 15, Industry Canada RSS -210 Malfunction Management Unit (MMU) I The cabinet shall come with a (MMU) that meets all the requirements of NEMA TS2 -2003 while remaining downward compatible with NEMA TS1. It shall have (2) high contrast LCD displays and an internal diagnostic wizard. It shall come with a 10/100 ethernet port. It shall come with software to run I flashing yellow arrow operation. The MMU shall be an Eberle Design, Inc. model MMU2- 16LEip or approved equivalent. 1 I S. 64'" Avenue & Tieton Dr. Intersection Improvements 115 City Project No. 2282 1 Load Switch The cabinet shall come with (16) Toad switches. All load switches shall be discreet type and have LED indications for both the input and output side of the load The load switches shall be PDC model SSS- 861/0 or approved equivalent. Flasher 1 The cabinet shall come with (1) flasher The flasher shall be discrete type and have LED indications. The flasher shall be PDC model SSF -86 -3 or approved equivalent. Flasher Transfer Relay The cabinet shall come with (8) heavy duty flash transfer relays. The relays shall be Detrol Controls model 295 or approved equivalent. 1 Power Supply (PS) The cabinet shall come with a shelf mounted cabinet power supply meeting at minimum TS 2 -2003 standards It shall be a heavy duty device that provides +12VDC at 2 Amps / +24VDC at 2 Amps / 12VAC at 25 Amp, and line frequency reference at 50 mA. The power supply shall provide a separate front panel indicator LED for each of the four outputs Front panel banana jack test points for 24VDC and logic ground shall also be provided The power supply shall provide 2A of power and be able to cover the load of two (2) complete detector racks. The (PS) shall be Eberle Design, Inc. model PS200 or approved equivalent. Loop Amplifiers The cabinet shall come with (8) 4- channel rack mounted loop amplifiers These devices shall have LCD displays and be capable of monitoring the call strength from (4) channels simultaneously via a pie graph on the front panel. These devices must have the capability to perform directional logic and 3 car queuing for protected /permissive operation. The loop amplifiers shall be Eberle Design, Inc. model ORACLE4e or approved equivalent. Opticom The cabinet shall come with (1) 4- channel rack mounted optical phase selector. This device shall be capable of receiving encoded signals from Opticom series 700 emitters and detectors, or approved equivalents. The Opticom phase selectors shall be Global Traffic Technologies model 764, or an approved equivalent. (1) Opticom 768 auxiliary interface panel, or approved equivalent, shall be included for each Opticom phase selector supplied. 1 BBS System (Optional) The cabinet shall come with a complete uninterruptable power system (BBS) which shall include at a minimum a UPS module with SNMP, ATS assembly, batteries, battery heater mats, battery cables and a battery management system. All other ancillary equipment for a complete functioning UPS system shall be included The key BBS system components include the following - UPS Module The cabinet shall come with (1) FXM 1100W uninterruptible power supply that supplies clean reliable power control and management. It shall have Automatic Voltage Regulation (AVR), an Ethernet SNMP interface and a control and power connection panel that is rotatable for viewing in any vertical or horizontal orientation. It shall have nominal dimensions of 5.22" x 15 5" x 8 75" and come with mounting brackets The UPS module shall be an Alpha model 017 - 201 -23 or equivalent. UATS /UGTS Assembly 1 The cabinet shall come with (1) universal automatic transfer switch and universal generator transfer switch connected between the UPS module and the batteries. It shall have surge protection, have S. 64 Avenue & Tieton Dr. Intersection Improvements 116 City Project No. 2282 1 dimensions of 3.25" x 15.5" x 6.00" and come with mounting brackets. The ATS module shall be an I Alpha model 020 - 168 -25 or equivalent. UPS Batteries I The cabinet shall come with (4) high performance silver alloy sealed valve regulated lead acid AlphaCellTM GXL Gel Cell batteries with 109Ah runtime. The BBS batteries shall be Alpha model 220GOLD -HP or equivalent. 1 UPS Battery Harness The cabinet shall come with (1) battery cable (10) foot long wired for (4) batteries. The battery harness shall be Alpha model 740 - 628 -27 or equivalent. 1 Battery Management System The cabinet shall come with AlphaGuardTM battery charge management system which extends battery 1 operational life It shall be an Alpha model 012 - 306 -21 or equivalent. I 9 -29.16 Vehicle Signal Heads Supplement this section with the following: The contractor shall install three - section and four - section vehicle signal head assemblies (12 "- G/Y/R balls, and, if applicable, 12" left and /or right arrow indications (IE: bimodal Green/Yellow Right Turn Arrow & three - section "Flashing Yellow Left Turn Arrow " - style signal heads.) The specific types, configurations, layouts, and locations are indicated on the "plans ". All vehicle signals 1 shall be mounted VERTICALLY unless noted otherwise. ALL vehicle signals shall have "12 inch" sections " - to house 12 Inch LED GELCORE, or approved equivalent, signal indications. Standard Specifications apply —NO 8 -inch signal sections shall be I allowed. The signal housings, tunnel visors, & standard 5" back - plates, shall all be aluminum, with a flat black, fully - powder coated, finish (NO GREEN). All signal displays shall be Dialight, or approved equivalent, standard 12" LED modules. (Standard Specification 9- 29.16(2) A.) All new I vertically mounted vehicle signal heads shall be attached to the new signal arms and poles with Type -N PELCO mounting and with locations, positions and orientations as shown on the plans, as well as all applicable WSDOT Standard Plans and /or City of Yakima project details. 1 9 -29.19 Pedestrian Push Buttons (PPB) Supplement this section with the following: I The contractor shall supply and install an ADA (Americans w/ Disabilities Act) and Federal Manual on Uniform Traffic Devices (MUTCD) compliant Audible/Tactile pedestrian push button system as shown on the plans and as described below. 1 The Polara- 2 -Wire Navigator Accessible (Audible/Tactile) Pedestrian Push Button System is an example of one such system approved for this project. *Any alternate push -button systems that I may deviate in any way from the specifications below, shall require full pre - approval by the City Engineer and the City Traffic Engineer, prior to delivery of any pedestrian push button equipment to the project site. U The Audible - Tactile Pedestrian Push Button system shall be a "2 -wire controlled" (per station) pedestrian push button system approved for urban traffic signal installations with actuated pedestrian service. The system shall include the following components, features, and 1 capabilities: Push Button Station (PBS) 1 I S. 64 Avenue & Tieton Dr. Intersection Improvements 117 City Project No. 2282 1 The PBS push button assembly, part of each separate push button station (PBS), shall have an ADA- compliant 2 -inch diameter push button with raised vibrating tactile directional arrow, and it shall have the ability to produce a variety of audible sounds during all pedestrian cycles The sounds are emitted out from behind the unit via a recessed weatherproof speaker with a vandal resistant screen The PBS push button shall have a sunlight visible LED, which latches "ON" to confirm the button has been pushed. The raised vibrating tactile arrow shall point in the direction pedestrians are to walk (IE: PBS push button unit installs 90 degrees in rotation from standard H- bracket style push buttons.) A custom voice -on- location message can be provided with an extended push of the button The message shall give information about the intersection and street being crossed. The PBS Push Buttons shall be rated for 100 million+ operations with > 2 Ib. actuation force PBS push button failures or system failures shall default to transmitting a constant pedestrian call, and, the PBS shall allow extended push times from 1 to 4 seconds in 5- second increments —which shall be can be set when installed by the manufacturer or distributor field representative The system's Audible / Tactile features are not ALL required- see WSDOT Standard 1 Specifications and /or applicable Standard Plans. If included, they may provide the following features a locating tone, five field selectable WALK interval sound choices including Chirp, Cuckoo, and "Walk Sign Is On" voice message, three field selectable pedestrian - clearance sound choices, fixed and automatic volume adjustments, and special voice messages from extended push button activation, such as name of the street to be crossed and messages in alternate languages. The system shall have the ability to verbally countdown pedestrian 1 clearance interval. The system shall have independent minimum and maximum volume settings for informational messages, locate sounds, clearance sounds and walk sounds The independent minimum and maximum volume settings shall be available for both standard and extended push operating conditions The system shall be "self- testing" with the ability to obtain data from a remote (Central) site for real -time monitoring and system maintenance. Extended push priority (mutes entire intersection except selected crosswalk to minimize confusion caused by other sounds). All PBS stations shall have a synchronized Audible output so as to minimize audible confusion and clutter All inputs and outputs shall be optically isolated, and the maximum volume dynamic range shall be 60 dB per push- button station (PBS.) Central Control Unit (CCU) The PBS shall function as part of an accessible pedestrian signal which also includes a Central Control Unit (CCU) and which shall be installed in the controller cabinet. The system shall require no modification to the pedestrian display The CCU shall be able to control up to 12 PBS's, three per phase and up to four pedestrian 1 phases It shall include additional general - purpose inputs and outputs for custom advanced /warning audible messages. All CCU inputs and outputs shall have full optical isolation and include transient voltage protection. The Push Button Stations and CCU shall be installed per manufacturer's installation instructions, shall include all auxiliary components and parts, including (but not limited to), required circuit boards, special system installation wires or conductors and connectors and /or other custom parts, hardware or components. 1 Handheld Navigator- Configurator The system shall include a handheld remote programming unit (IE: Polara Navigator- Configurator), which can be used after installation to program the PBS.stations and the CCU. The system shall allow global configuration changes where one PBS can be set up and the changes can then be saved to the other Push Button Stations. The handheld remote device (Configurator) shall remotely configure an individual PBS or all Push Button Stations using infrared communications. The remote unit shall be interactive such that the user can hear the 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 118 City Project No. 2282 1 selected sounds and volumes when configuring the PPB Stations. One handheld remote shall 1 be supplied complete with required batteries. I Custom Message and Sound Options Custom - programmable "emergency- related" or other special messages shall be I optionally available from the manufacturer if requested by the Traffic Engineer Custom Locate Sound - Plays a sound at a selectable interval to assist a blind pedestrian in locating the Push Button Station. I Custom Location Message(s) - message states street being crossed and cross street names, and other vital information to help pedestrian with location and direction. I Custom Walk Message(s) - alerts pedestrians that the walk interval has begun and name of street being crossed. I Custom Clearance Sounds /Countdown - Plays a sound to let pedestrians know they should clear intersection crosswalk. This optional tone typically would sound similar to I the locate tone but is played at a faster rate or counts down the number of seconds in the clearance phase. I Two custom messages available, both override all other sounds or messages and plays once every time its assigned input is activated on the Central Control Unit. The system shall include one hardcopy set of installation instructions, and one Operating I Manual hardcopy. Procedures for programming special voice messages and /or locator sounds /messages shall be provided by the manufacturer, if requested by the City of Yakima, Traffic Engineer 1 9 -29.20 Pedestrian Signals Supplement this section with the following: I The contractor shall install new countdown /FDW- style pedestrian signals, such as Dialight- No. 430 - 6479 -001, or approved equivalent, with standard 16" x 18" die -cast aluminum housings The modules shall be Light Emitting Diode (LED) type. The "Countdown Numerals" and "HAND I (Don't Walk) symbol shall be "Portland" Orange LED's ", and the LED "WALKING PERSON" symbol shall be Lunar White. The pedestrian signals shall be MUTCD and ADA compliant. The contractor shall install the pedestrian signals at the locations shown on the plans, with Type -E I "clamshell" side -of -pole mounting. See WSDOT Standard Plans J- 20.16 -02 & J -20 16 -00 included in the construction documents. The pedestrian signals shall provide programmable "WALKING PERSON (symbol) and "COUNTDOWN" -style pedestrian clearance intervals for all I active pedestrian - service phases as follows: Pedestrian Phases 4/6/8. 9- 29.20(1) LED Pedestrian Signal Display Modules 1 Supplement this section with the following. The surface of the lens shall be textured to reduce glare. The supplied egg crate visors shall 1 not be installed. All pedestrian "HAND" and "COUNTDOWN NUMERALS" shall be Portland Orange and shall I conform to current ITE standards for size, chromaticity and intensity. LED pedestrian "HAND" I S. 64 Avenue & Tieton Dr. Intersection Improvements 119 City Project No. 2282 1 modules shall be manufactured with a matrix of AIInGaP LED light sources. All pedestrian walking "MAN" modules shall be Lunar White and shall conform to current ITE standards for size, chromaticity and intensity LED pedestrian walking "MAN" modules shall be manufactured with a matrix of InGaN LED light sources The "HAND" and walking "MAN" message bearing surfaces shall be filled, not outline, symbols and shall be side by side. The LED pedestrian modules shall be operationally compatible with the specified controller and MMU. Each LED pedestrian module shall be protected against dust and moisture intrusion per the NEMA Moisture Resistant STD 250 -1991 for Type -4 enclosures to protect all internal components The assembly, manufacturing, and mounting of the LED pedestrian module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. The manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED pedestrian module. A label shall be provided on the LED housing and the Contractor shall mark the label with a permanent marker to note the installation date Each LED pedestrian module shall operate from a 60 ±3 Hz AC line Nominal operating M voltage for all measurements shall be 120 ±3 volts rms The LED circuitry shall prevent flicker at less than 100 Hz over the voltage range specified above Fluctuations in the line voltage specified above shall not affect luminous intensity by more than ±10% The signal module on- board circuitry shall include voltage surge protection to withstand high- repetition noise transients and low- repetition high- energy transients as stated in Section 2.1.6, NEMA Standard TS -2, 1992 The individual LED light sources shall be wired so that catastrophic failure of any one LED light source will result in the loss of not more than 20% of the signal module light sources. LED pedestrian signal modules shall provide a power factor of 0 90 or greater when operated at nominal operating voltage, and 77 °C. Total harmonic distortion induced into an AC power line by an LED pedestrian module shall not exceed 20% Each LED pedestrian module and associated onboard circuitry shall meet Federal Communications Commission (FCC) Title 47, Sub -Part B, Section 15 regulations concerning the emission of electrical noise Two secured, color coded, 600V, 20AWG minimum, jacketed wires, conforming to the National Electrical Code, rated for service at 221°C, are to be provided for electrical connection. 9 -29.24 Service Cabinet (Electrical) Supplement this section with the following: The power service center for the traffic signal and the new intersection luminaries shall be a stand -alone 120/240VAC, multi - enclosure electrical service. The required electrical enclosures (boxes), and electrical meter base, shall make up a modified multi -panel electrical service assembly, erected on a unistrut support structure- which is set in a concrete foundation It shall consist of a new 0 -200 Amp, Type- 120/240, single -phase electrical service with a meter base and a new 200 Amp, 2 -Pole, 120/240 -VAC, 6- position (minimum) electrical circuit - breaker panel. See the applicable Electrical Service- Project Detail, and refer to any corresponding WSDOT- Standard Plans for additional information & requirements related to electrical connections & components. The service shall be inspected by the applicable local utility company, (Pacific Power & Light) for approved location, temporary and final service drops, meter and service inspections and permits The new service shall meet all applicable electrical codes. 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 120 City Project No. 2282 1 (April 6, 2015) 1 Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 I transmitted under Publications Transmittal No PT 14 -046, effective August 4, 2014 is made a part of this contract. I The Standard Plans are revised as follows: A -40.20 Plan Title, Bridge Transverse Joint Seals is revised to read: Bridge Paving Joint Seals I Note 3, replace the phrase "sawing out" with "saw cutting" Add Note 4. For Details 1, 2, 3, and 4 the item "HMA Sawcut and Seal" shall be used for payment. For Details 5 and 6, the item "Paved Panel Joint Seal" shall be used for payment. For Detail 7, the I item "Sealing Existing Longitudinal and Transverse Joint" shall be used for payment. Details 5 and 6, callout "Waterproofing Membrane (Deck Seal)" delete "(Deck Seal)" I A -50.10 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C -14a is revised to C -70.10 A -50.20 I Sheet 2 of 2, Plan, with Anchored Barrier, reference C -14a is revised to C -70.10 A -50.30 1 Sheet 2 of 2, Plan (top), reference C -14a is revised to C -70 10 A -60.10 I Sheet 2, Section B, callout, WAS - "New Tie Bar - #5 x 30" (IN) Epoxy Coated Reinforcing Bar" is revised to read: "New Tie Bar #5 x 30" (IN)" 1 B -10.20 and B -10.40 Substitute "step" in lieu of "handhold" on plan B -15.60 1 Table, Maximum Knockout Size column, 120" Diam., 42" is revised to read; 96" B -25.20 1 Add Note 7. See Standard Specification Section 8 -04 for Curb and Gutter requirements B -55.20 I Metal Pipe elevation, title is revised to read; "Metal Pipe and Steel Rib Reinforced Polyethylene Pipe" B -90.40 1 Offset & Bend details, add the subtitle, "Plan View" above titles C -1 I Assembly Detail, Steel Post, (post) callout - was - "W6 x 9 or W6 x 15" is revised to read; "W6 x 85 orW6 x 9 orW6 x 15" I C -la General Note 1, first sentence, was - "Type 10 post shall be 6x8 timber or W6x9." Is revised to read; "Type 10 post shall be 6 x 8 timber, or W6 x 9 or W6 x 8.5 steel." 1 I S. 64"' Avenue & Tieton Dr Intersection Improvements 121 City Project No. 2282 1 C -1 b General Note 3, first sentence, was - "W6x9 steel posts and timber blocks are alternates for 6 x 8 1 timber posts and blocks " Is revised to read, "W6 x 8.5 or W6 x 9 steel posts and timber blocks are alternates for 6 x 8 timber posts and blocks." Sheet 2, steel post detail, dimension, was - "1 1/8" for W6x9" is revised to read; "1 1/8" for W6 x 9 1 or W6 x 8.5" C -10 General Note 1, first sentence, was - "Length of W8 x 35 and W6 x 9 shall be determined by 1 measurement from top of ground to top of grout pad " Is revised to read, "Length of W8 x 35 and W6 x 8 5 or W6 x 9 shall be determined by measurement from top of ground to top of grout pad." Sheet 1, Post Base Plate Detail, callout, was - "W6 x 9" is revised to read, "W6 x 8.5 or W6 x 9" I Sheet 1, Box Culvert Guardrail Steel Post Type 2 detail, callout, was - "W6 x 9 Steel Post" is revised to read;" "W6 x 8 5 or W6 x 9 Steel Post" Sheet 1, Post Anchor Attachment Detail, callout, was - "W6 x 9 - See Note 1" is revised to read; 1 "W6 x 8.5 or W6 x 9 - See Note 1" Sheet 1, Detail A, callout, was - "W6 x 9 Steel Post - See Note 1" is revised to read; "W6 x 8 5 or W6 x 9 Steel Post -• See Note 1" Sheet 2, Box Culvert Guardrail Steel Post Type 1, callout, was - "W6 x 9 x 27 5" Steel Post" is 1 revised to read, "W6 x 8.5 x 27.5" (IN) or W6 x 9 x 27 5" (IN) Steel Post" Sheet 2, Detail B, callout, was - "W6 x 9 x 27.5" Steel Post" is revised to read, "W6 x 8.5 x 27 5" (IN) or W6 x 9 x 27.5" (IN) Steel Post" 1 C -16a Note 1, reference C -28 40 is revised to C -20 10 1 C -16b Note 3, reference C -28.40 is revised to C -20.10 C -20.10 1 Typical Section - without Curb & Typical Section - with Curb, callout, was - "6 x 8 Timber Post or W6 x 9 Steel Post (See Notes 1 & 5)" is revised to read; "6 x 8 Timber Post, or W6 x 8 5, or W6 x 9 1 Steel Post (See Notes 1 & 5)" Wood Block, Plan View, callout, was - "6 x 8 Timber Post or W6 x 9 Steel Post (See Notes 1 & 5)" is revised to read; "6 x 8 Timber Post, or W6 x 8.5 or W6 x 9 Steel Post (See Notes 1 & 5)" I Isometric View, callout, was - "6 x 8 Timber Post or W6 x 9 Steel Post (Typ.)" is revised to read; "6 x 8 Timber Post, or W6 x 8.5 or W6 x 9 Steel Post (Typ)" Isometric View, callout, was - "W6 x 9 x 6' Long Steel Post (See Notes 1 & 5)" is revised to read; "W6 x 8.5 x 6' (FT) or W6 x 9 x 6' (FT) Long Steel Post (See Notes 1 & 5)" 1 C -20.40 Plan View, Elevation View and Span with Headwall Detail, callout, was - "6 x 8 Timber Post or 1 W6x9 Steel Post (Typ.) (See Note 3)" is revised to read; "6 x 8 Timber Post, or W6 x 8.5 or W6 x 9 Steel Post (Typ ) (See Note 3)" C -20.41 1 Plan View, Box Culvert Post detail and Section A, callout, was - "W6 x 9 Steel Post" is revised to read; "W6 x 8 5 or W6 x 9 Steel Post" 1 C -20.42 Case 22A -31 (Plan View), callout, was - "6 x 8 Timber Post or W6 x 9 Steel Post (Typ.)" is revised 1 to read, "6 x 8 Timber Post, or W6 x 8.5 or W6 x 9 Steel Post (Typ.)" C -22.14 1 S. 64 Avenue & Tieton Dr Intersection Improvements 122 City Project No. 2282 1 1 Plan, callout, was - "Location of Post (Without Block) - W6 x 9 Steel Post Only" is revised to read; I "Location of Post (Without Block) - W6 x 8.5 or W6 x 9 Steel Post Only" Elevation, callout, was - "Location of Post (Without Block) - W6 x 9 Steel Post Only" is revised to read; "Location of Post (Without Block) W6 x 8.5 or W6 x 9 Steel Post Only" 1 C -22.16 Plan, 2x callout, was - "W6 x 9 Steel Post Only (without Block)" are revised to read, "W6 x 8.5 or I W6 x 9 Steel Post Only (without Block) " Elevation, callout, was - "Location of Posts without Blocks - W6 x 9 Steel Posts Only" is revised to - read; "Location of Posts without Blocks W6 x 8.5 or W6 x 9 Steel Posts Only" I C -22.41 Note 4, Third sentence, Was - "A maximum flare rate of 25 : 1 or flatter over the length of the terminal is allowed for the SKT -MGS (TL -3)." Is revised to read, "A maximum flare rate of 25 1 or I flatter over the length of the terminal is allowed for the SKT -MGS (TL -3), with a maximum offset of 7.4" (in) over 50' (ft)." I Plan View, dimension callout, was - "(SEE NOTE 5)" is revised to read; "(SEE NOTE 4)" C -25.18 General Note 6, was - "Posts 1 and 2 are 10 x 10 timber posts or W6 x 15 steel posts. 7' - 6" long. I Posts 3 through 9 are 6 x 8 timber posts or W6 x 9 steel posts: 6' - 0" long." Is revised to read; "Posts 1 and 2 are 10 x 10 timber posts or W6 x 15 steel posts 7' - 6" long. Posts 3 through 9 are 6 x 8 timber posts, or W6 x 8.5 or W6 x 9 steel posts 6' - 0" long." 1 C -25.20 elevation view, dimension, was - "'W6 x 9 - 6' - 0" Long Steel Post with 6 x 12 Block" is revised to I read; "W6 x 8 5 or W6 x 9 - 6' - 0" Long Steel Post with 6 x 12 Block" C -25.22 elevation view, dimension, was - " "W6 x 9 - 6' - 0" Long Steel Post with 6 x 12 Block" is revised to 1 read; "W6 x 8.5 or W6 x 9 -- 6' - 0" Long Steel Post with 6 x 12 Block" C -25.26 I elevation view, dimension, was - ""W6 x 9 6' - 0" Long Steel Post with 6 x 12 Block" is revised to read; "W6 x 8.5 or W6 x 9 6' - 0" Long Steel Post with 6 x 12 Block" I F -10.12 Section Title, was - "Depressed Curb Section" is revised to read: "Depressed Curb and Gutter Section" 1 G -20.10 Multiple Sign Post Installation in Ditch Section, dimension "7' MIN." is revised to read; "3' MIN. ", add dimension at third post on the right, add dimension from post and backslope junction vertically 1 to under side of the sign, callout = "7' MIN." I G -50.10 Delete - Plan View (bottom center of sheet) Delete - Mounting Bracket and Steel Strap Detail I Add Note 5, "5. For signs installed back to back on a single post no bracing is required." G -60.10 1 I S. 64"' Avenue & Tieton Dr Intersection Improvements 123 City Project No. 2282 1 Sheet 4, Screen Detail, callout - "drill and Tap for 1 /4" diameter Cap Screw - Spacing approx. 9" o c. ASTM F593, w/S S washer Liberally coat the threads with Anti -seize compound (TYP )" is I revised to read " *Drill and Tap 1 /4" (IN) Diam x 1" (IN) Cap Screw with washer - space approx.. 9" o.c. - Liberally coat threads with Anti -seize compound (TYP.)" Add Boxed note * Bolts, Nuts, and washers - ASTM F593 or A193 Type 304 or Type 316 Stainless I Steel (S.S.) G -60.20 1 Side View, callout, "Anchor Rod - 1 -3/4" Diam. x 4' -4" Threaded 8" Min. Each End; W/ 2 Washers & 4 Heavy Hex Nuts -r Galvanize Exposed Anchor Rod End for 1' -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 I Nuts - Galvanize Exposed Anchor Rod End for 1' -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 1' -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 I Nuts - Galvanize Exposed Anchor Rod End for 1' -0" Min." G -70.10 Sheet 4, Screen Detail, callout - "drill and Tap for 1 /4" diameter Cap Screw - Spacing approx. 9" 1 o.c ASTM F593, w /S.S. washer Liberally coat the threads with Anti -seize compound (TYP.)" is revised to read: " *Drill and Tap 1 /4" (IN) Diam. x 1" (IN) Cap Screw with washer space approx. 9" o.c - Liberally coat threads with Anti -seize compound (TYP )" 1 Add Boxed note * Bolts, Nuts, and washers - ASTM F593 or A193 Type 304 or Type 316 Stainless Steel (S.S) 1 H -70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1 -70.10 is revised to 1 H -70 10 J -3b Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J -6C . " is I 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) 1 Sheet 2 of 2, "Right Side of Service Cabinet" detail, callout, "1 5/8" x 2 7/16" 12 GA. SLOTTED STEEL CHANNEL BRACKETS (3 REQ'D), EMBED 12 "MIN. IN FOUNDATION." Is revised to read "1 -5/8" x 3 -1/4 ", 12 GA. BACK TO BACK SLOTTED STEEL CHANNEL BRACKETS (3 REQ'D), EMBED 12" MIN IN FOUNDATION" J -10.22 1 Key Note 4, "Test with (SPDT Snap Action, Positive close 15 Amp - 120/277 volt "T" rated) Is revised to read "Test Switch (SPDT snap action, positive close 15 amp - 120/277 volt "T" rated)." J -20.11 Sheet 2, Foundation Detail, Elevation, callout - "Type 1 Signal Pole" is revised to read "Type PS or Type 1 Signal Pole" Sheet 2, Foundation Detail, Elevation, add note below Title, "(Type 1 Signal Pole Shown)" 1 S. 64 Avenue & Tieton Dr Intersection Improvements 124 City Project No. 2282 , 1 J -22.15 1 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read, 6' -0" J -28.50 ' Section D, callout, was - Backup Strip (ref. to key note 3) is revised to read; "Continuous Backup Strip (ref. to key note 3)" Key Note 3, was - '/4" Thick, or No thinner than pole wall thickness. Tack weld or seal weld to Base plate. Is revised to read; "1/4" Thick, or No thinner than Pole wall thickness. Tack weld in root or 1 continuous seal weld to Base plate or Pole wall." J -28.70 Detail C, dimension, 2" MAX. is revised to read: 1" MAX. Detail D, dimension, 2" MAX. is revised to read: 1" MAX. ' J -29.10 Galvanized Welded Wire Mesh detail, callout - "Drill and Tap for 1 /4" Diam. Cap Screw, 3 Places, @ 9" center, all 4 edges S.S. Screw, ASTM F593 and washer" Is revised to read; " *Drill and Tap I/4" (IN) Diam. x 1" (IN) Cap Screw with washer - space approx.. 9" o.c. - Liberally coat threads with Anti -seize compound (TYP.)" Add Boxed note. * Bolts, Nuts, and washers - ASTM F593 or A193 Type 304 or Type 316 Stainless Steel (S.S.) J -29.15 Title, "Camera Pole Standard" is revised to read; "Camera Pole Standard Details" ' J -29 -16 Title, "Camera Pole Standard Details" is revised to read, "Camera Pole Details" J -60.14 1 All references to J -16b (6x) are revised to read; J -60.11 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" 1 K -80.10 Sign Installation (Fill Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN. Sign Installation (Sidewalk and Curb Section), dimension, 6' TO 12' MIN is revised to read: 12' MIN. Sign Installation (Behind Traffic Barrier Section), Delete dimensions - 6' TO 12' MIN. and 6' MIN. ' Sign with Supplemental Plaque Installation (Fill Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN. Sign Installation (Ditch Section), dimension, 6' TO 12' MIN. is revised to read: 12' MIN. Delete ' dimension - 6' MIN. K -80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K -80.35 S. 64 Avenue & Tieton Dr. Intersection Improvements 125 City Project No. 2282 1 L -20.10 Sheet 1, Type 3 elevation view, callout, was "Knuckled Selvage (Typ.)" located at the top of the fence elevation, is revised to read; "Twisted and Braided (Typ )" Sheet 2, Type 3, elevation view, callout, was "End or Corner (Brace) Post" is revised to read, "End ' or Corner Post" Sheet 2, Type 4, elevation view, callout, was "End or Corner (Brace) Post" is revised to read; "End or Corner Post" I 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. I A- 10.10 -00 . 8/7/07 A- 30.35 -00 .....10/ 12/07 A- 50.20 -01 9/22/09 A -10 20 -00 10/5/07 A- 40.00 -00. 8/11/09 A- 50.30 -00 11/17/08 I A- 10.30 -00. . 10/5/07 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 10-02 6/17/14 A- 30.10 -00 ..11/8/07 A- 40.20- 02........5/29/13 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- 30.50 -01 . 4/26/12 B- 75.20 -01... ...6/10/08 1 B -5 40 -01 6/16/11 B -30 70 -03 . .4/26/12 B- 75.50 -01... ....6/10/08 B -5 60 -01.. 6/16/11 B- 30.80 -00 . ....6/8/06 B- 75.60 -00 6/8/06 B- 10.20 -01 ... .2/7/12 B- 30.90 -01 9/20/07 B -80 20- 00.... . 6/8/06 B -10 40 -00 6/1/06 B -35 20 -00... ...6/8/06 B- 80.40 -00 6/1/06 B- 10.60 -00. .. 6/8/06 B -35 40 -00 ...6/8/06 B -82 20 -00. .. 6/1/06 B- 15.20 -01 2/7/12 B -40 20 -00 . 6/1/06 B- 85.10 -01 6/10/08 B -15 40 -01. 2/7/12 B- 40.40 -01 6/16/10 B- 85.20 -00 6/1/06 B -15 60- 01.... 2/7/12 B- 45.20 -00. ....6/1/06 B- 85.30 -00 6/1/06 B-20.20-02 3/16/12 B- 45.40 -00 . 6/1/06 B -85 40 -00... . 6/8/06 B- 20.40 -03 ..3/16/12 B- 50.20 -00... .. 6/1/06 B -85 50 -01. ..6/10/08 B-20 60 -03 3/15/12 B -55 20 -00 .6/1/06 B- 90.10 -00 6/8/06 B- 25.20- 01.... 3/15/12 B- 60.20 -00 6/8/06 B -90 20 -00. ... 6/8/06 B- 25.60 -00. .. 6/1/06 B- 60.40 -00 6/1/06 B -90 30 -00. .....6/8/06 B -30 10 -01. . 4/26/12 B- 65.20 -01 4/26/12 B -90 40 -00.. ..6/8/06 B -30 20- 02.... 4/26/12 B- 65.40 -00 6/1/06 B-90.50-00... .. . 6/8/06 B- 30.30 -01 4/26/12 B- 70.20 -00. . .6/1/06 B- 95.20 -01 2/3/09 B- 30.40 -01 . ....4/26/12 B -70 60 -00.. ..6/1/06 B- 95.40 -00 .. ....6/8/06 C -1. . . 6/16/11 C -6 .. 5/30/97 C- 23.60- 03....6/11/14 C -la 10/14/09 C -6a. 10/14/09 C.24.10- 01.....6/11/14 C -1 b. 6/16/11 C -6c.. 1/6/00 C -25 18 -04. ... 6/11/14 C -lc .. 5/30/97 C -6d 5/30/97 C -25 20- 05.... . 7/2/12 C -1d.. ... ..10/31/03 C -6f ..7/25/97 C -25 22- 04.... 7/2/12 C -2. .. 1/6/00 C -7 6/16/11 C- 25.26 -02 ....7/2/12 C -2a .. 6/21/06 C -7a... 6/16/11 C -25 80 -03 . 6/11/14 C -2b . . 6/21/06 C -8.. ..2/10/09 C- 40.14 -02 7/2/12 I C -2c .6/21/06 C -8a.. .7/25/97 C- 40.16 -02 .....7/2/12 C -2d . 6/21/06 C -8b .. ...........6/27 /11 C- 40.18 -02. ....7/2/12 C -2e. 6/21/06 C -8e. .2/21/07 C- 70.10 -01. 6/17/14 C -2f .3/14/97 C -8f... 6/30/04 C- 75.10 -01. 6/11/14 C -2g.. 7/27/01 C -10 6/3/10 C -75 20- 01.... 6/11/14 C -2h... . . 3/28/97 C -16a . . 6/3/10 C -75 30 -01.. ...6/11/14 S. 64 Avenue & Tieton Dr Intersection Improvements 126 City Project No. 2282 1 1 C -2i 3/28/97 C -16b 6/3/10 C- 80.10 -01. ....6/11/14 I C -2j C -2k 6/12/98 C- 20.10- 02.......6/11/14 C- 80.20 -01 6/11/14 7/27/01 C- 20.14 -03 6/11/14 0- 80.30- 01.... ..6/11/14 C -2n . 7/27/01 C- 20.15 -02 6/11/14 C- 80.40 -01 6/11/14 I C -2o ..............7 /13/01 C- 20.18 -02 6/11/14 C- 80.50 -00 4/8/12 C- 2p............10/31/03 C- 20.19 -02 6/11/14 C- 85.10 -00 4/8/12 C -3 7/2/12 0- 20.40 -04 6/11/14 C- 85.11 -00 4/8/12 C- 20.41 -00 6/30/14 I - - C -3a 10/4/05 0- 20.42 -04 6/11/14 C- 85.14 -01... ..6/11/14 C -3b 6/27/11 C -20.45 01 7/2/12 C 85.15 01... ...6/30/14 C- 3c...........6/27/11 C- 22.14- 03..... 6/11/14 C -85 16 -01 6/17/14 I C -4b ... 6/8/06 C-22 16-04 6/11/14 0- 85 -18 -01 6/11/14 C -4e 10/23/14 0-22 40 -04 10/23/14 0- 85.20 -01 6/11/14 C- 22.41 -01 10/23/14 I C -4f . 7/2/12 0- 22.45 -01 10/23/14 0- 90.10 -00 7/3/08 D- 2.04 -00 11/10/05 D- 2.48 -00 11/10/05 D- 3.17 -01 5/17/12 I D- 2.06 -01 1/6/09 D- 2.64 -01 1/6/09 D -4 . 12/11 /98 D- 2.08 -00 11/10/05 D- 2.66 -00.. ...11/10/05 D -6 6/19/98 D- 2.14 -00 ......11 /10/05 D- 2.68 -00 11/10/05 0- 10.10 -01 12/2/08 D -2 16 -00. . ..11/10/05 D- 2.80 -00 11/10/05 D- 10.15 -01 12/2/08 I D- 2.18 -00 11/10/05 D- 2.82 -00 11/10/05 D- 10.20 -00. .....7/8/08 D- 2.20 -00... 11/10/05 D- 2.84 - 00 11/10/05 D -10 25 -00 7/8/08 D- 2.32 -00 11/10/05 D- 2.86 -00 11/10/05 D- 10.30 -00... . .7/8/08 I D- 2.34- 01.......1/6/09 D- 2.88 -00. 11/10/05 D- 10.35 -00 7/8/08 D- 2.36 -03 6/11/14 D- 2.92 -00.. 11/10/05 D- 10.40 -01 12/2/08 D- 2.42 -00 11/10/05 D- 3.09- 00..... 5/17/12 D- 10.45 -01 12/2/08 I D- 2.44 -00 ....11/10/05 D-3 10-01 5/29/13 D-15 10-01 12/2/08 D- 2.60 - 00.......11/10/05 D- 3.11 -03 .... 6/11/14 D -15 20 -02 6/2/11 D -2 62 -00... ..11/10/05 D -3 15 -02 6/10/13 D -15 30 -01 12/02/08 D- 2.46 -01. 6/11/14 D -3 16 -02 5/29/13 I E -1 2/21/07 E -4 8/27/03 E -2 5/29/98 E -4a .8/27/03 1 F- 10.12 -03 6/11/14 F -10 62 -02 4/22/14 F- 40.15 -02 6/20/13 F- 10.16 -00 12/20/06 F- 10.64 -03 4/22/14 F- 40.16 -02 6/20/13 I F- 10.18 -00 6/27/11 F- 30.10 -03 6/11/14 F- 45.10 -01 6/21/12 F- 10.40 -02 6/21/12 F-40 12-02 6/20/13 F- 80.10 -03 6/11/14 F- 10.42 -00.. _1/23/07 F- 40.14 - 02......6/20/13 1 G- 10.10- 00......9/20/07 G-24.60-03.... 6/17/14 G- 70.20- 02....6/10/13 G- 20.10 -01 6/11/14 G- 25.10 - 04.....6/10/13 G- 70.30 -02 ...6/10/13 G- 22.10 -02 . 6/17/14 G- 30.10 -03 6/17/14 G- 90.10 -01 5/11/11 I G-24 10-00 11/8/07 G- 50.10- 01....6/20/13 G- 90.20- 02...3/22/13 G -24 20 -01 2/7/12 G- 60.10 -02. ....6/10/13 G- 90.30 -02 .. 3/22/13 G-24.30-01 2/7/12 G- 60.20 -01 6/27/11 G- 90.40 -01 10/14/09 I G- 24.40 -04 6/17/14 G- 60.30 -01 6/27/11 G- 95.10- 01...6/2/11 G- 24.50 -03 6/17/14 G- 70.10 -02 6/10/13 G -95 20- 02.....6/2/11 G -95 30 -02 6/2/11 1 H- 10.10 -00 7/3/08 H- 32.10 -00 9/20/07 H- 70.10 -01 2/7/12 H- 10.15 -00 7/3/08 H- 60.10 -01. 7/3/08 H- 70.20 -01 2/16/12 H -30 10 -00 10/12/07 H- 60.20 -01... ..7/3/08 H- 70.30 - 02.....2/7/12 1 I S. 64 Avenue & Tieton Dr. Intersection Improvements 127 City Project No. 2282 1 -10 10 -01 8/11/09 1 -30 20 -00 9/20/07 1- 40.20 -00 . . 9/20/07 1- 30.10 -02. ....3/22/13 1- 30.30 -01. 6/10/13 1- 50.20 -01 6/10/13 1- 30.15 -02 .3/22/13 1 -30 40 -01 6/10/13 1- 60.10 -01. .. .6/10/13 1- 3016 -00 3/22/13 1- 30.60 -00. ..5/29/13 1- 60.20- 01.... ..6/10/13 1- 30.17 -00 3/22/13 1- 40.10 -00 . .. 9/20/07 1 -80 10 -01 8/11/09 J -3 . . 8/1/97 J- 26.15 -01 . 5/17/12 J -40 40 -00 5/20/13 1 J -26 20 -00 ...6/11/14 J -3b . . .3/4/05 J- 27.10 -00 .3/15/12 J-50 10-00 6/3/11 J -3c . ..6/24/02 J-27 15-00 3/15/12 J- 50.11 -00 . .6/3/11 J -10 7/18/97 J-28 10-01 5/11/11 J-50 12-00 .. .6/3/11 J- 10.10 -02 6/11/14 J -28 22 -00 8/07/07 J- 50.15 -00 . ..6/3/11 J- 10.15 -01 6/11/14 J -28 24 -00 ..8/07/07 J- 50.16 -01.. ..3/22/13 J- 10.22 -00 5/29/13 J- 28.26 -01 .. 12/02/08 J- 50.20 -00 6/3/11 J-15 10-01 6/11/14 J- 28.30 -03 6/11/14 J- 50.25 -00 . .6/3/11 J- 15.15 -01 6/11/14 J -28 40 -02 6/11/14 J- 50.30 -00 .6/3/11 J- 28.42 -01.. 6/11/14 J -60 05 -00 6/16/11 J- 28.43 -00 .....6/11 /14 J- 28.45 -02 . .6/11/14 J- 60.11- 00.... 5/20/13 J- 20.10 -03. .6/30/14 J- 28.50 -02. . 6/2/11 J-60 12-00 5/20/13 J -20 11- 02.... 6/30/14 J -28 60 -01 6/2/11 J -60 13 -00 6/16/10 ' J- 20.15 -03 6/30/14 J -28 70 -01. 5/11/11 J -60 14 -00. .6/16/10 J- 20.16 -02 . 6/30/14 J- 29.10 -00. . 6/27/11 J -75 10 -01.. 5/11/11 J- 20.20 -02 5/20/13 J-29 15-00 6/27/11 J- 75.20 -00 .2/10/09 J -20 26 -01.. 7/12/12 J- 29.16 -01 . 6/20/13 J- 75.30 -01 5/11/11 J -21 10 -04... 6/30/14 J -40 10 -03 . . 5/20/13 J- 75.40 -01 6/11/14 J- 75.41 -00 6/11/14 J -21 15 -01 ..6/10/13 J -40 20 -02 ..6/11/14 J- 75.45 -01 6/11/14 J- 21.16 -01.. . 6/10/13 J- 40.30 -03 .. 5/20/13 J- 90.10 -01.. 6/27/11 J -21 17 -01 6/10/13 J -40 35 -01 5/29/13 J -90 20 -01 .....6/27/11 J -21 20 -01.. ..6/10/13 J -40 36 -01. . 5/20/13 J -90 21 -00 6/30/14 J- 22.15 -01 .. 6/10/13 J- 40.37 -01 . 5/20/13 J -22 16 -02 .. 6/10/13 J- 40.38 -01 . 5/20/13 J- 26.10 -02 3/15/12 J -40 39 -00 5/20/13 ' K- 70.20- 00.... .2/15/07 K -80 10 -00. . 2/21/07 K- 80.20 -00 .12/20/06 K -80 30 -00 2/21/07 K -80 35 -00 ....2/21/07 K- 80.37 -00. .2/21/07 1 L-10 10-02... ..6/21/12 L-40 10-02... . .6/21/12 L- 70.10 -01.. .5/21/08 L -20 10 -02 6/21/12 L -40 15 -01 6/16/11 L -70 20 -01 5/21/08 L- 30.10 -02. 6/11/14 L- 40.20 -02 ...6/21/12 M- 1.20 -03. ... 6/24/14 M -9 60 -00... .2/10/09 M- 40.10 -03. 6/24/14 1 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 -15 10 -01. .. 2/6/07 M -40 30 -00. .. 9/20/07 S. 64 Avenue & Tieton Dr. Intersection Improvements 128 City Project No. 2282 ' 1 M- 1.80 -03 6/3/11 M- 17.10 -02. ...7/3/08 M- 40.40 -00 9/20/07 I 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 I M- 3.30 -03 6/3/11 M- 20.40 -03 6/24/14 M- 60.20 -02 6/27/11 M- 3.40- 03........6/3/11 M- 20.50 -02 6/3/11 M- 65.10- 02.....5/11/11 M- 3.50 -02 6/3/11 M- 24.20- 01....5/31/06 M- 80.10- 01...6/3/11 M- 5.10 -02 6/3/11 M- 24.40 -01 5/31/06 M- 80.20 -00 6/10/08 1 M- 7.50 -01 1/30/07 M- 24.50 -00 6/16/11 M- 80.30 -00 6/10/08 M- 9.50 -02 6/24/14 M- 24.60 -04 6/24/14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 S. 64 Avenue & Tieton Dr Intersection Improvements 129 City Project No. 2282 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 S. 64 Avenue & Tieton Dr Intersection Improvements 130 City Project No. 2282 1 CONTRACT I _,.. T HIS AGREEMENT, made and entered into in triplicate, this ..st, . 'day of 0 G , 2015, by and between the City of Yakima, hereinafter called the Owner, and Granite Con struction Company, a Cal fornia Corporation, hereinafter called I 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 I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $582,900:00, for S. 64"' Avenue & Tieton Drive Intersection Improvements, City Project No. 2282, all in accordance with, and as described in the attached plans and specifications and the 2014 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any I 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 Fifty (50) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11 I 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 1 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 I part thereof, except such as are mentioned in the specifications to be fumished 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 I 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. I 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 I 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 I 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. I IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF Y KtMA CONTRACTOR I this 4 day of 0 2015. Alll Granite Construction Co • . ,a California Corporation ► Contr. " r �.� �. ►:� . Iii. ' A ttes ' anager ^ � Jigisha Desai or (Print Name) . -4 ' I _. X111 ( a'L/ city clerk Its Vice President G p N S T-; / (President, Owner, etc.) - .C i,.•• • O0 �/ a1 I -a a $ Address: 80 Pond Road � Q ' • •�� .i .,. O _ I CITYCONTRACT N0: - ft :o d7 �� m . Z RESOLUTION N0: Ur — 3 Yakima, WA 98901 • , ,� 7 e � ,� :: 2 � � IA , .•'� 1 ' , / / / / l,l1 AN , , vtoN. Bond No.: 82389662 PERFORMANCE BOND I BOND TO CITY OF YAKIMA I KNOW ALL MEN BY THESE PRESENTS. That whereas the City of Yakima, Washington has awarded to Granite Construction Company (Contractor) hereinafter designated as the "Principal" a contract for the construction of the project designated S. 64 Avenue & Tieton Drive Intersection I Improvements, City Project No. 2282, 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: I NOW, THEREFORE, we, the principal, and Federal Insurance Company (Surety), a corporation, organized and existing under and by virtue of the laws of the State of Indiana , 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$. 582,900.00 (Total Contract Amount) lawful money of the United States, the payment of which we jointly I and severally bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. THE CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said I contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and materialmen; the claims of any person or persons arising under the contract to the extent such claims are provided for in RCW 39.08.010; the state with respect to taxes imposed pursuant to Titles 50, 51 and 82 RCW which may be due; and all persons who shall supply said principal or sub - contractors with provisions and supplies for the I 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 I employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract, or from defects appearing or developing in the material or workmanship provided or performed under said contract after its acceptance thereof by the City of Yakima, Washington, and all claims filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid, then and in that event this obligation shall be void; I but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. U IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers this 12th day of October , 2015 . �� nt4S T r� /1�, Granite Construction Company G . ao z .� X9 - ; ; o = ' .._ , L 111 7 . :� d� , 4 �fn. Z _ r. 4 Mature � ' � '9 : ' � Jigisha Desai, Vice President • . ' • . O RN 1P,.•' . � �� (Print Name) 1 Approved as to form: / A 4-yliw ,, d �� III/ rrt `‘\ N 1 ` (rill) 1 � (GryAttomey) Federal Insurance Company 1 (Surety) By: (Signature) ' Ashley Stinson (Print Name) - -- . Attorney - in - Fact . ' e (Title) 1 - Executed in 3 Counterparts 1 1 ' A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. 1 State of California County of Santa Cruz ) On October 12, 2015 before me, V.J. Fox, Notary Public (insert name and title of the officer) 1 personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are ' subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. 1 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Tmiion#2i24 WITNESS my hand and official seal. V J. FOX f 012 � Notary Public - California z LZ ' Santa Cruz Count / M Comm. Ex fi y res Sep 15, 2019 Signature *Seal) V.J. Fox, z Notary Public 1 1 1 1 1 1 1 1 1 Chubb POWER Federal Insurance Company Attn: Surety Department I Surety OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 I Know All by These Presents, That FEDERAL INSURANCE COMPANY an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jigisha Desai, John D. Gilliland, Catherine Gustayson, Kathleen Schredtengost, Ashley Stinson and Lillian Tse of Watsonville, California ---- - I each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed in the course of business on behalf GRANITE CONSTRUCTION INCORPORATED and all Subsidiaries alone or In Joint venture as principal. In connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attorney- In- Fad in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid end binding upon the Company. I In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIVANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed an - • ted these presents and affixed their corporate seals on this 18 day of July, 2014. 1 Dawn M. Chloros, Assistant Secretary 1 • Norris, Jr., Vice P • - t qk --,•-• : —....---... c r k,ii VI ' ._- ... .Y • V. `.Il / "jai . 7 j . STATE OF NEW JERSEY I eS County of Somerset On this 18 day of July, 2014 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of I FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seats thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with David 8. Norris, Jr., and knows him to be Vice President of said Companies; and that the I signature of David B. Norris, Jr., subscribed to said Power of Attorney is In the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and in Want s presence. KATHERINE J. ADELAAR Notarial Seal . \N • 4, NOTARY PUBLIC OF NEW JERSEY ,Z OMR V No. 2316088 / sirs. a Commission Ex July 16, 2019 � ` i /11i -. PUBLIC / Notary Public 'gtt�rJER9� CERTIFICATION l Extract from the By- • EDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by Use Chairman a the President or a Yore President or an Assistant Vice President, Jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman. President, any Vice I President, any Assistant Vice President, any Secretary. any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certficate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certlned by such facsimile signature and facsimile seat shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify that (r) the foregoing extract of the By- Laws of the Companies is true and correct, ( the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and tho.afslrfd of , Columbia and are authorized by the U.S. Treasury Department further, Federal and Vigilant are licensed In the U.S. Virgin islands end FridSrai is ticensediin American I Samoa, Guam, Puerto Rico, and each of the Provinces of Canada except Prince Edward Island; and (ill) the foregoing Power of Attorney is true, correct and in full force and effect Given under my hand and seals of said Companies at Warren, NJ this October 12, 2015 O'er ,..;5::-4*: ,,<''''—', (W) Vrri .1 '1' i : .-..'' / -:- ' , I .. ' Zt Dawn M. Chloros, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VMUFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS 1 JSTED ABOVE, OR BY Telephone (908) 903. 3493 Fax (908) 903- 3556 email: surety@ chubb.wm Form 15 -10- 01545- U (Rev. 05-73) CORP NON - CONSENT 1 A "R ° CERTIFICATE OF LIABILITY INSURANCE A / E (1 M/DDN ) I 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. I 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 LIC #0G62759 1 -415- 486 -7000 CONTACT I NAME: Aon Risk Insurance Services West, Inc. PHONE FAX INC. No. Extl: (A/C, No): 199 Fremont Street, Suite 1500 E ADDRESS. San Francisco, CA 94105 INSURER(S) AFFORDING COVERAGE NAIC # I INSURERA. VALLEY FORGE INS CO 20508 INSURED INSURER B Granite Construction Company INSURER C . PO Box 50085 INSURER D. I Watsonville, CA 95077 INSURERE. INSURER F . COVERAGES CERTIFICATE NUMBER. 45252135 REVISION NUMBER: I THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM /DD/YYYY) (MM /DD/YYYY) LIMITS I A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY X X GL 2074978689 10 /01 /15 10/01/18 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED 2 , 000, 000 PREMISES (Ea occurrence) $ CLAIMS -MADE X OCCUR MED EXP (Any one person) $ NIL X Contractual Liability I X XCU Hazards PERSONAL B ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 10,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 7 POLICY X PRO- IF LOC $ S.T I A AUTOMOBILE LIABILITY X ANY AUTO X X BIIA 2074978692 10 /01 /15 10/01/18 COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) $ 2,000,000 ALL OWNED SCHEDULED — X AUTOS AUTOS BODILY INJURY (Per accident) $ X HIRED AUTOS NON -OWNED PROPERTY DAMAGE AUTOS (Per accdent) $ I X Contractual UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ I DED RETENTION $ $ A AND EMPLOYERS' LIABILITY EMPLOYERS' AILIT WC 274978644 (WA /EL ONLY 1 10 /01 /18 X WC STATU _CORY I IMITS OT H- AND EMP A FR ANY PROPRIETOR/PARTNER /EXECUTIVE YIN WC 274978644 (AOS) 10 /01 /1° 10/01/18 E.L. EACH ACCIDENT $ 2,000,000 OFFICER/MEMBER EXCLUDED? N N / A - (Mandatory in NH) I E.L. DISEASE - EA EMPLOYEE $ 2,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 2,000,000 I DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) 2505 - 579443 - 64TH AVENUE & TIETON DRIVE INTERSECTION IMPROVEMENTS. CITY PROJECT NO. 2282 THE CITY OF YAKIMA, ITS OFFICERS, ELECTED OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS, ' ARE HEREBY NAMED AS ADDITIONAL INSUREDS, PER ENDORSEMENTS ATTACHED. I GL PER ISO FORM CG0001 10 /01; AL PER ISO FORM CA0001 03/10 CERTIFICATE HOLDER CANCELLATION 2505 - 579443 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE I CITY OF YAKIMA THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 129 N. 2ND STREET AUTHORIZED REPRESENTATIVE I YAKIMA, WA 98901 I USA Clan Rich 71+.,urance Sexaice., Weot, Inc. • ' © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD I Lindak250 45252135 1 DATE SUPPLEMENT TO CERTIFICATE OF INSURANCE 10/14/2015 NAME OF INSURED' Granite Construction Company 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 , SUPP (10 /00) 1 •WA (Ed 0 31- ) ' (Ed 01/13) Policy# GL2074978689 I Insurance Company Valley Forge Insurance Co Effective. 10 -1 -15 1 BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS - COMPLETED OPERATIONS COVERAGE I It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows SCHEDULE (OPTIONAL) ' Name of Additional Insured Persons Or Organizations (As required by "written contract" per Paragraph A. below ) 1 Locations of Covered Operations (As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.) A. Section II - Who Is An Insured is amended to include as an additional insured 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part; and 2. The particular person or organization, if any, scheduled above B. The insurance provided to the additional insured is limited as follows ' 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage," or "personal and advertising injury" caused in whole or in part by a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of ' your ongoing operations specified in the "written contract ", or b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included in the "products- completed operations hazard," and only if ' (1) The "written contract" requires you to provide the additional insured such coverage, and (2) This Coverage Part provides such coverage ' 2. If the "written contract" specifically requires you to provide additional insurance coverage via the 10/01 edition of CG2010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01), or via the 11/85 edition of CG2010 (aka CG 20 10 11 85), then in paragraph B.1. above, the words 'caused in whole or in part by are replaced by the words 'arising out of' 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than. a. The maximum permitted by law; b. That required by the "written contract ", c. That described in B.1. above, or d. That afforded to you under this policy, 1 G- 140331 -D (Ed 01/13) Page 1 of 3 Copyright, CNA All Rights Reserved CNA G 140331 , ' (Ed 01/13) whichever is less ' 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis But if required by the "written contract" to be primary and non- contributory, this insurance will be primary and non - contributory relative to insurance on which the additional insured is a Named Insured 5. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of ' a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications, and (2) Supervisory, inspection, architectural or engineering activities, or 1 b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows ' 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured An additional insured under this endorsement will as soon as practicable (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; (2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance ' the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit ", and (4) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract" requires this insurance to be primary and non- contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured ' We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit." D. Only for the purpose of the insurance provided by this endorsement, SECTION V — DEFINITIONS is amended ' to add the following definition "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to a. The "bodily injury" or "property damage ", or b. The offense that caused the "personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged 1 ' G- 140331 -D (Ed 01/13) Page 2 of 3 Copyright, CNA All Rights Reserved C, NA G-140331 -D (Ed 01/13 Waiver of Transfer of Rights of Recovery Against Others to Us Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, The Transfer Of Rights Of Recovery Against Others To Us Condition is amended by the addition of the following ' We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of 1 Your ongoing operations, or 2 "Your work" included in the "products completed operations hazard " However, this waiver applies only when you have agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: ' 1 Is in effect or becomes effective during the term of this policy; and 2. Was executed prior to loss. 1 Notice of Cancellation or Material Coverage Change ' In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part (other than the reduction of aggregate limits through payment of claims), we agree to mail prior written notice of cancellation or material change to 1 SCHEDULE 1. Name Any person or organization you are required by written contract or agreement to mail prior written notice of cancellation or material change 2. Address Per Certificates of Insurance on file with the broker 3. Number of days advance notice For non - payment of premium, the greater of • the number of days required by state statute or • the number of days required by written contract ' For any other reason, the lesser of • 60 days or • the number of days required in a written contract ' G- 15115 -A(Ed 10/89) 1 1 1 1 Material used with permission of ISO Properties, Inc G- 00000 -A (Ed) Page 3 of 3 1 1 1 POLICY NUMBER. GL2074978689 COMMERCIAL GENERAL LIABILITY Insurance Company Valley Forge Insurance Co 1 Effective 10 -1 -15 CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT 1 This endorsement modifies insurance provided under the following 1 COMMERCIAL GENERAL LIABILITY COVERAGE PART 1 SCHEDULE Designated Construction Project(s): I Any construction project as required by a written contract or agreement that was executed prior to the date of loss. 1 Information required to complete this Schedule, if not shown above, will be shown in the Declarations A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for I obligated to pay as damages caused by damages or under Coverage C for medical "occurrences" under Section I — Coverage A, and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit under Section I — Coverage C, which can be for that designated construction project. Such I attributed only to ongoing operations at a single payments shall not reduce the General designated construction project shown in the Aggregate Limit shown in the Declarations Schedule above nor shall they reduce any other Designated 1. A separate Designated Construction Project Construction Project General Aggregate Limit I General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations Occurrence, Damage To Premises Rented To I 2. The Designated Construction Project General You and Medical Expense continue to apply Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, General Aggregate Limit shown in the I except damages because of "bodily injury" or Declarations, such limits will be subject to the "property damage" included in the "products- applicable Designated Construction Project completed operations hazard," and for General Aggregate Limit. medical expenses under Coverage C I regardless of the number of a. Insureds, b. Claims made or "suits" brought; or l c. Persons or organizations making claims or bringing "suits " 1 1 CG 25 03 05 09 Copyright, Insurance Services Office, Inc , 2008 Page 1 of 2 1 B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "products- completed operations hazard" is "occurrences" under Section 1— Coverage A, and provided, any payments for damages because of for all medical expenses caused by accidents "bodily injury" or "property damage" included in under Section 1 — Coverage C, which cannot be the "products- completed operations hazard" will ' attributed only to ongoing operations at a single reduce the Products - completed Operations designated construction project shown in the Aggregate Limit, and not reduce the General Schedule above Aggregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. ' damages or under Coverage C for medical expenses shall reduce the amount available D. If the applicable designated construction project has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized Products - completed Operations Aggregate contracting parties deviate from plans, blueprints, ' Limit, whichever is applicable, and designs, specifications or timetables, the project 2. Such payments shall not reduce any will still be deemed to be the same construction Designated Construction Project General project. ' Aggregate Limit. E. The provisions of Section 111 — Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated 1 1 1 1 1 1 1 1 1 1 1 Page 2 of 2 Copyright, Insurance Services Office, Inc., 2008 CG 25 03 05 09 1 CNA ADDITIONAL INSURED - PRIMARY AND NON - CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization whom the named insured is required by written contract to add as an additional insured 1 on this policy U 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II — LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non - contributory ' basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy Notice of Cancellation or Material Change- Designated Person or Organization 9 9 ga zation ' In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part, we agree to mail prior written notice of cancellation or material change to SCHEDULE 1. Name Any person or organization you are required by written contract or agreement to mail prior written notice of cancellation or material change 2. Address Per Certificates of Insurance on file with the broker ' 3. Number of days advance notice. For non - payment of premium, the greater of • the number of days required by state statute or • the number of days required by written contract For any other reason, the lesser of • 60 days or • the number of days required in a written contract Waiver of Subrogation The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization Schedule Any person or organization for whom or which the named insured is required by written contract or agreement to obtain this waiver from us All other terms and conditions of the Policy remain unchanged CNA71527XX (10/12) modified Policy No BUA 2074978692 ' Effective Date 10 -1 -15 Valley Forge Insurance Company Page 1 of 1 Copyright CNA All Rights Reserved 1 1 MINIMUM WAGE AFFIDAVIT 1 STATE OF WASHINGTON ) ) ss COUNTY OF YAKIMA ) 111 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 Tess 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. 1 Contractor Subscribed and sworn to before me on this day of , 201 1 1 Notary Public in and for the State of Washington residing at 1 1 1 1 1 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 139 City Project No. 2282 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 140 City Project No. 2282 1 I PREVAILING WAGE RATES I The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39 12 RCW, as amended The rules and regulations of the Department of Labor and Industries I are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and II Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids I based on these specifications In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the I Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39 12.060 as amended. I Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to Department of Labor and Industries ESAC Division I PO Box 44540 Olympia, Washington 98504 -4540 Telephone: 360- 902 -5335 1 1 1 1 1 1 1 1 1 I S. 64 Avenue & Tieton Dr. Intersection Improvements 141 City Project No. 2282 1 State of Washington Department of Labor & Industries I Prevailing Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 I Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date. 8/25/2015 1 County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $64.29 5N 1C Yakima Brick Mason Journey Level $43.34 5A 1M I Yakima Building Service Employees Janitor $9 47 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $9 47 1 t Yakima Building Service Employees Window Cleaner $9 47 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29 72 1 Yakima Cement Masons Journey Level $38.85 7B 1N Yakima Divers & Tenders Diver $105.37 5D 4C 8A Yakima Divers & Tenders Diver On Standby $59.50 5D 4C I Yakima Divers & Tenders Diver Tender $54.82 5D 4C Yakima Divers & Tenders Surface Rcv & Rov Operator $54.82 5D 4C I Yakima Divers & Tenders Surface Rcv & Rov Operator Tender $51.07 5A 4C Yakima Dredge Workers Assistant Engineer $54 75 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $54.33 5D 3F Yakima Dredge Workers Boatmen $54 75 5D 3F Yakima Dredge Workers Engineer Welder $55 79 5D 3F Yakima Dredge Workers Leverman, Hydraulic $56.92 5D 3F I Yakima Dredge Workers Mates $54 75 5D 3F Yakima Dredge Workers Oiler $54.33 5D 3F Yakima Drywall Applicator Journey Level $40 13 5D 4C I Yakima Drywall Tapers Journey Level $35 00 7E 1P Yakima Electrical Fixture Maintenance Workers Journey Level $43.32 1 I Yakima Electricians - Inside Cable Splicer $57.94 5A lE Yakima Electricians - Inside Journey Level $55.98 5A 1E Yakima Electricians - Inside Welder $59.91 5A 1E Yakima Electricians - Motor Shop Craftsman $15.37 1 I Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powerline Construction Cable Splicer $69.95 5A 4D Yakima Electricians - Powerline Construction Certified Line Welder $63.97 5A 4D Yakima Electricians - Powerline Construction Groundperson $43 62 5A 4D Yakima Electricians - Powerline Construction Heavy Line Equipment Operator $63.97 5A 4D I S. 64"' Avenue & Tieton Dr. Intersection Improvements 142 City Project No. 2282 1 1 I State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360- 902 -5335 1 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage I 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. 1 Journey Level Prevailing Wage Rates for the Effective Date 9/16/2015 I County ; - , Trade • , -, Job. Classificatiori = Wage ' :Holiday = Overtime Note Yakima Asbestos Abatement Workers Journey Level $17 83 1 Yakima Boilermakers Journey Level $64 29 5N 1C I Yakima Brick Mason Journey Level $44.94 SA 1M Yakima Building Service Employees Janitor $9 47 1 I Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $9 47 1 Yakima Building Service Employees Window Cleaner $9.47 1 I Yakima Cabinet Makers (In Shop) Journey Level $16 35 1 Yakima Carpenters Journey Level $29 72 1 Yakima Cement Masons Journey Level $39.60 7B 1N I Yakima Divers & Tenders Diver $107.22 5D 4C 8A Yakima Divers & Tenders Diver On Standby $64 42 51) 4C I Yakima Divers & Tenders Diver Tender $58.33 5D 4C Yakima Divers & Tenders Surface Rcv & Rov Operator $58.33 5D 4C Yakima Divers & Tenders Surface Rcv & Rov Operator Tender $54 27 5A 4C I Yakima Dredge Workers Assistant Engineer $56 44 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F Yakima Dredge Workers Boatmen $56 44 5D 3F I Yakima Dredge Workers Engineer Welder $57.51 5D 3F Yakima Dredge Workers Leverman, Hydraulic $58 67 5D 3F I Yakima Dredge Workers Mates $56 44 5D 3F Yakima Dredge Workers Oiler $56 00 SD 3F Yakima Drywall Applicator Journey Level $40 98 5D 4C I Yakima Drywall Tapers Journey Level $36 10 7E 1P Yakima Electrical Fixture Maintenance Workers Journey Level $43 32 1 Yakima Electricians - Inside Cable Splicer $59 51 SA 1E I Yakima Electricians - Inside Journey Level $57.50 5A 1E Yakima Electricians - Inside Welder $61.50 5A 1E I Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians Motor Shop Journey Level $14 69 1 Yakima Electricians - Powerline Construction Cable Splicer $69 95 5A 4D I Yakima Electricians - Powerline Construction Certified Line Welder $63 97 5A 4D Page 1 1 1 Yakima Electricians - Powerline Construction Groundperson $43 62 5A 4D 1 Yakima Electricians - Powerline Construction Heavy Line Equipment Operator $63 97 5A 4D Yakima Electricians - Powerline Construction Journey Level Lineperson $63 97 5A 4D Yakima Electricians - Powerline Construction Line Equipment Operator $53 81 5A 4D I Yakima Electricians - Powerline Construction Pole Sprayer $63 97 5A 4D Yakima Electricians - Powerline Construction Powderperson $47.55 5A 4D Yakima Electronic Technicians Journey Level $23 40 1 I Yakima Elevator Constructors Mechanic $82 67 7D 4A Yakima Elevator Constructors Mechanic In Charge $89 40 7D 4A I Yakima Fabricated Precast Concrete Products Craftsman - In- Factory Work Only $9 47 1 Yakima Fabricated Precast Concrete Products Journey Level - In- Factory Work Only $9 47 1 Yakima Fence Erectors Fence Erector $13 79 1 I Yakima Flaggers Journey Level $24 62 1 Yakima Glaziers Journey Level $22 43 61 1B Yakima Heat & Frost Insulators And Asbestos Journey Level $25 32 1 I Workers Yakima Heating Equipment Mechanics Journey Level $34 85 1 Yakima Hod Carriers & Mason Tenders Journey Level $36 37 7A 31 1 Yakima Industrial Power Vacuum Cleaner Journey Level $9 47 1 Yakima Inland Boatmen Journey Level $9 47 1 I Yakima Inspection /Cleaning /Sealing Of Sewer Cleaner Operator, Foamer Operator $9 73 1 & Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Sewer Grout Truck Operator $11 48 1 I & Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Sewer Head Operator $12 78 1 & Water Systems By Remote Control I Yakima Inspection /Cleaning /Sealing Of Sewer Technician $9 47 1 & Water Systems By Remote Control Yakima Inspection /Cleaning /Sealing Of Sewer Tv Truck Operator $10.53 1 I & Water Systems By Remote Control Yakima Insulation Applicators Journey Level $40 98 5D 4C Yakima Ironworkers Journeyman $56 20 7N 10 I Yakima Laborers Air, Gas Or Electric Vibrating Screed $35.34 7A 31 Yakima Laborers Airtrac Drill Operator $36.37 7A 31 Yakima Laborers Ballast Regular Machine $35.34 7A 31 I Yakima Laborers Batch Weighman $33 18 7A 31 Yakima Laborers Brick Pavers $35.34 7A 31 Yakima Laborers Brush Cutter $35.34 7A 31 I Yakima Laborers Brush Hog Feeder $35 34 7A 31 Yakima Laborers Burner $35 34 7A 31 I Yakima Laborers Caisson Worker $36 37 7A 31 Yakima Laborers Carpenter Tender $35 34 7A 31 Yakima Laborers Cement Dumper - paving $35 94 7A 31 1 Yakima Laborers Cement Finisher Tender $35 34 7A 31 Yakima Laborers Change House Or Dry Shack $35 34 7A 31 I Page 1 2 1 I Yakima Laborers Chipping Gun (under 30 Lbs.) $35 34 7A 31 Yakima Laborers Chipping Gun(30 Lbs. And Over) $35.94 7A 31 Yakima Laborers Choker Setter $35.34 7A 31 I Yakima Laborers Chuck Tender $35.34 7A 31 Yakima Laborers Clary Power Spreader $35 94 7A 31 Yakima Laborers Clean -up Laborer $35.34 7A 31 I Yakima Laborers Concrete Dumper /chute Operator $35 94 7A 31 Yakima Laborers Concrete Form Stripper $35.34 7A 31 I Yakima Laborers Concrete Placement Crew $35.94 7A 31 Yakima Laborers Concrete Saw Operator /core Driller $35 94 7A 31 Yakima Laborers Crusher Feeder $33 18 7A 31 I Yakima Laborers Curing Laborer $35 34 7A 31 Yakima Laborers Demolition Wrecking & Moving (incl $35.34 7A 31 Charred Material) I Yakima Laborers Ditch Digger $35.34 7A 31 Yakima Laborers Diver $36 37 7A 31 Yakima Laborers Drill Operator (hydraulic,diamond) $35.94 7A 31 I Yakima Laborers Dry Stack Walls $35.34 7A 31 Yakima Laborers Dump Person $35.34 7A 31 I Yakima Laborers Epoxy Technician $35 34 7A 31 Yakima Laborers Erosion Control Worker $35 34 7A 31 Yakima Laborers Faller & Bucker Chain Saw $35.94 7A 31 I Yakima Laborers Fine Graders $35.34 7A 31 Yakima Laborers Firewatch $33 18 7A 31 Yakima Laborers Form Setter $35 34 7A 31 I Yakima Laborers Gabian Basket Builders $35 34 7A 31 Yakima Laborers General Laborer $35.34 7A 31 I Yakima Laborers Yakima Laborers Grade Checker & Transit Person $36.37 7A $35.34 7A 31 Grinders 31 Yakima Laborers Grout Machine Tender $35 34 7A 31 I Yakima Laborers Groutmen (pressure)including Post $35 94 7A 31 Tension Beams Yakima Laborers Guage and Lock Tender $36 47 7A 31 8� I Yakima Laborers Guardrail Erector $35.34 7A 31 Yakima Laborers Hazardous Waste Worker (level A) $36.37 7A 31 I Yakima Laborers Hazardous Waste Worker (level B) $35.94 7A 31 Yakima Laborers Hazardous Waste Worker (level C) $35.34 7A 31 Yakima Laborers High Scaler $36.37 7A 31 I Yakima Laborers Jackhammer $35 94 7A 31 Yakima Laborers Laserbeam Operator $35 94 7A 31 Yakima Laborers Maintenance Person $35.34 7A 31 I Yakima Laborers Manhole Builder - mudman $35.94 7A 31 Yakima Laborers Material Yard Person $35.34 7A 31 Yakima Laborers Motorman -dinky Locomotive $35 94 7A 31 I Page 1 3 1 Yakima Laborers Nozzleman (concrete Pump, Green $35 94 7A 31 I Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla I Yakima Laborers Pavement Breaker $35 94 7A 31 Yakima Laborers Pilot Car $33 18 7A 31 Yakima Laborers Pipe Layer(lead) $36 37 7A 31 1 Yakima Laborers Pipe Layer /tailor $35 94 7A 31 Yakima Laborers Pipe Pot Tender $35.94 7A 31 I Yakima Laborers Pipe Reliner $35 94 7A 31 Yakima Laborers Pipe Wrapper $35 94 7A 31 Yakima Laborers Pot Tender $35 34 7A 31 I Yakima Laborers Powderman $36.37 7A 31 Yakima Laborers Powderman's Helper $35 34 7A 31 Yakima Laborers Power Jacks $35 94 7A 31 1 Yakima Laborers Railroad Spike Puller - Power $35 94 7A 31 Yakima Laborers Raker - Asphalt $36 37 7A 31 I Yakima Laborers Re- timberman $36 37 7A 31 Yakima Laborers Remote Equipment Operator $35 94 7A 31 Yakima Laborers Rigger /signal Person $35 94 7A 31 I Yakima Laborers Rip Rap Person $35.34 7A 31 Yakima Laborers Rivet Buster $35 94 7A 31 Yakima Laborers Rodder $35 94 7A 31 I Yakima Laborers Scaffold Erector $35 34 7A 31 Yakima Laborers Scale Person $35.34 7A 31 I Yakima Laborers Sloper (over 20 ") $35 94 7A 31 Yakima Laborers Sloper Sprayer $35.34 7A 31 Yakima Laborers Spreader (concrete) $35 94 7A 31 I Yakima Laborers Stake Hopper $35.34 7A 31 Yakima Laborers Stock Piler $35.34 7A 31 Yakima Laborers Tamper & Similar Electric, Air & Gas $35 94 7A 31 I Operated Tools Yakima Laborers Tamper (multiple & Self- propelled) $35 94 7A 31 1 Yakima Laborers Timber Person - Sewer (lagger, Shorer $35.94 7A 31 & Cribber) Yakima Laborers Toolroom Person (at Jobsite) $35 34 7A 31 I Yakima Laborers Topper $35 34 7A 31 Yakima Laborers Track Laborer $35 34 7A 31 Yakima Laborers Track Liner (power) $35 94 7A 31 I Yakima Laborers Traffic Control Laborer $35 18 7A 31 8R Yakima Laborers Traffic Control Supervisor $35 18 7A 31 8R Yakima Laborers Truck Spotter $35 34 7A 31 I Yakima Laborers Tugger Operator $35 94 7A 31 Yakima Laborers Tunnel Work -Miner $36 47 7A 31 8Q I Page 1 4 1 I Yakima Laborers Vibrator $35 94 7A 31 Yakima Laborers Vinyl Seamer $35 34 7A 31 Yakima Laborers Watchman $30.28 7A 31 I Yakima Laborers Welder $35 94 7A 31 Yakima Laborers Well Point Laborer $35.94 7A 31 Yakima Laborers Window Washer /cleaner $30 28 7A 31 I Yakima Laborers - Underground Sewer & General Laborer & Topman $35.34 7A 31 Water Yakima Laborers - Underground Sewer & Pipe Layer $35 94 7A 31 1 Water Yakima Landscape Construction Irrigation Or Lawn Sprinkler Installers $9 47 1 Yakima Landscape Construction Landscape Equipment Operators Or 515 45 1 I Truck Drivers Yakima Landscape Construction Landscaping Or Planting Laborers $9 47 1. I Yakima Lathers Journey Level $40.98 5D 4C Yakima Marble Setters Journey Level $44.94 5A 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 I Yakima Metal Fabrication (In Shop) Laborer $10.31 1 Yakima Metal Fabrication (In Shop) Machine Operator $11 32 1 Yakima Metal Fabrication (In Shop) Painter $12 00 1 I Yakima Metal Fabrication (In Shop) Welder $11.32 1 Yakima Millwright Journey Level $26.05 1 I Yakima Modular Buildings Journey Level $14 11 1 Yakima Painters Journey Level $30 72 6Z 1W Yakima Pile Driver Journey Level $54.27 5D 4C I Yakima Plasterers Journey Level $51.68 7Q 1R Yakima Playground & Park Equipment Journey Level $9 47 1 Installers I Yakima Plumbers & Pipefitters Journey Level $78 33 6Z 10 Yakima Power Equipment Operators Asphalt Plant Operators $56 94 7A 3C 8P Yakima Power Equipment Operators Assistant Engineer $53 57 7A 3C 8P I Yakima Power Equipment Operators Barrier Machine (zipper) $56 44 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $56 44 7A 3C 8P I Yakima Power Equipment Operators Bobcat $53.57 7A 3C 8P Yakima Power Equipment Operators Brokk Remote Demolition Equipment $53.57 7A 3C 8P Yakima Power Equipment Operators Brooms $53.57 7A 3C 8P I Yakima Power Equipment Operators Bump Cutter $56 44 7A 3C 8P Yakima Power Equipment Operators Cableways $56.94 7A 3C 8P Yakima Power Equipment Operators Chipper $56 44 7A 3C 8P I Yakima Power Equipment Operators Compressor $53.57 7A 3C 8P Yakima Power Equipment Operators Concrete Pump Truck Mount With $56 94 7A 3C 8P Boom Attachment Over 42 M I Yakima Power Equipment Operators Concrete Finish Machine -laser Screed $53.57 7A 3C 8P Yakima Power Equipment Operators Concrete Pump - Mounted Or Trailer $56 00 7A 3C 8P 1 High Pressure Line Pump, Pump High Pressure Page 1 5 1 Yakima Power Equipment Operators Concrete Pump Truck Mount With $56 44 7A 3C 8P I Boom Attachment Up To 42m Yakima Power Equipment Operators Conveyors $56 00 7A 3C 8P Yakima Power Equipment Operators Cranes Friction 200 tons and over $58 67 7A 3C 8P I Yakima Power Equipment Operators Cranes 20 Tons Through 44 Tons With $56 44 7A 3C 8P Attachments Yakima Power Equipment Operators Cranes 100 Tons Through 199 Tons, Or $57.51 7A 3C 8P I 150' Of Boom (Including Jib With Attachments) Yakima Power Equipment Operators Cranes 200 tons- 299 tons, or 250' of $58 10 7A 3C 8P I boom including jib with attachments Yakima Power Equipment Operators Cranes 300 tons and over or 300' of $58 67 7A 3C 8P boom including jib with attachments Yakima Power Equipment Operators Cranes 45 Tons Through 99 Tons, $56 94 7A 3C 8P I Under 150' Of Boom (including Jib With Attachments) Yakima Power Equipment Operators Cranes A -frame - 10 Tons And Under $53 57 7A 3C 8P I Yakima Power Equipment Operators Cranes Friction cranes through 199 $58 10 7A 3C 8P tons I Yakima Power Equipment Operators Cranes Through 19 Tons With $56 00 7A 3C 8P Attachments A -frame Over 10 Tons Yakima Power Equipment Operators Crusher $56 44 7A 3C 8P 1 Yakima Power Equipment Operators Deck Engineer /deck Winches (power) $56 44 7A 3C 8P Yakima Power Equipment Operators Derricks, On Building Work $56 94 7A 3C 8P Yakima Power Equipment Operators Dozers D -9 & Under $56 00 7A 3C 8P I Yakima Power Equipment Operators Drill Oilers. Auger Type, Truck Or Crane $56 00 7A 3C 8P Mount Yakima Power Equipment Operators Drilling Machine $57.51 7A 3C 8P I Yakima Power Equipment Operators Elevator And Man -lift Permanent And $53.57 7A 3C 8P Shaft Type Yakima Power Equipment Operators Finishing Machine, Bidwell And $56 44 7A 3C 8P I Gamaco & Similar Equipment Yakima Power Equipment Operators Forklift. 3000 Lbs And Over With $56 00 7A 3C 8P Attachments I Yakima Power Equipment Operators Forklifts Under 3000 Lbs. With $53 57 7A 3C 8P Attachments Yakima Power Equipment Operators Grade Engineer Using Blue Prints, Cut $56 44 7A 3C 8P I Sheets, Etc Yakima Power Equipment Operators Gradechecker /stakeman $53 57 7A 3C 8P Yakima Power Equipment Operators Guardrail Punch $56 44 7A 3C 8P I Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- $56.94 7A 3C 8P Road Equipment 45 Yards. & Over Yakima Power Equipment Operators Hard Tail End Dump Articulating Off- $56 44 7A 3C 8P I road Equipment Under 45 Yards Yakima Power Equipment Operators Horizontal /directional Drill Locator $56 00 7A 3C 8P Yakima Power Equipment Operators Horizontal /directional Drill Operator $56 44 7A 3C 8P 1 Yakima Power Equipment Operators Hydralifts /boom Trucks Over 10 Tons $56 00 7A 3C 8P Yakima Power Equipment Operators Hydralifts /boom Trucks, 10 Tons And $53 57 7A 3C 8P I Page 1 6 1 1 I Yakima Power Equipment Operators Under Loader, Overhead 8 Yards. & Over $57 51 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead, 6 Yards. But Not $56 94 7A 3C 8P I Including 8 Yards Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $56 44 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed $56 44 7A 3C 8P I Yakima Power Equipment Operators Loaders. Elevating Type Belt $56 00 7A 3C 8P Yakima Power Equipment Operators Locomotives, All $56 44 7A 3C 8P Yakima Power Equipment Operators Material Transfer Device $56 44 7A 3C 8P I Yakima Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $57.51 7A 3C 8P Hour Over Mechanic) Yakima Power Equipment Operators Motor Patrol Graders $56 94 7A 3C 8P I Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $56.94 7A 3C 8P Boring, Road Header And /or Shield I Yakima Power Equipment Operators Oil Distributors, Blower Distribution & $53 57 7A 3C 8P Mulch Seeding Operator Yakima Power Equipment Operators Outside Hoists (elevators And $56.00 7A 3C 8P Manlifts), Air Tuggers,strato I Yakima Power Equipment Operators Overhead, Bridge Type Crane 20 Tons $56.44 7A 3C 8P Through 44 Tons I Yakima Power Equipment Operators Overhead, Bridge Type. 100 Tons And $57.51 7A 3C 8P Over Yakima Power Equipment Operators Overhead, Bridge Type 45 Tons $56 94 7A 3C 8P Through 99 Tons I Yakima Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P Yakima Power Equipment Operators Pile Driver (other Than Crane Mount) $56 44 7A 3C 8P I Yakima Power Equipment Operators Plant Oiler Asphalt, Crusher $56 00 7A 3C 8P Yakima Power Equipment Operators Posthole Digger, Mechanical $53 57 7A 3C 8P Yakima Power Equipment Operators Power Plant $53.57 7A 3C 8P I Yakima Power Equipment Operators Pumps Water $53.57 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $56 94 7A 3C 8P Yakima Power Equipment Operators Quick Tower - No Cab, Under 100 Feet $53.57 7A 3C 8P I In Height Based To Boom Yakima Power Equipment Operators Remote Control Operator On Rubber $56 94 7A 3C 8P Tired Earth Moving Equipment I Yakima Power Equipment Operators Rigger And Bellman $53.57 7A 3C 8P Yakima Power Equipment Operators Rigger /Signal Person, Bellman $56 00 7A 3C 8P (Certified) I Yakima Power Equipment Operators Rollagon $56 94 7A 3C 8P Yakima Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A 3C 8P I Yakima Power Equipment Operators Roller, Plant Mix Or Multi lift Materials $56.00 7A 3C 8P Yakima Power Equipment Operators Roto-mill, Roto grinder $56.44 7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $56 00 7A 3C 8P I Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $56 44 7A 3C 8P Yakima Power Equipment Operators Scrapers Concrete &Carry All $56 00 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self- propelled 45 Yards And $56 94 7A 3C 8P 1 Over Page 1 7 1 1 Yakima Power Equipment Operators Service Engineers - Equipment $56 00 7A 3C 8P I Yakima Power Equipment Operators Shotcrete /gunite Equipment $53.57 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, Tractors $56 00 7A 3C 8P Under 15 Metric Tons. Yakima Power Equipment Operators Shovel, Excavator, Backhoe Over 30 $56.94 7A 3C 8P Metric Tons To 50 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes, Tractors $56 44 7A 3C 8P I 15 To 30 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes Over 50 $57.51 7A 3C 8P Metric Tons To 90 Metric Tons I Yakima Power Equipment Operators Shovel, Excavator, Backhoes Over 90 $58 10 7A 3C 8P Metric Tons Yakima Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P I Yakima Power Equipment Operators Spreader, Topsider & Screedman $56 94 7A 3C 8P Yakima Power Equipment Operators Subgrader Trimmer $56 44 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $56 00 7A 3C 8P I Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base $57.51 7A 3C 8P To Boom Yakima Power Equipment Operators Tower Crane over 175' through 250' in $58.10 7A 3C 8P I height, base to boom Yakima Power Equipment Operators Tower Cranes. over 250' in height from $58.67 7A 3C 8P base to boom I Yakima Power Equipment Operators Transporters, All Track Or Truck Type $56 94 7A 3C 8P Yakima Power Equipment Operators Trenching Machines $56 00 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler /driver - 100 Tons $56 44 7A 3C 8P I And Over Yakima Power Equipment Operators Truck Crane Oiler /driver Under 100 $56 00 7A 3C 8P I Tons Yakima Power Equipment Operators Truck Mount Portable Conveyor $56 44 7A 3C 8P Yakima Power Equipment Operators Welder $56 94 7A 3C 8P I Yakima Power Equipment Operators Wheel Tractors, Farmall Type $53 57 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $56 44 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $56 94 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Barrier Machine (zipper) $56 44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Batch Plant Operator, Concrete $56 44 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Bobcat $53 57 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Brokk - Remote Demolition Equipment $53 57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Brooms $53.57 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Bump Cutter $56 44 7A 3C 8P Underground Sewer & Water I Page 1 8 1 I Yakima Power Equipment Operators- Cableways $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Chipper $56.44 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Compressor $53 57 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Concrete Pump. Truck Mount With $56 94 7A 3C 8P Underground Sewer & Water Boom Attachment Over 42 M Yakima Power Equipment Operators- Concrete Finish Machine -laser Screed $53.57 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Concrete Pump - Mounted Or Trailer $56.00 7A 3C 8P Underground Sewer & Water High Pressure Line Pump, Pump High Pressure I Yakima Power Equipment Operators- Concrete Pump Truck Mount With $56 44 7A 3C 8P Underground Sewer & Water Boom Attachment Up To 42m 1 Yakima Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes Friction 200 tons and over $58.67 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Cranes. 20 Tons Through 44 Tons With $56 44 7A 3C 8P Underground Sewer & Water Attachments Yakima Power Equipment Operators- Cranes. 100 Tons Through 199 Tons, Or $57.51 7A 3C 8P I Underground Sewer & Water 150' Of Boom (Including Jib With Attachments) Yakima Power Equipment Operators- Cranes 200 tons- 299 tons, or 250' of $58.10 7A 3C 8P I Underground Sewer & Water boom including jib with attachments Yakima Power Equipment Operators- Cranes 300 tons and over or 300' of $58.67 7A 3C 8P Underground Sewer & Water boom including jib with attachments I Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $56 94 7A 3C 8P Underground Sewer & Water Under 150' Of Boom (including Jib With Attachments) I Yakima Power Equipment Operators- Cranes A-frame 10 Tons And Under $53 57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes Friction cranes through 199 $58.10 7A 3C 8P Underground Sewer & Water tons Yakima Power Equipment Operators- Cranes Through 19 Tons With $56 00 7A 3C 8P Underground Sewer & Water Attachments A -frame Over 10 Tons I Yakima Power Equipment Operators- Crusher $56 44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Deck Engineer /deck Winches (power) $56 44 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Derricks, On Building Work $56 94 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Dozers D-9 & Under $56 00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane $56 00 7A 3C 8P I Underground Sewer & Water Mount Yakima Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Elevator And Man -lift: Permanent And $53 57 7A 3C 8P Page 1 9 1 Underground Sewer & Water Shaft Type ' Yakima Power Equipment Operators- Finishing Machine, Bidwell And $56 44 7A 3C 8P Underground Sewer & Water Gamaco & Similar Equipment Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over With $56 00 7A 3C 8P I Underground Sewer & Water Attachments Yakima Power Equipment Operators- Forklifts Under 3000 Lbs. With $53 57 7A 3C 8P Underground Sewer & Water Attachments Yakima Power Equipment Operators- Grade Engineer Using Blue Prints, Cut $56 44 7A 3C 8P II Underground Sewer & Water Sheets, Etc Yakima Power Equipment Operators- Gradechecker /stakeman $53.57 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Guardrail Punch $56 44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- $56 94 7A 3C 8P I Underground Sewer & Water Road Equipment 45 Yards & Over Yakima Power Equipment Operators- Hard Tail End Dump Articulating Off- $56 44 7A 3C 8P I Underground Sewer & Water road Equipment Under 45 Yards Yakima Power Equipment Operators- Horizontal /directional Drill Locator $56 00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Horizontal /directional Drill Operator $56 44 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts /boom Trucks Over 10 Tons $56 00 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Hydralifts /boom Trucks, 10 Tons And $53 57 7A 3C 8P Underground Sewer & Water Under Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & Over $57 51 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $56 94 7A 3C 8P I Underground Sewer & Water Including 8 Yards Yakima Power Equipment Operators- Loaders, Overhead Under 6 Yards $56 44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Loaders, Plant Feed $56 44 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Loaders Elevating Type Belt $56 00 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $56 44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Material Transfer Device $56 44 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $0 50 Per $57.51 7A 3C 8P I Underground Sewer & Water Hour Over Mechanic) Yakima Power Equipment Operators- Motor Patrol Graders $56 94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, $56 94 7A 3C 8P I Underground Sewer & Water Boring, Road Header And /or Shield Yakima Power Equipment Operators- Oil Distributors, Blower Distribution & $53 57 7A 3C 8P 1 Underground Sewer & Water Mulch Seeding Operator Yakima Power Equipment Operators- Outside Hoists (elevators And $56 00 7A 3C 8P Underground Sewer & Water Manlifts), Air Tuggers,strato Yakima Power Equipment Operators- Overhead, Bridge Type Crane 20 Tons $56 44 7A 3C 8P 1 Page 1 10 1 I Underground Sewer & Water Through 44 Tons Yakima Power Equipment Operators- Overhead, Bridge Type 100 Tons And $57.51 7A 3C 8P Underground Sewer & Water Over I Yakima Power Equipment Operators- Overhead, Bridge Type 45 Tons $56 94 7A 3C 8P Underground Sewer & Water Through 99 Tons Yakima Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Pile Driver (other Than Crane Mount) $56 44 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Plant Oiler Asphalt, Crusher $56.00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Pumps Water $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Quad 9, Hd 41, 010 And Over $56 94 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet $53.57 7A 3C 8P Underground Sewer & Water In Height Based To Boom I Yakima Power Equipment Operators- Remote Control Operator On Rubber $56.94 7A 3C 8P Underground Sewer & Water Tired Earth Moving Equipment Yakima Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Rigger /Signal Person, Bellman $56 00 7A 3C 8P Underground Sewer & Water (Certified) I Yakima Power Equipment Operators- Rollagon $56.94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $56 00 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Roto-mill, Roto-grinder $56.44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $56 00 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $56 44 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Scrapers Concrete & Carry All $56 00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self- propelled 45 Yards And $56 94 7A 3C 8P Underground Sewer & Water Over I Yakima Power Equipment Operators- Service Engineers - Equipment $56 00 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Shotcrete /gunite Equipment $53.57 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors $56 00 7A 3C 8P Underground Sewer & Water Under 15 Metric Tons. I Yakima Power Equipment Operators- Shovel, Excavator, Backhoe. Over 30 $56.94 7A 3C 8P Page 1 11 1 Underground Sewer & Water Metric Tons To 50 Metric Tons I Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors $56 44 7A 3C 8P Underground Sewer & Water 15 To 30 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes Over 50 $57.51 7A 3C 8P I Underground Sewer & Water Metric Tons To 90 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes Over 90 $58 10 7A 3C 8P Underground Sewer & Water Metric Tons Yakima Power Equipment Operators- Slipform Pavers $56 94 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Spreader, Topsider & Screedman $56 94 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Subgrader Trimmer $56 44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Bucket Elevators $56 00 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Tower Crane Up To 175' I n Height Base $57.51 7A 3C 8P Underground Sewer & Water To Boom Yakima Power Equipment Operators- Tower Crane over 175' through 250' in $58.10 7A 3C 8P Underground Sewer & Water height, base to boom Yakima Power Equipment Operators- Tower Cranes over 250' in height from $58.67 7A 3C 8P I Underground Sewer & Water base to boom Yakima Power Equipment Operators- Transporters, All Track Or Truck Type $56 94 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Trenching Machines $56 00 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler /driver - 100 Tons $56 44 7A 3C 8P I Underground Sewer & Water And Over Yakima Power Equipment Operators- Truck Crane Oiler /driver Under 100 $56 00 7A 3C 8P I Underground Sewer & Water Tons Yakima Power Equipment Operators- Truck Mount Portable Conveyor $56 44 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Welder $56 94 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $53 57 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $56 44 7A 3C 8P Underground Sewer & Water Yakima Power Line Clearance Tree Trimmers Journey Level In Charge $45 75 5A 4A 1 Yakima Power Line Clearance Tree Trimmers Spray Person $43.38 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Equipment Operator $45 75 5A 4A ' Yakima Power Line Clearance Tree Trimmers Tree Trimmer $40 84 5A 4A Yakima Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $30 74 5A 4A Yakima Refrigeration & Air Conditioning Journey Level $28 11 1 I Mechanics Yakima Residential Brick Mason Journey Level $29 00 1 Yakima Residential Carpenters Journey Level $17 14 1 I Yakima Residential Cement Masons Journey Level $11 86 1 Yakima Residential Drywall Applicators Journey Level $18 00 1 I Page 1 12 U 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 I 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 I Yakima Residential Painters Journey Level $16.32 1 Yakima Residential Plumbers & Pipefitters Journey Level $20.55 1 I Yakima Residential Refrigeration & Air Journey Level $28 11 1 Conditioning Mechanics Yakima Residential Sheet Metal Workers Journey Level (Field or Shop) $40 05 5A 1X I Yakima Residential Soft Floor Layers Journey Level $17 55 1 Yakima Residential Sprinkler Fitters (Fire Journey Level $9 47 1 Protection) U Yakima Residential Stone Masons Journey Level $16 00 1 Yakima Residential Terrazzo Workers Journey Level $9.47 1 Yakima Residential Terrazzo /Tile Finishers Journey Level $17 00 1 I 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) $54.56 5A 1X I Yakima Sign Makers & Installers (Electrical) Journey Level $14.65 1 Yakima Sign Makers & Installers (Non- Journey Level $14 65 1 1 Electrical) Yakima Soft Floor Layers Journey Level $23 11 5A 1N Yakima Solar Controls For Windows Journey Level $9 47 1 I Yakima Sprinkler Fitters (Fire Protection) Journey Level $26 43 1 Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) I Yakima Stone Masons Journey Level $44 94 5A 1M Yakima Street And Parking Lot Sweeper Journey Level $9 47 1 Workers I Yakima Surveyors Assistant Construction Site Surveyor $56 00 7A 3C 8P Yakima Surveyors Chainman $55 47 7A 3C 8P Yakima Surveyors Construction Site Surveyor $56.94 7A 3C 8P I Yakima Telecommunication Technicians Journey Level $20 00 1 Yakima Telephone Line Construction - Outside Cable Splicer $37 60 5A 2B I Yakima Telephone Line Construction - Outside Hole Digger /Ground Person $20 79 5A 2B Yakima Telephone Line Construction Outside Installer (Repairer) $36 02 5A 2B Yakima Telephone Line Construction - Outside Special Aparatus Installer I $37 60 5A 2B I Yakima Telephone Line Construction - Outside Special Apparatus Installer II $36.82 5A 2B Yakima Telephone Line Construction - Outside Telephone Equipment Operator $37 60 5A 2B (Heavy) I Yakima Telephone Line Construction - Outside Telephone Equipment Operator (Light) $34 94 5A 2B Yakima Telephone Line Construction - Outside Telephone Lineperson $34 93 5A 2B I Yakima Telephone Line Construction - Outside Television Groundperson $19 73 5A 2B Pagel 13 1 Yakima Telephone Line Construction - Outside Television Lineperson /Installer $26 31 5A 2B I Yakima Telephone Line Construction - Outside Television System Technician $31.50 5A 2B Yakima Telephone Line Construction - Outside Television Technician $28.23 5A 2B Yakima Telephone Line Construction - Outside Tree Trimmer $34 93 5A 28 I Yakima Terrazzo Workers Journey Level $38.14 5A 1M Yakima Tile Setters Journey Level $38 14 5A 1M Yakima Tile, Marble & Terrazzo Finishers Journey Level $30.90 5A 1M Yakima Traffic Control Stripers Journey Level $43 73 7A 1K Yakima Truck Drivers Asphalt Mix $14 19 1 I Yakima Truck Drivers Dump Truck & Trailer(c.wa -760) $39 55 61 2G Yakima Truck Drivers Dump Truck(c.wa -760) $39.55 61 2G Yakima Truck Drivers Other Trucks(c.wa -760) $39.55 61 2G I 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 47 1 Installers Yakima Well Drillers & Irrigation Pump Well Driller $18.00 1 I Installers 1 1 1 1 1 1 1 1 1 Page 114 1 1 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 ' ***************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 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 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 1 rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. ' G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -ten hour schedule, shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday ' through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over ten (10) hours Monday ' through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. ' M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at ' double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 1 1 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 1 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 times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage All hours worked on Christmas day shall be paid at two and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two tines the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W All hours worked on Saturdays and Sundays (except make -up days due to conditions beyond the control of the employer)) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 1 X The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over twelve (12) hours 111 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 am and 5 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. 111 Z. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay 2 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. 1 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. 2 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued ' 2. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. ' G All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay ' H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. ' U All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one -half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ' A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours ' worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6 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. 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 pm Saturday to 5 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 the hours of 6 pm and 6 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6 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 I 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. 3 1 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Overtime Codes Continued 3 F All hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. In the event the fob is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make -up day at the straight time rate. However, Saturday shall not be utilized as a make -up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage 4 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAiD AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (l -1 /2) times the straight time rate of pay On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1 -1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay D All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay Rates include all members of the assigned crew EXCEPTION On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates. The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one -half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one -half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage 1 1 4 1 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 ' Overtime Codes Continued ' 4. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four -day, ten hour work week, and Saturday shall be paid at one and one half (11/2) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F All hours worked between the hours of 6 pm and 6 am, Monday through Saturday, shall be paid at a premium ' rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked ' Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage ' Holiday Codes 5 A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after ' Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays. New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). t 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). 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. 5 1 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 5 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 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, the Friday after Thanksgiving Day, Christmas Day, and a Half -Day On Christmas Eve Day (9 1/2). G. Paid Holidays. New Year's Day, Martin Luther King Jr Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (1 1) H Paid Holidays. New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 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 1 Holiday Codes Continued 7 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 1 6 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 ' Holiday Codes Continued ' 7. 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 t (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 ' J. Holidays. New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' K. Holidays. New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on 1 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. 7 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 Holiday Codes Continued 7. N Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday P Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Q Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day R. Paid Holidays. New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10) If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly S Paid Holidays. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9) If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly T Paid Holidays. New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday Note Codes ' 8 A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more Over 50' To 100' -$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3 00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4 00 per Foot for Each Foot Over 150 Feet Over 220' -$5 00 per Foot for Each Foot Over 220 Feet C In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more Over 50' To 100' -$1 00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -52.00 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 50 50, And Level C $0.25 M Workers on hazmat projects receive additional hourly premiums as follows. Levels A & B $1.00, Levels C & D• 50.50 Note Codes Continued 1 8 1 Benefit Code Key — Effective 9/2/2015 thru 3/1/2016 1 8. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B• $0 75, Level ' C: $0.50, And Level D $0.25 P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2 00, Class B Suit: $1.50, Class C Suit: $1 00, And Class D Suit $0.50. ' Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. ' R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, ' and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho These classifications are only effective ' on or after August 31, 2012 S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on ' approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic ' Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho This classification is only effective on or after August 31, 2012. ' U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0 50 per hour 1 1 1 1 1 1 9 1 1 1 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a 1 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 1 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. 1 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, 1 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 1 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 1 by RCW 39.12. If yes, go to question 6 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12 Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. 1 1 1 1 Supplemental to Wage Rates 1 09/02/2015 Edition, Published August 3 2015 1 1 I WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator 1 Below is a list of potentially prefabricated items, originally furnished by WSDOT to I 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 I 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. 1 I ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin X 1 Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans 2 Metal circular frames (rings) and covers, circular grates, I 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, I metal frames and dual vaned grates, and Type 1, 2, and X 3 structural tubing grates for Drop Inlets See Std. Plans. 1 4 Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced 1 concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated I pipe for culverts and storm sewers, sizes 30 inch X to 120 inches in diameter. May also be treated, 1 thru 5. I 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. 1 1 1 1 Supplemental to Wage Rates 2 09/02/2015 Edition, Published August 3 2015 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 1 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). 1 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 1 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. 1 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. 1 16 Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections See Std Plans. X 1 Supplemental to Wage Rates 3 09/02/2015 Edition, Published August 3 2015 1 1 1 ITEM DESCRIPTION YES NO 17 Precast Concrete Inlet - with adjustment sections, 1 See Std. Plans X 18 Precast Drop Inlet Type 1 and 2 with metal grate supports. 1 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 1 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and 1 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 1 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for 1 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 1 See Shop Drawing. X Fabrication at other locations may be approved, after facilities inspection, contact HQ Lab. 1 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 1 to be used 1 Supplemental to Wage Rates 4 09/02/2015 Edition, Published August 3 2015 1 1 1 1 ITEM DESCRIPTION YES NO 1 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 1 28 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in r r st uctu es Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided for approval prior to X I casting girders See Std. Spec. Section 6 -02 3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete 1 Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be 1 provided for approval prior to casting girders X See Std. Spec. Section 6 -02 3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for ; 1 use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. X 1 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 1 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. 1 32 Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of 1 methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders ! X See Std. Spec. Section 6- 02.3(25)A 1 33. Monument Case and Cover See Std. Plan X 1 1 1 Supplemental to Wage Rates 5 1 09/02/2015 Edition, Published August 3 2015 1 1 1 1 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure ' fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure 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 1 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 fabrication 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) X See Std. Plans. 1 1 1 Supplemental to Wage Rates 6 09/02/2015 Edition, Published August 3 2015 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 Std Message Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X 1 Custom Standard End Sec Sec 45. Aggregates /Concrete mixes Covered by WAC 296- 127 -018 46. Asphalt Covered by WAC 296- 127 -018 1 47. Fiber fabrics X 48 Electrical wiring /components X 49 treated or untreated timber pile ! , X 50 Girder pads (elastomeric bearing) i X 1 51 Standard Dimension lumber X 52 Irrigation components X 1 1 1 1 1 Supplemental to Wage Rates 7 09/02/2015 Edition, Published August 3 2015 1 1 1 1 ITEM DESCRIPTION YES NO 53 Fencing materials X 54. Guide Posts X 1 55. Traffic Buttons X 56. Epoxy X 1 57 Cribbing 58. Water distribution materials 59. Steel "H" piles X 1 60. Steel pipe for concrete pile casings — — — — X 61. Steel pile tips, standard X 1 62 Steel pile tips, custom X 1 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. t 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. 1 1 Supplemental to Wage Rates 8 09/02/2015 Edition, Published August 3 2015 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. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential * ** ALL ASSOCIATED RATES * ** • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. 1 1 1 Supplemental to Wage Rates 9 09/02/2015 Edition, Published August 3 2015 1 1 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296 - 127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, 1 gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of 1 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 1 (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 1 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. 1 (e) They deliver concrete to a public works site regardless of the method of incorporation. 1 (f) They assist or participate in the incorporation of any materials into the public works project. 1 1 Supplemental to Wage Rates 10 09/02/2015 Edition, Published August 3 2015 1 1 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 1 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 1 [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22 270 08 -24 -101, § 1 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority Chapters 39.04 and 39.12 RCW and RCW 43.22 270 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] 1 1 1 Supplemental to Wage Rates 11 09/02/2015 Edition, Published August 3 2015 1 1 1 1 ' PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of 1 City of Yakima S. 64 Avenue & Tieton Drive Intersection Improvements ' City of Yakima Project No. 2282 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 1 1 1 1 1 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 155 City Project No. 2282 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 S. 64 Avenue & Tieton Dr Intersection Improvements 156 City Project No. 2282 1 1 ITEM PROPOSAL BID SHEET I S. 64` AVENUE & TIETON DRIVE INTERSECTION IMPROVMENTS CITY OF YAKIMA PROJECT NO. 2282 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT I NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN 1 07.15 1 LS s d.= 5O, ov I 2 MOBILIZATION 1-09.7 1 LS Sat, 5q3 71 34,397. PROJECT TEMPORARY TRAFFIC CONTROL I 3 1 LS 1 -10.5 53i70,00-2- 3 3, fan °" 4 CLEARING AND GRUBBING 1 LS 13,600,e-E- 1 3, 5c - ao 1 2-01.5 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 2 -02.5 1 LS 3, 9 O. 3, 966 , ° o I 6 REMOVAL OF CEMENT CONC. SIDEWALK 2-02.5 441 SY 1 ° — 733 oa 7 ( 2 -02.5 - ° REMOVAL OF CEMENT CONC. CURB 785 LF O° ~78 5, — ov I 8 SAWCUT 043 �o o 2 -02.5 40 LF 5. a a0. — I ROADWAY EXCAVATION INCL. HAUL 9 2-03.5 150 CY i y0 52 x1,000. oo I 10 STRUCTURE EXCAVATION CLASS B INCL. HAUL 11 CY 2 -09 5 50, Sr 550,51 DRIVEWAY CONSTRUCTION I 11 4 -01.5 1 LS I Mo i as 100 12 CRUSHED SURFACING BASE COURSE 4 -04.5 187 TON 70 ,o_.2. 13 070.. 00 I 13 HMA CL 1/2" PG 64-28 600 TON o0 00 5 -04.5 t 3 �, g�, — t 14 5-04.5 G BITUMINOUS PAVEMENT 3,625 SY 3. 75 — , 9 75 13 5-s. 15 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN DIAM. 35 LF oa o0 I 7 -04.5 c( .6, 3, 32. , — 16 CATCH BASIN TYPE 1 7 -05.5 1 EA L i ) 000. 1 1 000 9 I 17 ADJUST MANHOLE 7 -05.5 4 EA --] J5O. 22 3 ow. 06 18 ADJUST MONUMENT CASE I 7 -05.5 1 EA 5a 5 oO 6,26 4 .!2_ CRUSHED SURFACING TOP COURSE (for Trench Backfill) 19 7 -08.5 15 TON 2 a so I- 1 2 0 00 I 20 ADJUST VALVE BOX 4 °o EA 7 -09.5 500, °o a, Oao 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 157 City Project No. 2282 1 I 1 ITEM PROPOSAL BID SHEET S. 64` AVENUE & TIETON DRIVE INTERSECTION IMPROVMENTS 1 CITY OF YAKIMA PROJECT NO. 2282 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. QTY UNIT DOLLARS DOLLARS 1 21 CEMENT CONC. TRAFFIC CURB AND GUTTER 8-04.5 770 LF 20 , do 16, Li 00, °° DUAL -FACED CEMENT CONC. TRAFFIC CURB I 22 95 LF 0° 8 -04.5 ot 4,22 , 90 , CHAIN LINK FENCE, 6 FOOT 23 8 -12.5 570 LF IS, C22 i O, a60 . o0 I 24 CHAIN LINK FENCE, 12 FOOT 70 LF oo �� 8 -12.5. -- �, ion I 25 TEMPORARY FENCING 8 -12.5 500 LF a . Eg. 1, a5o. 20 26 CEMENT CONC. SIDEWALK -4 INCH THICK 365 SY 0 0 I 8-14 5 �I. o -- ° I$,b ►Jr. — CEMENT CONC. CURB RAMP, TYPE PARALLEL A 27 8-14.5 5 EA 1, 9 ° 7 as, $,626. 1 TRAFFIC SIGNAL SYSTEM, COMPLETE 28 8-20.5 1 LS 226,000,es 220, ° I 29 REMOVE STREET LIGHT ARM AND FIXTURE 8 -20.5 1 EA Q ,550, 5-3 :.1 , 6 5 ep. SP. PERMANENT SIGNING I 30 8-21.5 1 LS I, 650. i, 6.4.1 .a2 PAINT LINE 31 8 -22.5 2,200 LF D 66 I , a Id 20 1 32 PLASTIC STOP LINE 92 LF 8 -22.5 ° 3 8 a° PAINTED WIDE LANE LINE 1 33 5 8-22.5 105 LF 0• b 50 ja. PLASTIC TRAFFIC ARROW 34 4 EA 8 22.5 1 . ° C' L1 °Ci • 1 35 PLASTIC CROSSWALK LINE 400 SF 50 0 8 -22.5 k — I, 800 . 0 I 36 MODULAR BLOCK WALL 8 -24.5 660 SF y 5.21S � 9 , ZCJO. °° 37 MODIFY WATER FALL FEATURES 1 8 -22.5 1 LS 4 , 0 00. ° — `I, 000 , oo 38 REPAIR OR REPLACEMENT 1 DOL $15,000 $15,000 1 8 -22 5 TOTAL: 582 4 9 co . 1 S. 64"' Avenue & Tieton Dr Intersection Improvements 159 City Project No. 2282 1 1 BID BOND FORM ' Herewith find deposit in the form of a certified check, cashier's check, or cash in the amount of $ N/A which amount is not less than five percent of the total bid. Sign Here N/A 1 BID BOND ' KNOW ALL MEN BY THESE PRESENTS: That we, Granite Construction Company as principal, and Federal Insurance Company , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five Percent (5 %) of Bid Amount /tdtt, 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 S. 64th Avenue & Tieton Drive Intersection Improvements , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the ' Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this 1 obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 10th DAY OF September , 20 15 Granite Construction Company - Jason Hal erson Principal Federal Insurance Company Surety Ashley Stinson, Attorney -in -Fact ,20 Received return of deposit in the sum of $ 1 1 1 S. 64` Avenue & Tieton Dr. Intersection Improvements 161 City Project No. 2282 1 A notary public or other officer completing this ' certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. ' State of California County of Santa Cruz On September 10, 2015 before me, Sumi Sohn - Rigler, Notary Public (insert name and title of the officer) ' personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are ' subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ' I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. x MI SOHN- RIGIER S WITNESS my hand and official seal Commission # 2083167 W . F A. Notary Public - California '!? Santa Cruz County 3 _ v r o M Comm. Ex Tres Oct 19, 2018 Signature A1 / /11 (Seal) umi Sohn - Rigler, +otary Public 1 IC Chubb POWER Federal Insurance Company Attn: Surety Department I Surety bb OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 I Know All by These Presents, That FEDERAL INSURANCE COMPANY an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint ligisha Desai, John D. Gilliland, Catherine Gustayson, Kathleen Schredtengost, Ashley Stinson and Lillian Tse of Watsonville, California — .— I each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed in the course of business on behalf GRANITE CONSTRUCTION INCORPORATED and all Subsidiaries alone or In joint venture as principal. In connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attorney- In- Fact in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company. I In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIG�LANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed a ,. d these presents and affixed their corporate seals on this 18 day of July, 2014. q ' Dawn M. Chloros, Assistant Secretary �. Narita, Jr., Vice ., ) , '1 2 410 , '- , 4 . ) a i l STATE OF NEW JERSEY I ss. County of Somerset On this 18 day of July, 2014 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros. to me known to be Assistant Secretary of I FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seats affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with David 8. Norris, Jr., and knows him to be Vice President of said Companies; and that the I signature of David B. Norris, Jr., subscribed to said Power of Attorney is In the genuine handwriting of David B. Norris. Jr., and was thereto subscribed by auRrority of said By- Laws and in • :.. nent's presence. KATHERINE J ADELAAR Notarial seat K �{p NOTARY PUBLIC OF NEW JERSEY i OTAR V � No.2316085 Ju / / diziA_______--. ' � • e� Commission F July 18, 2019 % / PUBLIC / Notary Public 1�,JERS CERTIFICATION Extract from the By- r. EDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by the Chairman or the President or a vice President or an Assistant Vice President, Jointly with the Secretary or an Assistant Secretary. under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman. President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to I any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and bindfng upon the Company and any such power so executed and certified by such facsimile signature and facsimile seat shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' I 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify that () the foregoing extract of the By- Laws of the Companies is true and correct, (i) the Companies are duly licensed and authorized to transact surety business in ail 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department further, Federal and Vigilant are licensed in the U.S. Virgin Islands, and Federal Is licensed in American I Samoa, Guam, Puerto Rico, and each of the Provinces of Canada except Prince Edward Island; and (ill) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Compares at Warren, NJ this September 10, 2015 Dawn M. Chloros, Assistant Secretary IN THE EVENT YOU WISH 10 NOTIFY US OF A CtASM VERIFY THE AUTHENTICITY OF THIS'30ND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS ,JSTED ABOVE, OR BY Telephone (908) 903.3493' _" 5 Fax (908) 933-'3656 e-mail: surety@ chubb.00m form 15 -10- 01548- U (Rev. 05-13) CORP NON- CONSENT II 1 PROPOSAL 1 S. 64 Avenue & Tieton Drive Intersection Improvements City Project No. 2282 I The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all I 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 I quantities at the above prices and in the form as indicated below, is attached hereto CASH 0 IN THE AMOUNT OF CASHIER'S CHECK C3 DOLLARS I CERTIFIED CHECK 0 PAYABLE TO THE CITY TREASURER ($ ) SURER 1 PROPOSAL BOND © IN THE AMOUNT OF 5% OF THE BID I O'N 1'0 "* Receipt is her .n • , e, • . +. 11 um(s) No (s) 1 • e( :A� • di = (onP) 2 (two) & SIGNAT R JOF UTHORIZED OFFICIAL(s) � 9 c ` 9 • r t ,2 Jason Halverson - Senior Estimator �OW, •• R fylA , .• O. Q PpP(SP - ° /, ,1111111� ANdd�•�� FIRM NAME Granite Construction Company (ADDRESS) 80 Pond Road I 509 - 454 -8565 Yakima, Washington 98901 PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER GRANICC916DL I FEDERAL ID No. 19 5 1 9 5 5 2 1 4 0 I l l l 1 l 1 1 I WA STATE EMPLOYMENT SECURITY REFERENCE NO. 232166009 Note: I (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 I for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 163 City Project No. 2282 COMPLIANCE WITH IMMIGRATION AND NATURALIZATION ACT The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any ' City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United ' States. E- Verify will be used for newly hired employees during the term of the contract ONLY it is NOT to be used for existing employees. ' The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid response the E- Verify Declaration below. Failure to do so may be cause for rejection of bid. ' E Verify Compliance Declaration The undersigned declares, under penalty of perjury under the laws of Washington State that: ' 1 By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. ' 2. I agree to enroll in E- Verify prior to the start date of any contract issued by the City of Yakima to ensure that my workforce is legal to work in the United States of America. I agree to use E- ' Verify for all newly hired employees during the length of the contract. 3 I certify that I am duly authorized to sign this declaration on behalf of my company. ' 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E- Verify program at any time and that non - compliance could lead to suspension of this contract. ' Firm Name Granite Construction Company Dated this 8th day eptember , 2015 . ' Signature ' Printed Name Jason Halverson - Senior Estiamtor Phone #. 509 454 8565 Email Address jason halverson cc gcinc.com % ma c ? . Q O RAt g = A 1 ,r San ' �. ' .� Z i gt 1F9.•• '0. 70 101* o° ,`. s. 64"' Avenue & Tieton Dr Intersection Improvements 165 City Project No. 2282 1 1 NON - COLLUSION DECLARATION ' 1, 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 1. That the aforesigned 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 1 information will be treated confidentially and caller anonymity will be respected. 1 1 1 1 1 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 167 City Project No. 2282 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows 1 (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin Such action shall include, but not be limited to the following employment, upgrading, demotion, or transfer; recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor *(5) The contractor will furnish all information and reports required by Executive Order No 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States " 1 1 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 168 City Project No. 2282 1 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 1 It is the policy of the City of Yakima that women and minority business enterprises shall have the I 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 I opportunity to compete for and to perform contracts. I 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 I 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 I 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 I this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and 1 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 I 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. 1 1 1 1 1 1 1 1 I s. 64"' Avenue & Tieton Dr Intersection Improvements 169 City Project No. 2282 1 RESOLUTION NO. D - 403 1 6 1 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. II WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- 1 gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and 1 WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum II practicable opportunity to participate in the performance of such public works, and II 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 II attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: II The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto I and by reference made a part hereof. �Q 9 ADOPTED BY THE CITY COUNCIL this ..q L!t day of , c,.e! , 1983. w II c.-4 A OrcA,...t.9-,a4 Mayor 1 ATTEST: 1 City Clerk 1 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 170 City Project No. 2282 I 1 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. 1 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 1 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 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 171 City Project No. 2282 g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas h The contractor shall make specific efforts to encourage present minority employees to recruit their ' friends and relatives i. The contractor shall validate all man specifications, selection requirements, tests, etc. ' j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. ' k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities m. The contractor shall make sure that seniority practices, job classifications, etc , do not have a discriminatory effect. n The contractor shall make certain that all facilities and company activities are non - segregated ' o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. ' p The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations q. Non - cooperation In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 1 S. 64 Avenue & Tieton Dr Intersection Improvements 172 City Project No. 2282 1 BIDDER CERTIFICATION 1 A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted 1 as a part of its bid the following certification, which will be deemed a part of the resulting contract: 1 Granite Construction Company certifies that: (BIDDER) 1 It intends to use the following listed construction trades in the work under the contract 1 t7PCrLprOn-5 , TEA re12-5 t_R 80RE2S eL Sc'rRtceA -Ar ' 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 '- Arch -S , TE7tNI57E7LS , LR3oa_ e cfhN4- 1 and, 2 It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to 1 the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions (Signature of Authorized Representative of Bidder) Jason Halverson - Senior Estimator ` oisth1r►7 77 O � : .,pORq j .. . T, o . A SS • r 19?2 S. 64"' Avenue & Tieton Dr Intersection Improvements 173 City Project No. 2282 1 SUBCONTRACTOR CERTIFICATION 1 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 1 and, 1 ' 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 1 and, 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract 1 the Subcontractor Certification required by these Bid conditions 1 1 (Signature of Authorized Representative of Subcontractor) 1 1 1 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 175 City Project No. 2282 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 176 City Project No. 2282 1 W ashington State Subcontractor List Department of Transportation Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal 1 Project Name South 64th Ave. & Tieton Drive Intersection Improvements — City Project No. 2282 I Failure to list subcontractors with whom the bidder, if awarded the contract, will directly subcontract for performance of the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non - responsive and therefore void. I Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in I Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. I subcontractor is listed below to perform such work. th bidder certifies that the work will either (i) be performed by the bidder itself. or (iii be performed by a lower tier subcontractor who will not contract rlirractly withjbe hirtder. 1 Subcontractor Name KNO6ce. C- Le c, So % Te L,taE, yPt,c,ma 14 • 9890 i Work to be performed Iri-i. Et-rrrrt■ c:n-L_ oft) PR-pi 1.Terv. s 2 a, Z9, Pt.us ITEM 30 Pc,e.1,rrr I SiPJ5 404 ITEM 3 MoQ 6iet- raleki- Foa " NE Were AU I- ' Subcontractor Name Work to be performed 1 Subcontractor Name I Work to be performed Subcontractor Name Work to be performed 1 I Subcontractor Name Work to be performed 1 I * Bidder's are notified that is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, - are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. 1 - DOTForm 271 -015 EF I 7 F Revised 08/2012 1 GRANITE CONSTRUCTION COMPANY ' CERTIFICATE OF SECRETARY 1 ' RESOLVED, that, effective April 9, 2015 through December 31, 2015, the individuals named on the attached Exhibit 1 are authorized to negotiate, execute and /or attest electronic and ' paper documents and contracts necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid- related documents prepared and submitted on behalf of the Company not to exceed $25 ' million, relating to any and all domestic construction projects arising out of the Company's operations. ' RESOLVED, that, effective April 9, 2015 through December 31, 2015, the individuals named on the attached Exhibit 2 are authorized to negotiate, execute and attest electronic and paper documents and contracts necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid - related documents prepared and submitted on behalf of the Company not to exceed $75 million, relating to any and all domestic construction projects arising out of the Company's ' operations. RESOLVED FURTHER, that the authority provided for herein shall be in accordance with ' applicable policies, procedures and limits of authority previously approved and the Granite Construction Incorporated Delegation of Authority and Policy then in effect. ' I, Richard A. Watts, do hereby certify that I am duly qualified as Secretary of GRANITE CONSTRUCTION COMPANY, a California corporation (the "Company "); that the foregoing is a true and correct copy of resolutions duly adopted effective April 9, 2015 by unanimous written ' consent of the Executive Committee of the Board of Directors, held without a meeting in accordance with the provisions of Article III, Section 9 of the Bylaws of the Company; that the Directors acting were duly and regularly elected; and that the resolution adopted has not been ' modified or repealed and is still in full force and effect. �j, ,. �lv ti i��l •. G. Dated: April 10, 2015 Richard A. Watts /a 1. `\∎\ 1 ' Page 1 of 21 L:\SHARED.COU\ALL \CORD Corporal 1118 -0025 MextingsWmhorirul Branch Signers \2015\Apnl \GCC CERT with Exhihd.4- 9- 15.docx 1 ' EXHIBIT 1 AUTHORIZED SIGNERS ' Granite Construction Company Northwest Group Washington Region AUTHORIZED SIGNERS t Carter Rohrbough, VP Washington Region Cevin Ladwig Sr., Eastern WA Area Manager Michael A. Stein, Western WA Area Manager ' Paul Harding, Southwest WA Area Manager Boudrey J. Smith, Bellingham Area Manager Jeremy Deemer, Olympia Area Manager ' Ron D. Egge, Large Project Estimator Travis Walken, Chief Estimator J. Peter Welch, Senior Estimator ' Sonny Chavez, Regional Controller Andrew B. Thompson, Senior Project Manager Jason Halverson, Senior Estimator ' James Prouty, Senior Estimator Phil Meenach, Senior Estimator James Gartside, Senior Estimator 1 Bradley Estes, Plants Manager ATTESTORS Cevin Ladwig Sr., Eastern WA Area Manager Michael A. Stein, Western WA Area Manager Paul Harding, Southwest WA Area Manager Boudrey J. Smith, Bellingham Area Manager Jeremy Deemer, Olympia Area Manager Ron D. Egge, Large Project Estimator 1 Travis Walken, Chief Estimator J. Peter Welch, Senior Estimator Jason Halverson, Senior Estimator 1 James Prouty, Senior Estimator Phil Meenach, Senior Estimator James Gartside, Senior Estimator 1 Bradley Estes, Plants Manager Sonny Chavez, Regional Controller ' Andrew B. Thompson, Senior Project Manager Linda Knight, Estimating Assistant Carol Chonzena, Estimating Assistant John Newby, Estimating Assistant ' Page 5 of 21 LaSHARED COUNLL \CORP Corporate \08 -0025 Mwings \Auilionnx1 Branch Signers \2015\April \GCC CERT with Exhibit.4- 9- 15.docx 1 EXHIBIT 2 ' AUTHORIZED SIGNERS Granite Construction Company 1 Northwest Group AUTHORIZED SIGNERS Kyle T. Larkin, VP Nevada Region 1 Bradley D. Sweet, VP Utah Region Derek Betts, VP Alaska Region Todd Keller, VP Arizona Region Carter Rohrbough, VP Washington Region 1 1 1 1 1 1 1 1 1 1 1 Page 19 of 21 L: \ SHARED.COUALL \CORP Corporale \OI - 0025 Meemhgs\AUlhonzttl Brmhch Shp a,\2015\April \GCC CERT with Exhibit.4- 9- 15.docx 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. 1 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 1 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 1 including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is ' not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the ' requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency ' determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 177 City Project No. 2282 1 1 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 1 1 1 1 1 1 1 1 1 1 1 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 178 City Project No. 2282 1 1 BIDDER'S CHECK LIST 1 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: 1 A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. 1 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, cashier's check or cash. The amount shall be not less than 1 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. BIDDER'S CERTIFICATION 1 D. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. The following forms must be received prior to the Contract being executed A. CONTRACT 1 This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND 1 To be executed by the successful bidder and his /her Surety Company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. 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 1 1 1 1 1 1 1 S. 64 Avenue & Tieton Dr. Intersection Improvements 179 City Project No. 2282 1 1 1 VARIES ' 19.3' ± 4.5' -9' 5.0' CHAIN UNK FENCE POST Dem _ — I NEW CURB & GUTTER I z MODULAR BLOCK WALL 0.17' HMA CL 1/2" PG 64-28 OVERLAY — — — _ ' 0.33' HMA CL 1/2" PG 64-28 (COMPACTED DEPTH) CSTC BEHIND WALL 0.5' CSBC (COMPACTED DEPTH) COMPACTED BASE COMPACTED SUB GRADE 0.17' CSTC (COMPACTED DEPTH TYPICAL SECTION — TIETON DRIVE STA. 8 +00 to 9 +42 & 10 +34 to 11+25 ' VARIES 5.0' CHAIN LINK ' i FENCE POST NEW CURB & GUTTER "a oEni l t• — — GRASS — 0.17' HMA CL 1/2" PG 64-28 OVERLAY Y _ _ 0.33' HMA CL 1/2" PG 64-28 (COMPACTED DEPTH) ' 0.5' CSBC (COMPACTED DEPTH) COMPACTED SUB GRADE 0.17' CSTC (COMPACTED DEPTH ' TYPICAL SECTION — TIETON DRIVE STA. 6 +67 to 8 +00 & 11+40 to 13 +88 1 1 ay..:� City Of Yakima City of Yakima - Project Detail J' ` Engineering Division - ]ka TIETON DR. TYPICAL SECTIONS P1 y' 129 North Second Street ; ;;;;; #" Yakima, Washington NOT TO SCALE — I I IIMI • El IM MN IIIM OM =11 1♦ ME MI 11111. MN 111111 i' BOX STEEL CHANNEL (UNISTRUT) UNISTRUT W/ FOUNDATION- MULTI -PANEL ELECTRICAL SERVICE BASE METER(Pe1 EEOCETAILS E00 FASTFNN (FOR TRAFFIC SIGNAL AND STREET LIGHT POWER) 0 - E R AM YTYY PP&LI AND (S NOTE 40 SINGLE .J.3. EE N O TE CH00IN PERAP E VO PHASE ELECTRICAL SERVICE ;� PUw DETAILS `REVasaa'sHTSI \ / NEW 200 AMP, 2- POLE -120 VAC -8 POSITION BOX A BREAKER PANEL. BREAKER #1 -60 AMP . FOR NEW SIGNAL POWER BREAKER #2 -30 AMP ;_, ,_ i. ■ y ,_,_ v _,_ FOR NEW SIGNAL INTERSECTION LIGHTS, AND BREAKER #3- 30 AMP FOR SUMMITVIEW AVE -ST.- — 7;e T LIGHT CKT(SpItts ex. CKTw/ run to east from here) i'. BREAKER #4- 15 AMP FOR AUX. CABINET POWER) �1- 5/8'X2- 7 /16'GALVANIZED sssQQQ " e STEEL CHANNEL (UNISTRUT) 1111 PHOTOCELL BYPASS /CONTACTOR SWITCH ELECTRICAL COMPONENTS B ASSEMBLIES BOX B SEE "NOTE" r (SEE 'NOTE') r ..,. y .. ; .. ( . y .. 1 .0:0- 44 ..x.. ; ..1_;..173 , R 1 -5/8" X 2 -7/18• GALVANIZED THIS DIM _ ' - _ � �� � ISTEELC MINIMUM AS PER 1 -5/8" X 1 -5/8• GALVANIZED STEEL � e • STEE X2- ANNEL c WSDOT P L A N S STEEL CHANNEL (UMsTRUT) AN (SEE NOTE CHANNEL 860 FASTEN © la S i HANNEL(UN mu NG HARpNARESPECSPER APP /50e WSDOT � EE NOTE CHA 850 F AST N c [ NAROVI9RE SPDETECS ALSS 'REVS 509'&HTS) PF�i MPLMAB1E N500T C 'J3'PIAN DETALLSE `REVSSDt'9NT5) 'JJ'PIAN- 1- 5/8 "X - 5/B" GALVANIZED I SERVICE PANEL ASSEMBLY BOXC TD STEEL CHANNEL (UNISTRUT) (APPROX DIMS FOR BOX ABC) PHOTCELL BYPASS c WIRO (sEWMESPECS PER MPL FNDrec NA avE. = FASTE N' 1 1 1 ,I cAUauTP(CNein eaaw e�m.y wr1rarmr mev vary) TTPE tn. «I.raara rm®i. %,, PANEL IfPBLE DOT 1 - IPN�DETAILSE 'REV -SaP W S el lTe) 000 — .....—.6- ...am ,,,- -. 3YaaZ ' c =FZI BOX 24•x12' Sawa — -� " aoXe te•x 14' Breaker ill TROLLE 12' x 12' _ Pm,.,<.ere.. ELE PJNEL I E 1n TD OO �II TO CON BOX C CABINET c.N. [g ST E GCO NDUIT D [ � JJ _ 2 TO STREET J EEL CONDUIT _ It]��1] ` ST �f 8 80860 O INSIDE MO S LI HT CIRCUITS mill 1-5/8• X 2-7/16 GALVANIZED E 191 1.6 IN 191' 1 6241' STEEL CHANNEL (UNISTRUT) _ O 2 51N 2 875 1'. 2 4891N O 301N 351N 3091N ` F ROM WSDOT STANDARD O FROM POWER SOURC PLAN REV - SHEET 8504E (PER P.P & L. ROMNTS) (Onn x+. ennoble Pw.R.. even) 04 REBAR (Total 0 as needed) FLUSH WITH 3/4" CHAMFER FOR CROSS BRACING TIES EXISTING 18 Minimum R /0508 ad nl TO NLEL SIURWKE(� \, '�■ 10 5o8 Surface) STEEL CHANNEL POSTS SURFACE \ ,`� ', l —�,� , ��l l y #4 Reber each comer V ' Additional Centered • 5,,;.. N4 REBAR (Total Pas neetled) I� r ,�� ( vertical rebar optional) _ 5 n FOR CROSS BRACING TIES W W C TO GA (UNISTRUT) _ k , STEELCH ANNELPOSTS -41 —:., °O (FOUNDATION DETAILS 'Sw ∎: ` 2 - # 4 RE BAR 2'z . o I ► : _ _ lit — H OOP poptioer ON FRONT ELEVATION) o � {[tlH�j 3 rd hoo o ti onal) a 2'z ��H� "Mg af. 1 J ��r_AI 3rd (Total a as needed) F r ° ..,,:'r . hi . wow. FOR CROSS BRACING TIES • (UNISTRUT) �`,jSy :+ ;,. , I;y. f a .4 STEEL CHANNEL POSTS � TO GALV (UNISTRUT) #4 Reber each come FOUNDATION WIDTH EQUALS j 3 . offset FOUNDATION SPAN (Additional Center TOTAL PANEL - ASSEMBLY yplCal ( "18' front dearance + total panel depth 0 6" leer deafen 80) (vertical rebar optional) WIDTH PLUS 12 INCHES FRONT ELEVATION RIGHT SIDE VIEW NOTES. • FOR ALL ELECTRICAL PANEL AND CONDUIT ENTRANCE GROUNDING REQUIREMENTS, REFER TO APPROPRITATE NOTES & DETAILS ON THE • ALL HARDWARE INCLUDING GALVANIZED STEEL CHANNEL SECTIONS (UNISTRUT) APPLICABLE WSDOT "J -3r' STANDARD PLAN(S). CLAMPS, STRAPS, BOLTS, AND OTHER APPLICABLE CONNECTORS AND AUXILIARY COMPONENTS, UNLESS SPECFIED OTHERWISE HERE, SHALL MEET REQUIREMENTS • UNLESS SPECIFIED OTHERWISE HERE, ALL ELECTRICAL SERVICE ASSEMBLY OF THE APPLICABLE WSDOT STANDARD PLANS AND SECTIONS OF THE WSDOT PANELS SHALL INCLUDE THE REQUIRED BOARDS, SWITCHES, SUB - PANELS, "STAINLESS STEEL CHANNEL DETAILS"- SHEETS 5.04E & 5.05E. AND OTHER SEPARATE COMPONENTS AS REQUIRED PER THE APPLICABLE SECTIONS OF THE WSDOTJ -3 PLANS, AND /OR 5.04 REVISIONS, AND SHALL COMPLY WITH THE CURRENT APPPLICABLE N.E.M.A .STANDARDS. City Of Yakima City of Yakima - Project Detail Engineering Division UNISTRUT W /FOUNDATION - MULTI-PANEL ELECTRICAL SERVICE P2 129 North Second Street Li NOT TO SCALE Yakima, Washington Revision 05 -2015 • s n EIM NM Mill ME 111111 NM MI ME MI NM ME IMII 111111 1.1 AIM M 1.01 1.1 IIIII m N _ N 4 8. Lateral Clearance ---j T. • ' ` q , t, • \ d a , cD • • Cabinet Door / / • PLAN VIEW • `. �.... , / Concrete Apron 4' SIDE VIEW Cabinet Depth Lateral Clearance to Obstruction Cabinet Ndth (Door & Apron to the Right) Z-1-5 tea sa W / 3' -8" 1 — �Sb... •y -� I Door Hinge Side S 9 s s 9 ■ a0? Ill 1- -° sit 9y il Ia e a (3) 3" conduit- t dear lower Door Handle Side 'center brace of cabinet b s 2 i 1/2" minimum sg � Anchor bolts and spacing 4 I/ nsupplied requirements to be supplied p ^"s. by cabinet manufacturer I __ U ..I w Reber eamcomer \ I_:— — __ � Ii lif�l plumb - , — ------'- -- � � � �� 3 "ORset � � I Concrete Apron I a Typical • . • a I. 1 Maa - - '- -_ - -- 3 Expansion Joint ` ��' -1 I M411RMm 1 %SI•.: REQUIRED__ M az I/ 1 .I Map NEW OR E% CONCRETE SIDEWALK FRONT VIEW 04 Reber each comer • Reber (Door Side) pIasbc 318' die. plastic drain tube - sea plan notes and conduit M br % applicable conduee for coned couplers to three t3l vertical mnduee Into cabinet (All dims other than width shown on SIDE VIEW) .07.0, City Of Yakima City of Yakima - Project Detail 4 Engineering Division NEMA - TS1 (P+ STYLE) TRAFFIC SIGNAL CONTROLLER ,, , 129 North Second Street CABINET - MOUNTED ON CONCRETE PEDESTAL P3 Yakima, Washington NOT TO SCALE • Revision 05 -2015 — i♦ — EIM I NM OM 11.11 I E =11 IIIIII l♦ O — 111111 i♦ ' — (I WIDTH PER YMC I / 1": RAMP RUNNING SLOPES 11 8.64 070 SEE PLANS 11 CONCRETE APRON 7' MIN. OR SHALL BE 1'12 (8.3 %) MAX. I I TO R/W LINE (WHICHEVER IS oc G ' I % ti � ' 11 I PAY LIMITS GREATER) /� 0 ' . , RP MINI R P , . ' ° o o ° °°o . u °° -- - 15' ( • 76., I K...- N ' 36 .... �.� • '' 4 14, ts• LTERNATE RAMP �p� PREFERRED RAMP / q�e — — — • // \S c :,1 CONFIGURATION / ONFIGURATION PQ EyO ���G �l .__ .2.0% MAX, \ \C�E� _ M - __� COLD JOINT (TYP) � ' _ __ — ___. _ T ` / MIN. 0.33' CSTC (COMPACTED DEPTF .� _ (INCLUDING APRON) CONCRETE T VALLEY GUTT_ ER 0.5' CEMENT CONCRETE A in (INCLUDING APRON) COMMERCIAL APPROACH - TYPE 1 COMMERCIAL APPROACH - TYPE 2 RAISED CURBING MAY VALLEY GUTTER CONTINUE INTO SITE. FLOW LINE 0.5' CEMENT CONCRETE � ���� arnallall #.4 COLD JOINT (TYP) 1' t �7i2 3' VALLEY MIN. 0.33' CSTC (COMPACTED DEPTH) '5' p /IP / • '' T F' GUTTER • FA 9 rY 0 ' y "9y SECTION A � • � � ) 0� ' 9 .4F / �/y � NOTES • • 8 S 1 USE OF COMMERCIAL APPROACH - TYPE 2 BY APPROVAL OF CITY ENGINEER ONLY \ �. �T o� OQ o• 2. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE SEPARATED BY 3/8" THICK EXPANSION JOINT MATERIAL. 3. THIS DETAIL INDICATES GENERAL CONFIGURATION REQUIREMENTS FOR COMMERCIAL DRIVEWAY APPROACHES. STYLE AND LOCATION OF HANDICAP RAMPS WILL DEPEND UPON SITE CONDITIONS AND SHALL BE CONSTRUCTED ACCORDING TO THE SPECIFIC PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER. COLD JOINT (TYP) MIN.017' CSTC 4 WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO 5. `/ (COMPACTED DEPTF 0.5' CEMENT CONCRETE 5. DUE TO THE MINIMUM SIZE RADIUS OF 15', SPECIAL CONSIDERATIONS NEED TO BE MADE TO ALLOW FOR ADA REQUIREMENTS ON RESIDENTIAL APPROACH THE RAMPS. 15' RADIUS DESIGNS MUST BE SUBMITTED AND APPROVED BY THE CITY ENGINEER PRIOR TO CONSTRUCTION. 6. ALL SIDEWALK WITHIN COMMERCIAL APPROACH LIMITS, FROM RADIUS POINT TO RADIUS POINT, SHALL BE 0.5' CEMENT CONCRETE ON 0.33' CSTC. 7 EACH COMMERCIAL DRIVEWAY PAY ITEM SHALL INCLUDE ALL ASSOCIATED RAMPS, CURBING, TRUNCATED DOMES, APRON, AND SIDEWALK. SEE PAY LIMITS ABOVE. �Tt City Of Yakima City of Yakima - Standard Detail %';' Engineering Division fi DRIVEWAY APPROACHES R4 Yakima, Second Street Yak Yakima, Waashi ngtt on NOT TO SCALE Revision 02 -2014 1 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. k ilb FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING SEE PLANS COLD JOINT S= 0.02ft/ft . 1111.1115 ..... ...16 0.33' CEMENT CONCRETE SEE PLANS COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) S= 0.02ft/ft [COLD JOINT 4" STANDARD SECTION iKRv 0.5 CEMENT CONCRE TE 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. i of City Of Yakima City of Yakima - Standard Detail E fe L `°_ Engineering Division "� /�•�'.`� 129 North Second Street I CEMENT CONCRETE SIDEWALK R5 ��i/ NOT TO SCALE �� +� Yakima, Washington Revision 03 -2011 EXISTING PAVEMENT - DEPTH VARIES APPLY CSS -1 & SAND TO SEAL THE SURFACE JOINTS. ASPHALT CONCRETE PATCH APPLY CSS -1 TO EDGES OF REPAIR SECTION AND TO LIMITS SURFACE OF CONCRETE, IF OVERLAYED. _ 1.0' EXCAVATION 1.0' _ 1.0' LINE MI 4.41° MIME M 44,a 40 ALTERNATE BACK SLOPE AT CONTRACTORS a OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA HMA CL. 1/2" PG 64 -28 @ 1.5 TIMES DEPTH OF EXISTING ASPHALT 0.25' MIN. (COMPACTED DEPTH in 2 EQUAL LIFTS) 0.5' CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACING EXISTING SURFACE - DEPTH VARIES GRAVEL SURFACE PATCH LIMITS 1.0' EXCAVATION 1.0' 1.0' LINE (MIN) aignanigninti ranignantarr.; =Ma= a � 1 ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 0.17' CSTC (COMPACTED DEPTH) GRAVEL SURFACING UNSURFACED AREAS EXISTING PATCH LIMITS GROUND _ 1.0' EXCAVATION 1.0' _ 1.0' LINE (MIN) Q ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 1.0' MIN. (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS OVER 2 INCH. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. 2. CONTRACTOR SHALL BE AWARE THAT GEO- TEXTILE - FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS. r x City Of Yakima City of Yakima - Standard Detail Engineering Division a'j /14' TYPICAL SURFACING R7 two .: 129 North Second Street + Yakima, Washington NOT TO SCALE Revision 11 -2008 9-1/2" 8" MONUMENT CASE TO BE SATHER MFG. CO #2022 OR 7-1/8" APPROVED EQUIVALENT —�� h.-1/2" 1/2" / O 6-7 A A 3/16" WIDE BEAD, 1/8" 81/8" HIGH MONUMENT CASE MONUMENT CASE 1 1/2" C T ASPHALT (COMPACTED DEPTH) �NA� 6" CLASS 3000 CONCRETE 2" ALUMINUM, BRONZE CRUSHED SURFACING TO BE OR BRASS SURVEY CAP PLACED AFTER PLACEMENT OF MONUMENT CASE SUFFICIENT 5/8" REBAR - 24" LENGTH TO SECURE MONUMENT MIN. SECTION NOTES 1. MONUMENT TO BE PLACED AFTER FIRST LIFT. 2. TOP OF MONUMENT CASE SHALL BE 1" BELOW TOP OF FIRST LIFT. 3. MONUMENT CASE TO BE PLACED AFTER FINAL LIFT OF ASPHALT. 4. IN UNIMPROVED ROADS, THE MONUMENT CASE SHALL BE SET WITH THE TOP OF THE CASE 6" BELOW EXISTING GRADE. 5. WSDOT CLASS 3000 CONCRETE WITH AGGREGATE GRADING NO. 5. City Of Yakima City of Yakima - Standard Detail [A` Engineering Division kA, l SURVEY MONUMENT R8 ' \ r�r 129 North Second Street NOT TO SCALE ;;;'" Yakima, Washington Revision 11 -2008 CLASS 3000 CEMENT 1 1/2" CLASS "G" ASPHALT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" ASPHALT PAVEMENT 12" + + + + + + + ++ + + + + ++ + + + + ,, ill +++:++++++,.:++++:+++++++:+:+++++4 . ` + ` + + 7 + + + + + + + SUBGRADE s,,\ ` \ 1 /\ \ %' PLACE AND COMPACT CRUSHED , BASE SURFACING TOP COURSE _- 1= \ \\ i 6" 11"- ' GROUT ALL JOINTS WITH , A � CROUT GYPSUM V ♦ \ SMOOTH INSIDE BARREL PAVED AREAS CLASS 3000 CEMENT CONCRETE [-N— FULL DEPTH OF SECTION. SLOPE 1/4 INCH PER FOOT AWAY FROM GRAVEL SURACING COVER. 12" ,. SUBGRADE 'X /, \�� ∎ f r uwuuuw -{ GROUT ALL JOINTS �,� \ \ CONCRETE PERIMETER SEAL WITH GROUT. NON-GYPSUM ' \," V ' SHALL EXTEND 6" BELOW ADJUSTMENT RINGS SMOOTH INSIDE BARREL ■ 1 i UNPAVED AREAS r � 4 x�9 ; City Of Yakima City of Yakima - Standard Detail h , � E Division MANHOLE ADJUSTMENT S3 I .'�, . 129 North Second Street ;; Yakima, Washington NOT TO SCALE Revision 11 -2010 1 I 23.7" 26.2" , [601 01 m mm] [665mm] a ® 2" NPS,SCH. 40, 2 3/8" O.D. TENON 8'(TYP) . `` Ili OR AS SPECIFIED I I , � 11-61„ I j I 5.1" II� I�I I �' 1 1-1 �i � 1 'i� �i 4.6 _ _ __l_�, , . 11.E "1. . [129mm] r [117mm] 1 11 3" I • . ' t i O co �'�� 11 9.3" \ 14.5" C = 7.0 �I [237mm] I � . _!_l_17! 6/ � [368mm] ICJ �� ∎ ; - •C7 1 .'. DAVIT ARM 6063 -T6 ALUM. TAPERED 6" X 3 1/2" X 188" RESIDENTIAL LUMINAIRE ARTERIAL LUMINAIRE WALL, SATIN GROUND FINISH, 80 GRIT RADIUS = 5-9" I CREE XSP1 SERIES LED STREET LIGHT CREE XSP2 SERIES LED STREET LIGHT —_ HORIZONTAL TENON - TYPE III 53W - ADJ DRIVER - FUSED HORIZONTAL TENON TYPE II SLIPOVER JOINT, -SHAFT INSERTED 139W - ADJ. DRIVER 12" INTO DAVIT ARM, 5/8" X LG. S/S HEX X HEAD BOLTS,-NUTS, UTSS , I. ,_ FLATS & LOCK WASHERS LOCK I 3' MAX. THE ASSEMBLY ELIMINATE ALL SLACK in HANDHOLE INSULATED GROUNDING BUSHING co BOND INSTALL COMPLETE WITH I BOLT COVERS QUICK DISCONNECTS (STD. 2" NOM. GROUT PAD WITH J -BOX SPEC. 9- 29.7) 1 i 1/2" DRAIN HOLE 6063-T6 ALUM SHAFT TAPERED '1 ii FLUSH w/ SIDEWALK 8" X 6" X .250 WALL SATIN I I / • = GROUND FINISH, 80 GRIT 4" X 6" 1^ MAX — °- !P'7��� FLUSH HANDHOLE 1I • •' C/W S/S HARDWARE & 114 GROUND WIRING Z 1" CHAMFER j I I • I �'►. • • • A I I ' ! CAST ALUM. SHOEBASE (COMPLETE) ° l #4 HOOPS AT 1' -0" I ' [ • — u =u —p: a — _ii; .11=0=11#4 1 = 0 = 11 CENTERS • l I tt 4 STREET LIGHT BASE SHALL - — \— = T il y/ • i :.. BE FLUSH WITH SIDEWALK �ytt'' 1 AND /OR CURB II i • J A l I I 2" SCHD. 40 PVC CONDUIT ;x; �. a • v SIDEWALK 2% T.:0 o 1 CURB �-- I EIGHT #7 BARS . a- r• , t IA EVENLY SPACED '4 • M • . • a . 1 PORTLAND CEMENT • • • • • CONCRETE CL. 3000 (SEE • , POLE PLACEMENT POLE FOUNDATION DETAIL) ADJACENT TO 5/8" x 10-0" COPPER -CLAD { 3 — I NOTE. SQUARE GROUND WIRE I OR ROUND OR AS APPROVED BY CITY ENGINEER 1 All WORK AND MATERIALS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC). 2. JUNCTION BOX, CONDUIT AND CONSTRUCTION METHODS SHALL BE PER WSDOT - TYPE 1 UNLESS OTHERWISE I SPECIFIED AND APPROVED BY THE CITY ENGINEER. 3. ALL ELECTRICAL CONDUIT SHALL BE A MINIMUM OF 2" DIAM. AND MAINTAIN 24" MINIMUM COVER. SWEEPS AND PLAN LOCATION SHALL BE PER POWER COMPANY AND SHALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL. 4 ALL SERVICE CONNECTIONS WHETHER INDIVIDUAL OR MULTIPLE POLES SHALL BE PEDESTAL MOUNT ONLY I SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE. 5. SERVICE PEDESTALS SHALL BE METERED 6. LUMINAIRE SHALL BE LEVELED IN BOTH DIRECTIONS AFTER POLE IS PLUMBED 1 I 04.•. / City Of Yakima City of Yakima - Standard Detail _ Engineering Division vili�; STREET LIGHT El \� 129 North Second Street ` # # Yakima, Washington NOT TO SCALE Revision 4 -2015 1 1 1 1 1 4 BOLT GALVANIZED STEEL BASE PLATE T 5" x 7" OVAL HANDHOLE WITH REMOVABLE COVER 1 REMOVABLE BASE / COVER (2 PIECE) FINISHED GRADE �j ,�J �`' .. If' ` 11\ e OW/ cr 1 F- a I• . ; CEMENT CONCRETE ANCHOR 36" DIA. x 8' N �� '� DEPTH. FORM 24" SQUARE x 4" DEPTH AT TOP 1..1 • , 1 1L tv L f— OF BASE (CHAMFER EDGES). GROUT BETWEEN ANCHOR BASE AND BASEPLATE I 11111 AFTER POLE IS PLUMB AND SECURED L_L 1 , • 4 GALVANIZED STEEL ANCHOR BOLTS WITH • g DOUBLE NUTS AND DOUBLE WASHERS. 2" SCHEDULE 40 PVC • . 1 —�, a • ANCHOR BOLTS SHALL EXTEND 4 1/2" CONDUIT(S) EXTEND 5" '). ABOVE CONCRETE BASE. BOLT CIRCLE ABOVE BASE AND ANGLE END ° � �. • DIMENSIONS AND ANCHOR BOLT SIZE 1 TOWARD HANDHOLE IN POLE. ° SHALL BE SUBMITTED BY POLE • MANUFACTURER. F ° 1 ■LL• REINFORCING STEEL BARS REQUIRED. 8 ZO ° NO 7 BARS VERTICAL. EVENLY SPACED --T � a ° sm AROUND PERIMETER. 8 -NO 4 HOOPS AT 12" ON CENTERS. 3" MINIMUM CONCRETE 1 COVER. REBAR SHALL NOT BE WELDED. 5/8" x 10' COPPER WELD GROUND 1 ROD (SERVICE POLE ONLY) POLE FOUNDATION 1 1 1 I c4 . e t, . City Of Yakima City of Yakima - Standard Detail 6 %�I Engineering Division SIGNAL POLE FOUNDATION E3 1 .:,:,� s . i 129 Yakima North W Second ashington Street , NOT TO SCALE Revision 7 -2011 r 1 1 FINISHED GRADE • BACKFILL AND CONDUIT BEDDING MATERIAL SHALL BE COMPACTED CRUSHED SURFACING TOP COURSE. CV \�\ ` ,o _ s„ ow— / \ o • �— oo >>/ • •o Zoi = er 2" SCHEDULE 40 CONDUIT SHOWN ON THE PLANS CONDUIT TRENCH SECTION NOTE: 1. All WORK AND MATERIALS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC). 2. JUNCTION BOX, CONDUIT AND CONSTRUCTION METHODS SHALL BE PER WSDOT - TYPE 1 UNLESS OTHERWISE SPECIFIED AND APPROVED BY THE CITY ENGINEER. 3. ALL ELECTRICAL CONDUIT SHAL BE A MINIMUM OF 2" DIA. AND MAINTAIN 24" MINIMUM COVER. SWEEPS AND PLAN LOCATION SHALL BE PER POWER COMPANY AND SHALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL. 4. ALL SERVICE CONNECTIONS WETHER INDIVIDUAL OR MULTIPLE POLES SHALL BE PEDESTAL MOUNT ONLY. 5. SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE. ■ OE` �.� City Of Yakima City of Yakima - Standard Detail d Engineering Division CONDUIT TRENCH SECTION E5 I , j��� . 129 North Second Street ;;„m : Yakima, Washington NOT TO SCALE Revision 7 -2011 .11. IMI ME MI ME ME .1. Ell ME =I 111111 IIIIII Mill 11.11 ME 1111111 Mil EMI Ell MINIMUM LANE CLOSURE TAPER LENGTH = L (feet) SIGN SPACING = X (1) CHA SPACING (feet) BUFFER BUFFER DATA RURAL ROADS 45(55 MPH 500'± MPH TAPER TANGENT LONGITUDINAL BUFFER SPACE = B LANE Posted Speed (mph) RURAL ROADS 8 URBAN ARTERIALS 35140 MPH 350' ± 50(70 40 80 WIDTH (feet) 25 30 35 40 45 50 RURAL ROADS 8 URBAN ARTERIALS 25 / 30 MPH 200' ± (2) 35145 30 60 25 30 35 40 45 50 RESIDENTIAL 8 BUSINESS DISTRICTS 25/30 20 40 10 105 160 205 270 450 500 LENGTH (feet) 155 200 250 305 360 425 URBAN STREETS 25 MPH OR LESS 1130 (2) 11 115 165 225 295 495 550 THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT BUFFER VEHICLE ROLL AHEAD DISTANCE = R 12 125 180 245 320 540 600 ROADWAY CONDITIONS - - TRANSPORTABLE ATTENUATOR 30 FEET MIN MINIMUM HOST VEHICLE WEIGHT 15,000 LBS THE TO MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH 100 FEET MAX THE MANUFACTURERS RECOMMENDATION PCMS a _ _ _1 • • 31 • • • T // • • • �• 1 2 • • • • AMY/ I % // • • RIG HT 1 MILE j / • • LANE �'I� 7 b b p • •• • • w ORKAAFA CLOSURE AHEAD A I SEE 20 SEC 20 SEC NOTE 4 FIELD LOCATE 1 MILE IN X X X _ L B R 100 t ADVANCE OF LANE CLOSURE SIGNING / 48" / \ 48" /ROAD / .,/ ■ WORK N H ! NOTES. 48" 48" 1 SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. W20.1 W4 -2(L) . 48" 2. EXTEND DEVICE TAPER AT U3 ACROSS SHOULDER. I GHTLANE , 1 - - ( LEGEND CLOSED o 0E R SA, 3 DEVICES SHALL NOT ENCROACH INTO THE ADJACENT LANE. IN TEMPORARY SIGN LOCATION \HEAD / A. 4 USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000' (FT) ® TRAFFIC SAFETY DRUM (RECOMMENDED), ir W 2 0 - _ ♦'' L 1" 5. DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE �D SEQUENTIAL ARROW SIGN k.: ay , � ' i 20' (FT), ' 1.11 v•! TRANSPORTABLE ATTENUATOR °/OMAL 6 ALL SIGNS ARE BLACK ON ORANGE. 1 PCMS 1 PORTABLE CHANGEABLE MESSAGE SIGN City Of Yakima City of Yakima - Traffic Control Plan �? SING LANE CLOSURE FOR MULTI -LANE ROADWAY 1'� ��` � Engineering Division v.. g g TC 1 1 , r . 129 North Second Street NOT TO SCALE Yakima, Washington Revision 07 - 2015 NM (feet) SPACING = X (1) MINIMUM TAPER LENGTH = L CHANNELIZATION DEVICE BUFFER DATA ( ) SPACING (feet) RURAL ROADS 45/55 MPH 500' MPH TAPER TANGENT LONGITUDINAL BUFFER SPACE = 8 RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' LATH Posted Speed (mph) 50 40 80 - SPEED (MPH) 25 30 35 40 45 50 55 60 RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH 200' (2) (feel) 25 30 35 40 45 50 35/45 30 60 RESIDENTAL & BUSINESS DISTRICTS 10 105 150 205 270 450 500 25/30 _ 20 40 LENGTH (feet) 155 200 250 305 360 425 • - URBAN STREETS 25 MPH OR LESS 100' (2) ' 51 115 165 225 295 495 550 BUFFER VEHICLE ROLL AHEAD DISTANCE = R (1 au nt $ gPA T CI G�q a UCS7TtQENp T q os 0 INTERCHANGE (?(( TTRIS SPACING MAY 9E'REOUCEOSN U TAN a FIT 12 125 180 245 320 540 600 TRANSPORTABLE ATTENUATOR 30 FEET MIN ROADWAY CONDITIONS MINIMUM HOST VEHICLE WEIGHT 15,000 LBS THE TO / 48" MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH THE — 100 FEET MAX MANUFACTURERS RECOMMENDATION ROAD PROTECTIVE VEHICLE NO SPECIFIED \ AHEAD i 2 MAY BE A WORK VEHICLE STRATEGICALLY LOCATED DISTANCE \ / 4� l. TO SHIELD THE WORK AREA REQUIRED \ / / 48` W4-2R / \\ W20.1 / LEFT LANE \ (\ CLOSED ) \AHEAD W20 -5L x x 1 x L/2 R B L L/2 to TAPER — TAPER T ` U ■ — 11 IA D ------ 11 c o — — — — 11° o a - — — — • o D ObQ n G n o— ® a j � / o a O p p ash — — — — C l —0 a — — :—.-- � r M [d q X X X L B R 7 \48" PCMS ROAD \ 2 WORK CENTER LEFT LANE AHEAD CLOSED TURNING / 48" \ 1 /\ /4$" 2.0 SEC 2.0 SEC / LEGEND W20-1 / \ � 6E R `- p- l s FIELD LOCATE IN ADVANCE LQ TEMPORARY SIGN LOCATION CLOSED / \/ � � � o lt � � y Fd` � OF TEMPORARY SIGNS A. 0 CHANNELIZING DEVICES \ \A HEAD/ 48~ a 4' N OTES l>1>(> \ . / SEQUENTI ARROW SIGN � . ' W20-5L '' 1 SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. sd e ® PROTECTIVE VEHICLE �T� .yc 2. ALL SIGNS ARE BLACK ON ORANGE ° /ONAL 1 P CM S1 PORTABLE CHANGEABLE MESSAGE SIGN t >'�14 City Of Yakima City of Yakima - Traffic Control Plan ''�` f`j, LEFT LANE CLOSURE FOR 4 -LANE ROADWAY ., ;;� � � Engineering Division ' �� TC2 wr 129 North Second Street NOT TO SCALE Yakima, Washington Revision 07 -2015 i11= — — — — !♦ BUFFER DATA SIGN SPACING = X (1) LONGITUDINAL BUFFER SPACE = B RURAL ROADS 45/55 MPH 500't W20-7B (OPTIONAL IF SPEED (MPH) 25 30 35 40 45 50 55 RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350' t 40 MPH OR LESS) RURAL ROADS. URBAN ARTERIALS. 25 / 30 MPH 200' t(2) LENGTH (FEET) 155 200 250 305 360 425 495 RESIDENTIAL & BUSINESS DISTRICTS 7 48" 48" BUFFER VEHICLE ROLL AHEAD DISTANCE = R URBAN STREETS 25 MPH OR LESS 100 t (2) BE IIIiI; O (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE PREPARED • INTERSECTIONS AND DRIVEWAYS W TRANSPORTABLE ATTENUATOR 30 NE O (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT TO STO MINIMUM HOST VEHICLE WEIGHT 15,000 LBS THE ROADWAY CONDITIONS MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH 101 �A X � 8 48 THE MANUFACTURERS RECOMMENDATION W20 - 7B ONE LANE W20 - 1 PROTECTIVE VEHICLE NO ROAD SPECIFIED MAY BE A WORK VEHICLE STRATEGICALLY LOCATED DISTANCE AHEAD TO SHIELD THE WORK AREA REQUIRED \ 48" 50' TO 100 53 TO 100' W20 W20 - 6 DEVICE 6 DEVICE MIN I lit B MIN I X I X I X I X Mo / AREA a i -5�:� �_ 0 0 A ® o a 7 a— aoaa - a- 00 0a -(oaa — — — — — 01 a a 18 e8100 X X X X I 50' TO 300' 48" 4 8" ONE LANE ROAD CHANNELIZATION DEVICE AHEAD SPACING (FEET) 48" 4 8" MPH TAPER TANGENT 35/45 10 TO 20 60 48" W204 48" VVPO - 25/30 10 TO 20 _ 40 ROAD BE WORK ) PREPARED AH TO STOP/ q8° 48" NOTES: W20 -1 W20 -7B W20 - 7B (OPTIONAL IF 1-8-l5 1 ALL SIGNS ARE BLACK ON ORANGE 40 MPH OR LESS) t.eE R , Sy F �. 2 EXTENDING THE CHANNELIZING DEVICE TAPER ACROSS LEGEND SHOULDER IS RECOMMENDED, FLAGGING STATION 3, NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT 'i" > ; .` " I - FLAGGING STATIONS. SEE THE STANDARD SPECIFICATIONS FOR lQ TEMPORARY SIGN LOCATION w y , ADDITIONAL DETAILS, 0 CHANNELIZING DEVICES , ° 4, SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS, mug PROTECTIVE VEHICLE %:rt: City Of Yakima City of Yakima - Traffic Control Plan ;; 11,; �'�, Engineering Division ONE -LANE, TWO -WAY TRAFFIC CONTROL WITH FLAGGERS ;� : I 1 29 North Second Street NOT TO SCALE Yakima, Washington Revision 07 -2015 1 Ouazito 1 1 SPECIFICATIONS/DATA 13" x 24" PC Style (Stackable) Assembly 1 3/8 -16 UNC STAINLESS STEEL ' ''r/ HEX HEAD BOLT 14 W/ WASHER ® (3g2) 4• a ' 0 ( ) g) ■1 ..‹......................... IC v+ �� ' 1/2" (13) X 4" (102) PULL SLOT 1 SKID RESISTANT SURFACE 3 /e -16 UNC � ? COVef'S (Blank unless logo is specified) CARRIAGE BOLT DESIGN/ DESCRIPTION PART NO. WEIGHT # TEST LOAD # ANSI TIER* ® W!2 Bolts PC1324CA00 23 (10.4 kg) 5,000 / 7,500 5 COVER ® Gasketed w/2 Bolts PC1324CG00 23 (10.4 kg) 5,000 / 7,500 5 ® No Bolts PC1324WA00 23 (10.4 kg) 5,000 / 7,500 5 i = • Gasketed covers and bolt grommets must be used with a gasketed box. a Gaskets reduce the inflow of fluids but do not make the enclosure water tight. ct 16 o a. (411/4" N Z(6g2 ' , 0 -J • _ a I ' ( 6 10 ) A (3 3, I. 11 1/4" 1/2" 1 (286) ( I 1 BOX 1 /2" B t (13) 2X 4" (102) X 4" (102) 1 MOUSEHOLES (PC1324BB only) B oxes ( Stac kable w ith self- aligning, replaceable EZ -Nut) DIMENSION DIMENSION DESIGN/TEST 1 DESCRIPTION PART NO. WEIGHT # A B LOAD # ANSI TIER* Open Bottom PC13246Al2 50 (22.7 kg) 12" (305 mm) N/A 5,000 / 7,500 5 ® Open Bottom w /Gasket PC1324BG12 50 (22.7 kg) 12" (305 mm) N/A 5,000 / 7,500 5 ® Open Bottom w/2 PC1324BB12 50 (22.7 kg) 12" (305 mm) N/A 5,000 / 7,500 5 I Mouseholes ® Solid Bottom PC1324DAl2 60 (27.2 Ica) 12 1/2" (318 mm) N/A 5.000 / 7.500 5 Solid Bottom wlGasket PC1324DG12 60 (27.2 kg) 12 1/2" (318 mm) N/A 5,000 / 7,500 5 ® Footed Box PC1324JAl2 57 (25.9 kg) 12 1!2" (318 mm) , 2 7/8" (73 mm) 5,000 / 7,500 5 111 Dimensions & weights in parentheses are metric equivalent. * Loadings comply with ANSI /SCTE 77 (see page 9). - , • ( --- 4=::MO -- Th - APRIL 2008 26 MOM MOM CITY, INC. I 1 nuazite® 1 1 SPECIFICATIONS/DATA 17" x 30" PC Style (Stackable) Assembly 3/8 -16 UNC I STAINLESS STEEL 1 8 HEX HEAD BOLT 1/2" (13) X 4 (102) ( 1 �4' W/ WASHER PULL SLOT CO .4) • I 3140) , / 3 (9) & 1 y <55;"› �_ Covers (Blank unless logo is specified) I DESIGN/TEST 3/8 - 16 UNC 5 COF SKID DESCRIPTION PART NO. WEIGHT # LOAD # ANSI TIER* CARRIAGE BOLT RESISTANT SURFACE ® W/2 Bolts PC1730CA00 33 (15.0 kg) 5,000 / 7,500 5 COVER ® Gasketed w/2 Bolts PC173OCG00 33 (15.0 kg) 5,000 / 7,500 5 ® No Bolts PC1130WA00 33 (15.0 kg) 5,000 / 7,500 5 • Gasketed covers and bolt grommets must be used with a gasketed c5 box. Gaskets reduce the inflow of fluids but do not make the enclosure ■ water tight. CC C • J 33 ; 4 / AR . (s 8 1/ 1g 29dgi) (40" P P 1 ' 9 ............ . 1 ►, 1 1 1 /4" I (286) -1/2" (13) L . 1 2X 4" (102) X 4" (102) 1 BOX 1/2 "J B MOUSEHOLES (PC1730BB only (13) 1 Boxes (Stackable with self- aligning, replaceable EZ -Nut) DIMENSION DIMENSION DESIGN/TEST DESCRIPTION PART NO. WEIGHT # A B LOAD # ANSI TIER* I ® Open Bottom PC17306Al2 58 (26.3 kg) 12" (305 mm) N/A 5,000 / 7,500 5 0 Open Bottom w /Gasket PC17308G12 58 (26.3 kg) 12" (305 mm) N/A 5,000 / 7,500 5 ® Open Bottom w/2 PC1730BB12 58 (26.3 kg) 12" (305 mm) N/A 5,000 / 7,500 5 Mouseholes ® Solid Bottom PC1730DAl2 83 (37.6 kg) 12 1/2" (318 mm) N/A 5,000 / 7,500 5 Solid Bottom w /Gasket PC1730DG12 83 (37.6 kg) 12 1/2" (318 mm) N/A 5,000 / 7,500 5 ® Footed Box PC1730JAl2 67 (30.4 kg) 12 1/2" (318 mm) 2 7/8" (73 mm) 5,0u0 / 7,500 5 Dimensions & weights in parentheses are metric equivalent. I * Loadings comply with ANSI /SCTE 77 (see page 9). 1 APRIL 2008 MOM CITY, INC. 28 1 Ouazitc 24" x 36" PG Style (Stackable) Assembly I SPECIFICATIONS/DATA and 24" x 36" PD Style Assembly 1 POLYMER TONGUE & GROOVE 3/8 -16 UNC STAINLESS • . 3/8 -16 UNC STAINLESS • 2 „ STEEL HEX HEAD BOLT V 6 4 STEEL HEX HEAD BOLT 5�8 ft 61 I W (2) 35 1 W/WASHER (2)9p5� 1 ■ ��1 ' Cd6 o '% 1 C(r6) X 1/2" 4" (102) X ) •.:: 1/2" (13) PULL SLOT X 4" (102) COVER .5 COF SKID PULL SLOT RESISTANT SURFACE 2 PIECE COVER .5 COF SKID I RESISTANT SURFACE 1 • 5/8 � 28° 3 ( 95 ,.� ggo 1 13 — 2g 1 z 3/ � /� 'a) 1 1 33 3 6�) L44" � � � � . �� N LIFTNG ( ^�� 3 3 8 8 ( 1 5 3 • r m BOLT (4) ��� ����� B i S3 1 I G I) I , 1 /2" II I (10) 3/8" 70 �l (13) / (203) (10) III it %i' ' I' 4 3 4 (121) X Z (51)" I / ( ) 17 ' PG BOX LF1NG BOLT (4) 2" 1 G 2x 4 (102) X 4" (102) PG BOTTOM EXTENSION KNOCKOUTS (8) MOUSEHOLES (PG2436BB only) 1 1 • 3( 5) (4; r 1 41 P E 1/2" 4 1 (13) 1 `i i,...__41k31(941. 83 j (51) 2X 4" 102 ) X 4" (102) ` MOUSEHOLE(PD2436BB only) 1 PD BOX LIFTING INSERTS (4) 1 ,..-- \ • t 6BN0® CITY, INC. APRIL 2008 33 nUaZite 1 24" x 36" PG Style (Stackable) Assembly I SPECIFICATIONS/DATA and 24" x 36" PD Style Assembly Covers (Blank unless logo is specified) I DESCRIPTION PART NO. WEIGHT # DESIGN/TEST # ANSI TIER* ® W/2 Bolts PG2436CA00 100 (45 kg) 8,000 / 12,000 8 • Covers with meter lids available upon request. ® Gasketed w/2 Bolts PG2436CG00 100 (45 kg) 8,000 / 12,000 8 See page 12 or page 56 for meter lid cover load rating explanation. I 2 -Piece w/2 Bolts PG2436CS00 122 (55 kg) 8,000 / 12,000 8 • Gasketed covers and bolt grommets must be ® No Bolts PG2436WA00 100 (45 kg) 8,000 / 12,000 8 used with a gasketed box. Gaskets reduce the ® Heavy Duty w/2 Bolts PG2436HA00 115 (52 kg) 15,000 / 22,500 15 inflow of fluids but do not make the enclosure ® Gasketed Heavy Duty PG2436HG00 115 (52 kg) 15,000 / 22,500 15 water tight. I w/2 Bolts Heavy Duty 2 -Piece PG2436HS00 122 (55 kg) 15,000 / 22,500 15 w/2 Bolts Heavy Duty w/2 Bolts PG2436HH00 122 (55 kg) 22,500 / 33,750 22 I PG Boxes (Stackable with self- aligning, replaceable EZ Nut) **24" - 42" Deep boxes must be used as bottom of any stack.) DIMENSION DIMENSION DESIGN/TEST DESCRIPTION PART NO. WEIGHT # A B LOAD # ANSI TIER* PG2436BA18 141 (64 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 PG2436BA24 180 (81.6 kg) 24" (610 mm) 21" (533 mm) 22,500 / 33,750 22 N ® Open Bottom PG2436BA30 196 (88.9 kg) 30" (762 mm) 27" (686 mm) 22,500 / 33,750 22 .. PG2436BA36 254 (115 kg) 36" (914 mm) 33" (838 mm) 22,500 / 33,750 22 PG2436BA42 293 (133 kg) 42" (1067 mm) 39" (991 mm) 22,500 / 33,750 22 -C PG2436BB18 139 (63.1 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 O ® Open Bottom PG2436BB24 178 (80.7 kg) 24" (610 mm) 21" (533 mm) 22,500 / 33,750 22 J w/2 Mouseholes PG2436BB30 194 (88.0 kg) 30" (762 mm) 27" (686 mm) 22,500 / 33,750 22 5 PG2436BB36 252 (114 kg) 36" (914 mm) 33" (838 mm) 22,500 / 33,750 22 ..7 PG2436BB42 293 (133 kg) 42" (1067 mm) 39" (991 mm) 22,500 / 33,750 22 OJ PG2436DA18 171 (78 kg) 18 1/2" (470 mm) 15" (381 mm) 22,500 / 33,750 22 PG2436DA24 228 (103.4 kg) 24 1/2" (622 mm) 21" (533 mm) 22,500 / 33,750 22 J ® Solid Bottom PG2436DA30 238 (107.0 kg) 30 1/2" (775 mm) 27" (686 mm) , 22,500 / 33,750 22 PG2436DA36 282 (128 kg) 36 1/2" (927 mm) 33" (838 mm) 22,500 / 33,750 22 PG2436DA42 321 (146 kg) 42 1/2" (1080 mm) 39" (991 mm) 22,500 / 33,750 22 I PD Boxes DIMENSION DIMENSION DESIGN/TEST DESCRIPTION PART NO. WEIGHT # D E LOAD # ANSI TIER* I PD2436BA18 159 (72 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 Open Bottom PD2436BA26 199 (90 kg) 26" (660 mm) 23" (584 mm) 22,500 / 33,750 22 PD2436BA48 313 (142 kg) 48" (1219 mm) 45" (1143 mm) 22,500 / 33,750 22 t Open Bottom PD2436BB18 157 (71 kg) PD24368B26 197 (89 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 w/2 Mouseholes 26" (660 mm) 23" (584 mm) 22,500 / 33,750 22 PD2436BB48 311 (141 kg) 48" (1219 mm) 45" (1143 mm) 22,500 / 33,750 22 Open Bottom PD2436BG18 159 (72 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 I w /Gasket PD2436BG26 199 (90 kg) 26" (660 mm) 23" (584 mm) 22,500 / 33,750 22 PD2436BG48 313 (142 kg) 48" (1219 mm) 45" (1143 mm) 22,500 / 33,750 22 Extensions (For use under 18" deep box only, one per box.) I DIMENSION DIMENSION DESIGN/TEST DESCRIPTION PART NO. WEIGHT # F G LOAD # ANSI TIER* Open Bottom PG2436EA08 81 (37 kg) 8 3/4" (222 mm) 1" (25 mm) 22,500 / 33,750 22 I Solid Bottom PG2436RA08 95 (43.1 kg) 9 1/4" (235 mm) N/A 22,500 / 33,750 22 Dimensions & weights in parentheses are metric equivalent. Loadings comply with ANSI /SCTE 77 (see page 9). I APRIL 2008 66NOIR CITY, INC. 34 MN M NOTES o PIPE ALLOWANCES . '',11 . 1. As acceptable alternatives to the rebar shown in the PRECAST BASE ��� SECTION, fibers (placed according to the Standard Specifications), or ,����� MAXIMUM wire mesh having a minimum area of 0.12 square inches per foot shall \,j PIPE MATERIAL INSIDE be with the minimum required rebar shown in in the the ALTERNATIVE m '� DIAMETER PRECAST ST T SECTION. Wire SECTION. re mesh shall not be placed in the 1 knockouts. it REINFORCED OR 12" PLAIN CONCRETE 2. The knockout diameter shall not be greater than 20" Knockouts shall FRAME AND VANED GRATE have a wall thickness of 2" minimum to 2.5" maximum. Provide a 1.5" ALL METAL PIPE 15" minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with joint mortar in accordance cPSSP * with Standard Specification 9-04.3. (STD. SPEC. 9-05.20) 12' 3. The maximum depth from the finished grade to the lowest pipe invert SOLID WALL PVC 15 " shall be 5' -"¢ (STD. SPEC. 9-05.12(1)) : 44(00 0y 4. The frame and grate may be installed with the flange down, or integrally PROFILE WALL PVC 15 " cast into the adjustment section with flange up. (STD. SPEC. 9 s. * CORRUGATED POLYETHYLENE 5. The Precast Base Section may have a rounded floor, and the walls may STORM SEWER PIPE be sloped at a rate of 1:24 or steeper 2 ", 4 ", 6 ', 12', OR 24" 6. The opening shall be measured at the top of the Precast Base Section. � 7 All pickup holes shall be grouted full after the basin has been placed. ONE #3 BAR FOR 6" HEIGHT INCREMENT (SPACED EQUALLY) RECTANGULAR ADJUSTMENT SECTION '` a 4414 } / / r / C 5°4..gtr gl3 < O , 44 5 35 O , tt > t f ' E' 94 S T BA \{ / 8 03 BAR EACH CORNER till #3 BAR EACH CORNER S S �a AL °G 1 ) 1 18• MIN. <i s /MI CATCH BASIN TYPE 1 03 BAR HOOP EACH SIDE \ y 03 BAR HOOP �` STANDARD PLAN B- 5.20 -01 SHEET 1 OF 1 SHEET � �• APPROVED FOR PUBLICATION Pasco Bakotich 111 06 -16-11 #3 BAR EACH WAY / (SEE NOTE 1) STATE DESIGN EM SEER are T w Shits D.peMre of T�pvlmion PRECAST BASE SECTION ALTERNATIVE PRECAST BASE SECTION -" IIIMIIIIIIIIIMIIIIIIIIIIIIIIIIIIIIIMIIIMIIIIMIIIIIMIMIMIIMIIEIMIIIIIIIIIIMIIIMIM M I @ , NOTES ,': % ., PIPE ALLOWANCES „ , , 1. As acceptable alternatives to the rebar shown in the PRECAST BASE m ,'� SECTION, fibers (placed according to the Standard Specifications), or �- ��� MAXIMUM wire mesh having a minimum area of 0.12 square inches per foot, shall m �� PIPE MATERIAL INSIDE be used with the minimum required rebar shown in the ALTERNATIVE DIAMETER PRECAST BASE SECTION. Wire mesh shall not be placed in the I knockouts. PLAIN CONCREETE 19' 2. The knockout shall not be greater than 2W, in any direction. Knockouts FRAME AND VANED GRATE shall have a wall thickness of 2' minimum to 2.5" maximum. Provide a ALL METAL PIPE 21" 1.5' minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with Joint mortar in accordance CPSSP * with Standard Specification 9-04.3. D. SPEC. 9-0530) 18" (ST 41'. 3. The maximum depth from the finished grade to the lowest pipe invert SOLID WALL PVC 21' shall be 5' �Y . (STD. SPEC. 9-05.12(11) 4. The frame and grate may be installed with the flange down or integrally s PROFILE WALL PVC 21' cast into the adjustment section with flange up. h (STD. SPEC. 9 * CORRUGATED POLYETHYLENE 5. The Precast Base Section may have a rounded floor, and the walls may I I I 111 I II I l*„. I ° A 1 i iii 0 ' . ' ' STORM SEWER PIPE be sloped at a rate of 1:24 or steeper NO1011 2", 4", 6•,12•, OR 24' 6. The opening shall be measured at the top of the Precast Base Section. 7 All pickup holes shall be grouted full after the basin has been placed. ONE 03 BAR FOR EACH 6' HEIGHT INCREMENT, SPACED EQUALLY RECTANGULAR ADJUSTMENT SECTION ��e- 83 BAR EACH CORNER 03 BAR HOOP 18' MIN. t6S Ay 6.. e 4 to k 1: . ' pa i � O a 535 O + � YX 3 .A � ' ��ONAL g y �I ST TR� � 4 G1.4k �$ \ I II S #3 BAR / 5` f ° Two #3 BAR / EACH CORNER / I HOOPS .. \ ........° \ o... REDUCING SECTION FJAO s pE � � y CATCH BA81N TYPE 1 L 1 \ y � STANDARD PLAN B - 5.40 - #3 BAR SHEET 1 OF 1 SHEET ,c,,i<i --i Yk. 44 1 1 dit, _., i 1 ri •a . EACH WAY APPROVED FOR PUBLICATION Pasco Bakotich 111 06 - 16 - 11 (SEE NOTE 1) STATE DESIGN vmINE. DATE PRECAST BASE SECTION ALTERNATIVE PRECAST BASE SECTION T wo Slab Department al Tiansp,nmm. 1111. 11111.1111.111110 11.111 ME M M — MN MM. .1111.1111.1111111111 M — MI a 13' -01/4" _ = 5 -03/4" = 5' -0314' y 3/8" PREMOLDED JOINT FILLER 1 r r J 5 ' -0 "R 11.,111111 (... 5' -ir R. a t - CEMENT CONCRETE v CURB AND GUTTER 5' -0"R 5' -0'R. II '5_.' (I � - 5 . '1 1 RECTANGULAR FRAME AND GRATE - NOT GUTTER PAN INCLUDED IN CURB AND GUTTER BID ITEM NOTES PLAN VIEW 1 The intent of this design is to facilitate the compaction of Hot CATCH BASIN GUTTER PAN Mix Asphalt pavement adjacent to a drainage structure. FACE OF _ CENTERLINE OF FRAME 2. Th e cen o th e d ra i n s may differ from the B GRATE NOTE 2 CURB i centerline of the frame and grate. _ 7 -1012 VARIES 8 12" _ 13" _ 8 12' 1' - 8" - 7 - 10 12" R. " 1" R MATCH 5 12" 1" (1 - SLOPE THE GUTTER PAN DOWN TO 5 12" 1 FACE OF CURB � R MATCH THE RECTANGULAR FRAME 12, 12' R. ROADWAY ROADWAY - }-- SLOPE I }—� SLOPE /y; gid,MI,, ° I 3 ro 5' D I I D TOP OF ; k" W. r, . rt„ Ir TOP OF RECESS 1" R. 1 R . .w�"` "N'l ^; - 12" R. ROADWAY / � J ROADWAY +nda' » W ,,:� 1' R. 1R" t / 0 ,40:'.4,;:::::‘ , .:; 1 1 4. Y Ayr', D / " ° i i i„F. .•i:. 04./ `, F. may — _ t' ° � :4 "7 .. + . 1 ° D .V.' ?. 7.:, ,, = >�j.+.'" • .'' ; -x'4, T.. "y".- O p WAS O SECTION B i `,, ADJUSTMENT SECTION -NOT INCLUDED U D IN CURB AND GUTTER BID ITEM y " i .`- Rill ice` ��". h?`L *z ,e� -` [ . ° DRAINAGE STRUCTURE - NOT INCLUDED 111011101011010118.4" i *� "$}F O,p •fop 2905 �O �Q. Q • ° ° D IN CURB AND GUTTER BID REM »''t * ), . , D,72... .. � , ' �'. ' e ' N J . s' C I S TB fi ' i. � x �.'' .� � „ 1 EXPIRES JULY 27, 2007 SECTION O *F., ` r 11 t'r'te' ' , �' *I ti ''M " 1 Vr ' CEMENT CONCRETE r,yy a �� p W 44 I 44 6 1 *R CURB AND GUTTER SAN J'y 5 t' F � �'71 91I 'll { h1 'a * ti 1 �. "a 9 t ' �I& . Y' �F'�I� I�r� � j '1 V tj11'��El � q + � .� STANDARD PLAN F- 10.16 -00 .1.�4P I . i 1+� I � 1'F $ ro M I f at'C "r3,, � ,, �✓ ��•`' G I �Y d t� q l V,, SHEET 1 OF 1 SHEET y I.; '�i"4 ' '4 4. Is ,Ll't A l - , 4 ,4. ,.,,431^ ? j P APPROVED FOR PUBLICATION i� p 1� i C VIEW •,d ' tg S t1 + h .I. � < .w. t e, • o®ox T '/2 a lE " � ~-ms ' Kevin APPROVED Dayton 12-20-06 �i a � A 1 f ,. (, -_ , . ' 'h y „�( UAW BWYIE>ER � ' �r��° ' ''S'�x ^ "PTO Wath41p1m1 Sbte IerY d , MI MN IIII. IIIIIII 1111111 11111111 .1111 IIIIII MI 1111. IIIII III. I NM ME NM ' NOTES 4' - 0" MIN. - A 4' - 0• MIN. - \" 1 Provide a separate Curb Ramp for each marked or unmarked crosswalk. SEE CONTRACT PLANS SEE CONTRACT PLANS T Curb Ramp location shall be placed within the width of the associated S" EXPANSION JOINT (TYP.) - PEDESTRIAN CURB - 378" EXPANSION JOINT (TYP.) - PEDESTRIAN CURB - , SEE NOTE 9 crosswalk, or as shown in the Contract Plans. TEE STANDARD PLAN F LANDING SEE NOTE 9 SEE STANDARD PLAN F LANDING 2. Where "GRADE BREAK" is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. `1...............`..... B SIDEWALK - MI ` 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurte BURS AND GUTTER Landing. SIDEWALK _ O nances in front of the Curb Ramp or on any part of the Curb Ramp or {;;;i / _ ` 4. See Contract Plana for the curb design specified. See Standard Plan ` "''= ' i �� F -10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and 4' - 0" MIN. (TYP.) - ∎% —� CURB 8 GUTTER _ - \ a De p SEE CONTRACT PLANS CURB RAMP CURB RAMP DETECTABLE WARNING SURFACE - Pedestrian Curb details. CURB RAMP DETECTABLE WARNING SURFACE - 4' - 0" MIN. (TYP.) - SEE STANDARD PLAN Fd8.10 5. See Standard Plan F - 30.10 for Cement Concrete Sidewalk Details. FACE OF CURB SEE STANDARD PLAN F-45.10 SEE CONTRACT PLANS See Contract Plans for width and placement of sidewalk. f. FACE OF CURB % DEPRESSED CURB 8 GUTTER 8. The Bid Item "Cement Concrete Curb Ramp Type " does not include 1 CROSSWALK DEPRESSED CURB 8 GUTTER FACE the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalks. 3 J 7 The Curb Ramp maximum running slope shall not require the ramp length i PLAN VIEW DETECTABLE WARNING SURFACE - PLAN VIEW to exceed 15 feet to avoid chasing the slope indefinitely when connecting TYPE PARALLEL A SEE STANDARD PLAN F TYPE PARALLEL B to steep grades. When applying the 15 -foot max. length, the running slope 4' - 0"MIN. of the curb ramp shall be as flat as feasible. SEE CONTRACT PLANS GRADE BREAK 8. Curb Ramp, Landing, and Flares shall receive broom finish. See Standard Specifications 8-14. e COUNti:R SLOPE TOP OF 8. Pedestrian Curb may be omitted if the ground surface at the back of the ,��vi� 2.0% MAX. 5 ROADWAY Curb Ramp and/or Landing will be at the same elevation as the Curb �� ��• w..o.m a �,. o sopa Ramp or Landing and there will be no material to retain. CEMENT CONCRETE PEDESTRIAN � LANDING DEPRESSED CURB 8 GUTTER - CURB - SEE NOTE 8 > SEE BTANDARD PLAN F -10.12 AND NOTE 8 SECTION A 15' -0" MAX. 4' - SEE NOTE 7 SEE CONTRACT PLANS LEGEND SIDEWALK - — SLOPE IN EITHER DIRECTION 16 - 0" MAX. 4' - 0" MIN 15' - 0" MAX GRADE BREAK GRADE BREAK SEE NOTE 7 SEE CONTRACT PLANS SEE NOTE 7 e.3% MAX . tam �� 2.0 %MAX \ \• • GRADE BREAK GRADE BREAK �, 8.3 �� 2.O% MAX 9� e�w CURB RAMP LANDING SEE NOTE 9 CURB - 4 ITRIC� 378' EXPANSION JOINT (T'YP.) - O SEE STANDARD PLAN F-30.10 '� 4. 01 B / 8 c t CURB RAMP LANDING CURB RAMP �� 9 Y ' lw 7 ■ E 318' EXPANSION JOINT (TYP.) - SECTION ( 1)_ '7b 2i� 9 � 1: SEE STANDARD PLAN F -30.10 � f' - d R SECTION (e l �'o 3436 m �J P 3 4363�R0 �Q B "CEMENT CONCRETE CURB RAMP TYPE � ,? O T 9TB G ti PARALLEL B" PAY LIMIT - SEE NOTE 8 97 ONAL y'� "CEMENT CONCRETE CURB RAMP TYPE PARALLEL A• PAY LIMIT - SEE NOTE 8 Ikgii _:' / j � -'' PARALLEL CURB RAMP \ STANDARD PLAN F- 40.72 -02 I �. ,�_ _ / SHEET 1 OF 1 SHEET ��... / APPROVED FOR PUBLICATION STATE OESON EXIGNEER DATE __ Pasco BakoBch 111 6/20/13 � � — / — � - r ISOMETRIC VIEW ISOMETRIC VIEW � �� TYPE PARALLEL A PAY LIMIT TYPE PARALLEL 8 PAY LIMIT WI r H— A .._,..1 A NOTES e 1. The Detectable Waming Surfaos (DWS) landing. shall extend the full width of the �{ C DETECTABLE WARNING curb ramp (exclusive of flares) or th r B � I CURB RAMP, LANDING, CLrr THROUGH OR WALKWAY I SEE NOTE 3D - 2. The Detectable Warning Surface shall be placed at the back of curb, and + __ __ _ _ _- - E / N. I need not follow the radius. } A t so" 240 3. The rows of truncated domes shall be aligned to be perpendicular to the grade break at the back of curb. 1 11 D B 0.85" — BACK OF CURB - .... 7 - 0" MIN. - 1 TRUNCATED DOME 4. The rows of truncated domes shall be aligned to be parallel to the C 0.45" 0.90" SEE NOTE 2 �� I. TYP OF ALL APPLICATIONS direction of travel. __ D 0.9" 1.40' — � - - -- 5. If curb and gutter are not present, such as a shared-use path connection, SECTION O E 0.2" 0.2' 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 MATCH TO WIDTH OF CURB RAMP 7 If a curb ramp is required, the location of the Detectable Waming Surface CURB AND GUTTER P g TRUNCATED DOME SPACING W TRUNCATED DOME DETAILS LANDING, A CUT- THROUGH OR must be at the bottom of the ramp and within the required distance from SEE NOTE 3 the rail. D ETECTABLE WARNING SURFACE DETAIL O m OFFSET 8. When the grade break between the curb ramp and the landing is less than LANDING or equal to 5 ft from the back of curb at all points, place the Detectable CURB RAMP SEE NOTE 8 Warning Surface on the bottom of the curb ramp. WIDTH OF LANDING WALKWAY WALKWAY 6. WALKWAY WALKWAY J WIDTH OF CUT- THROUGH I (TYP.) WIDTH OF CUT - THROUGH # � DETECTABLE E WAR NING � Qr r(TYP•) SUE NOTE DW SE CURB BACK OF CURB 2' - 0' MIN. SINGLE DIRECTION CURB RAMP ' - o (GRADE BREAK BETWEEN CURB AND �� � ,� , RAMP ` MIN LANDING 5 5 FT FROM BACK OF CURB) �— I ,{� .if (SEE NOTE 8) r DETECTABLE WARNING ^9r DETECTABLE WARNING ` BACK OF CURB - i LANDING BACK OF CURB - SURFACE (DWS) - SURFACE (TYP.) - DIRECTION OF SEE NOTE 2 SEE NOTE 3 # '41114611....._ SEE NOTE 2 1 T� WIDTH OF CURB RAMP SEE NOTE 3 CURB RAMP p SACK OF CURB - ^� PERPENDICULAR CURB RAMP SEE NOTE 2 .I 2' - 0" MIN. WALKWAY - WALKWAY (SEE NOTE 6) WIDTH OF / 111Wrr _�WIDTH OF CURB RAMP, ISLAND CUT - THROUGH 5 LANDING, OR WALKWAY DETECTABLE WARNING QpTRIC 6 ¢ 1 111111107CURB SURFACE (TYP.) - O 1 g DETECTABLE WARNING SEE NOTE 3 OQ WA8 i SURFACE (DWS) - SEE NOTE 3 1 MEDIAN CUT - THROUGH � " t g e 7 ,� 6 BAC SEE NOTE 2 ' _/,� SEE NOTE CU RB - w p ..,`, F B a N. , £e SINGLE DIRECTION CURB RAMP DETECTABLE WARNING ■ WIDTH OF SHARED- l ' m (GRADE BREAK BETWEEN CURB AND SURFACE (DWS) - D 4.,„ 34363 .4:4 4Q n i LANDING > 6 FT. FROM BACK OF CURB) SEE NOTES 4 & 7 z USE PATH OR WALKWAY (TYP.) B f GI STBp � (SEE NOTE 6) g 2_ 9 . ONAL Q '� 1 11 CURB RAMP CURB RAMP r° r^ to. �� ip, 1 N 3 C WALKWAY LANDING WALKWAY W10111 I I i Iii -I I I I W10111 OF CUT - THROUGH g 2 SHARED-USE r a.����1 1I,I,I,II "■0,1,I,Ir ) PATH ALKWAY WALKWAY WARNING • i • i " I" I' i s ∎A aui i " r "I' ROUNDABOUT SPUTTER SURFACE ISLAND PAVEMENT SHOULDER RAIL , MI! "-" ' EDGE STANDARD PLAN F.45 10-01 �ir�l DETECTABLE WARNING SHEET 1 OF 1 SHEET DETECTABLE WARNING PATH OR SURFACE WARNING - APPROVED FOR PUBLICATION BACK CURB - SURFACE (DINS) - SEE NOTE 3 SEE EE NOTE 2 WIDTH OF WM WALKWAY SEE NOTES 4 8 5 Pasco Bakotich 111 06/21/12 WAIT DEMON BRIDE DM FT`" PARALLEL CURB RAMP PEDESTRIAN RAILROAD CROSSING PLACEMENT GUIDELINES SHARED -USE PATH CONNECTION el Wading/on ole. D.plemne.fTea:w..mn.. (SEE NOTE (1) I - - • MI • s = • - - MN - s NM - - - - 3" PIPE CAP 9 NOTES STAINLESS STEEL u � 3' PIPE CAP FLAT WASHER (TYP.) TOP OF POST P I 1. See Standard Plan J -20.26 for Accessible Pedestrian Pushbutton details. (3) 1/4' STAINLESS TOP OF POST m_c - - - - -` 2. Pole shall be galvanized per AASHTO M111. STEEL HEX NUTS 3. When additional crossing time is needed, install plaque (R10 -32P) "PUSH BUTTON FOR 2 SECONDS 1/4" N 1 - 1/4" LONG % E, to FOR EXTRA CROSSING TIME" above the Accessible Pedestrian Signal assembly Add 14" to post to STAINLESS STEEL B • I I IN II GROUNDING CONNECTION - 5 accommodate I ue and leave a 2 space between signs. ns. `/1111 THREADED STUD "1 1 - SEE DETAIL AT LEFT V P P g In MD I1 =, g POST EQUIPMENT GROUNDING ' 4. Mounting distances vary t)etween manufacturers. See manufacturers recommendations for mounting information. SUPPLEMENTAL GROUNDING i• WALL CONDUCTOR 5. Junction Box serving the Standard shall preferably be located 5' - 0" (10' - 0" Max.) from the Standard. CONDUCTOR AND FULL CIRCLE - — - RIMP-ON CONNECTOR - CRIMPED WITH A MANUFACTURER'S I FIELD DRILL AND TAP FOR PIPE CAP RECOMMENDED CRIMPER a * 1/4-20 THREAD BOLT (TYP.) m z 1/8 it' _ _ _ ' y -- -- ACCESSIBLE PEDESTRIAN GROUNDING CONNECTION * WELD STUD TO POLE WALL TO PUSHBUTTON (PPB) ASSEMBLY DETAIL MAXIMUM EXTENT POSSIBLE (1n" MINIMUM WELD) - �, r - 10 OR LESS DESIRABLE - 1 1/2" DIAMETER _ E' 18" MAXIMUM 5/8" DIAMETER HOLE - — HOLE (TYP.) . - ` 0 0 5/8' DIAMETER �w1 - HOLE "I) • __„1 1• POST DETAIL m 0 z BOLT I E -/� P� EL PEDESTRIAN PUSHBUTTON POST- • en 3" STEEL PIPE (SCHEDULE 40) � ��b I. Ii ' a BASE PLATE ASSEMBLY - b, g w EDGE OF ANCHOR BOLT TEMPLATE 1/2" DIAMETER STEEL HEX NUT, WITH SIDEWALK SIDEWALK 1 1/2" FLAT WASHER (2) EACH REO'D I'� 7 " PER ANCHOR BOLT - MINIMUM OF (2) F+ l i• - THREADS ABOVE TOP OF NUT OR 5/8" MAXIMUM (TYP.) I 5/8" DIAMETER 112" STEEL �� HOLE (TYP.) / BASE PLATE I l A / TOP OF FOUNDATION 3/4" CHAMFER (TYP.) `� 8' DIAMETER 0 - k 3/8" PREMOLDED JOINT FILLER 3!8" PREMOLDED BOLT CIRCLE • N _ ' ` � 4 ` ' TOP OF •) r- FINISHED GRADE I • • r y ii II o FINISHED SIDEWALK , JOINT FILLER GRADE Ir l 38/18" DIAMETER Q \\ ° - r !! ���,,{� / \ D � 't HOLE \\ �I I I ' „ y C NM Illt \ • K \ g 3" STEEL PIPE Y< I ANCHOR BOLT TEMPLATE ASSEMBLY ^4 'OSEp Bsss C C! 1n• STEEL PLATE (SCHEDULE 40) BASE PLATE DETAIL D ANCHOR BOLT TEMPLATE - (2) REQUIRED ELEVATION ��,� O1 11A 0 m I 7n' • 18' FULL THREAD ANCHOR BOLT - 9� , 9r ' ® (4) REQUIRED PER ASSEMBLY F 0 � � N f EQUIPMENT GROUNDING i _ BASE PLATE ASSEMBLY - • /2" DIAMETER STEEL HEX NUT, I I lI 1/2" HEX NUTS - (4) REQUIRED PER y r - _ 1 - 4 l @ e 8 �:, CONDUCTOR ANCHOR BOLT • . 1 8 WITH 1 1n" FLAT WASHER, (2) EACH b L - . -- h - 7' / / m �1( RECTO. PER ANCHOR BOLT - MIN. R t ' X D FLAT WASHERS, ASTM F 438 - (4) REQUIRED O � •p, 39820_4.0 44 6 6 i 3H8 • OF (2) THREADS ABOVE TOP OF PER ANC BOLT 9� ONA L s� NUT ` $ I I OR 5/8" MAXIMUM (TYP.) 1/7 STEEL BASE PLATE I D • Ilk lei / D D COMMERCIAL CONCRETE g IRMI • GROUT PAD - b""` ""`, INSTALL AFTER A II_ re i� a ' t tn' ( TYPJ PLU STANDARD ACCESSIBLE r HI PEDESTRIAN PUSHBUTTON POST (PPB) AND FOUNDATIONN 3Al' DRAIN TUBE E .. r �r� STANDARD PLAN J- 20.10 -02 1" DIAMETER • = ' o • D SHEET 1 OF 1 SHEET =• ELECTRICAL o D D , D C o• D 1 CONDUIT s s APPROVED FOR PUBLICATION • D � a^ SQUARE Pasco 88kotYCh Ill 6H0H3 • --- D • D _ • STATE OETIDN EN074E9i DATE DETAIL 0 FOUNDATION DETAIL PERSPECTIVE VIEW wi meth*** slob Dopmlm.4 or T•onawimNON MI I — — MI ME — ME ME M ME — — — — i = = I NOTES ♦I ■11,mmimmiI+ PEDESTRIAN PEDESTR SIGNAL HEAD Q . WITH TYPE D MOUNT 1. See Standard Plan J -21.10 for Signal Standard Foundation with Fixed Base 4 and Slip Base details. i, + +•, ` pp, 2. Steel shaft shall be tapered either round or dodecagon (12- sided), 11 gage, : Y - = = = =t 4 1/2" O.D. at sllpfltter weld. Taper shall be 0.14 Inches per foot. ' ! L; U ^...._ 3. All poles shall be hot dip galvanized per AASHTO M 111 TOP OF TOP OF — POLE 4. Welding of structures shall be in accordance with the latest edition of the •POLE ` III �I AWS D1 1 Structural Welding Code - Steel. All butt welds shall be ground I -- 1/4' WEEP HOLE � �MM flush with base metal. tw^ Ira^ WEEP HOLE 5. See Standard Plan J -20.28 for Accessible Pedestrian Pushbutton details. WEEP OFFSET SLIPFITTER HOLE i BELOW NATCHLINE SEE DETAILS 6. See Standard Plan J -20.20 for Accessible Pedestrian Signal Standard Electrical details. c ON PEDESTRIAN OUN SIGNAL T HEAD II; I — — f WITH TYP c M !u!TCHL�E — — — — 7 Hand holes shall indude a removable, rain -tight cover and gasket, fastened r ABOVE MA E - AILS with two stainless steel screws (ASTM 593). FOR PEDESTRAW SIGNAL USE HEA WITH TYPE c MOUNT 6. Grounding Conductor shall be non - insulated #4 AWG stranded copper, provide 3' - 0' min. slack. Clamp to vertical steel reinforcing bar with T YPE C MOUNT PLACEMENT connector suitable for use embedded in concrete. F 0 " STAINLESS 1" DIAMETER I STEEL NUT HOLE (TYP.) TAPERED STEEL SHAFT t TAPERED STEEL SHAFT POLE WALL STAINLESS STEEL 3p -SEE NOTE 2 j WASHERS (TYP.) ••• // 114' DUIMETER • 1^ LONG I R STAINLESS STEEL STUD ED ( - ACCESSIBLE PEDESTRIAN 0 IIhII II II II II 112111 III p 9" DIAMETER (,�,:,(. PUSHBUTTON - I ,� t� - SEE NOTE 8 STAINLESS -. "----L.--- - BOLT CIRCLE r...l ' 1/8 - 1/8 • 0 STEEL NUi 1/2" STEEL PLATE 1 1 FULL CIRCLE CRIMP -0N 3118 _ _ . _ _ _ _ r 1 _ CONNECTOR (TYP.) viiv BASE PLATE DETAIL EQUIPMENT GROUNDING INSTALL ROSETTE IF SUPPLEMENTAL GROUNDING CONDUCTOR KNOCKOUT IS OPEN CONDUCTOR A--el, GROUNDING CONNECTION • DETAIL O o O y CONFIGURATIONS VARY AMONG DIFFERENT MANUFACTURERS I B ,., HAND HOLE -SEE DETAIL CONNECTION (SHOWN EXPLODED FOR CLARITY) g ! � V E - SEE NOTE 7 - a A V4" WEEP to I TOP OF �� , AB 39920 1 � HOLE TOP OF SIDEWALK �� �fW FOUNDATION 81 8TB& G ■ LOCK NIPPLE &ig= rl • - $ p I€ iMi �� OFFSET SLIPFITTER - 1/4" PREMOLDED FT ,� @� \ � � ' PEDESTRIAN SIGNAL OFFSET TO FRONT JOINT FILLER �\ STANDARD DETAIL TYPE S PS GROUNDING A' OF POLE I CONDUCTOR CONCRETE FOUNDATION 1 I I - SEE NOTE a STANDARD PLAN J- 20.16 -07 -SEE NOTE IIIIW �� SHEET 1 OF 1 SHEET TYPE 0 MOUNT - A PPROVED FOR PUBLICATION PEDESTRIAN SIGNAL STANDARD ■ - Pasco 6akotych 111 7/12/12 VIEW O (FIXED BASE SHOWN) ' - STATE Dona i eq#Ea, DATE T wmNnpbn am. Dwannuel of T,.8perbllen TYPE D MOUNTING DETAIL PERSPECTIVE VIEW �' HOUSING FIXTURE NOTES - THREE 12" LENSES 1 See Standard Plan J -21.10 for Signal Standard Foundation with Fixed Base and Slip Base details. ij PLACE BEAD OF SILICONE 2. Steel shaft shall be tapered either round or dodecagon (12 sided), t Y ON TOP OF SEARRATED AREA S. " -`j 11 gage, 4 1/2" O.D. at slipfAter Taper shall be 0.14 inches per foot 7L .: END CAP NEOPRENE GASKET 3. All poles shall be hot dip galvanized per AASHTO M111 J'. HOUSING FIXTURE STEEL WASHER ■ 4. Welding of structures shall be in accordance with the latest edition - THREE I2" LENSES Yt_ ■: c�� of the AWS D1.1 Structural Welding Code - Steel. All butt welds shall be ground flush with base metal. e - - = _ ' , 5. See Standard Plan J -21.20 for Electrical details. I `i j TOP OF POLE `,� 8. Pedestrian signal displays mounted on the side of an octagonal (8 sided) J 1 12" DIAM. 7t. 4.. • ., a ° _� . traffic signal pole with a pole attachment angle other than 0 °, 45° 90° � ' CONDUIT LOCKNUT = / i 135 °, 180 °, 225°, 270 °, or 315° shall utilize: i — RUBBER �' 1 II f4 • Type A mounting when two pedestrian heads are installed on S EAL (TYPJ I � Q � I M OUNTING ASSEMBLY (TYP.) SUPFITTER � the same signal pole. I 0 • Type B mounting when only one pedestrian signal head is _iii � J LOCK NIPPLE I � ` \ mounted on a signal pole. ` - 1 1/2" DIAM. i �/ i / r G? ; 7 Junction Box serving the Standard shall preferably be located 5' - 0" fir, i le 1/4' WEEP HOLE I1, � (10 - 0" Max.) from the Standard. hio- --11::: `O SLIPFITTER - OFFSET TOP ' MOUNT, SET OFFSET TO BACK OF POLE. b TAPERED STEEL SHAFT .. b • SEE NOTE 2 ACCESSIBLE PEDESTRIAN PUSHBUTTON 18" ,i ' WITH DUEL ASSEMBLY MOUNTING TAPERED STEEL SHAFT .. MAX r -- f ADAPTER (TYP.) IOS�ph, ; s 0 .6. 4, 7,.... � r; u cA 1 '-r-r - . :LS: cc p k to oA R �B�I B o `� e 3 r" SIDEWALK EDGE CONCRETE FOUNDATION �g�ONA g �G g - SEENOTEI 4 t TOP OF 8 FOUNDATION r , PAVED SURFACE b g 1 1 TYPE 1 SIGNAL � SURFACE \% UNPAVED ,. STANDARD DETAILS 7tivi FLUSH WITH TOP •y ". ' STANDARD PLAN J- 21.15-01 OF SIDEWALK SHEET 1 OF 1 SHEET _ APPROVED FOR PUBLICATION CONCRETE FOUNDATION Pasco Bakotich 111 6/10/13 - SEE NOTE 1 STATE GF210MEn6.1E31 p� TYPE 1 SIGNAL STANDARD ISOMETRIC VIEW washIngion soft D.y.m..n of Tmmp.n.n.. FIXED BASE SHOWN NOTES 1 See Standard Specification 9-29.3 for Cable Conductor requirements. 1 2. See Standard Plan J -21.10 for Signal Standard Foundation with Fixed Base and Slip Base details. i ( j 3. Supplemental Grounding Conductor shall be non - insulated #4 AWG stranded copper, provide R 3' - 0" min. slack. Clamp to steel reinforcing bar with connector suitable for use embedded 13 mi 1 in concrete. NuMBER MARK DEFINITION 4. Heat shrink cap all spare conductors not terminated on a terminal strip. W 6 *1 R RED DISPLAY 5. When a Pedestrian Push Button is specified in contract plans, see Standard Plan J - 20.20 for details. 6 *2 0 AMBER DISPLAY 6 *3 O GREEN DISPLAY 6. Provide Cable Tie at wiring entering the Junction Box (for Slip Base installations only) - See Detail A, Standard Plan J•28.70. _ I 6 *4 B SPARE CONDUCTOR TERMINAL 6 *6 W NEUTRAL CONDUCTOR i ' . BLOCK * ASSOCIATED PHASE NUMBER r ill R m 1 1 \\ it s 1�� %� Y L O ' r O i I14 ■ UV IMSA 20-1 5C 614 CABLE '" 1 TOP OF POLE )1 - CONTINUING TO SIGNAL DISPLAY i i __ B (SE NOTE 4) I (SEE CONTRACT PLAN FOR WIRE SIZE AND QUANTITIES) POLE =�� R GROUNDING STUD WITH NUT •• SEE STANDARD PLAN J-20.20 FOR C ° " �' GROUND CONNECTION DETAILS HAND HOLE W .. INSTALL SIZED REDUCING CLAMP WASHER AND CONNECTOR TO SECURE CONDUCTORS ,�'. - EQUIPMENT GROUNDING AT TOP OF POLE CONDUCTOR , _ } I LEVELING NUT (TYP.) SLIPFI TIER - OFFSET TOP MOUNT, STEEL REINFORCING 41 t1 r i 5 is, PLACE OFFSET TO BACK OF POLE BAR (TYP.) r �J■ t JO$Epy ll .4}1. d - ®g @ SUPPLEMENTAL GROUNDING CONDUIT COUPLING - INSTALL FLUSH E - . IV/ � R 5 ' ® ® 6 CONDUCTOR SEE NOTE 3 WITH TOP OF FOUNDATION (DO NOT . ,: = -- a p $ W i CONTINUED FROM FOUNDATION GLUE PVC STUBOUT) O ,peOT 9T� ` i 2 C CL -SEE NOTE 3 � 88 / ONAL y '� I 1 8 CONCRETE FOUNDATION 1.1 - SEE NOTE 1 Pigii ELECTRICAL CONDUIT - SEE TYPE 1 SIGNAL STANDARD SIGNAL WIRING DETAIL CONTRACT PLAN FOR DIAMETER ELECTRICAL DETAILS FOUNDATION WIRING DETAIL STANDARD PLAN J- 21.20 -01 SIDEWALK EDGE SHEET 1 OF 1 SHEET •'•., APPROVED FOR PUBLICATION FLUSH OF SIDEWALK // Pasco Bakotich Ill 6/10/13 STATE OMEN VOWS. MlE ISOMETRIC VIEW V/ Yl..N.pmn Skdn Dnpnrt .nt of ien 1 II= • M IIIIII • NM ' ' IMIll I IIM • MINN MI ' • • TOP OF FOUNDATION LEVEL W/ GROUNDING CONDUCTOR NON - TOP OF FOUNDATION LEVEL W/ GROUNDING CONDUCTOR NON- NOTES INSULATED #4 AWG STRANDED INSULATED #4 AWG STRANDED SIDEWALK OR ABOVE SOIL SURFACE COPPER - PROVIDE 3' MIN. SLACK _ SIDEWALK OR ABOVE SOIL SURFACE q COPPER - PROVIDE 3' MIN. SLACK 1. This structure has been designed according to the Fifth - SEE STANDARD PLAN 128.16 ROUTE CONDUCTOR TO GROUNDING - SEE STANDARD PLAN 126.19 SIGNAL POLE eclfications for FOR PLACEMENT DETAILS GR FOR PLACEMENT DETAILS p SIGNAL POLE STUD) sTUD) Structural Supports for Highway Signs, Luminaires and C COUPUNG - INSTALL FLUSH CONDUIT COUPLING - INSTALL FLUSH O Traffic Signals. Basic wind velocity is 90 mph, Design rre O I� ( WITH TOP OF FOUNDATION DO NOT GLUE PVC STUBOUT) D'. GROUT W /� (� WITH TOP OF FOUNDATION DO NOT 1 GLUE PVC sTtIBOUT) OU ( DRAIN HOLE Il ( (ROUTE CONDUCTOR TO GROUNDING Edition 2009 AASHTO Standard S Life/Recunce Interval 50 years, and Fatigue Category III. DRAIN T W /SIB' HOLE + , • � 2. Foundations are designed for Type II, III, and SD Signal DI _ i 1 + Standards with a maximum mast arm length of 65'. — EE 4 T � 1 A EARTH MBAN EMBANKMENT _ ► _ — • . = _ S H f : EARTH EMBANKMENT AS R UI RE S E E o R t A S REQUIRED -SEE 3. Foundations are designed for Single Mast Arm Standards L `iO� R io PLACEMENT DETAILS nd Double Mast Arts Standards with 90° beween arms. . 1 c ILJ• ^ 1 ^ Ig PLAC D - DETAILS p 0 5 © ' � 1 a 0' „ pedal foundation design is required for Double Arts r E TV I © ii • i EXISTING GRADE R u N , � W i ,� EXISTING GRADE Standards w the angle between mast arms is other — o d 5.6.- r , tr • s , 2 1 MAx than 90° For Double Mast Arm Standards with 90° w " �, 2 1 1 a 8 ; " between arms, use larger XYZ value for foundation depth o n 1 ' — I GROUND SLOPE a z � q i .� , , �r� GROUND SL selection. r c1 . \ ., , A NCHOR BOLT & ANCHOR H O • � ' j � ANCHOR BOLTS &ANCHOR 4. Foundations not within the parameters of this standard _ I 7 - — - - PLATE SUPPLIED BY SIGNAL require Special Design. Contact the WSDOT Bridge and y PLATE SUPPLED BY SIGNAL O �.. LIMITS OF EXC AVATION I' u IF ! % POLE MANUFACTURER lu #4 HOOPS I POLE MANUFACTURER N a I Structures Office through the Engineer for Special ru 4 y 1 ' - 0 " CENTERS I o �d (T P.) > I B _ #B BARS Foundation Designs. z i , 8 - 08 BARS Y SPACED #4 HOOPS R C - EVENLY SPACED 5 . Foundations constructed within Ecol 0 - W 2 1' - o' CENTERS , II I ogy Embankments o a 2 F W Z SHORING OR EXTRA shall be Increased in depth by the depth of the Ecology g L � EXCAVATION (TVP.) <o �, Embankment. O L �P ') 3 cLR. N 0 t 4 CORRUGATED METAL PIPE top i 6. The to 2 feet of the foundation shall use a smooth } I I form (such as paper or cardboard). After the concrete 3' - 0' SQUARE UNDISTURBED OVER-EXCAVATED AREA SHALL BE BACKFILLED I1' - 01 3' - 0' OR 4' - 0' UNDISTURBED EARTH has cured, this entire form shall be removed. OR ROUND I EARTH WITH CONTROLLED- DENSITY FILL (CDF) OR WITH MIN. ROUND (TYP•) OR 4' 0" ROUND SOIL IN ACCORDANCE WITH STD. SPEC. 8. 20.3(2) (yp_) 7. For design parameters between the values listed in Table, FOUNDATION REINFORCEMENT DETAIL FOUNDATION REINFORCEMENT AND BACKFILL DETAIL depth requirements may be interpolated between the CONCRETE CAST DIRECTLY AGAINST UNDISTURBED EARTH, DRILLED SHAFT ® CONCRETE CAST WITHIN A CORRUGATED METAL PIPE STAY -IN -PLACE FORM values provided. ALTERNATE # 1 > CONDUIT SRE AND QUANTITY AS SHOWN IN THE CONTRACT; ALTERNATE # 2 8. Install Signal Foundation Identification Tag. See CAP BOTH ENDS Standard Plan J-26.15 for details. O CONNECTOR ECTOR SU TABLE FOSTEEL SE EMBEDDED IN CONCRETE ETE ALTERNATE #2 - CONSTRUCTION METHOD 0 PAPER OR CARDBOARD FORM SHALL NOT STAY -IN -PLACE METAL (SUBSURFACE) FORM REQUIRED FOUNDATION DEPTH "D" TABLE When the existing soli will not retain a vertical face, over -excavate the found - ALTERNATE 0 1 DRILLED SHAFT -TYPE CONSTRUCTION ation area and install a 36" or 48° diameter corrugated metal (pipe) form. FOR LATERAL BEARING PRESSURE = 2500 PSF & 0 = 34 °, 1600 PSF & 0 = 28 °, 1000 PSF & 0 = 26° The top of the corrugated metal form shall terminate 1 foot below final grade. GROUND SLOPE - 3H : 1V OR FLATTER GROUND SLOPE GREATER THAN 3H : 1V TO ZH : 1V Continue forming to full height using paper or cardboard form to achieve a smooth finish on final exposed cement concrete. Support the form as ALLOWABLE LATERAL FOUNDATION XYZ (FT) ALLOWABLE LATERAL FOUNDATION XYZ (FT) necessary to remain plumb. BEARING PRESSURE TYPE 700 900 1350 1500 1900 2300 2800 3000 BEARING PRESSURE TYPE 700 I 900 1 1350 1 1500 1 1900 1 2300 1 2600 I 3000 Q ZE i Place the concrete foundation. Cp 3' -0 "ROUND 10' -0" 10' -0" 11' -0" 11' -0' 15' -0" 18' -0" 20' -0' 20' -0" 3' -O "ROUND SPECIAL FOUNDATION TYPE , e, p WABg1 ,� 1 °ll 1000 PSF 3' -0' SQUARE 8' -0" 8' -0" 9' -0' 2 -0" 10' -0" 11' -0" 12 -0' 12' -0' 1000 PSF 3' -0' SQUARE SPECIAL FOUNDATION TYPE After concrete has cured, remove the <�i i�� �1c 4' -O - ROUND B' -0" B' -0" 8-0' 8 -0" 10' -0' 11' -0" 12 -0" 12 -0" 4'- O'ROUND SPECIAL FOUNDATION TYPE entire paper or cardboard form portion. £ 5 � . 1 I 8' 3' -0 "ROUND 8' -0• B' - 9' -0' 1 -0" 13' -0' 16' -0' 18' -0" 18' -0" 3' -0' ROUND 11' -0' 11' -0' 12' -0" 14' -0' 18' -0" 18' -0" 21' -0" 21' -0" Backfill with controlled fill Or 1500PSF 3' - SQUARE T -0" T -0' T -0" -0" 8' -0' 8 -0' 10 -0" 10 -0' 1500PSF 3' - D'SQUARE 10' -0' 10' -0' 10' -0' 11' -0' 11' -0' /2' -0' 13' -0• 13' -0• com pacted borrow in accordance With 4 i.'i. �. CC B a a � g 9 tl 4'- O'ROUND T -0" T -0' T -0• B' -0" 8' -0" 9' -0' 10 -0" 12 -0" 4'- "ROUND 10' -0" 10' -0" 10-0" 11' -0" 11' -0' 12' -0" 13• -0' 13' -D" Standard Specification 8 - 20.9(2). �O, T CA54 7 4T) Q$ ' i 3'- O'ROUND 8' -0" 8' -0" T -0" 8' -0' 9' -0' 11' -0' 15 -0" 18 -0' 3' -0 "ROUND 9' -0" 2 -0" 10-0" 12' -0" 12' -0" 14' -0" 18• -0' 1B' -0' B AL �■ s g l � OR 00PSFR 3' -0" SQUARE 8' - 8' -0" 8• -0' V -0" 7' - 0' T - 8' -0" 8' -0- OR GREATER 3' -0 "SQUARE 9' -0" 7 -0' 9• - 8 -0' 10' -0' 10' -0" 11' -0' 11' -0' Z ONAL Q ' 4'- O'R 8' -0" 8' -0• 8' -0" 8' - 0" _T - . T -0' 8' -0" 8' -0" 4'- O'ROUND 9' -0" 9' -0' 9' -0' 9' -0• 10' -0' 10' -0' 11' -0' 11' -0' g 3 ilt)' ALTERNATE # 2 CORRUGATED METAL PIPE TYPE CONSTRUCTION FOR LATERAL BEARING PRESSURE = 2500 PSF & 0 = 23 °, 1500 PSF & 0 = 18 °, 1000 PSF & 0 = 17° SIGNAL STANDARD GROUND SLOPE= 301 :1V OR FLATTER GROUND SLOPE a GREATER THAN 3H : 1V TO 221 :1V FOUNDATION PLAN LLLGWABLE LATERAL FOUNDATION XYZ (FT) ALLOWABLE LATERAL FOUNDATION XYZ (FT) BEARING PRESSURE TYPE 700 900 1350 1600 1900 2300 2800 3000 BEARING PRESSURE TYPE 700 1 900 1 1350 1 1900 1 1900 1 2300 1 2500 1 3000 STANDARD PLAN J -26 °10-02 3'- O'ROUND 10' -0' 10' -0' 11' -0' 15 -0" 20 -0' 25' -0' 28' -0" 28' -0'I 3' -0 "ROUND SPECIAL FOUNDATION TYPE SHEET 1 OF 1 SHEET 1000 PSF 4'- O'ROUND B' -0" B' -0' 8 -0' 12' -0' 13' -0' _14' -0" 15 -0" 15 -0' 1000 PSF 4'- O'ROUND SPECIAL FOUNDATION TYPE • APPROVED FOR PUBLICATION 1500 PSF 3'- O' ROUND I 8' -0' 8' -0' 11' -0' 15 -0' 18 -0" 21' -0' 25 -0" 25 -0'I 1500 PSF 3'- O'ROUND 11' -0' 11' -0' 14' -0" 18' -0' 21' -0" 24' -0" 28' -0' 23' -0" 4' -O "ROUND T -0" T -0" T -0" 8 -0" 12 -0' 13' -0' 15' -0" 15 -0' 4' -0 "ROUND 10 -0" 10.0' 10' -0" 11' -O" 13• -0" 1V -0• 1B' -0' 18' -0' P88C0 Ba/TOtYch 111 03-15-12 2500 PSF 3'- O'ROUND B' -0" 5 -0' T -0' 11' -0' 13' -0' 18' -0' 20 -0' 20 -0" 2500PSF 3'- O'ROUND 8 -0" 8 -0' 10' -0" 14' -0" 18' -0" 21' -0" 23' -0' 23' -0' STATE oeaDhaorrEa DATE OR GREATER OR GREATER W.oano,.n ow. D.omm,an.r Tromp:Wotan 4' -0 "ROUND V -0' V -0' B' -0' S -0" T -0' 9' -0' 2 -0' 9 ' -0' 4'- 0•ROUND 9' -0" 2 -0' 2 -O' 9' -0' 10' -0' 12 -0• 17 -0' 12 -0' w/ I = ME = = OM • I ' — — — ! — — MN MR S'PREMOLDED JOINT FILLER ��� / /,;, TOP OF FOUNDATION ........... LEVEL WITH GRADE . , 3' p" SEE TYPICAL SIDEWALK SECTION FOR O SIGNAL STANDARD FOUNDATION ENFORCEMENT - SEE STANDARD PLAN J -28.10 SIGNAL STANDARD FOUNDATION 0 �®® �/ 4 v NOT STEEPER ` SEE STANDARD PLAN .1-2&10 47 ' ; � \ \�� \' THAN 1.5H 1V 3 p" 3 0 ` dk � 11 .1 . SIGNAL STANDARD FOUNDATION I (� JI I NOT 1 _�. - SEE STANDARD PLAN J -28.10 U I - r - O `ti' I THAN ZH I V 0 AMP ' FINSHED GRADE O NOTE SLOPE =FLAT TO 2H 1V ": I FINISHED GRADE FF 1F = 7 -0'FOR 3'- O'DIAM. FOUNDATION (4H IV SLOPE SHOWN) o SLOPE =F TO 1011 1V �- 7 - W FOR 4' - 0" DIAM. FOUNDATION ( ) 7 - 8' FOR 3' - 0" SQUARE FOUNDATION SIGNAL STANDARD FOUNDATION ' - SEE STANDARD PLAN J -26.10 II ® SLOPE TO DRAIN AWAY - - Q SLOPE TO DRAIN AWAY FROM THE FOUNDATION FROM THE FOUNDATION SLOPE NOT STEEPER THAN 5% SLOPE NOT STEEPER THAN 5% (SHOWN REDUCED) PLAN SECTION OA PLAN ELEVATION FOUNDATION IN OR NEAR SIDEWALK EXISTING GRADE OR FILL SLOPE = FLAT TO 10H :1 V CASE A CASE B li - I SIGNAL STANDARD FOUNDATION SEE STANDARD PLAN J -28.10 1 - 0 1' - 0' U I I 0 II - I — i - O m O NOT STEEPER THAN 1.5H 1V \ FINISHED GRADE SLOPE = STEEPER THAN 3H IV // 7• \% BUT NOT STEEPER THAN 2H 1V o • ' i 1o4Epy 1 iIl SIGNAL STANDARD FOUNDATION () 4. �c 9 ` _-- -- ' - SEE STANDARD PLAN .1-28.10 ° j < C' hit 1 SIGNAL STANDARD FOUNDATION U .P t.1 - SEE STANDARD PLAN J 2810 /ell 1 SLOPE TO DRAIN AWAY F , - "E O -. 1 1 - 0" FROM THE FOUNDATION f F k ti SLOPE NOT STEEPER THAN 5% '� t aa E:8 - _ _ - l 10 10 NOT STEEPER THAN 2H 1V PLAN ELEVATION O Q � 4. 3 98 2 0 0 ♦ 0i §8 i O \ \� FINISHED GRADE ' S S'ONAL BAG ¢ I 1 ii SLOPE = 3H : 1V OR FLATTER EXISTING GRADE OR FILL SLOPE • • > 3H : 1 V TO 2H : 1V I I : I ��o• \/ ' BUT NOT FLATTER THAN 10H IV CASED 4 m SIGNAL STANDARD SIGNAL STANDARD FOUNDATION PLACEMENTS 10 SLOPE TO DRAIN AWAY FOUNDATION - SEE SLOPE FOUNDATION THAN 5% STANDARD PLAN J -28.10 LO NOT S STANDARD PLAN J- 26.15 -01 SHEET 1 OF 3 SHEETS PLAN ELEVATION APPROVED FOR PUBLICATION EXISTING GRADE OR FILL SLOPE • 1011 : 1V TO S 9H :1V Pasco Bakotich 111 05/17/12 CASE C STALE DEMON ENDNEER PATE T WmMng on Seth Dpmlm.rn of Tm, p l Bon MN = I • - N I • I! MI = I I = — MI .11. IIIIII '8' PREMOLDED �= EXISTING GRADE OR CUT SLOPE SIGNAL STANDARD FOUNDATION JOINT FILLER , ®, SLOPE =FLAT TO 2H 1V SLOPE TO MEET -SEE STANDARD PLAN J -28.10 TOP OF FOUNDATION (MlUL SLOPE SHOWN) FINISHED GRADE LEVEL WITH GRADE BACK SLOPE - SEE SECTIONS FOR SLOPE 3' - 0' 3' - 0' SEE TYPICAL TOP OF FOUNDATION , 1 \ SECTION FOR LEVEL WITH GRADE ' IEINFORCEMFJJT CI) _ SIGNAL STANDARD FOUNDATION 3' - 0' O I NOT THAN STEEPER 2H : 1 V �� \`i ` -r _ • J _ SEE STANDARD PLAN -28.10 SIDEWALK Ica= _ = 1 --- __ 1 _ ^—� wpm � _ icT �� \�� \ Q ` \ 0 IX OR ING SLOPE SIG FOUNDATION L STA DAR E FLAT TO 10H : 1V STANDARD PLAN J -28.10 ��0. (MAX. SLOPE SHOWN) a ` O NOTE ' ' SIGNAL STANDARD FOU ' - • SEE STANDARD PLAN J -28.10 __ - -__ - 1p SLOPE TO DRAIN AWAY * = 2' - 0' FOR 3' - 0' DIAM. FOUNDATION FROM THE FOUNDATION 2' - 6' FOR 4' - 0' DIAM. FOUNDATION SLOPE NOT STEEPER THAN 5% 2' - 6' FOR 3' - 0' SQUARE FOUNDATION PLAN ELEVATION 'I 1p SLOPE TO DRAIN AWAY FROM THE FOUNDATION EXISTING GRADE OR CUT SLOPE FLAT TO 10H : 1 V SLOPE NOT STEEPER THAN 5% CASE F (SHOWN REDUCED) SECTION OB PLAN FOUNDATION IN OR NEAR SIDEWALK EXISTING GRADE OR CUT SLOPE CASE E SIGNAL STANDARD SLOPE STEEPER THAN FOUNDATION -SEE 3H 1V(2H 1V MAX) STANDARD PLAN .1-28.10 ' (MAX SLOPE SHOWN) TOP OF FOUNDATION EXISTING GRADE OR CUT SLOPE LEVEL WfTH GRADE EXISTING SLOPE STEEPER THAN 10H: 1V TO 13H 1V 1�-0� 1' -0' (MAX. SLOPE SHOWN) { 0 1 TOP OF FOUNDATION v I 4 l 10 O ' LEVEL WITH GRADE 5: I SIGNAL STANDARD - — — - _� "' ' i FOUNDATION SN STANDARD '� /� -� ', i . p SLOPE TO MEET FINISHED GRADE PLAN J 28.10 1 � 1, 0' / NOT STEEPER �/ \� /�� // / - SEE SECTIONS FOR SLOPE THAN 1.5H 1V O O '` te a 6 O SIGNAL STANDARD FOUNDATION v (C)...2 — , - SEE STANDARD PLAN J -28.10 — I NOT STEEPER /J / // s�/ - BACK SLOPE _ a THAN 2H 1V O � O O p � � 7• PLAN ELEVATION V %� p, S IGN/LL STANDARD FOUNDATION Q , fe, Q s - SEE STANDARD PLAN J48.10 4? 9p V _ 7w 9C ! lal r 10 ka 444 ,yd 0 SLOPE TO DRAIN AWAY y pi a` $ 1 i 1 SLOPE TO DRAIN AWAY FROM THE FOUNDATION �A A 79820 • �O V 6 S PLAN O FROM THE FOUNDATION ELEVATION SLOPE NOT STEEPER THAN 5% �� Gf STSQ' ' ig SLOPE NOT STEEPER THAN 5% ' s I O NA L S' thil EXISTING GRADE OR CUT SLOPE 10H : 1V TO 5 3H : 1V EXISTING GRADE OR CUT SLOPE STEEPER THAN 3H : 1V (2H : 1V MAX.) CASE G CASE H SIGNAL STANDARD FOUNDATION PLACEMENTS STANDARD PLAN J- 26.15 -01 SHEET 2 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich III 05/17/12 INK 8TAI UCI DATE WI Wmhlnpbn age D of T10 lon all • • • MN I OM ME — OM M — — i NM MI — I NM SEE TYPICAL SECTION FOR REINFORCEMENT CEMENT CONCRETE SIDEWALK 4' - 8' MIN. w .1 - SEE STANDARD PLAN F-30.10 SIGNAL STANDARD FOUNDATION- I TRAFFIC ISLAND - SEE CEMENT CONCRETE SIDEWALK SEE STANDARD PLAN J -28.10 I * * 1 > ( CO PLAN SHEETS SEE STANDARD PLAN F -30.10 l va_P. — � OR ASPHALT CONCRETE PAVEMENT -I------ - 4' - 8' MIN. FROM THE FA CEMENT CONCRETE SIDEWALK \ \ \ I \ * - OF THE POLE TO THE BACK OF 318" PREMOLD ? A - SEE STANDARD PLAN F-30.10 THE CURB OR EDGE OF SHOULDER JOINT FILLER - -� c p SEE TYPICAL SECTION Z \ b LLz FOR \ 4' - 8" MIN. INFORCEMENT ` 44 • . , PREMLD 3t8' OED JOINT FILLER LL ggqq - Ti. y � � 1 \ - N U Q SEE TYPICAL SECTION i l JOINT FILLER SEE TYPICAL BECTON FOR CEMENT CONCRETE SIDE - WALK • a FOR REINREINFORCEMENT EINFORCEMENT ' R OR ASPHALT CON�CRETE PAVEMENT 318• PR OLDED ___ VARI �E ; JOINT FILLER 3l8" PREMOLDED r D,_. 8" MIN. JOINT FILLER NOTE SIGNAL STANDARD k (TYP.) * *= A FOUNDATION -SEE TO FACE OF +- • • •• - + APPUES TO THE SIDE OF THE FOUNDATION WHEN PEDESTRIAN STAN PUSH BUTTON IS TO BE INSTALLED. STANDARD PLAN J -28.10 STANDARD SIGNAL STANDARD P \ • • x * FOUNDATION PARTIALLY WITHIN SIGNAL STANDARD TO 4' - 8 "MIN. STANDARD PLAN J -2810 — I — — FOUND - SEE SIDEWALK STANDARD S STANDARD PLAN J - 28.10 FOUNDATION WITHIN SIDEWALK OR TRAFFIC ISLAND SECTION DUAL PEDESTRIAN PUSH BUTTON - k NOTE S IGNAL STANDARD REFER TO CONTRACT DOCUMENTS FOR PROJECT SPECIFIC NOTE CEMENT CONCRETE SIDEWALK INTERSECTION LAYOUTS 8 TRAFFIC ISLAND MATERIAL TYPE * = T - 0" FOR 3' - 0• DIAM. FOUNDATION FOUNDATION - SEE SEE STANDARD PLAN F -30.10 2' - 8• FOR 4' - Cr DIAM. FOUNDATION STANDARD PLAN 12&10 OR ASPHALT CONCRETE PAVEMENT FOUNDATION PARTIALLY 2' - 8" FOR 3' - 0" SQUARE FOUNDATION WITHIN SIDEWALK SECTION APPLY GROUT EVEN WITH THE SINGLE PEDESTRIAN PUSH BUTTON BOTTOM OF THE ANCHOR PLATE . GROUNDING CONDUCTOR NON - INSULATED AFTER PLUMBING THE STANDARD #4 AWO STRANDED COPPER - PROVIDE 3' MIN. SLACK (ROUTE CONDUCTOR TO GROUNDING STUD) FOUNDATION OUTSIDE THE SIDEWALK SECTION PROVIDE 3/8" DIAMETER DRAIN TUBE IN THE GROUT PAD FORM TO FINISH GRADE WHEN INSTALLING SIDEWALK OR TRAFFIC ISLAND WWF 4 . 4 - W 2.9 * 2.9 AT CENTER 31W PREMOLDED JOINT FILLER 10 GAGE STAINLESS STEEL TAG - OF EXTENDED SIDE WALK AT 1 ... SEE CONTRACT PLANS FOR RECESS FLUSH WITH TOP OF SIGNAL STANDARD FOUNDATION I FOR EXTENDED SIDEWALK SIDEWALK OR SIGNAL FOUNDATION FINISHED FOUNDATION LAYOUT + i TRAFFIC ISLAND IDENTIFICATION TAG I + + `ia1 11 7 di = I : �� r._n.: ]OBE SIGNAL STANDARD • 1 2 - 28 NF • 2" LONG STAINLESS STEEL v ������ i \ \� /» IT 4 S ( ) 12" /. - P -- \ \ i n B SCREW - DRILL AND TAP FROM BOTTOM, � i i I �% O OQB/ t9 Jf l HAND HOLE 5 LEAVE SCREW FLUSH WITH TOP APPLY �� \ \ � � R � � c 'Y 1 T1TE TO SCREW THREADS TO BIND ii , , I i s • \ ' m : @ LOCK € q) % 0 . � 1 SCREWS AND I.D. TAG TOGETHER i i \ / �\ Illy • 3 e • r� • i ROUGHENED E "' F 0 8 f i i . � ' \ CONCRETE SURFACE . % 4 A li 1 - . - 4.... 31/4' CLAMP CONDUCTOR TO STEEL REINFORCING 1 I . '��� / O q 3sezo QO �� v � g i FOUNDATION WITH LISTED CONNECTOR SUITABLE FOR USE B J , �l 8T8A G t r 9 3)8• MIN. EMBEDDED IN CONCRETE '� , >i S iONAL 8* [[[ (TYP.) r r r r 0.05 " MIN. gai =/ m SIGNAL STANDARD FOUNDATION �^ • SEE STANDARD PLAN 128.10 _ • + FOUNDATION 11 FOUNDATION PLACEMENTS ii SHAPE RD:— ""' —"'"' SQUARE OR ROUN - ' STANDARD PLAN J- 26.15 -01 N Ie DIMENSION 36 " "-' -"_. "' DIAMETER OR WIDTH SHEET 3 OF 3 SHEETS ALT. # NOTE APPROVED FOR PUBLICATION STANDARD PLAN J -28.10 OBLIQUE VIEW FOUNDATION REINFORCING ONLY PARTIALLY SHOWN FOR CLARITY Pasco Bakotich 111 05/17/12 REINFORCING AND ANCHOR BOLTS SIGNAL FOUNDATION - SEE STANDARD PLAN J-28.10 FOR DETAILS NOT SHOWN. STATE DEMON BNuNE61 DATE NOT SHOWN FOR CLARITY IDENTIFICATION TAG DETAIL -,T_ WmN f t. opn.e ngl.n . .m.l TramnNm pe. (GROUT PAD OPTION SHOWN) TEXT SQL BE ENGRAVED 0.014" DEEP TYPICAL SECTION '- Mil 111111 1.111 II= ME ' r' I I EM M. DETAIL "B' JUNCTION BOX SEE STANDARD PLAN J-60.16 \ DETAIL "A" SHEET 2 JUNCTION SEE STANDARD PLAN J-60.15 CONDUIT 6- BOX SHEET 2 CONDUIT \ �1 ; =" 1 EDGE OF SHOULDER ' LEAD -IN SAWCUTS • DE O EDGE OF LANE nyP) SAWCUT DETAIL SHOULDER � = A � THIS S EET W _ 1 3 — — O _ 3 0 (TVP) Il _ (TVP_) w ) SEE ENTRANCE L 1 (TYp.) — Ill z sAwcuT DETAIL THIS SHEET (TYP.) CIRCULAR SAWCUT (TYP J o - - - - - NOTES p w p - Os 1 O - - - 1 For Installation Notes and Details w see Standard Plan J- 60.16. 6 - 0" DIAM. (TYP.) VT 6.0° DIAM. (TYP.) 2. For Sections A, B, C, and D, CIRCULAR SAWCUT (T see Standard Plan- 60.16. P) _ 3. All of the loop lead -in wires shall retum to the Junction Box. 1v0" 4. For Splice Detail, see 6 - 0" 6 -0" 6 - 6 -0" 6' -0" ,- 6 -0" _STATION Standard Plan J- 60.16. - - SEE CONTRACT PLAN For Loop numbering Layout Details, TYPE 3 STOP LINE LOOPS TYPE 3 ADVANCE LOOPS 5 . see sheet 3. JUNCTION 6. For additional Induction Loop Details, BOX see Standard Plan J- 60.15. DETAIL "A" I L - - - SEE STANDARD PLAN J -60.16 SHEET 2 : DGE OF SHOULDER CONDUIT �:i I 7 EDGE OF LANE U LEAD-IN SEE ENTRANCE SAWCUT 0 6 SAWCUTS (TYP.) \ A DETAIL - THIS SHEET (TYP.) o O F W�,1 /114, i o v a CIRCULAR SAWCUT 14%1 O — - , S CR t U (TYP.) _ 3' - Cr LEADdN SAWCLIT e-a— — li ft W . e f i ¢• E 6tl W (TYPJ 9 0 . 9 o �¢' 6° ;f p I LOOP SAWCUT .to BDf 5 TBQ �� C HISEL OUT 1f6" TO 12" CORNER S,T G ill 1 g REMOVE PAVEMENTTOSAW- Z ONAL I t'g O SAWCUT WRH SEALANT(TYP) g�� LEAD-IN — — — — — - - CENTER OF LOOP AND TYPE 3 INDUCTION LOOP ' 6 - 0" DIAM. (TYP) VEHICLE LANE z' -o° I STANDARD PLAN J- 50.12 -00 SHEET 1 OF 3 SHEETS APPROVED FOR PUBUCATION 6 -0" 6 -0" V -0" Pasco Bakotch 111 06-03 -11 PLAN STATE DESIGN MIMED DATE i r7., W Sloe. Sepmmmpe el Transportation TYPE 3 SAMPLING LOOPS ENTRANCE SAWCUT DETAIL iii • IIIIIII Mill M I ME M ME E ME OM M M. I NM MI SPLICE (TYP.) JUNCTION BOX OFFSET CRIMPS S3 ' S =START VI. w S2 I F = FINISH \ V 2C(SH) CABLE 1 I., F2 ._F1"$S1 1 \ ' SPLICE (TYP.) , • L X X X PHASE NUMBER LOOP SERIES NUMBER (TYP.) LANE NUMBER LOOP NUMBER LOOP NUMBER MARKING DETAIL • z 4 4 NOTES z 1 - 2 . 1 a \ l ► CP k\'''" Nu beri g Layout Detail,IlSheet 3 )Ilar to Loop ���.....••/// FS C IMP.) JUNCTION BOX jr TRAFFIC FLOW OFFSET CRIMPS -4 """:„."! i S = START -•■•••- ■� F= FINISH - TYPE 3 STOP LINE LOOP WIRING DIAGRAM 2C(SH) LE F1 .y. s1 SERIES SPLICE SHOWN ' 1 4 JUNCTION BOX , SPLICE (TYP SPLICE 1 H a.. 101 OFFSET CRIMPS S lft i ■•■■■=m -+ S = START 2C(SH) CABLE Y � F = FINISH TRAFFIC FLOW C ! C L F1 •T• 81 F2. S2, r 9 WAi 1 LOOP SERIES .e � ,! ' g NUMBER • 0 TYPE 3 ADVANCE 1 ' 0 9� s o �¢' 6 II LOOP WIRING DIAGRAM p � f AC CT sTea 0 \ � d I 1 4 4 0 : :La S /ONAL e� g �I TYPE 3 INDUCTION LOOP STANDARD PLAN J- 50.12 -00 TRAFFIC FLOW SHEET 2 OF 3 SHEETS APPROVED FOR PUBLICATION TYPE 3 SAMPLING LOOP WIRING DIAGRAM Pasco Bakotich 111 06 -03-11 _ sure OEM= exau�rn DAM SERIES SPLICE SHOWN v71 Washington sasu Dpa.enwedTransportation OM MI — OM MN — i MI — ME MO ME I — — — — NM JUNCTION DETAIL "B• BOX SEE STANDARD PLAN J-80.16 -- -�P 1----„, � SHEET EDGE OF SHOULDER -\\ -:- CONDOR • D sa EDGE OF LANE LEAD -IN SAWCUTS gyp) /J SEE ENTRANCE G // SAWCUT DETAIL ,---- SHOULDER �. �, (ltMA —� ••• SHEET 1 (TYP.) 4 F4 •, 4 SPLICE (TYP.) / W (OFFSET CRIMPS) - 3 ' -o S =START (TYP) W LOOP NUMBER -- — — — — — — — — — — -Y 3' - -0 — w - w MARKING SLEEVE li F =FNNISH U j O ` C II SPLICE (TYP.) S3 O - 0"DIAM. W 3 F3 '2 I% \ LOOP SERIES NUMBER —U __ S1 F2 MARNG SLEEVE (TYP.) lk l RP E START OR FINISH QYP•) (0) J MARKING ARNO SL SLEEVE (TYP.) 6' -0' 6' - 0" S' - 0" S' - 0" 8' -0" _ 6' -D' B -Cr LOOP NUMBERING LAYOUT DETAIL PLAN TYPE 3A STOP LINE LOOPS L X X X PHASE NUMBER ../- JUNCTION BOX LANE NUMBER LOOP NUMBER 84 LOOP NUMBER MARKING DETAIL 2C(SH)CABLE ;.-..- .. — ....�,.�.....� ♦_�• 4 F4 • N S =START • y + F= FINISH ' 6 _ S3 0 .jy C. 8e Ni 1 .., _ + 2 . • • h � vo ® 1 / • • ; f;� � 3a5a 11;1 ag 3 / 0 9 B C Z S�tS O 2 Q+8 � � S 1 1 NUMBER • 1 ' lSTB e ♦ 3 47 J O NAL * G Vigil • II 4ai� 1 / • II z , 4 .41.: • • • / LOOP SERIES • 4 a. 1 • 2 B. 4 TYPE 3 INDUCTION P • W �� / � STANDARD PLAN J- 50.12 LOO -00 TRAFFIC FLOW SHEET 3 OF 3 SHEETS APPROVED FOR PUBUCATON — TYPE 3A STOP LINE LOOP WIRING DIAGRAM Pasco Bakotich 111 06 -03-11 5u,5 oE.o. MIXED DATE SERIES SPLICE SHOWN T W=44=18== 5183. D.pmmru d nmepafadan N MI NM MI • NM • • M MI 11111111 NM EN NM M LOOP SEALANT LOOP SEALANT LOOP SEALANT NOTES TOP OF EXISTING (PER CONTRACT OR (PER CONTRACT OR _ (PER CONTRACT OR AS APPROVED BY AS APPROVED BY AS APPROVED BY 1. Fill the conduit trench to the bottom of the existing THE ENGINEER) THE ENGINEER) TOP OF EXISTING PAVEMENT THE ENGINEER) PAVEMENT OR LEVELING COURSE OR LEVELING COURSE or new surfacing with CSTC, sand or controlled OF NEW PAVEMENT OF NEW PAVEMENT density fill. See Standard Specifications ___I i 1 SA 0, H 1 SA © H 1 SAw © Section 2- 09.3(1)E. / nor 2. Minor Regional variations allowed In the soft , / ' , ) . ' va ons are a owed ' // z 2 pocket closure. Consult with the Engineer or see / 2" LON H IGH TEMP Y LONG HIGH TEMP , O Y LONG HIGH TEMP S BACKER ROD , g z BACKER ROD / �- BACI ROD / % , F the Contract for additional requirements. ilg 24" CTRS. / //, • , g U @ 24" CTRS. / 7 g O to 24" CTRS.' / , ' g , ° 3. Conductors shall be snug to the bottom of the /, o z o z \ ' / ,/ p 3 v� 8 sawcut High temperature backer rod shall be f a , , 7 a ' ; temperature , / ' ; u snug to the conductors and sides of cut. K O r i / , / § O I LOOP LEAD - IN WIRES, , / O Z LOOP WIRE • ' , O t � ' i ' • / ' TWISTED PA , ',' • , / ' ' • . p r E 4. Fill the sealant to within 1/8" to 3/18" from top of (014 AWG) ', ' / w O LOOP LEAD -IN WIRE, / , , , W (#14 AWG) ' / - w 0 SSW CUt OR (#12 AWG)' , / ' . ' o (014 AWG) OR (012 AWO) ', /' -MAX 3 PAIRS 0 OR (#12 AVM) / / , 0 / ' - MAX 4 WARES - ' / - ONE TWISTED PAIR / , ', 1 5. See Standard Plan J"40.10 for additional Junction .; 47-- . . \� - _ .1Z•11., : rte• 7. `� r - d 4t �! � ;!' + !.�. : 5 PVC CONDUIT SIZING TABLE �o� LOOP LEAD PAIRS 1 -4 5 -10 11- 1817 - 2223 -28 AND SIZE SECTION O SECTION 0 SECTION O NUMBER CONDUITS 1 - 2" 2 - 2" 3 - 2" 4 - 2" 3 - 3" 1 ADD 1118" TO THE SAWCUT 1 FOR IMSA 51 - 7 CONDUCTORS © ADD 1/8" TO THE SAWCUT FOR IMSA 51 -7 CONDUCTORS MATCH EXISTING EDGE OF PAVED SHOULDER (SHOWN) r PAVING MATERIAL OR EDGE OF EXTRUDED CURB OR EDGE OF GUTTER PAN LOOP STUB -OUT SLEEVE (1/4" to 12" SAWCUT EXISTING E OR EDGE OF TRAFFIC BARRIER BELOW TOP OF ASPHALT) PAVEMENT (BOTH TRENCH WIDTH - SEE 1' - 0" APPROX. 1 LOOP LEAD -IN SAWCUT SIDES OF TRENCH) STD. SPEC. 8. 20.3(6) STANDARD JUNCTION FULL DEPTH BOX LOOP LEAD -IN WIRES SAWCUT TOP OF EXISTING - TWISTED PAIR SAND I 2 5J8' MIN. - 3' MAX PAVEMENT OR MATCH EXISTING ! LEVELNG COURSE t� �' / J/ L WIRES OF NEW PAVEMENT PAVING MATERIAL v \ \� I rr -1I ' "fla \ \ //\ �: a \ \ _ T ,�� TWISTED PAIR / I I - \ '��/ , " \ \ I��� PAVEMENT C. AII \ iiiiiir g s 5 \ \ •` ' �i ( CONDUIT END BELL Se g 1 �.', 1 b BU SHIN G , SEAL WRH Q 5- , 01' WAs8, e 'er L \ ' \ \ \� \�� \��'�i % / O % O� % O� % \ \� %\ DETECTORLEAD4N 4� w Il '•• I : + DUCT SEAL ��,\'\ 1 'dx // \ \ • � ' \ �� 2C(SH) CABLE ` o ' SOFT ill ® / \/. N / / �� � - POCKET g NII . ) •7:•'I. o _ < CSTC. SAND f = k H �:� !4. f . .e f � iS _ ' ( •.: , OR CONTROLLED 1, /Itl ry 3a OR CONTROLLEDD -• GRAVEL PAD to b ° DENSITY FILL O 4' 2e,ts s O 9 * 8 i DENSf1YFILL iy `1\ •.i,/ fe NI O A 6 4 , CIST � � -o \, CONDUIT CONDUIT s'ONAL P ' � 14 d 1 k 5 SEE PVC CONDOR 4 • TO CABINET CONDUIT � SIZING TABLE V. l TO LOOP TO CONDUIT •� 'Fa � • , PIM INDUCTION LOOP DETAILS ,i 1 517 MAXIMUM DISTANCE STANDARD PLAN J-50.1 5-00 SEE STUB -OUT CONDUIT PLACEMENT DETAILS SHEET 1 OF 3 SHEETS JUNCTION BOX PLACEMENT LEAD -IN CONDUIT SECTION APPROVED FOR PUBUCATION SEE NOTE 6 MAX. 50 FT POCKET SECTION Pasco Bakotych 111 06 -03-11 SECTION OD SECTION OE � 5 � STATE DEMON ENOVE DM En D VI Wmhl,ghn Slat. oym,m.n of T,mapatallm - - - - r - - - - - - - - - - - - • - LOOP INSTALLATION NOTES SPLICE PER STD. SPECS 9-28.12(2) 1 Install the Junction Box and the stub-out conduit with PVC sleeve. FOIL SHIELD WHITE Conduit for the loop stub-out shall be as required in the conduit CONDUCTOR PLASTIC MOLD OR HEAT size table shown on sheet 1 of this set. SHRINK TAPE SOLDERED COMPRESSION CONNECTION * DRAIN WIRE - OFFSET FROM EACH OTHER (TYP.) 2. Lay out loops and loop lead-ins to miss clearance cracks/joints o in road, when possible. Maintain 18" minimum dance from manholes CABLE JACKET WIRE and valve boxes. �... . .�.���i. DETECTOR LEAD -IN 3. The opening around the loop stub shall be patched with matching CABLE 2C(SH) I '` / � � �` ��� " " " " " " "" A FROM LOOP RE paving material If opened larger than PVC sleeve + 2" - =� TO LOOP III BLACK JUNCTION 4. Sawcut the loop slots and the lead -in slots. Wash/dry cuts. File * GROUND DRAIN HARE CONDUCTOR -TWO LAYERS VINYL B OX edges to remove burr of all saw-cuts Into stub out sleeve. AT CONTROLLER �� ELECTRICAL TAPE CABINET ONLY (TYP.) 5. Lay out the loop wire starting at the Junction Box, allowing 5' minimum slack. SPLICE DETAIL 8. Install the wire in the loop slot as shown. ` ': -' CONDUIT EDGE OF + O' i SHOULDER 7 Finish laying out the wire at the Junction Box and Identify the leads with the loop number, the "S" for start and the "F" for the finish, • the loop series number, and the loop lead -in conductor number. SEE STUB -OUT CONDUIT _/ hill 8. Twist each pair of the lead -in wires a minimum of two times per foot PLACEMENT DETAILS, SHEET 3 .- % O EDGE OF each foot, from the loop to the Junction Box. Reverse the direction LANE of the twlst for each successive pair installed. Seal loops/sawcuts. r LOOP STUB-OUT SLEEVE 9. Construct a supplemental splice containing any series loop connect- SEE STUB -OUT CONDUIT SEE NOTE 14 Ions In the adjacent junction box as required In the plans. Supplemental PLACEMENT DETAILS, SHEET 3 \ splices are subject to the same requirements shown for the loop lead -in tz• APPROx D ETAIL "A" and the shielded cable splice. 10. Splice the loop lead -ins to the shielded cable as noted In the Contract. FILL WITH SEALANT 11 All loop circuits shall be tested per Standard Specifications (PER CONTRACT OR AS I 1/2' SAWCl1TS APPROVED BY THE z LEAD- IN 8- 20.3(14)D once installation is complete. I ENGINEER) SAWCUTS - CONDUIT 12' SAWCUT to REQUIRED 12. Existing stubouts shall be upgraded as necessary to conform \ \ \ \ n -, TO LOOPS to the conduit size table shown on sheet 1 - y & u '.' „. parallel 13. All loop lead-in sawcuts to lane edge shall TO JUNCTION Sox \ \ \ \ \ \ \� � ∎ la SAW CUT EXISTING PAVEMENT be at least 12" from edge of pavement and within (WIDTH EQUAL TO STUBOUT six Inches outside of lane or fog line when SLEEVE DIAMETER PLUS 21 z possible. Maintain 12" separation EDGE OF PAVED SHOULDER, S'�' MATCH EXISTING between parallel cuts or Joints. ORB OF GUTTER PAN 1 4. The OF stub-oout sleeve shall have C Se L e to Q PAVING MATERIAL 0 an Inside diameter 1 " larger than �O Q , op N ASH/ �j a SOFT POCKET (WIDTH EQUAL TO JUNCTION the outside diameter of the � V, STUBOUT SLEEVE DIAMETER PLUS 2' _ _ _ _ _ BOX End Bell Bushing. Plug conduit 0" and fill sleeve with sand until! s • CONDUIT OR ... 0 .. _ l oops are installed to keep A e z: kf a k Y END BELL BUSHING out Hot Asphalt during � o A 'pB 9115 �O % V 8 < 1 PLAN o - ''� - COND paving operations. � Q �G � 4 1 I. SAWCUT AND CONDUIT CONNECTION b a ' EDGE OF NA L 1 hg SHOULDER O 5 10 1 . ''NIIIIIIMIIIIIIP''A 0 SEE STUB-OUT CONDUIT EDGE OF INDUCTION LOOP DETAILS PLACEMENT DETAILS. SHEET 3 LANE Ni STANDARD PLAN J- 50.15-00 • ` SAWCUTS SHEET 2 OF 3 SHEETS APPROVED FOR PUBUCATION DETAIL "B" Pasco Bakotich 111 06-03 -11 AIM SIAM DESIGN EXOPEER DATE 7% w°.tmob" am' D.pmnMla l ,1m1o1 MI MI — — — MI w MN OM Ma - M - - MO - ME - NM GUARDRAIL WITH POST ir CEMENT CONCRETE CURB OR GUTTER AND BLOCK SIDEWALK SEE STANDARD PLAN F -10.12 12' i CEMENT CONCRETE CURB OR GUTTER 1 LOOP STUB-OUT SLEEVE (1/4" TO 12' SEE STANDARD PLAN F -10.12 NM • e , BELOW TOP OF PAVEMENT) LOOP STUB-OUT SLEEVE (1/4" TO 12' D - y 12 � < BELOW TOP OF PAVEMENT) p • D ■M� LEAD -IN CONDUIT SHALL EXTEND A a MINIMUM OF 3/4" INTO PAVEMENT 11, � (PAVEMENT DEPTH VARIES) 1 1 LEAD -IN CONDUIT SHALL EXTEND A CONDUIT SECURED INTO 1 1 MINIMUM OF 3/4" INTO PAVEMENT ROAD SURFACE (TYP.) (PAVEMENT DEPTH VARIES) CONDUIT SECURED INTO L imo j N ROAD SURFACE (TYP.) TO JUNCTION BOX TO JUNCTION BOX ? STUB -OUT DETAIL W1TH CEMENT CONCRETE CURB OR GUTTER STUB-OUT DETAIL WITH GUARDRAIL AND CURB CEMENT CONCRETE BARRIER - SINGLE SLOPE BARRIER SHOWN SEE CONTRACT PLANS FOR SIZE AND TYPE C. A L e� G�? s1:11 0� OQ WASH JSB t � EDGE OF PAVED 12" LOOP STUB-OUT SLEEVE (1/4' TO 12' 12" ; LOOP STUB-OUT SLEEVE (1/4' TO 12' U f SHOULDER 7 BELOW TOP OF PAVEMENT) BELOW TOP OF PAVEMENT) F '!� /4 •e -. j 02 A 9 e 9 s O Q i i ill - a �/� � 1 LEAD -IN CONDUIT SHALL EXTEND A LEAD -IN CONDUIT SHALL EXTEND A 4 g l 1 1 MINIMUM OF 3/4' INTO PAVEMENT MINIMUM OF 3/4" INTO PAVEMENT • (PAVEMENT DEPTH VARIES) (PAVEMENT DEPTH VARIES) CONDUIT SECURED INTO N CONDUIT SECURED INTO INDUCTION LOOP DETAILS k ROAD SURFACE (TYP.) ROAD SURFACE (TYP.) STANDARD PLAN J- 50.15 -00 SHEET 3 OF 3 SHEETS s TO JUNCTION BOX TO JUNCTION BOX APPROVED FOR PUBLICATION =mom Pasco Bakotich 111 06-03 -11 STUB-OUT DETAIL STUB -OUT DETAIL WITH m re ova. '�" STUBOUT CONDUI PLACEMENT DETAILS w.thingt.. seal. D.ymmwn of Tostrapatoro.n WITH ROADWAY CEMENT CONCRETE BARRIER E ! ME — MI NM — — — NM — — ME — i Brace posts End, gate or corner post Line post Twisted and barbed selvage Brace post Pull post Top roil Sleeves Top rail Fabric bond : x Choin link fabric Stretcher bor • ::;tilt N III ;: : : :I • • • • • .. T , . • A'i \ t . \\\ mv., \ \\i\\\ I\� \i \w,A /\ /�i /llvimlliv, "„saf. •' • • • 7 : / Twisted and k N barbed selvage , L "' El / 1 ' y Line post Brace post Brace post End, gate or corner post Twisted and barbed selvage Brace post CHAIN LINK FENCE TYPE 1 Pull post v ham 11 :; \ Brace roil Zink fabric Tension wire i � : Brace /.''. . ��:::: : x � ::::�I��: Brace rail ::i:: 1�::;: \ roil I � :: .: abr i c band '�� �� j : N / ; , Stretc t ' Tension wire \ i 't: .:/ :;iii..:*:. bor Z :.1 Twisted and barbed k N selvage I U III IT (1 1 CHAIN LINK FENCE TYPE 3 Broce post Brace post Brace post 5.0. gate or corner post line post Pull pas Knuckled selvage . . . a o: r7;; Chain link fabri Tension : _ wire :::: -- - --- : 17: ... : v � ' - ,- :r ace rail w. Stretcher b• _ yll Fabric bond Brace roll r . . y .• .iii r. g / To T\ , ; 1j . . . . . r E jw ;. � � CHAIN LINK FENCE CHAIN LINK FENCE TYPE 4 Brace post Brace post a End, gate or corner post Line post Pull post jr—Sleeve Li Knuckled selvage 1 „ - `" a Chain link fabric d 44 III � � � � - <�M Top roil I t _ONAC :�i;l:•: .. Fobr i c bond wv %: Tension wire:;:; s IT la pi = AL �� r �' �� � �^ H STANDARD PLAN L -2 I .. APPROVED F.' : ' !CATION / i /4/ STATE • .......R DATE CHAIN LINK FENCE TYPE 6 MASRINDTON STATE DEPART. OF TRANSPORTATION •-/. GLTNPIA. NASNINGTON Sheet 1 of 2 Sheets 1 1 w POPLAR v+Ew w z < a 7. w V O H AV EN WYE qVq > • Z CO Z SNO�,41O < 200 m venue 1 $ < m ` SUMMITV><EW AVE > S • 64th A Ps z ALPIN WY x .CASCADE p R < W < z Z i > F w 9 < < e a T ieton Z CHIN Ott W W z Z <<< N? 1> Drive v+ raluMA AVE z z z + Z v 200 N n z = W CHESTNUT AVE j = z z a • a 1 z y 4 < < I z y w<< Q w > Intersection Im rovementts Cv D ?I t; y F = i Z a r H W < a i CO < �y w y m y m H n h > ,'' S H k 1 A. , y ' y y a ! 0 O O = D Vl y $ a S TIETON DR o w a y O > ti > y v w I MACLAR = City of Yakima Pro' ect N o. 2282 y X y 9 BRISTOL WV y > BRISTOL V. MIDVALE RD m W ARLINGTON ST m 1 W ARLINGTON ST OLMSTEAD CT Project Area "' w rn LEGEND > > a A 1 i m CO 0 0 0 110 _ 0 N ^ N h y m < > v IX o TPED p(, TELEPHONE PEDESTAL ® — SIGNAL CONTROLLER CABINET < , OSSMH EX. SEWER MANHOLE Q SIGNAL POLE a _ 1 e RFH EX. FIRE HYDRANT F N ; W PRASCH AVE y ®WM EX. WATER METER Q TREE OD g V' a a NWV EX. WATER VALVE < GUY ANCHOR D S D z — IX. GAS METER T UNDERGROUND TELEPHONE 1 ▪ BORLEY WY ‘ EX. STREET LIGHT N w VIOLA AVE IX. G WIRE IN so STORM DRAIN 1400 Z EX. JUNCTION BOX s SANITARY SEWER 1 o IX. UT1LTIY POLE w WATER TT EX. SIGN w , 1 500 W MEAD AVE > ° '1' EX. MAILBOX G/s - GAS MAIN LOREN PL < w w < < IX SPRINKLER IRR IRRIGATION 1 x > .. — Al II Mr c: 2 i < 1600 IX CB EX. C BASIN r 7R — or — — OVERHEAD TELEPHONE m NE W TYPE 1 JUNCTION BOX VICINITY MAP HT O IX. YARD LIG {T =_____ — OP — — OVERHEAD POWER 1 0 NEW TYPE 1 JUNCTION BOX ' NEW 12 STORM DRAIN SCALE 1 " =1500' 1 NEW TYPE 1 JUNCTION BOX 1 SHEET INDEX Station Limits Sheet From To Description 1 PLAN DISCLAIMER , A '` i \ UNDERGROUND FEATURES SHOWN HEREON REPRESENT 1 Cover Sheet / Vicinity Map 5 +50 11 +00 Plan & Profile Tieton Dr. & 64th Av E R / a\ BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL 2 11 +00 15 +50 Plan & Profile Tieton Dr. & 64th Av , r � c Sh'F /, ,••••• %,"� ' � �o. RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR 3 Enlarged Intersection Plan „'� ���� °F �"''�, �1 1 IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL 4 Signal Layout Plan y �;, ; � � : ? UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL 5 Conduit Schedule & Notes \ y 11 ,� EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO 6 Signal Pole Equipment Layout 'r , • h, . • ' _' i ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1- 800 - 553 -4344 7 8 Pole Elevations Legend, Signal Heads & Phase Diagram Know what's below. � s s iot v �'c� R ° � ' � �4 4 h',`� '; a t �' � 9 Signal Pole Details & Specifications Call before you dig. 8- zcp -tc 10 Striping Plan 1 11 Driveway Plan - Zaremba Property August 2015 1 Jr j ,r j c \�\ 3 MARVIN & DARLA BALES 0 I P / PL4 \\ 'N \\ P I % � • Q 0 31 / / ' 6504 CARPORT , 3 Q ROBERT & LOIS ZAREMBA 181321 33004 o In 6505 / I % • o • .0 y 1 DAVID M OLDEN 0 �P 181320-44495 MARIA GONZALEZ \\ CONC GMs •'� r _ 'I E I I O P� N o 181320 44414 i 3 ■ ce I s 6407 / I - - . CONC. DRIVEWAY �PYlN RANDY & VALI F �' J • 1 �4 -'l S CURB & GUtlER' LP ► ( r ' N 0 m a 4 . A •• WM ;• WM 1 _ POST of �, DRIVEWAY LP ( 1 8132 44415 .` 7 44, ) a YAR CO N C wPY MBs `L at 85 ' EX C m _ - -- GQ , uGHTg p In , y11,1•■... 1. . - P . ` « • v� v W ' /7 -_ 1 w , B _-c -T _ _ ue_ � c _ 6 ii TIETOND . 0 A a,, _ ? / $ ® 862 D R , g N I ' , -- 6 6 89.00'40' E - i 21 - a , � °: ssco , BEGIN 2 GRIND & OVERLAY o ®, a / BEGIN'. C URB ' " j - I I' - s s s 6 s s N id 2.99R c 8 +10.45 (4.98'RT) a t CASED MON a w �I s TB ' C 'A.P.- MATCH • '1 NG" 5 �ssMH S TBC P:. O ' ® ® / e.,® / p \0 i - -- , ,, „ tears w •i• ..- .....a - . RR TIE RE AALC -- - ...... "; ,® 1 .......,==-..; PANEL c - ��.�. ,_.,',,-P-.-_____ � __ \ ����� , -_ 2: f'l T, • .4 - E 7;rf' �" ,r /� �: W.L 1. - -- CART PATH � io rui�anvr um wr ,w :mean -_ - - - -__ I 1� - - y � ~ :' ''' +. \ '472.,DMH 72 SOHN - I' �� // 6 +97.9O , 2B.37'RT LAWN -- �� °� � � ' '�' J, c- -< i ° - - -- - .: cn • B EGIN NEW 6' CHAIN NK FENCE © 181329 11428 LAwN © �r • 181329-11427 P te" OX R, \ \ e / / I I W 1 1 I \ °) I 8 +10.00 34.96'R 8 +63.00 (35.8TRT) CE END 1 ' 56'RT) BOX � \ n�� ;" � yr CONSTRUCTION NOTES BEGIN BLCK WAL END 6' C•IAIN © ASPHALT j OL LINK FENND 1 �' •1• NK FENCE '; , _ BEGIN 12 CHAINLINK FENCE C9NTINUE 6 ' : M46F A � 0 , i I ' ,, . �, I : N c�1 O MATCH EXISTING CURB & GUTTER /SIDEWALK .6' I i Co GOLF GREEN \\ ��, D 2 � 1 7 �57�10UD �lES n ° ° �` jN � / ,. c� CV O BEGIN /END BLOCK RETAINING WALL GJLY CJURSC � �P�� �� ISJ '�,� u o 3 SUGGESTED LOCATION TO BE MOVED BY PP &L I BEGIN BLOCK WALL i 1 CI) Z "F\ I �. ' 0 10+31.40 (77J81'Rl� I O > LEGEND. CURB RETURN DATA ....._-/ i '<I � ao ° a ® ADJUST TO FINISHED GRADE , '� 1111 S Z C URB RETURN DATA Q • 1 0 17 DEPTH GRIND I PC 9 +40.32 (32.06' RT.) 1215.06 1r .0 PC 10 +22.74 (81.65' RT.) 1212.22 E I a_ ® REMOVE & RECONSTRUCT CHAIN LINK FENCE ( 1 & OVERLAY AREA MC 1213.87 21 3.87 • • .. il1 Q a MC 1213.93 PT 9 +76.82 (67.05 RT. 1212.82 1 "' > I ® REMOVE EXISTING TREE. GRIND STUMP TO BELOW EX. GROUND 1 = W W - Q w PT 10 +74.23 (32.06' RT.) 1212.35 > O WIDEN SECTION g o R = 50.0 L = 78.14 < ' R L i ~` 1 _ Q� ® REPAIR / MO DIFY WATERFALL FEATURES V T = 34 99 = 89'58 54' a z 3 T = 49.60' 0 = 89'32'30" 4 -- QNEW C URB &GUTTER / C1� g .) , o ® CONSTRUCT CURB RAMP TYPE PARALLEL A GO LF GREEN 1^ ,w Z Z Rl 3 a 1 NEW CEMENT CON SI DEWALK Z co ® CONSTRUCT DUAL FACED TRAFFIC CURB. SEE DETAIL SHT 10 �: I 3 I '§ v/ I I !h U . 0o N M pO . I . . • . . CD • II • il0 Ch 03 N W CI) W ~W: Q II 11 II a) ^ v7N M �1 � cV M N N W F < 11 II N ei _ +^ w N c V� I 1- as SS as gS ,n W N W At NFW • oN � `,11 � ... v o a a a a • S ... .... STA:9 ±5 94 (34. . 08 RT) - I II '. ± w TOP' BACK NE1N'EURB'(RT.) EX. :CENTERLINE ° a a S S' RIM . 11=1213.87 n ...It'll a 11 it 11 1i o � � 7 17.2314 IE 12` :GONG. IN (NW)= 1210.95 N W N W W N J a o I I 1215 ' - 0.24% • -0.73% mi - _ 0_0 Frirr -- IE 12 :CONC. OUT (E)= 1210.55 a a a a a a . S 8 1215 • • • . - -0 : X0:93% 57.61. = - _ - -r- - - - - _ a �, 3 ° . � a. • • • �g E R Sh,: .07 i a .. PVI STA=. 9 +77 - - _ o_ o = > 00127 FT si, =3.49 1210 : A , si° �"'A , ST + 53 . 44 ( - 45.67 LT.) Ex c� T O.b239 FT � ' P VI EL= 1212 82 SDMH 1210 • I o., ts.7t� N 3Tk:9472:29 (30.63 �, <" y •RIM EL' =1416.42' STAA406.14'( -22:39 LTA' REM El(. (3 12' CONQ. : IE 12' CONC. OUT (SE)= 121355 RIM EL= 1215.49 STA:9 +44;15 21.51 RT;) ��T 0.0750 FJ/FT RIM 0_=:1213.93 W co .fto r xi IE 12' •GONG. IN (NYY)= 1212.82 RIM EL= 1214.52 IE 12' CONC. IN (W)= .1208.57 Z N 1205 is , � � lI +�' IE 12' CONC. OUT (a)= 1212.72• IE 12' CONC. IN (Nw)= .1211.33 h I 53.50 LF IE 12` CONC. IN (w)= :1209.30 M 1205 • `� p 9tt� f IE'12'' CONC: OUT (E 1244'.23 • { 1 42`• CMP IIE•42'• CAW OUT•(S 1203.27 • • o 0o + • ? \,.,1 0.0002 fT IE 4 2 ' CMP OUT (E)=.1203.27 C L + c 6 �� ecfyroto ` : IE 12' CONC. OUT (SE) 1211.33 is, SS�ONAL E < o =° ic6 • $ -2t�lS 0 1 EX. q 1217.22 12 17.26 12 17.26 1217.24 12 17.20 12 17.14 12 17.08 1216.93 1216.78 1216.64 1216.52 1216.39 1216.27 12 16.15 1215.96 12 15.77 12 15.54 1215.29 12 15.00 12 14.67 1214.31 1213.96 12 13.59 12 13.07 1212.56 12 12.02 TBC RT 1217.13 1 217.08 1246.94 1216.79 12 46.64 1216.49 1216.33 1216.17 1216.01 1215.82 1245.64 1245.45 1215.26 1215.06 1214.21 1212.89 1212.81 1212.21 1211.71 1211.15 • 6 +00 1 '7 +00 1 ' '8 +00' ' ' ' ' 9 +00 1 ' 10-00 • • . ' . ' 11 +00 II 1 8 -26 -2015 1 1 j //4f/ % 1 i co �Q r ( : E 0 I I ti ) m 6311 } .E id CA PATRICIA DILBECK _ ` a o ' 6201 to 3 Q ROBERT & LOIS ZAREMBA 6215 6 v ° 181321 -33005 I ' YAKIMA CHURCH `o g I 181321 3300 ;ROBERT & K ATH E AR ;" o S 181321 - 33014 BAPTIST ] 0 a) m m (n � j I ,,...r0181321-33005 ' P YA o 1 81321- 33007 E CO _ J tS <� 'AV o= me EMPTY L OT I �, \-01.4 \-01.4 BIBLE 5 - � U W I j � - °; STA. 13 +55.16 II 0 S 1 ' _ 1 2 ' TIETON; DRIVE s 13 `'1 END 2" GRIND & OVERLAY II / -- ...\, • 1 . `, 1 +55.24.(32.06'RT); . . , � ,, , II -�_ - -+ ® 1 . • s M.P. C A 1 3+ MATCH 05 EX. (23 \ , s 5 s s s. URB $ ZQ0 N • ,� •• 5 s S MH S 5 s _. . ,. •.._ M_ ® - .. .... 5 us ass s 5 rws ,:, - ws - W - �- s • II I I I 7 1 I I , Ma 1: r 4 . - - d -- e _____ I I I I I , ,i_1.� © O ' 0 13 +96.06 (28.41 ) STA 11 +25 39 RT) ' _ 181328 -22428 END BLOCK WALL 0 ,. CONNECT NEW FENCING CONSTRUCTION NOTES CO : dm BACK r E r wN TO EX. FENCE N LAWN ( 0 GOLF FAIRWAY O MATCH EXISTING CURB & GUTTER / SIDEWALK > CNI I WESTWOOD WEST PARKING LOT FRONT TEE I - CD CV ASPHALT V. \ / J O BEGIN /END BLOCK RETAINING WALL 0 ,fl \� 1_ - _ --/ LEGEND 0) z I I I I 1 I �g R Sy O SU GGESTED LOCATION TO BE MOVED BY PP &L. O O U 1 1 1 1 1 1 1 1 I 1 1 I 0 17 DEPTH GRIND � 4 4 � ' ,,, c' ® ADJUST TO FINISHED GRADE H- Q p I 1 I I I 1 1 i I ( & OVERLAY AREA ' 4 ' E f f + I -1 I 1 I I ` O REMOVE &RECONSTRUCT CHAIN LINK FENCE I I 1 r j 0 C 1 I \ 1 1 WIDENING SECTION r . . `� _�rr 1 ` 0 � > p E I 1 I I I 1 I � j / � r. O Q -_,=, 1 CIS 6 REMOVE EXISTING TREE. GRIND STUMP TO BELOW EX GROUND NEW CURB &GUTTER •P 98007 _ O / O R g O G` 4v O REPAIR /MODIFY WATERFALL FEATURES i O CO / . NEW CEMENT CONC SIDEWALK S70NAL BN ®CONSTRUCT CURB RAMP TYPE PARALLEL A � t-7.14) Cr) v O CONSTRUCT DUAL FACED TRAFFIC CURB. SEE DETAIL SHT 10 • R. N • . ^ . + o. • II N ±N +0 •1n M I I _ La • ~� G II II II � ^ 'NN + C in : 'N O O . N W V7 s a SS (73 iii • ~ a II + o' o� i CP. WI • �� N W 'a II ^ ^ � N N • as SS :yw 11 II ;, fi � o a, U II as •SS Nd ..co J' 1 II u'i "1O j c U) = 2.77 _ a N �, a u� w II 1210 __2.s1s; - =288 a_ a_ - ss _3_1.0 • �' ° S . .. - _ (n W �-1 �-- 1210 ° _' o _3 29 s s v> , . ' etd - 3 .3 5 9, as < II II o => 1205 � H TOP BACK: NEW CURB (RT.) 3.379, ` 3 47� _3 519; N d • 1205 MS . . .4•. Q. N W EX. CENTERLINE s's • I W - 3.649; (7_ ET_ • • • 1200 _ -- __ _____ _ 1200 o O ° I M @� CCS U) CL • I EX. 1212.02 1211.47 1210.90 1210.30 1209.70 1209.02 1208.34 1207.65 1206.96 1206.26 1205.54 1204.82 1204.07 1203.32 1202.59 1201.86 1201.13 1200.39 1199.66 1198.96 TBC RT 1211.71 1211.15 1210.58 1209.99 1209.41 1208.79 1208.13 1207.46 1206.79 1206.11 1205.42 1204.72 1203.95 1203.18 1202.45 • • • 11 +00 1 12 +00 • "' 1 . . . 13 +00 1 14 +00 1 2 1 8 -26 -15 11 I • I IIi iii�� / //I e ■ r_ I I\I\..In LIL_LJL 1 CB I r-/---/---41 6407 J \- P A N c CI) ;lab.- . 4�� REPLACE �° ' ; & 4\ 181321-3300! ■ TO s* -> mBs co �� \ YARD GO WA Y_ a `_ ��� 'i 65 __ — EX. f _ D al CD 15 �� _ LIGHT QRwE YARD 1 ' � PWR ( � d 1 / p P,� \` W� . JB � tin / S_C t FH tom` �� PP - -- c m / =� ��i" ►tl P P � P , •�I a p L_�iNf?disS�6! °li ° lii�!� . W M �� J B , �� — +._�► q c oac X11„ T T – �����Qi.�w�� Ems .4-... i P P P— o e 1 WV H W W � W T Nf Lrr. �01g�/— ._. �4 �, . im���' j i�� O m t \ . 4 O 10+3258 (23.94'LT) WV °Q / T >, •c o e S' O ' X 4 10 +48.58 (23.94'LT) '0_,,1 1 ,C' Z Y co 9 ;i'eton Drive �, 20021 — °Q 11 �� YB CIN / ' 1,10 ��' o a ' 0 % 0 2 9 2 8 CAS MaN ' v .I ' S 89 °06 49 E , ' 0 ! 9 +00:32 (32.06'RT) ® ® �� °e � � p SSMH IBC A.P: v �/ 3 , / , a S S • S o 7,._, �.4.._. ..,GA$-,.... GASt; .. js tea._ :c .. ..._ _� O oe ,.... ' s .. . /, 1 . a ; . ° _ ,. j GAS . ,.,.. ,GA S .', '` •AS ��� O ® �� . ...... ` ' ° 1 A z ; :'4 ;a ,.up... .0:, , GAS . GAS GAS r. e .. • 1 +�r_tiELO - -i - iiJ •• -- _ - _ S !!!►• _ ..GASH.. '4 rr -b . .. ::i .. _ a�B 1� �T OP' _ i, A _ GAS ® " GAS � ` .y{7N ' • i �' G % cNi co r _4 _ i=^ s r ` , n — — ����� ■.: - - ' ?� :".111111111r6 — � ` \ -1 72 " SDMH 72' SDMHT- � � Q� ` �j� ; Q a N hr / ` n. ( �R \' ���. ��\ /��� ji -- 10' FI L &SLOPE ES . — 10" FILL &SLOPE EASEMENT -AFN 2789431 ` � �� . / � � I \J Jy� • �IIINNN��� °' _ — — .. — F - t.) - NEW RAW — — � ■ AFN 8 .. AEM 279431 U AWN WN � �, P P P' — _ a� a) 181329 -11427 P CONTROL \ � JB 3 0:1) 1. A_ \� I I I I ©BOX IRR ©� > �( ©� 1 1 1 1 1 ©1 1 1 ° — ca ( ) 9 +33 (37 o TI MER , f �:' ASPHALT STA 11 +25 39.5' RT) > = o - 8+63.00 35.87'RT Q END 6' CHAINUNK FENCE END 12 CHAINLINK FENCE 1 L� \ �� ENp BLOCK ALL Q + � Y BEgN 12' CHAINLINK F�I 6E- - �U NCE / 1 S .,., 1, �P } ' 1 ; , . ' j ig: /P se 181328 -22428 (f) o 1 co w GOLF GREEN 2'`.6 CC LJ 9 ( G� �P� o - a � . WEST WEST PARS cn 1 J � � rJ� \ \\ l� Mq t/� M \ \ I \ \ o l \ cD \ �P 1 � � cy F so h-• # � � � v q Y I : '.c 1 1 1 I \ �� \ I I N ' • N . I i 1 80+31. 77 81'RT) I I I 1 I 1 �� r 24.4 �I7' I o I I I I I I \ . � � \`; J I I I I I o � w o iw" z I I I I cn w X11 I I .� II�� - I II I I I I I 2 3 O CONSTRUCTION NOTES 1 Lei I I I I I 1 1 I _ O MATCH EXISTING CURB & GUTTER / SIDEWALK I O BEGIN / END BLOCK RETAINING WALL O O SUGGESTED LOCATION. TO BE MOVED BY PP &L - y C c�6 I ® ADJUST TO FINISHED GRADE LEGEND � 0,ER s8 °' _ O REMOVE 8 RECONSTRUCT CHAIN LINK FENCE 0 17 DEPTH GRIND ,` � +sy,F� & OVERLAY AREA LU cl r gt. C © REMOVE EXISTING TREE. GRIND STUMP TO BELOW EX. GROUND � _ � �y w- . I WIDENING SECTION "` as O REPAIR /MODIFY WATERFALL FEATURES i LLJ NEW CURB & GUTTER •°�+ s em i, ® CONSTRUCT CURB RAMP TYPE PARALLEL A ms 's' %is -raV O CONSTRUCT DUAL FACED TRAFFIC CURB SEE DETAIL SHT 10 NEW CEMENT CONC SIDEWALK � S S �ONAL ��� 13-14)-15 ' • 1 1 e I 1 WIRE SPLICE DIAGRAM 1 WIRE SPLICE DIAGRAM 1 c 1 VEHICLE AND/OR PED PHASES, SIGNAL HD S, MOVEMENTS VEHICLE AND/OR PED PHASES, SIGNAL HD S, MOVEMENTS O POLE - C / #' POLE — #2 / #' Phs3 -Left �W �E N Phs6 NB (& NB RTurn N TYPE -3, NW Quadr & FYLTA 3 Phs8 - Thru Phs Thru Phs6-NB d6 -wK /Des �s (TYPE-3, NE Quadrant 1 r w/ Phs -3 � s 1 M Itr Ped2 -WK /�' ( Phs6 -NB Ped6 -WK /DW PHASE CONT 16 COND CABLE d 5C 50 5C 50 5C 50 PHASE CONT 16 COND. CABLE p- M It. -- INDCT PHS USE SP LICE - — 3 -1 8 - 8 - 6 -3 Ped - Hd 02 - Ped ead INDCTN PHS USE SPLICE -#1 SC 7C 5C • Neutral White 1 •r White White White White �'� Head �— 6 - � 6 -2 I BM Phs3 G/Y - -> 06 -Ped Hd _ Q ' am cum 8 Red 2 Red Red - N eutral 6 White 1 White White White Y mow CLEAR 2 Red of 8 Ora ng e 3 Orange Orange Y nu w aces `V as z rr� 8 Green 4 Green Green GREEN 6 Gree 4 O Green e C ����NI Black 5 �G� q Rt .;, 6 Black 5 Re w L v o I m ° t t °°"�S CD o 61 O W m xEn PRS Bl ue 6 wux 6 Blue 6 Green ^' v t ciuxrNCE rxr ^ -a Red Black T 7 R ed a m ciun 6 Red Black 7 7 : dg, Y/ 07 LIT RIM YEL NIS,k ' EDS c • citww¢E mr ^_� Orange /Block T $ Orange m.EOw crux ` r 3 • O Q GM ARROW 3 Green /Black T 9 Green _ e Z E Y¢, 01G Urr rxr ^ -s Bl /Bl T 1 Black O q 'I ue U W r+� ' ' --- vaiaw ntw 3 Black /White T 11 Block H - - Blue /White T , 2 in 6 Red /White T 1 Red Red /White T 13 / _L � 4— P LEX I YELLOW cu. 6 Green /White T 1 4 Orange Green /White T 1 4 /p ly .... ''.\ • i CARPORT 1 \fY7 o 6 Blat /Bed T 16 Green Black /Red T 1 ` / p i � l!. tt ^^ White /Black T , 6 White /Block T 1 6 V' 6407 PUSH BUTTON- WIRING I , P ED PUSH BUTTON -NE OUADRNT /POLE #2 5 JL ! CONC CONDUCTOR CONT. PEDESTRIAN 0 Iv USAGE PHZ 06 • CONC. I Logic Ground - White DRIVEWAY ' DRIVEWAY I n ^� J F �� A D. w^ m� 4F, 0 A © SB Push Button 06 Black --7\../ . P - P 1 .� / -- - � � 0 , �; Le �I 0 e - - -- , PP -- -- CONC I p P // Jg I _� ����� .�� 'i . �� — �l,i DRIVEWAY - P = "`� ���I►_�I I /-1III ± ©��r�a �I�' P �y p p p P CV ® e it) . ...._ WB-08 CO 1 T a f IETON DRIVE /871 ' a I' � © N a to E / N CD / wB -e8 c N z a 0 e THRU O 5 —�— \2'oC 6'DIA WB -H3 \ (NP) (TIT) 4 -1 & FYA -3 0 - � L -TURN 4i ® ® �' n EB -04 4 -2 A FIT TIETON DRIVE Q Q . THRU Y co 1 -� =ar �=6t • =-_-_,_. — THRU © e - -- / wEq ar =_�� _ ® O Co A I NEW R/W © I L i ��� Y PHS -4 PED-• V ':� e — — — — WIRE SPLICE DIAGRAM ® m` ; / �� A® WIRE SPLICE DIAGRAM POLE— 4 \ I Phs3 VEHICLE Left AND /OR PED PHASES. SIGNAL HD #'S, MOVEMENTS W — >E 1 © � POLE — #3 VEHICLE AND /OR PED PHASES, SIGNAL HD #'S, MOVEMENTS (TYPE 3, SW Corner) & FYLT -3 Ped4 - WK /DW 111 �i �� W E TN ;y o SC SC ( TYPE -3, SE Corner) Phs4 -Thru Phs4 -Thru PHASE CONT 16 COND CABLE Coneuc ?` A Ped4 —WK Ped6 - WK INDCTN PHS USE SPLCE1 Head 3 - 2 04 - Ped Hd �� � PHASE CONT 16 COND. CABLE C on;a l Ft a � SC 5C 5C SC o a) I Neutral White 1 White White / I/ INDCTN PHS USE SPLICE #� H Ga d $'�— 4 - 4 - 94 Ped - Hd 05 - Ped Head CC II p RED c CLEAR Red 2 I� Neutral White 1 White White White White N O YELLOW CLEAR Orange 3 1 III n o c 4 Red 2 Red Red I I GREEN Green 4 I a ` W I YELLOW cites 4 Orange 3 Orange Orange w ,..7) II I ( ) 4 Black 5 Red ? GREER 4 Green 4 Green Green O ai 4 Blue 6 Green I " I a sla 5 Red a) "- O IV O ' � ° -3 a wux 4 Blue ck Green mT ^ _�- Red /Black T 7 Red 6 O a) ooc- M Therm.--73- Orange /Black T 8 Orange T Red /Black T 7 _ i NB- 06 NB- 06 L -TURN & PROT- Orange /Black T 8 t 3 Green /Block T 9 Green 03 R -Turn mr ^ -3 Blue /Block T 10 Black I !'� Green /Black T 9 lk i 1* Block /White T 11 I v ^ Blue /Black T 10 C4 u, Blue /White T 12 W i � � 6 Black /White T 11 Red Red /White T 13 I wux 6 /W T , 2 - Green — I Green /White T 14 I Red /White T ,3 O , 0 Block /Red T 15 �� V E Sy n. GreeBlue n /White hite T1142 4 J White /Black T 16 � 4, 00 W '�1f /,� - Black /Red T 15 ' - POLE 4/ �� ; �' , , White /Black T , I # 0) o zs r PUSH BUTTON WIRING - CT) Cr ( TYPE -PPB PED PHS 4) s' .■ I PED PUSH BUTTONS SE CORNER /POLE #3 PUSH BUTTON- WIRING •� = 5- CONDUCTOR CONT. PEDESTRIAN 0 PED PUSH BUTTON -NE CORNER /POLE #4 A 45 30107 �j 'a_ I USAGE PHZ 0 ¢ O 6 I 5-CONDUCTOR CONT. PEDESTRIAN 0 ,t, 9 tsq¢TtE O 4 Logic Ground - White Red 4 USAGE PHZ 0 4 �S � • u WB Push Button 04 Black Logic Ground White $ -2� - I S REFER TO SHT 5 FOR CONSTRUCTION NOTES NB Push Button 06 Green 11 ` NB Push Button 04 Black 1 c O SIGNAL POLE REFERENCE NOTE P1 P2 P3 P4 ._. u, •- EXISTING NEW PVC NEW MULTI— CONDUCTOR CONDUIT SCHEDULE THE CONTRACTOR SHALL ASSEMBLE AND INSTALL POLE #1/2/3/4 AS FOLLOWS CONDUIT CONDUITS CABLES VEHICLE & PED E 0 POLE #1 SHALL HAVE A MAST ARM ONLY, & POLE #4 SHALL BE A 20 FT POLE WITH A 10 FT LUMINAIRE -ARM ONLY POLE #2/3 SHALL BE TYPE -3 POLES WITH MAST ARM & LUMINAIRE ARM. RUN PVC CONDUITS (# OF per SIZE) SIGNAL & PED P— BUTTON POWER IN DET LOOP- (16 AWG (# OF per SIZE — (SPARE) POWER TO C ABL E TO (RG -11) /� ) ( (CONDUCTOR "CON. ") FROM SOURCE POWER TO HOME RUNS 2 CON) CABL TO COAX aj CD 7) / \ TO NEW SVC NEW CABINET FROM SVC FROM JBOXES PF LOOP CABLE TO NEW NEW PPB— NEW PREEMPT ›- . C " 4 LED LIGHTS TO CABINET LEAD —INS YAGI(com) L oD 1 1 " 2 " 2 " 3" 16 CON. 5 CON. 2 CON. SEE NOTE * (2C(EH) CABLE) TO JBOX DETECTORS ANTENNA c o I CONSTRUCTION NOTES / � ® AS PER PP &L ® 1 0 m O THE CONTRACTOR SHALL INSTALL A NEW UNISTRUT- MOUNTED MULTI -PANEL ELECTRICAL SERVICE ON THE NE QUADRANT AS SHOW A N ON THE PLAN * 7 \ 2 1 3 246 246 8410 `� O o C 3 AND PROJECT DETAIL THE CONTRACTOR SHALL RE- ESTABLISH ANY PRE - EXISTING LIGHTING CIRCUITS DISPLACED BY STREET LIGHT SERVICE / \ 1 - #1 OG 1-#12G f. REMOVAL (NOTE #11), AND ADD ELECTRICAL PROVISIONS FOR THE NEW SIGNAL LIGHTING & CONTROLLER /CABINET POWER (SEE SPECIAL E PROVISIONS & ELECTRICAL SERVICE PROJECT DETAIL) O 2 1 4 4 _ 12 4 1 U W CD y O T CON SHALL INSTALL, ON THE NORTH SIDE OF TIETON DRIVE (NE QUADRANT- AS SHOWN ON THE PLANS), A NEW NEMA TS -1, P+ STYLE, © 2 - #6 SIGNAL CONTROLLER CABINET ON A RAISED CONCRETE BASE, W O 2 1 1 1 ITH A CONCRETE (STANDING) APRON SEE THE APPLICABLE PROJECT DETAIL & 4 1-#1 OG 1 1 SPECIAL PROVISION (NOTE THE EXTENDED LENGTH OF THE APRON TO ACCESS UPGRADED ELECT SERVICE). THE CONTRACTOR SHALL PLACE THE 246 - �� —. „.. CABINET AT THE APPROXIMATE ANGLE OF ORIENTATION AS SHOWN ON THE PLAN SHEET (IE. DOOR SIDE FACES APPROXIMATELY EAST) A O 2 1 1 1 1-#10G 1 THE CONTRACTOR SHALL INSTALL A NEW ROAD LOOP DETECTION SYSTEM, WTH PREFORMED CIRCULAR LOOPS, LEAD -INS, AND JUNCTION — 2-#6 :I�' •• O WI BOXES THEY SHALL BE INSTALLED PRIOR TO THE ASPHALT OVERLAY ON TIETON DRIVE REFER TO THE SPECIAL PROVISIONS AND OTHE ® 2 1 1 1 _ 1 - #10G 1 ! I ��' `! APPLICABLE NOTES ON THE PLANS FOR TECHNICAL SPECIFICATIONS, LAYOUTS, AND LOOP -TO -PHASE ASSIGNMENTS (NOTE 64TH AVE SHALL a' Bra' NOT HAVE ROADWAY -LOOP DETECTION ) ® 1 1 6 ® — •' I ® THE CONTRACTOR SHALL INSTALL A NEW TYPE -1 EQUIVALENT JUNCTION BOX * 0 2 - #6 4 - #1 O �'� AS PER PP &L 2 1 2 2 1410G G 1 - #12G O THE CONTRACTOR SHALL INSTALL A NEW TYPE -2 EQUIVALENT JUNCTION BOX 1 2 1 246 6 2 9 1 1 1-#10G 1 ® THE CONTRACTOR SHALL INSTALL A NEW TYPE -3 EQUIVALENT JUNCTION BOX /� I O © 2 1 1 1 1 2 o G 6 1 O W I THE CONTRACTOR SHALL REPLACE AN EXISTING (IRON LID) JUNCTION BOX TH A NEW TYPE -2 EQUIVALENT JUNCTION BOX A © 2 1 1 1 246 1- #10G ® THE CONTRACTOR SHALL REPLACE AN EXISTING (IRON LID) JUNCTION BOX WTH A NEW TYPE -3 EQUIVALENT JUNCTION BOX • Q) V) N I 1 2 0 1 1 > o0 O THE CONTRACTOR SHALL INSTALL A NEW TYPE -1 EQUIVALENT JUNCTION BOX, FOR PREFORMED LOOP LEAD -IN CABLES /CONDUITS 1 i N 1 Q THE CONTRACTOR SHALL REMOVE AN EXISTING (IRON LID) JUNCTION BOX. 2 1 2 = z 0 11 THE CONTRACTOR SHALL REMOVE THE EXISTING STREET LIGHT POLE & LUMINAIRE ARM, ALONG WITH THE EXISTING ELECTRICAL SERVICE 1 4 2 6 0 EQUIPMENT CURRENTLY MOUNTED ON THE POLE (EXISTING CIRCUITS TO BE REROUTED TO NEW UNISTRUT- MOUNTED SERVICE (SEE Q 1 -� NOTE) THE CONTRACTOR SHALL COMPLETELY REMOVE THE POLE'S CONCRETE FOUNDATION, OR, IF APPROVED BY THE CITY ENGINEER, o GRIND THE FOUNDATION 706 "TO 12" BELOW ADJACENT FINISHED GRADE 2 • REROUTE ALL EXISTING OPERABLE CABLES & 0,5 CL _ as DUE TO THE REMOVAL, & RESET OF, THE EXISTING PP&L POWER POLE, (LABELLED 1© ON PLAN), THE CONTRACTOR SHALL RUN NEW 2 CONDUCTORS THROUGH NEW APPLICABLE CONDUIT RUNS > O E I ® CONDUIT AND POWER CABLES (CONDUIT RUN #'S 17 / 8 1 2), TO RECONNECT POWER AT A NEWLY -SET UNISTRUT- MOUNTED ELECTRICAL 6 < , ® SERVICE (SEE APPLICABLE CALL OUT & NOTE) 0 THE CONTRACTOR SHALL INSTALL THREE (3) NEW STREET NAME SIGNS, MAST -ARM MOUNTED AS SHOWN ON THE PLAN & ELEVATIONS * AS PER PP &L © 2 1 246 "-' to L' SIGN NAMES & LOCATIONS AS FOLLOWS TWO (2) ” S 64TH AVE" - ON NW QUADRANT & SE CORNER, & ONE (1) "TIETON DRIVE - ON NE 1 #1 OG C p QUADRANT THE STREET NAME SIGNS SHALL BE SUPPLIED BY THE CITY SIGN SHOP AT 2301 FRUITVALE BLVD , & THE CONTRACTOR SHALL CONTACT DOUG METZ WITH THE CITY SIGN SHOP TO COORDINATE SIGN PICK -UP 8/OR DELIVERY C I 14 THE CONTRACTOR SHALL INSTALL ONE (1) NEW "NO PED XING" SIGN ASSEMBLY (2 PANELS), ON MAST ARM POLE #1, ON THE NW QUADRANT, SIGN FACING SOUTH, AND ONE (1) ASSEMBLY ON THE NEW STREET LIGHT (LUMINAIRE -ARM) POLE ON THE SW CORNER, CONDUIT NOTES. SIGN FACING NORTH THESE SIGNS SHALL BE SUPPLIED BY THE CITY SIGN SHOP THESE SIGNS SHALL BE SUPPLIEDTO THE CONTRACTOR BY THE CITY SIGN SHOP AS DESCRIBED IN NOTE #13 ABOVE U THE CONTRACTOR SHALL MAST -ARM MOUNT, (POLE #2) TWO (2) REGULATORY LANE USE SIGNS E (1) R3 -5R 8 ONE (1) R3 -5L CONTRACTOR IS RESPONSIBLE FOR ESTIMATING, SUPPLYING, & INSTALLING THE REQUIRED TYPE SIGN SIZE -AS PER THE MUTCD &PLACEMENT &ORIENTATION AS SHO ON THE PLANS THESEO GNS SHALL ALSO BE AND # OF CABLES, CONDUCTORS, & /OR WIRES IN EACH CONDUIT RUN, AS INDICATED ON THE SUPPLIED BY THE CITY SIGN SHOP AS DESCRIBED ABOVE SCHEDULE, ASSOCIATED DIAGRAMS AND THE PLANS. - 16 THE CONTRACTOR SHALL MOUNT ON THE MAST ARM ONE SINGLE - DIRECTION PREEMPTION DETECTION DEVICE ('BIRDEY'), WITH I LOCATIONS AS SHOWN ON THE PLAN &POLE LAYOUT THE CONTRACTOR SHALL SUPPLY AND FILL ALL CONDUIT RUNS AS NEEDED TO PROVIDE ADEQUATE 1- THE CONTRACTOR SHALL MOUNT, ON POLE #2'S MAST ARM, ONE VIDEO DETECTION CAMERA ON EXTENSION TUBE), WITH rn O O 1 CAMERA FACING SOUTH FOR DETECTING NORTHBOUND, (PHASE -6), 64TH AVENUE VEHICLE APPROACH TRAFFIC MOUNTING POWER TO ALL PEDESTRIAN & VEHICLE SIGNALS, PED -HEADS & PUSH BUTTONS, LUMINAIRES, w c c LOCATION AS SHOWN ON THE PLAN & POLE LAYOUT VEHICLE LOOP DETECTORS, & VIDEO DETECTION EQUIPMENT, AS SHOWN ON THE PLANS, DETAILS & SPECIAL PROVISIONS. o> ° II PACIFIC POWER SHALL REMOVE THE EXISTING DIAGONNALLY -ORIENTED OVERHEAD ELECTRICAL CABLE(S) AND REHANG THEM j c I I 18 I FROM THE PROPOSED NEW POLE ON THE SOUTH SIDE OF TIETON DRIVE, BACK TO THE SAME EXISTING NORTH -SIDE POLE, WHICH ALL NEW CONDUIT RUNS, INCLUDING THOSE ADJACENT -TO OR SHARING EXISTING CONDUIT, SHALL o PROVIDES PRIVATE POWER SERVICE 19 O .N ULTIMATELY HAVE A MINIMUM OF TWO 2 -INCH AND ONE 3 -INCH SCHEDULE 40 ELECTRICAL CONDUIT, PLUS o ca THE CO SHALL INSTALL A NEW "MAGI" RADIO - INTERCONNECT ANTENNA- MOUNTED SIDE -OF -POLE #2, LOCATED JUST ONE 2 -INCH SPARE (EMPTY) CONDUIT, UNLESS INDICATED OTHERWISE ON THE CONDUIT SCHEDULE. _ BELOW THE LUMINAIRE ARM ATTACHMENT PLATE, WITH FINAL ANTENNA ORIENTATION DIRECTION CHECKED & APPROVED BY THE CITY TRAFFIC ENGINEER OR HIS APPOINTED DESIGNEE ( *NE QUADRANT ADJACENT TO SIGNAL CABINET ) I GENERAL NOTES * ALL REQUIREMENTS AS PER PACIFIC POWER & LIGHT- (LOCAL ELECTRICAL -POWER SERVICE PROVIDER) OTHERWISE, CONDUIT # /SIZE AS SHOWN ON SCHEDULE. = �, a_ E THE CONTRACTOR SHALL COORDINATE WTH THE CITY ENGINEERING JOB INSPECTOR AND THE LOCAL POWER COMPANY 2 REPRESENTATIVE(S) FOR ALL SERVICE PROVISIONS REGARDING NEW POWER FOR THE PROPOSED SIGNAL AND FOUR (4) NEW • MINIMUM SIZE /# OF CONDUIT TO BE AS PER PREFORMED -LOOP MANUFACTURER- FOR CONDUIT RUN FROM PAVEMENT a c I LUMINAIRE -ARM MOUNTED LED INTERSECTION LIGHTS, INDLUDING, BUT NOT LIMITED TO, ANY REQUIRED TEMPORARY AND /OR (( c PERMANENT NEW POWER SUPPLY(S) REQUESTS, 8 METER SETS BY POWER COMPANY (P P 8 L) DETERMINATIONS &SUBSEQUENT WORK RELATED TO A FINAL POWER SOURCE /LOCATION TO FEED THE SIGNAL'S NEW OR UPGRADED POWER SERVICE, SHALL BE MADE BY THE of RASj, , 4 E. R Sy EDGE, UNDER CURB /GUTTER, TO LOOP -CABLE JUNCTION BOX. HOWEVER, NO LESS THAN TWO (2)- 2" CONDUIT. cv o , J C CITY ENGINEER VIA COORDINATION AMONG THE PARTIES LISTED HEREIN 4, Rp 4 tp j y 4 6 PRIOR TO THE START OF ANY POLE FOUNDATION EXCAVATION, THE CITY TRAFFIC ENGINEER, (JOE ROSENLUND), OR HIS APPOINTED �•� 1.„, r p') I DESIGNEE, SHALL FIELD VERIFY, ADJUST AS NEEDED, & APPROVE THE FINAL STAKED LOCATION & ORIENTATION OF THE FOUR (4) TYPE -3 SIGNAL POLES INDICATED ON THE PLANS i` .1 5 1 39407 ' 14 t7STESO ,4 1 S `NNAL V s' 11 1 , % STAINLESS 1 -1 /R • ' M1% PROJECTION O STEEL COVER 22 LANG (TOP AL FOY) O D E FOUNDATION DEPTH TABLE (TYPE -3 POLES) I STNNLESS - p 30 -I /2 X J -J /4" % 1 /16" DI STEEL MINCE L N 61 ji S 3/1 S ^ �� ' 1H -Xi . ALLOWBLE LATERAL FOO D ON T ypE II, xAND SD U MAST ARM STANDARDS � STEEL I '_ PRESSURE ROUND ONLY f > a �� 1 1 /z R (psf) (DD.) 600 900 1,200 1,500 1,900 2300 (W/ DOLT k WASscROLT HER) i / X 5 /6 MT[Wt 3' 10 ft.10 ft. 11 ft. 11 ft. 13 ft.15 ft : . X .su�"M -° 0 LE am 1,000 4 8 ft. 8 ft. 9 ft. 9 ft. 10 ft. 11 ft. LOCK ° ' s _.II S/16' -16 TAPPED I 1,500 3' 8 ft. 8 ft. 9 ft. 11 ft. 13 ft.15 ft. C 1' x 1 / 2 6X aR o ) TEJU coup EOPRENE 4' 7 ft. 7 ft. 7 ft. 8 ft. 8 ft. 9 ft 1 -Lm Arm PlatC -L� e1 C (See Project Detail for Specs) 1 /X: X K' SrEn MANE 3' 6 ft. 6 ft. 7 ft. 11 ft 13 ft15 ft. r- 1 /6 TX fl�C %PLATE \J . . . . . 2,500 4' 6 ft 6 ft 6 ft 6 ft 7 ft 7 ft e O IDE THIS TABLE BASED ON A 0 VALUE OF 26' FOR DOUBLE MAST ARM STANDARDS °N C° �" WITH 90' BETWEEN ARMS USE THE LARGER XYZ VALUE FOR FOUNDATION OT C : 3 DEPTH SELECTION. A SPECIAL FOUNDATION DESIGN I5 REQUIRED FOR DOUBLE B3 I > • Q) c i o` MAST ARM STANDARDS IF THE ANGLE IS NOT 90' •+ C Z E 2 * U W �> 1 illi 3/4" CHAMFER B1 B2 c° B4� , © 3/8" DIA PLASTIC DRAIN TUBE C — Qd B5 . 0 � GROUT PAD THICKNESS= b B 6 ___� B7 _ 68 © r .g ¢ %L �� I RECESSED TERMINAL COMPARTMENT DETAIL , 1" - 2' N NUT HT. -1-1" mm MAX a b B9 1T 1.1 1.. • PAVED - b : �' � '�` . UNPAVED \SURFACE a �, // Arm Plate C - LT 1 I . SURFACE �'= ;� ` a Q /1 I N-- • a � E Q 0 CLASS 3000 �`��: VERTICAL CLEARANCE B CNO. UALL 8 Y SPA BARS CED MAXIMUM. 1 19 =0" 2 f ' 1 _I Q 1 c c c 2 1/2"CL k ®',O 0 0 11 o J J #4 HOOPS, RD OR 50 �,�, - 1� AT 1' APPROX. CTRS « . i 2 N , I a0 3 FT OR 4 FT. ROUND © , o > f co in -co - ° °�- m Q E CV n E , F OUNDATION DETAIL (FOR TYPE 3 POLES) Y ~' w o TYPE -I (1) SIGNAL POLE. TYPE -PS POLE. PED SIGNAL TYPE PPB PED POST f� = > Z VEHICLE /PED SIGNAL & PPB & PUSH BOTTON (PPB) ROADWAY I I O O I THIS SECTION REPLACES STATION /POA & ORIENT /ATTACHMENT DATA & DETAIL THAT WOULD Q Q) TYPE - 3 (III) SIGNAL POLE CURB OR EDGE OF SHOULDER g E R S o OTHERWISE BE SHOWN ON THIS SHEET & ON WSDOT'S SAME "POLE LAYOUT" STANDARD PLAN. COMBINATION MAST ARM / LUMINAIRE ARM POLE � �G ti 0,6 1 CL ( *SEE THE SIGNAL PLAN LAYOUT SHEET FOR EACH POLE'S PARTICULAR ORIENTATION ) (Poles 1/2/3/4 on Plans) A. �p V ° A S" �4�o' � � a CB y O 111 � THE MAST -ARM & LUMINAIRE -ARM ORIENTATION & POLE ATTACHMENT POINTS FOR ALL FOUR NEW POLES �" ' i r., - ARE REFERENCED FROM THE CENTERLINE OF TIETON DRIVE, MAKING ALL ARM ANGLES APPROXIMATELY * (See applicable WSDOT Standard Plan and Project Details for octagonal (x- section) • � ' 1 . O technical pole & foundation details (PPB Post/Type PS/Type- I/Type -3 (III) Poles). a 6 CD CO PARALLEL OR PERPINDICULAR TO, (0 OR 9d OFFSET), THE TIETON DRIVE CENTERLINE a u4u > �" C t ,n $Z R otas ret� ` ' U� _ C U TYPE -1, TYPE -2 & TYPE -3 (III) MAST/LUMINAIRE ARM POLES - EQUIPMENT DETAIL CHART SSI ONAL S �� SIGNAL MOUNTING SIGNAL MAST ARM DATA 3 1 LUMINAIRE TOTAL(FT) co EP1N6 c g %5 POLE TYPE HEIGHT(FT) OFFSET DISTANCES (FT) - (Z) (POLE CL TO ATTACHMENT POINT) WINDLOAD AREAS (FT) (X)(Y. (X)(Y)(z) .,,,,, in, ARM(FT) REMARKS SYMBOL Al A2 A3 "B" B1 B2 B3 B4 B5 B6 B7 88 B9 B1 B2 B5 B6 B7 3' RD r RD C I 0 ( 19' 20' 37' 35' 28 5' 24 5' 14' note C 7.83 7.83 783 577 7' 6' 0-MAST ARM EXTENDS SOUTH FROM POLE #1 ON NW QUADRANT (NO LUMINAIRE) © P (3) 9' 30' 36' 37' 35' 32.5' 27 5' 25 5' 20 5' 18' n C 7 7.5 10.3 7.5 865 8' 7' 16' 0 ARM EXTENDS WEST & LUMINAIRE ARM, AT 90 C -CWSE FROM MAST ARM, EXTENDS SOUTH FROM POLE #2 ON NE QUADRANT 0 ( 19' 30' 36' 39' 37' 30' 25' note C 7.83 7.B3 490 7' 6' 16' 0-MAST ARM EXTENDS NORTH & LUMINAIRE ARM, AT 90 C -CWISE FROM MAST ARM, EXTENDS WEST FROM POLE #3 ON SE CORNER m 0 P4 NA 20' 23 5' P4 LUMINAIRE ARM (ONLY) POLE (See Octagonal Pole Details in Project documents) 5' 4' 10' - STREET LIGHT POLE (LUMINAIRE ARM ONLY), EXTENDS NORTH FROM POLE #4 ON SW CORNER. CC O O 0 TYPE -PPB PEDESTRIAN PUSH - BUTTON POST (EB PHS -4 PED) a) ( II LEGEND w (13 II I NOTES a Vehicle signal head (3 Sections ea ) f LED luminaire on Type -3 Pole luminaire arm w . ° o cu ® INSTALL WITH TYPE -N SIGNAL HEAD MOUNTING. DRILL 25 mm b Lane use control sign g Handhole with cover (See octagonal pole details) 0_ o = > HOLE IN MAST ARM (OR POLE), & INSTALL PLASTIC SPLIT sign Street ree name sn o on acs - to edge-to-edge offset from pole) h Pedestrian signal (Countdown type) BUSHING FOR CABLE ENTRANCE (See special note below) 9 Nt Cl 3' t 5' (Not p ) 9 ( Yp ) I d Single- direction preemption detector ('Birdey') i Recessed wiring terminal compartment (See detail this sheet) FIELD INSTALLED (See special notes below) e Vehicle video detection camera J Audible /Tactile- Accessible pedestrian push button ' "B" = POLE CENTERLINE TO END OF MAST ARM k. Pole- mounted NO PED XING" sign assembly (See Plans for layout) o J 111 a_ c o cu SPECIAL NOTES (VERIFICATIONS AND APPROVALS) Q in •_ 0 I * THE FINAL ESTABLISHED LOCATIONS (C /L'S) OF ALL NEW TYPE -3 SIGNAL POLE FOUNDATIONS, AS WELL AS, ALL FINAL POLE AND ARM ATTACHMENT ORIENTATIONS, SHALL BE FIELD VERIFIED LL ' AND APPROVED BY THE CITY PROJECT ENGINEER AND THE CITY TRAFFIC ENGINEER, OR BY THEIR DULY APPOINTED DESIGNEE(S), PRIOR TO THE START OF EXCAVATION FOR THE FOUNDATIONS MAST ARM & SIDE -OF -POLE "DRILL HOLE LOCATIONS" FOR VEHICLE SIGNAL HEADS, PREEMPT DETECTORS, AND PED PUSH BUTTONS (ALL POLES), SHALL BE FIELD DRILLED, WITH EXACT LOCATIONS 1 VERIFIED AND APPROVED BY THE CITY PROJECT ENGINEER AND THE CITY TRAFFIC ENGINEER, OR THEIR APPOINTED DESIGNEE(S) ` REFER TO SHT 5 FOR CONSTRUCTION NOTES 11 1,- . f ______ HOUSE as HOUSE HOUS j j iiA (� m I SE m iii /� 4 -PLEX = � � v _ � I CARPORT L I 1 C .5; ...YI CONC .x ` l DRIVEWAY, pR`EWPY � - m .5' - -- � - - � -- -- - - - -- -- - N m • C 1 4 11 11 0 © a -- - 11.5' © -- 0 -- 0 =L TIETON DRIVE „ „ / ' ' 0 11' TIETO DRIVE / e — ��� � . I - - • -- 11- 3'(TYP.) ,0'` - - o t0. - - - - - P 11.5' 0 0 a _ 7 _ NM 11.5' a 1 1,.5' O O -------------------- ------- - - - - -- I r - -..._ WESTW000 WEST PARKING LOT .. I POLYURETHANE DELINEATOR POST I I 21' 2' 15' — 25' (TYP) I 1 3 NEW 2" HMA o > et . PM �� o ces = 1 CU RB 2" DEPTH GRIND LEVEL CU > o Tr h e C I < U " fa � � I I N I I E o , g• a) > imi C ( 5 I 8" . a 10" 2" OVERLAY n I dl - II 10" O \ 3 BAR o a) I PIN 12" FROM EACH 1 N `f, o END & ONE IN CENTER a) STRIPING NOTES w @ II 10 APPLY PLASTIC TURN ARROWS PER WSDOTSTANDARD PLAN M- 2440 -01 DUAL FACED TRAFFIC CURB DETAIL I NTS Q = > ® APPLY PLASTIC STOP LINE PER WSDOT STANDARD PLAN M -24 60 -03 ® APPLY 4" PAINTED DASHED WHITE LANE LINE PER WSDOT STANDARD PLAN M -20 10 -02. a L ® APPLY 4" PAINTED DOUBLE YELLOW CENTERLINE /LANE STRIPE PER WSDOT STANDARD PLAN M -20 10 -02. � co I , �gER S GENERAL NOTE _ _ `' p4 IUS F� �_ Q O APPLY 8" PAINTED WHITE WIDE LANE LINE PER WSDOT STANDARD PLAN M 20 10 02 �� �� � kr Qy X‘ GENERAL NEW INTERSECTION - APPROACH PAVEMENT MARKINGS, INCLUDING WHITE LANE u� o W 4 it', LINES (SKIPS), WHITE CONTINUOUS LANE SEPARATION LINES, DOUBLE - YELLOW N I © APPLY PLASTIC CROSSWALK STRIPING PER WSDOT STANDARD PLAN M 10 1- 4 CENTERLINES, TURN -LANE ARROW LEGENDS, & PEDESTRIAN CROSSWALK LINES, i= SHALL BE COMPLETED BY THE CONTRACTOR AS SHOWN THE STRIPING • O BEGIN / END TYPE 6 CEMENT CONCRETE TRAFFIC CURB A ��.e ' unos° ,s. CONTRACTOR SHALL USE PREFORMED ('HOT TAPE') THERMOPLATIC, 125 MIL. �S S��NAL MINIMUM FOR ALL STOP BARS, CROSSWALK LINES & TURN -ARROW LEGENDS 10 EN B -zco -1 S 11 8 -26 -2015 NEW L.E.D. LUMINAIRE ON A NEW O ■ 16 FT LUM. ARM (TYPE -3 POLE) WI �y ORIENTED 90 COUNTER - CLOCKSE C ' FROM PARALLEL W/ THE MAST ARM ` � j I ILJ (& NB -RTA w/ PHS -3) al Cv3 m C }• C "'. 8 -1 8 2 16 -1I 15 / 6 2� ® ` o c _____________ ® ® 0 a) s © _ °' ,,._, / I�G S 64TH A VE C' 415 G ONLY TIETON DR. � - C Z 2 3 1 § a� m - I (& FYA-3) P1 Inc U W r .. 6 -3p1 A.,9 1 0.0 PA lv w ... I,; CROSSWXX -�� I POLE - MOUNTED SIGN ' - - -- ASSEMBLY- "NO PED XING" NEW COUNT -DOWN PEDESTRIAN NW QUADRANT /SIGN FACES SOUTH SIGNAL & ACCESSIBLE PED PUSH BUTTON (PHASE -6 PED- BUTTON FOR SB & PHASE -6 PED SIGNAL FOR NB) ADA- ACCESSIBLE SIDEWALK PEDESTRIAN RAMP FOR CONCRETE SIDEWALK & SOUTHBOUND -PED XWALK ASPHALT STREET SURFACE CONCRETE SIDEWALK & ASPHALT STREET SURFACE (NORTH SIDE- TIETON DRIVE) _ µ 4 r"--- F R . > N CN I A 1-1 1 CsJ 0 • ELEVATION- NW QUADRANT (Facing West) ELEVATION- NE QUADRANT (Facing North) c) 0 z P1 POLE #1 FOR WB TIETON DRIVE POLE #2 FOR NB 64TH AVENUE .o I 0 6 (VEH PHS-8 & VEH PHS 3 /FYA 3, NO PED) (VEH PHS-6 + {RTA >w/ PHS 3 }, & PED PHS-6) — ( CL (TYPE -3 POLE NO LUMINAIRE ARM) (TYPE -3 POLE MAST ARM & LUMINAIRE ARM) °� E Q -o I _c CO NEW L.E D LUMINAIRE ON A NEW I N 0 16 FT LUM ARM (TYPE -3 POLE) CO A ORIENTED 90 COUNTER - CLOCKWISE "-' I FROM PARALLEL W/ THE MAST ARM U CO NEW L E D LUMINAIRE ON A NEW 4-1 - 10 FT LUMINAIRE ARM / > 42 ® P 1 ` G - NEW 20 FT STREET LIGHT POLE,----------------.-.------ j S 64TH AVE I_I' WITH A 10 FT LUMINAIRE ARM CD CD EXTENDING NORTH ON SW CORNER C C P4 ® 0) .. O) O 11 C CO Ei II e I NEW COUNT -DOWN PEDESTRIAN SIGN U O U AL Q O N (PHASE- PED SIGNAL FOR WB PED) ^ O \� ACCESSIBLE PED PUSH BUTTON (PPB) 111 ' y ` / ON TYPE-PM PED POST (EB PHS-4 PED) \ (SEE APPLICABLE WSDOT STANDARD PLAN) ' , NEW COUNT -DOWN PEDESTRIAN , I .I_ IC LH T POLE- MOUNTED SIGN SIGN 8 ACCESSIBLE PED PUSH BUTTON ASSEMBLY -'NO PED XING' SW CORNER/SIGN FACES NORTH (PHASE -6 & PHASE -4 PED BUTTONS & SIGNALS) P5 AOA- ACCESSIBLE RAMP n N I O fn I FOR EB PEDESTRIAN CONCRETE SIDEWALKS V V V CL ASPHALT STREET SURFACE� c o (sw coRNER, FACING WEST \ O Q 11 ASy 0 `_� CONCRETE SIDEWALK & as cd A. * 'CQ' 4 C j ASPHALT STREET SURFACE ri ' cy U) / cr ..:e...1 r i 0 ('ADA RAMP NOT SHOWN) ELEVATION- SW CORNER (Facing West) a o a 311407 �4,� P3 ELEVATION- SE CORNER (Facing East) CO LUMINAIRE -ARM (ONLY) POLE .n &' O / ' POLE #3 FOR EB TIETON DR. V I ` P© TYPE - PPB PEDESTRIAN PUSH BUTTON POST _2ty ^ } (VEH PHS-4, PED PHS-4 & PHS-6) 11 (TYPE -3 POLE. MAST ARM & LUMINAIRE ARM) 1 I 1 I TYPE —3 SIGNAL POLE. POLE/ TYPE —1 PLAN LEGEND . ::: MAST ARM /LUMINAIRE ARM SIGNAL POLE ( • —NEW PEDESTRIAN SIGNAL T IN - TO SIGNAL CONTROLLER CABINET I . ('WALK' +' # — COUNTDOWN' =FDW) �( Y POLE MOUNT I I NEW NEMA SIGNAL — CONTROLLER CABINET ON CONCRETE BASE W/ 36 IN CON. APRON PHASE - CURB LANE C m NEW ACCESSIBLE PEDESTRIAN MAST —ARM MOUNTED 1 PUSH BUTTONS LOOP #'S 2 / 3 14 • c POLE MOU NT Bill NEW FOR INTERCONNECT ANTENNA SYSTEM I c t STREET NAME SIG I PHASE -8 CURB LANE PHASE -8 INSIDE LANE o a NEW POLE MOUNTED • STOP -BAR LOOP #1 • LOOP #'S 6 / 7 / 8 O I0 m t NEW LED LUMINAIRE ON LUMINAIRE ARM (OUIV) JUNCTION BOX VEHICLE SIGNAL HEAD m i _ E XISTING TYPE 1 E C «; VIDEO DETECTION CAMERA 1 NEW 3— SECTION 1 NEW " QUAZITE —TYPE 1" JUNCTION BOX £ PHASE - INSIDE LANE A �� Z E I ON EXTENSION TUBE N EW PREEMPT DETECTOR ry VEHICLE SIGNAL HEAD NEW 4— SECTION FYLTA NEW "QUAZI 3" JUNCTION BOX • STOP - BAR LOOP #6 PHASE - LEFT TURN LANE – C a Y MAST ARM MOUNT NEW "QUAZITE —TYPE 2" JUNCTION BOX I I • LOOP #'S 10 / 11 / 12 U W } MAST ARM MOUNT A PHA SE -3 LEFT TURN LANE • � � p � ' � ; (Birdey) `VEHICLE SIGNAL HEAD STOP - BAR LOOP #9 �': / MAST ARM MOUNT ® CONSTRUCTION NOTE � � �`� I P1 POLE NOTE. TYPE -3 & TYPE -1 POLES (Not To Scale) ® P , � .. � I � r __I j® $_4 .THRU PHASE CURB LANE ,112 e e NEW PREFORMED IN— PAVEMENT DETECTOR LOOPS WIRE /CONDUIT —RUN NOTE r (See Pla & Details for component labels) i e e 7 2 VEHICLE SIGNAL HEAD# TO 8 -6 e • 8-8 THRU PHASE- INSIDE LANE ' I WIRING DIAGRAM CALL —OUT GENERAL NOTE ® ® ® . = LEFT -TURN PHASE LANE 1 N N I IN ( EXI U/G ELECTRICAL CONDUIT N T PREFORMED DETECTOR LOOP /PHASE ASSIGNMENT SCHEMATIC (SEE PLAN FOR LOOP & LEAD -IN CABLE LAYOUT) 1 z ci L NEW U/G ELECTRICAL CONDUIT TYPICAL PREFORMED LOOP PER -LANE PER - LOCATION - -TO VEH PHS ASSIGNMENTS (FOR SPLICING & HOME RUN) 0 O E c oo 06 1 TWO (2) ODD —PHS — +FYLTA SIGNALS SEVEN (7) G —Y —R - I BALL SIGNALS N cu (1) R9 -3 & R9 -30P (1) R9 -3 & R9 -30P . cu .= a I [LEFT ARROW] [RIGHT ARROW] �' -n 0 0 ODD EVEN PHASE R PHASE RED RED I 0 Q YEL-CLEAR EVEN for ODD PHS 11111 PHASE YEL -CLR & for FYA 1- c 0) I .• OD D PHS EVEN cp o 0 w, "' GREEN (AND) PHASE Lilt- " II = FYLT —Arrow GREEN °_' o @ ct SIGNAL HD #'S: SIGNAL HD #'S: a o = ° � r6=1 6 -1 6 -2 °o — - CO Q 3 -1 CO I 0) 41141 USE — 8 -2 4 -1 Ca as N 2I w U SE . SyF ,( , 3 I 8 -1 4 -2 �, of wAAy, CROSSWALK CROSSWALK . � 4 ° I .0. NEW VEHICLE SIGNAL HEADS ( J � oA 4 4 . , G` � *ALL SIGNAL INDICATIONS ARE 12" LED'S ` S-7.-c.-‘s ii 1 ♦ 0 I I 2" STD PIPE GROUND ANGLE 1/4 " - NC • '^ t ROUND EDGES 12'-13 NC TAP � — SAW 2" SiD PIPE MAST ARM • •' I (BOTH ENDS) I HHCS, S S 4 60 % MI NIMUM �. 3/16" ROUND EDGES © B -ua (t <= 1/4 ) 1/4 } i_ • i a. 3/1e PENETRATION _ Q 8 -L1a -F (t I �� • SD —t END DIAMETER "I _.._ ♦ I 11/ �'� Role ,7/�������,I i 1 ( 1 i i 4,. 'l° 27/8 2" /� (SEE DATA TABLE) i�� ; I _ • m • �� �� 1/4 "X 2" BACK -UP t J 3/8 " (TYP ) ( * % WELD O WELD OR LOwt I II O I � >— •C 1n a 1 STRIP (CONTINUOUS) ' f 1 NOTE WELD TO BE 100 % li� �� , 11 T c s . ) I 1/B Iz l v < c ouau ' c 1 1 ��t� oy HANDHOLE 1/4 " 6 1/2 H u T O e o LEECOVEa OF CIRCUMFERENTIAL "c PENETRATION WITHIN 6" I! 7/16 ^ O A� I \ 1._____ A " WELDS OR TUBE ENDS THRU YI 71/2 �,J SECTION C -C (THRU) 1/4 I C .c I 1/4 CIRCUMFERENTIAL T . C o m ` CONDUCTOR ATTACHMENT LONGITUDINAL WELD DETAIL }' z E WELD DETAIL BRACKET DETAIL TENON DETAIL (SIGNAL MOUNT) BASE PLATE WELD •— j Y 1 HANDHOLE DETAIL TWO PER TUBE, @ 180 DEG. ORIENTATION DETAIL / 1 w 0) } .-„ 1/4" PLATE r Typ t- vz " MAX . PROJECTION y BASE PLATE OCTAGONAL MAST ARM DATA 8 SIDES TO P, B3/16" I STAINLESS 22" LONG CENTERLINE OF H ECTI OLE ARM ARM &POLE PTE MAX LOAD STEEL COVER STAINLESS , (TOP AND BOTTOM) FURNISH 3 NUTS II :�� 2" STD PIP , 30 -1/2" X 7 -3/4 STEEL HINGE r AND 2 WASHERS LENGTH BASE THICK SQUARE ARM PL BOLT POLE PL BOLT AREA X DIST ' FOR WIREWAY I - X 1/16" TH . BTC -P4 -GF PER BOLT DIA THICK SIZE THICK CIRCLE (FT6) (ROUND EDGES) I` ;�; � ( 3/16" I (6)X1.1/16" 6) 1" ��/ 1/4" 2. GALVANIZE FULL 15 6 188 12 X 12 1 25 X 3 25 12 278 LENGTH u=�1•1sma X 3/16" 1 1 REMOVABLE, � � I� STAINLESS r v�, ( � ERMI NAL BLO 3 ANCHOR PLA 7 12x 12 1 zs 1 zs x 3 1 25 R TE ASTM NO A153 RAINTIGHT TAP POLE P LATE FOR (4) STEE. 20 g lee 188 12 X 12 1 5 1 25 X 3 125 12 12 a18 - POLE CAP A32 BOL TS WTH SCREWS ; C� II 1 1/2 R GALVANIZED • HARDENED WASHERS " 25 669 t M /�J -H . (W/ BOLT 4 PLACES 4 8" TOP THREAD .� 8 WASHER) � 2" BOTTOM THREAD 4 3/4" D "BEST" C � ' 1/4" X 5/6" FLAT BAR 30 g 188 12 X t2 1 5 1 25 X 3 1 25 12 879 , ) BRAN■ 2 " X4 "WIRE HOLE ANCHOR PLATE N as ' �I 6° I HOLEOOK SF OR I, ,I SLAM - 3 1320 tae 15x15 175 75X4 15 15 1089 ZI NC F LO W II (OTHER HOLES As N PLATE. A3 > LOCK ' J II NEEDED FOR WIRING) 11t Q W N r ► I . <TACK WELD 40 1 188 15X15 2 15X4 1.5 15 1299 ^� (IIIIIIIIIIII,� 5/16 " -18 TAPPED HOLE C ' IN PLAT W/ 5/16" X 1" 188 16 X 1fi 2 1 5 X 4 1 5 i6 z Q U • _i_ I � GROUNDI BOLT 5. BOLTS ASTM A449 45 7509 � � 3/4" WIDE SLOTS �`` I 1" X 1 / 2 " NUTS ASTM A194 GR 2 -H O > IN ARM PLATE (1/4 "���� NEOPRE . �' U 1 I' +�— �' WA SHERS ASTM F 436 so z5 18 X 18 2 1.5 X 4 1 5 is ms j O MIN -FROM B U R NG) , BOLT CIRCLE = GASKET 1/2" X 4" S TEEL FRAME Q r 55 14 25 18X18 225 15X4 15 18 1938 ' I 1 r r PL .,)SEE SQUARE = -`� 3/8" THICK BACKPLATE ANCH BOLT D ETAIL HOLE DIA = "BC" SEE CHART BOLT DIA + 1/8" B -U3 -GF BOTH SEAMS HANDHOLE 1" WIDE FLANGE 0 ON COVER > O LUMINAIRE - ARM CONNECTION DETAIL RECESSED TERMINAL COMPARTMENT DETAIL Q j co LUMINAIRE ARM DATA � _ ARM APPROXIMATE ARM BASE ARM ARM POLE "BC" BOLT i L ENGTH RISE (LOADED) DIAMETER THICKNESS TH C THICK DIAMETER CO c U (FT) (IN) (IN) (IN) (IN) (IN) (IN) (IN) & 6 18 45 1875 1 7 5 /8" U I – OCTAGONAL POLE DATA – 8 30 45 1875 3/4 3/4 1 7 5/8" 5 /8" • a•xstrz WAY y's \ TYP TYPE II TYPE III BASE PLATE ANCHOR BOLTS FRAM E w / _ 1/4 ARM POLE POLE 10 41 5 1875 1 7 I i1 i �� LENGTH BOLT G ROUN D A NGLE 5/16 PLATE I1 DIA THICK DIA THICK SQUARE THICK DIAXLXH 12 53 5 1875 3/4 1 7 5 /e" TAP trz t3NC TOP BOTTOM II` 1I CIRCLE I . „t x' AND SIDES ii ��1 TAP 325 POLE B PLATE FOR ' lel��l�el (a) A325 BOLTS WMARDENED 15 12 188 12 188 18 5 1 75 19 1 75 X 60 X PL 15 70 5 1875 3/4 1 7 5/8 " ICI�OI WASHERS SEE CHART 11 SEE DETAIL ARM TO PLATE '�� ' � ' t- 1/16" \� I� I J HOOK 20 12 188 12 188 18 5 1 75 19 1 75 X 60 X PL 20 72 5 75 1875 1 1 8 3/4" 25 76 6 5 1875 1 1 9 3/4" H CD 0 11M11 1+1/8" I • t POLE PLATE O N 25 12 188 12 188 78.5 1 75 19 1 75 X 60 X PL ! 1 (CHARTED) li nA E 30 80 7 1875 1 1 10 3/4" Q' n O O �� ARM PLATE I •� 30 12 188 12 25 18.5 1 75 19 1.75 X 60 X PL. O C PLATE THICKNESS (CHARTED ^,x6 . (SEE CHART) W, COVER 0 L3 II POLE DIA U + 35 14 25 14 25 18.5 2 19 1 75 X 60 X PL LL (E7 11 HOLE DIA= I _ (SEE CHART) 5 n C n .(� BOLT DIA +1/8" ._ I II 6" G 8 l.. R S,y U . O Ct3 BOLT HOLE= rifir BOLT DIA +i/4 40 14 25 14 .25 185 2 19 Ouil 1 75 X 60 X PL N N I 3 ' STD PIPE i —III 45 15 25 15 25 21 2 22 1 75 X 60 X PL / w Zp / 0_ 0 = > COND ATTACH ALA BRACKET BASE PLATE FOR WREWAY - - -- (v _ SQUARE ROUND EDGES 50 16 25 16 . 25 21 2 22 1 75 X 60 X PL ! r (SEE CHART) 040 ( SEE CHART) BOLT CIRCLE I /�X/ I 55 ' , � BOLT CIRCLE `x, 17 3125 17 3125 21 2 25 22 1 75 X 60 X PL �. •. 11, / ' ` (SEE CHART) ///""" 1 • • - • 3 04cn C POLE BASE DETAIL SIGNAL ARM CONNECTION DETAIL 0 '�FSS 5, o e•2c� - �S a) U I Z1 CL CITY OF YAKIMA- PROJECT DETAIL THIS DRAWING IS APPROVED BY THE CITY ENGINEER, AND /OR CITY TRAFFIC ENGINEER, AS A SET OF "PROJECT DETAILS" (1) SEE ' *FOR S 64TH AVENUE & TIETON DRIVE SIGNAL POLES ( #'D 1/2/3/4) SIGNAL POLE (Octa X- section) FOR INCLUSION IN THIS OR ANY OTHER REFERENCED SIGNAL SIGNAL POLE EQUIPMENT LAYOUT & PLACEMENT SHEET IN THE PLANS PROJECT, AND IS "CURRENT" AS OF THE REVISION DATE SHOWN DETAILS & SPECIFICATIONS I (Applies to Type -1, Type -2 & Type -3 Traffic Signal Poles) 11 8 -17 -2015 I 1 1 _ _ _ • I _ i�� 1• . _ — _ - 0 I ------ I 1 1 - 1 .4 81111 miciam "' 5 li ` "' S. 65TH AVE -► 't %i ;• , 1 E ...„ ..,.. 1 Pa co ----:;I .., ,..;- r L c `o t 7 : 17 - : . . ` 4\*.disiy . i 1 • jimenr , 4 ...... 1 lr 1 >i'5 : ..: 1 S. • AVE .. t M` tiv„. hi ,•IL a EXISTING f y � i7 •—. l • . 41 ,y �, `t 1 14 X13 ':; r i ` ' t IVEWAY.: ?;r'; .,.:N, ' y Y ti� S = i "` K' tx e "" 11 EL DRI4EWAY . + :tip rrr I . , �'f' 16 tl � - j ,.....0.,„ ' .. • CLEAR &GRUB a �, CLEAR & GRUB a5 4...o.. �C 112 - , AS NECESSARY > ► AS NECESSARY f.,� 6315 w 1 R OBERT & LOIS ZAREM� M ' [ 1 81 321- 3300 — TEMPORARY COfl57R11C11oN EASt]47lT • 4: ` fi t = x �. ,: , E �' REMOVE BARB MARE FENCING AS NECESSARY . � II .. ` ` ? s SET NEW END POSTS ON EITHER SIDE OF DRIVEWAY - s I 4111111_. . 11 SVP11. N la , _ , 0 jr • 6 311 y Q _ ) i O - i . ' / Ili* I 4 P '411.14s )ILBE• Q- 0 4H '. / cB . s f -4—. W �'�, j ROBERT & LOIS ZAREMBA + (..6 L O 0. r + � � Q [ 181321 -33003 I t . • ..., Z ' . = _ � 4 i ROB ERT & LOIS ZAREMBA §' L E [181321-33006 0 0 �, I ■ c � i � d � v ii . O 3 N . Jilt I 1 1 d 0 2 > is..] ab CD O O O k. c.' � T QL C ili Er . .. • ` � • Q N ° A f iti570 10 4 ' ,,,, t E CG` 4, - 2v -rte- 1 I N. 8 -26 -2015 _,;11 1 1 A