Loading...
HomeMy WebLinkAboutR-2013-075 South 64th Avenue Roadway Widening Project - Nob Hill Blvd. to Tieton Drive I CrTC c CI 4 copy G1iY COW ND Cit of Y akima 1,T7 I Engineering Division 122.x( - 075- I I Se 64th Avenue Roadway Widen Nob Hill Blvd. to Tieton Dr �- == = - t� = — ., I - / ,* ., f r, 0 1 . -- _ -- a _ _ __- __ __ I Construction Contract Specifications & Bid Documents I City Project Number 2311 1 Federal Aid No. STPUS 4591 (002) ■ t !, F i • 129 North Second Street # '� - Phone (509) 575 -6111 1 Yakima, WA 98901 Fax Fax (509) 576 -6305 I January 2014 INN En Mi NM MN 11.1 MN IMI IME Mil = .- M MN NM MII Mi NM MIE BID SUMMARY GRANITE CULBERT SCOUT LAKE KEN LEINGANG S. 64th Avenue Roadway Widening - Nob Hill Blvd. to Tieton Drive ENGINEERS CONSTRUCTION CO. CONSTRUCTION, INC. CONSTRUCTION, INC. EXCAVATING, INC. ESTIMATE CITY PROJECT NO. 2311 Yakima, WA Pasco, WA Selah, WA Yakima, WA 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 $4,500.00 $4,500.00 $166.82 $166.82 $1,695.60 $1,695.60 $750.00 $750.00 2 MOBILIZATION 1 LS $47,000.00 $47,000.00 $81,961.50 $81,961.50 $85,554.33 $85,554.33 $90,525.60 $90,525.60 $99,595.00 $99,595.00 3 TRAFFIC CONTROL SUPERVISOR 1 LS $20,000.00 $20,000.00 $2,500.00 $2,500.00 $3,173.19 $3,173.19 $5,464.80 $5,464.80 $16,950.00 $16,950.00 4 FLAGGERS AND SPOTTERS 500 HR $35.00 $17,500.00 $31.50 $15,750.00 $1.03 $515.00 $43.20 $21,600.00 $32.00 $16,000.00 5 OTHER TRAFFIC CONTROL LABOR 400 HR $35.00 $14,000.00 $31.50 $12,600.00 $1.03 $412.00 $45.36 $18,144.00 $34.00 $13,600.00 6 CONSTRUCTION SIGNS CLASS 'A' 200 SF $10.00 $2,000.00 $8.00 $1,600.00 $8.24 $1,648.00 $6.48 $1,296.00 $18.00 $3,600.00 7 CLEARING AND GRUBBING 1 1_5 $6,000.00 $6,000.00 $10,000.00 $10,000.00 $3,418.73 $3,418.73 $7,799.85 $7,799.85 $8,850.00 $8,850.00 8 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $5,000.00 $5,000.00 $2,200.00 $2,200.00 $3,031.39 $3,031.39 $6,496.76 $6,496.76 $600.00 $600.00 9 SAWCUT 500 LF $1.50 $750.00 $2.00 $1,000.00 $1.53 $765.00 $0.78 $390.00 $1.50 $750.00 -10- • - - ROADWAY•EXCAVATION INCEHAUL -- 5,400= - -CY - - --- $10.00- $54;000.00 - -- - $6.00- -$32A00.00- -$8.80- -- $47,520.00- - -- - -- -- $4.36• - -- $23,544.00: - -- - $8.20- _$44,280.00. - - 11 UNSUITABLE FOUNDATION EXCAVATION 100 CY $20.00 $2,000.00 $5.50 $550.00 $41.14 $4,114.00 $39.22 $3,922.00 $8.85 $885.00 12 EMBANKMENT IN PLACE 3,970 CY $10.00 $39,700.00 $2.75 $10,917.50 $4.32 $17,150.40 $3.95 $15,681.50 $6.65 $26,400.50 13 SOIL TESTING 1 LS $20,000.00 $20,000.00 $4,000.00 $4,000.00 $9,240.34 $9,240.34 $1,944.00 $1,944.00 $3,950.00 $3,950.00 14 HAULING AND DISPOSING OF CONTAMINATED MATERIAL 1 DOL $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 15 STRUCTURE EXCAVATION CLASS B INCL. HAUL 40 CY $15.00 $600.00 $68.00 $2,720.00 $0.61 $24 40 $153.51 $6,140.40 $12.00 $480.00 16 CRUSHED SURFACING BASE COURSE 2,700 TON $15.00 $40,500.00 $20.00 $54,000.00 $19.88 $53,676.00 $19.10 $51,570.00 $20.60 $55,620.00 17 ASPHALT TREATED BASE 2,000 TON $80.00 $160,000.00 $60.00 $120,000.00 $69.79 $139,580.00 $62.00 $124,000.00 $67.50 $135,000.00 18 HMA CL 1/2" PG 64 -28 1,100 TON $90.00 $99,000.00 $78.00 $85,800.00 $83.24 $91,564.00 $80.00 $88,000.00 $88.00 $96,800.00 19 PLANING BITUMINOUS PAVEMENT 880 SY $5.00 $4,400.00 $1.50 $1,320.00 $4.69 $4,127.20 $1.85 $1,628.00 $3.00 $2,640.00 20 SOLID WALL PVC STORM SEWER PIPE, 12 IN. DIAM. 70 LF $45.00 $3,150.00 $45.00 $3,150.00 $29.00 $2,030.00 $63.74 $4,461.80 $39.95 $2,796.50 21 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 1,660 LF $75.00 $124,500.00 $22.50 $37,350.00 $29.06 $48,239.60 $20.25 $33,615.00 $23.50 $39,010.00 22 DRAINAGE SWALE 112 LF $15.00 $1,680.00 $80.00 $8,960.00 $46.04 $5,156.48 $119.86 $13,424.32 $74.00 $8,288.00 23 REPAIRING / REGRADING 8" HDPE DRAIN PIPE 300 LF $45.00 $13,500.00 $22.50 $6,750.00 $12.35 $3,705.00 $40.56 $12,168.00 $27.80 $8,340.00 24 CATCH BASIN TYPE 1 15 EA $1,000.00 $15,000.00 $1,300.00 $19,500.00 $938.37 $14,075.55 $1,232.32 $18,484.80 $1,030.00 $15,450.00 25 CATCH BASIN TYPE 1L 4 EA $1,100.00 $4,400.00 $1,500.00 $6,000.00 $1,430.65 $5,722.60 $2,119.32 $8,477.28 $1,150.00 $4,600.00 26 CATCH BASIN TYPE 2 - 72" 1 EA $4,000.00 $4,000.00 $4,400.00 $4,400.00 $3,993.26 $3,993.26 $6,039.88 $6,039.88 $10,050.00 $10,050.00 27 ADJUST MANHOLE 5 EA $700.00 $3,500.00 $395.00 $1,975.00 $403.66 $2,018.30 $741.59 $3,707.95 $655.00 $3,275.00 28 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 630 TON $20.00 $12,600.00 $20.00 $12,600.00 $14.53 $9,153.90 $19.91 $12,543.30 $14.65 $9,229.50 29 SHORING OR EXTRA EXCAVATION CLASS B 200 LF $0.60 $120.00 $1.00 $200.00 $1.38 $276.00 $13.50 $2,700.00 $1.50 $300.00 30 EROSION / WATER POLLUTION CONTROL 1 DOL $4,000.00 $4,000.00 $4,000.00 $4,000.00 $4,000.00 $4,000.00 $4,000.00 $4,000.00 $4,000.00 $4,000.00 31 IRRIGATION CROSSING 1 LS $2,500.00 $2,500.00 $3,700.00 $3,700.00 $7,436.82 $7,436.82 $11,412.49 $11,412.49 $8,100.00 $8,100.00 32 CEMENT CONCRETE TRAFFIC CURB & GUTTER 4,410 LF $10.00 $44,100.00 $10.50 $46,305.00 $11.22 $49,480.20 $8.63 $38,058.30 $10.75 $47,407.50 (continued on page 3) CITY ENGINEERS REPORT , - --U yxvq.., CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON JANUARY 30TH, 2014 9 . - 01, 1 ` + y+ ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ? 1 •. i ++ S. 64th Avenue Roadway Widening I RECOMMEND THE CONTRACT BE AWARDED TO: I., , I 7 , : 7 N l ' y AWARD MADE BY CITY MANAGER Nob Hill Blvd. to Tieton Drive Granite Construction Company , . •� ' y 'yr PROJECT NO. 2311 j(..0.71:. + DATE. January 30th, 2014 6 +� 6 ' I •, ;F �.�. i ... y .-", - =� � � • •� � -�- - - FILE: 64th Avenue Bid Summary.pub DATE CITY ENGINEER `a.,��� v DATE CITY MAN' G:,/ SHEET 1 of 4 IMII IMO MI 1 M MI MN MN N N MN MN. M NE MI MN MI 111. ME BID SUMMARY REED TRUCKING & APOLLO, INC. COLUMBIA ASPHALT S. 64th Avenue Roadway Widening - Nob Hill Blvd. to Tieton Drive EXCAVATING, INC. & GRAVEL, INC. Kennewick, WA CITY PROJECT NO. 2311 Puyallup, WA Yakima, WA ITEM Bid Security NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 15 $500.00 $500.00 $1,000.00 $1,000.00 $850.00 $850.00 2 MOBILIZATION 1 15 $55,000.00 $55,000.00 $94,050.00 $94,050.00 $75,867.12 $75,867.12 3 TRAFFIC CONTROL SUPERVISOR 1 LS $7,500.00 $7,500.00 $14,000.00 $14,000.00 $7,000.00 $7,000.00 4 FLAGGERS AND SPOTTERS 500 FIR $42.00 $21,000.00 $46.00 $23,000.00 $42.00 $21,000.00 5 OTHER TRAFFIC CONTROL LABOR 400 HR $42.00 $16,800.00 $48.00 $19,200.00 $45.00 $18,000.00 6 CONSTRUCTION SIGNS CLASS 'A' 200 SF $5.00 $1,000.00 $9.00 $1,800.00 $13.00 $2,600.00 7 CLEARING AND GRUBBING 1 LS $4,500.00 $4,500.00 $7,000.00 $7,000.00 $15,000.00 $15,000.00 . 8 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS $7,500.00 $7,500.00 $3,300.00 $3,300.00 $600.00 $600.00 9 SAWCUT 500 LF $1.00 $500.00 $2.00 $1,000.00 $1.50 $750.00 -10 - ROADWAY - EXCAVATION -INCL. -HAUL- ° ° -- - - - 5,400 - - -CY- - - $10.00- -- $54,000.00- - -. $10.75 - - $58,050.00- -- $13.00= -- $70,200:00 - ° -- 11 UNSUITABLE FOUNDATION EXCAVATION 100 CY $4.00 $400.00 $60.00 $6,000.00 $9.75 $975.00 12 EMBANKMENT. IN PLACE 3,970 CY $2.00 $7,940.00 $5.20 $20,644.00 $4.50 $17,865.00 13 SOIL TESTING 1 LS $7,200.00 $7,200.00 $5,500.00 $5,500.00 $2,000.00 $2,000.00 14 HAULING AND DISPOSING OF CONTAMINATED MATERIAL 1 DOL $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 15 STRUCTURE EXCAVATION CLASS B INCL. HAUL 40 CY $7.00 $280.00 $18.50 $740.00 $12.60 $504.00 16 CRUSHED SURFACING BASE COURSE 2,700 TON $24.00 $64,800.00 $17.50 $47,250.00 $22.50 $60,750.00 17 ASPHALT TREATED BASE 2,000 TON $70.00 $140,000.00 $66.00 $132,000.00 $74.00 $148,000.00 18 HMA CL 1/2" PG 64 -28 1,100 TON $92.00 $101,200.00 $86.00 $94,600.00 $97.00 $106,700.00 19 PLANING BITUMINOUS PAVEMENT 880 SY $4.50 $3,960.00 $1.50 $1,320.00 $3.30 $2,904.00 20 SOLID WALL PVC STORM SEWER PIPE, 12 IN. DIAM. 70 LF $90.00 $6,300.00 $28.00 $1,960.00 $42.00 $2,940.00 21 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 1,660 LF $22.00 $36,520.00 $28.00 $46,480.00 $24.50 $40,670.00 22 DRAINAGE SWALE 112 LF $175.00 $19,600.00 $65.00 $7,280.00 $115.00 $12,880.00 23 REPAIRING / REGRADING 8" HDPE DRAIN PIPE 300 LF $17.00 $5,100.00 $32.00 $9,600.00 $29.25 $8,775.00 24 CATCH BASIN TYPE 1 15 EA $625.00 $9,375.00 $1,200.00 $18,000.00 $1,100.00 $16,500.00 25 CATCH BASIN TYPE 11 4 EA $995.00 $3,980.00 $1,450.00 $5,800.00 $1,225.00 $4,900.00 26 CATCH BASIN TYPE 2 - 72" 1 EA $4,400.00 $4,400.00 $11,000.00 $11,000.00 $10,500.00 $10,500.00 27 ADJUST MANHOLE 5 EA $500.00 $2,500.00 $325.00 $1,625.00 $1,500.00 $7;500.00 28 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 630 TON $21.00 $13,230.00 $19.50 $12,285.00 $15.00 $9,450.00 29 SHORING OR EXTRA EXCAVATION CLASS B 200 LF $1.00 $200.00 $1.00 $200.00 $1.50 $300.00 30 EROSION / WATER POLLUTION CONTROL 1 DOL $4,000.00 $4,000.00 $4,000.00 $4,000.00 $4,000.00 $4,000.00 31 IRRIGATION CROSSING 1 LS $7,800.00 $7,800.00 $7,000.00 $7,000.00 $9,500.00 $9,500.00 32 CEMENT CONCRETE TRAFFIC CURB & GUTTER 4,410 LF $14.00 $61,740.00 $12.00 $52,920.00 r $10.00 $44,100.00 (continued on page 4) . _ - - °- ;;�ti'�i ,, l CITY OF YAKIMA ` w • • • 41-, �, S 64 Avenue Roadway Widening • s ' ' Nob Hill Blvd. to Tieton Drive I; : 1 4 4 J 1 ;' • / 0 PROJECT NO 2311 y 4 t ", • * % oh t DATE. January 30th, 2014 ' i`• 64 t h Avenue Bid Summary.pub y ' . \ _ FILE: ry P �y� dk,cl' r � v ° SHEET 2 of 4 BID SUMMARY GRANITE CULBERT SCOUT LAKE KEN LEINGANG S. 64th Avenue Roadway Widening - Nob Hill Blvd. to Tieton Drive ENGINEERS CONSTRUCTION CO. CONSTRUCTION, INC. CONSTRUCTION, INC. EXCAVATING, INC. ESTIMATE CITY PROJECT NO. 2311 Yakima, WA Pasco, WA Selah, WA Yakima, WA 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) 33 10 -FOOT GALVANIZED CHAIN LINK FENCE 1 LS $25,000.00 $25,000.00 $22,000.00 $22,000.00 $30,075.93 $30,075.93 $25,272.00 $25,272.00 $27,875.00 $27,875.00 34 REMOVING & RESETTING CHAIN LINK FENCE, TYPE 3 120 LF $30.00 $3,600.00 $30.00 $3,600.00 $33.73 $4,047.60 $17 46 $2,095.20 $18.25 $2,190.00 35 CHAIN LINK FENCE, 4 FOOT 53 LF $20.00 $1,060.00 $38.00 $2,014.00 $30.60 $1,621.80 $23.16 $1,227 48 $24.25 $1,285.25 36 END, GATE, CORNER AND PULL POST FOR CHAIN LINK FENCE 4 EA $200.00 $800.00 $450.00 $1,800.00 $461.02 $1,844.08 $214.47 $857.88 $230.00 $920.00 37 CEMENT CONCRETE SIDEWALK -4 INCH THICK 1,590 SY $30.00 $47,700.00 $38.00 $60,420.00 $38.82 $61,723.80 $30.13 $47,906.70 $39 75 $63,202.50 38 CEMENT CONCRETE SIDEWALK -6 INCH THICK 60 SY $40.00 $2,400.00 $41.00 $2,460.00 $48.57 $2,914.20 $38.88 $2,332.80 $49.00 $2,940.00 - - - - - 39 - -- CEMENT CONC -. -CURB - - - - - - - - - - - - - -E A - - - - -- - - -4 - -- -EA -- - $1,500.00- - $6,000.00- $1,500.00- = -- $6,000.00- - -- -$574.53- - - -- $2,298.12- - -- -- $864.00- - -- - $3,456.00- - $1,015.00- --$4,060.00 - -- 40 DETECTIBLE WARNING SURFACE 20 SF $40.00 $800.00 $20.25 $405.00 $12.38 $247.60 $216.00 $4,320.00 $22.55 $451.00 41 QUARRY SPALLS 6 CY $40.00 $240.00 $100.00 $600.00 $89.21 $535.26 $77 74 $466.44 $66.00 $396.00 42 PERMANENT SIGNING 1 L5 $1,800.00 $1,800.00 $750.00 $750.00 $737.03 $737.03 $615.56 $615.56 $750.00 $750.00 43 PAINT LINE 7,500 LF $0.20 $1,500.00 $0.26 $1,950.00 $0.30 $2,250.00 $0.23 $1,725.00 $0.30 $2,250.00 44 PAINTED TRAFFIC ARROW 12 EA $40.00 $480.00 $37.00 $444.00 $46.28 $555.36 $44.06 $528.72 $39.50 $474.00 45 PAINTED CROSSWALK LINE 320 SF $2.00 $640.00 $0.55 $176.00 $0.75 $240.00 $0.54 $172.80 $0.55 $176.00 46 ILLUMINATION SYSTEM 1 L5 $75,000.00 $75,000.00 $82,000.00 $82,000.00 $87,496.41 $87,496.41 $91,050.48 $91,050.48 $94,950.00 $94,950.00 47 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 : $973,020.00 $823,328.00 $857,555.70 $860,962.69 $929,516.75 `�"..,, CITY OF YAKIMA !� �, S. 64th Avenue Roadway Widening 1 • ). _.� Nob Hill Blvd. to Tieton Drive - A .ms � PROJECT NO 2311 4, It, ' + DATE. January 30th, 2014 • r FILE. 64th Avenue Bid Summary.pub SHEET 3 of 4 NIII NEI MIN EMI MI MS 11111 111111 EMI /111 MR 1/1 =1 1/11 MI /111 11111 /11 M. BID SUMMARY REED TRUCKING & APOLLO, INC. COLUMBIA ASPHALT S. 64th Avenue Roadway Widening - Nob Hill Blvd. to Tieton Drive EXCAVATING, INC. & GRAVEL, INC. CITY PROJECT NO. 2311 Puyallup, WA Kennewick, WA Yakima, WA ITEM Bid Security 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 2) 33 10 -FOOT GALVANIZED CHAIN LINK FENCE 1 LS $33,900.00 $33,900.00 $26,000.00 $26,000.00 $26,000.00 $26,000.00 34 REMOVING & RESETTING CHAIN LINK FENCE, TYPE 3 120 LF $35.00 $4,200.00 $18.00 $2,160.00 $46.00 $5,520.00 35 CHAIN LINK FENCE, 4 FOOT 53 LF $45.00 $2,385.00 $24.00 $1,272.00 $51.00 $2,703.00 36 END, GATE, CORNER AND PULL POST FOR CHAIN LINK FENCE 4 EA $225.00 $900.00 $220.00 $880.00 $330.00 $1,320.00 37 CEMENT CONCRETE SIDEWALK -4 INCH THICK 1,590 SY $39.00 $62,010.00 $37.00 $58,830.00 $38.50 $61,215.00 38 CEMENT CONCRETE SIDEWALK -6 INCH THICK 60 SY $50.00 $3,000.00 $40.00 $2,400.00 $46.00 $2,760.00 39 -- CEMENT- CONC.- CURB.RAMP -TYPE- PARALLEL -A - - - -,- 4-- -EA - -- - - $1,250.00 - - - -- $5,000.00- -- $1,000.00 - -- - $4,000.00- - - -- $925:00- - - $3,700.00- -- - - - -- - -- -- -- - 40 DETECTIBLE WARNING SURFACE 20 SF $23.00 $460.00 $22.00 $440.00 $21.00 $420.00 41 QUARRY SPALLS- - - 6 CY $40.00 $240.00 $48.50 $291.00 $95.00 $570.00 42 PERMANENT SIGNING 1 LS $950.00 $950.00 $700.00 $700.00 $1,470.00 $1,470.00 43 PAINT LINE 7,500 IF $0.40 $3,000.00 $0.25 $1,875.00 $0.55 $4,125.00 44 PAINTED TRAFFIC ARROW 12 EA $60.00 $720.00 $40.00 $480.00 $48.00 $576.00 45 PAINTED CROSSWALK LINE 320 SF $1.25 $400.00 $0.50 $160.00 $3.25 $1,040.00 46 ILLUMINATION SYSTEM 1 LS $105,000.00 $105,000.00 $92,500.00 $92,500.00 $92,000.00 $92,000.00 47 REPAIR OR REPLACEMENT 1 DOL $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 TOTAL : $930,990.00 $940,592.00 $966,999.12 CITY OF YAKIMA S. 64th Avenue Roadway Widening . , - - -, Arli -, . I _ , s, Nob Hill Blvd. to Tieton Drive 4 U � � �� PROJECT NO. 2311 4+ 't ' N . . DATE. January 30th, 2014 Nu. in , , �� ,.,.,,,, .,., FILE: 64th Avenue Bid Summary.pub a. SHEET 4 of 4 I DEPARTMENT OF UTILITES AND ENGINEERING • .. 1! Debbie Cook, PE, Director I IC �E ngineering Division g A : 129 North Second Street $ � J am' fi' ' Yakima, Washington 98901 I !•** *. (509) 575 -6111 • Fax (509) 576 -6305 ADDENDUM NO. 1 I TO THE BID DOCUMENTS AND SPECIFICATIONS FOR THE CITY OF YAKIMA, WA I For: 64 Avenue Roadway Widening - Nob Hill Blvd. to Tieton Drive I City Project Number 2311 Federal Aid No. STPUS 4591(002) BID OPENING: Thursday, January 30 2:00 p.m., City Hall Council. Chambers 1 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. Standard Specif Special Provisions Section 1 -07: 1 -07 Legal Relationsiand Responsibilities to the Public I 1- 07.23(1) Construction Under Traffic (Page 130) I Add the following to the third paragraph - 6 The Contractor shall maintain the golf course crossing to players at the south end of Westwood West Golf Course, approximately at station 18 +67. Any work that I may create an unsafe or unworkable crossing, during a portion of the project shall be coordinated \ with the golf course staff for alternative access I ITEM 2. Standard Specifications; Special Provisions Section 5 -04: Replace all of section 5 -04 Hot Mix Asphalt (Pages 143 -144) with the following. I 5 -04 HOT MIX ASPHALT I 5- 04.3(7)A2 Statistical or Nonstatistical Evaluation (November 20, 2013 APWA GSP) I Delete this section an replace it with the following; 7 5 -04.3 A2 Nonstatistical Commercial and ommercial Evaluation I Mix designs for HMA accepted by Nonstatistical or Commercial evaluation shall; • Be submitted to the Project Engineer on WSDOT Form 350 -042 • Have the aggregate structure and asphalt binder content determined in accordance I with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2) and 9- 03.8(6). I Addendum No. 1 Page 1 of 4 January 21, 2014 O Have anti -strip requirements, if any, for the proposed mix design determined in accordance with WSDOT Test Method T 718 or based on historic anti -strip and aggregate source compatibility from WSDOT lab testing Anti -strip evaluation of HMA mix designs utilized that include RAP will be completed without the ,inclusion of the RAP. At or prior to the preconstruction meeting, the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The proposed mix design indicated on a WSDOT mix design /anti -strip report that is within one year of the approval date • The proposed HMA mix design submittal (Form 350 -042) with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer O The proposed mix design by a qualified City or County laboratory mix design report 1 that is within one year of the approval date. The mix design will be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L -A -B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO Material Reference Laboratory (AMRL) program. At the discretion of the Engineer, agencies may accept mix designs verified beyond the one year verification period with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Evaluation of anti -strip additives are to be provided as part of the mix design acceptance criteria Acceptable anti -strip evaluations include 1) a WSDOT validated mix design showing the validated anti -strip additive and dosage 2) an historic anti -strip determination from WSDOT not greater than two (2) calendar years old or 3) a passing 1 TSR test at the anti -strip dosage proposed by the Contractor. No paving shall begin prior to Contracting Agency approval of the Contractor provided mix design. 5- 04.3(8)A1, General (November 20, 2013 APWA GSP) Delete this section and replace it with the following - 5 General 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 1 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 Addendum No. 1 Page 2 of 4 January 21, 2014 ' 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 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 (November 20, 2013 APWA GSP) 1 The first paragraph of this section is deleted ' 5- 04.3(8)A6 Test Methods (November 20, 2013 APWA GSP) Delete this section and replace it with the following, 5- 04.3(8)A6 Test Methods ' 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 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- 04.5(1)B Price Adjustments for Quality of HMA Compaction Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1 00 ' For each compaction lot of HMA when the CPF is less than 1 00, a Nonconforming Compaction Factor (NCCF) will be determined THE NCCF equals the algebraic ' difference of CPF minus 1 00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. ITEM 3. Federal Wage Rates: ' Replace the Federal Wage Rates included in the Specifications with the attached Federal Wage Rates dated 1 -17 -2014 and labeled Addendum #1 ITEM 4. Proposal: Replace the proposal sheets with those labeled "Addendum #1" Addendum No 1 Page 3 of 4 January 21, 2014 ITEM 5. Details: Add the Detail P2 — Irrigation Crossing (attached) 1 ITEM 6. Plans: New Plan Sheets Remove the plan sheet numbered 7 of 18 and replace with the attached plan sheet 1 numbered 7 of 18 and labeled "Addendum No. 1 ". Plan sheet 7 was replaced due to scale issues and two missing notes for replacement LED luminaire fixture heads. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included I the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal from prior 1 to bid opening. APPROVED: a .c 1 Brett H. Sheffield, P.E. Date Chief Engineer END OF ADDENDUM NO. 1 1 1 1 1 1 1 1 1 Addendum No. 1 Page 4 of 4 January 21, 2014 1 ITEM PROPOSAL BID SHEET I 64 th Avenue Roadway Widening Nob Hill Boulevard to Tieton Drive ' Federal Aid No STPUS- 4591(002) City Project No 2311 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPCC PLAN 1 1 -07.15 1 LS I MOBILIZATION 2 1 -09.7 1 LS I TRAFFIC CONTROL SUPERVISOR 3 1 -10.5 1 LS FLAGGERS AND SPOTTERS I 4 1 -10.5 500 HR 5 OTHER TRAFFIC CONTROL LABOR 400 HR 1 -10.5 I 6 CONSTRUCTION SIGNS CLASS `A' 200 SF 1 -10.5 I CLEARING AND GRUBBING 7 2 -01.5 1 LS REMOVAL OF STRUCTURE AND OBSTRUCTION 1 8 2 -02.5 1 LS 9 SAWCUT 500 LF 2 -02.5 I ROADWAY EXCAVATION INCL. HAUL 10 2-03.5 5,400 CY 1 11 UNSUITABLE FOUNDATION EXCAVATION 1 2 -03.5 100 CY EMBANKMENT IN PLACE I 12 2 -03.5 3,970 CY 13 SOIL TESTING 1 LS 2 -03.5 I 14 HAULING AND DISPOSING OF CONTAMINATED MATERIAL 1 DOL $25,000 00 $ 25,000 00 2 -03.5 I STRUCTURE EXCAVATION CLASS B INCL. HAUL 15 2-09.5 40 CY CRUSHED SURFACING BASE COURSE I 16 4 -04.5 - 2,700 TON ASPHALT TREATED BASE 17 5-04.5 2,000 TON 18 HMA CL 1/2" PG 64 -28 1 100 TON 5 -04.5 ' 1 19 PLANING BITUMINOUS PAVEMENT 8 7 -04 5 80 SY S 64TH AVENUE ROADWAY WIDENING 259 (1 OF 3) ADDENDUM #1 I 1 • ITEM PROPOSAL BID SHEET I 64 th Avenue Roadway Widening Nob Hill Boulevard to Tieton Drive 1 Federal Aid No STPUS- 4591(002) City Project No 2311 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT I NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 20 SOLID WALL PVC STORM SEWER PIPE, 12 IN. DIAM. 70 LF I _ 7 -04 5 21 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM 1,660 LF 7 -04.5 _ _ 1 22 BIOFILTRATION (GRASS) SWALE 112 LF 7 -04 5 I 23 REPAIRING / REGRADING 8" HDPE DRAIN PIPE 3 7 -04 5 300 LF 24 CATCH BASIN TYPE 1 15 EA I 7 -05 5 25 CATCH BASIN TYPE 1L 4 EA 7 -05 5 I 26 CATCH BASIN TYPE 2 - 72" 1 EA 7 -05 5 I 27 ADJUST MANHOLE 5 EA 7 -05 5 28 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 630 TON I 7 -08 5 29 SHORING OR EXTRA EXCAVATION CLASS B 200 LF 7 -08 5 1 _ 30 EROSION / WATER POLLUTION CONTROL 1 DOL $4,000 00 $4,000 00 8 -01 5 1 31 IRRIGATION CROSSING 1 LS 8 -03 5 32 CEMENT CONCRETE TRAFFIC CURB & GUTTER 4 410 LF 1 8 -04 5 33 10 -FOOT GALVANIZED CHAIN LINK FENCE 1 LS 8 -12 5 1 34 CHAIN LINK FENCE, TYPE 3 120 LF 8 -12.5 1 35 CHAIN LINK FENCE, 4 FOOT 53 LF 8 -12 5 36 END, GATE, CORNER AND PULL POST FOR CHAIN LINK FENCE 4 EA I 8 -12.5 37 CEMENT CONCRETE SIDEWALK — 4 INCH THICK 1,590 SY 8 -14 5 ' I 38 CEMENT CONCRETE SIDEWALK — 6 INCH THICK 60 SY 8 -15.5 S 64TH AVENUE ROADWAY WIDENING 261 (2 OF 3) ADDENDUM #1 I I ITEM PROPOSAL BID SHEET 64 Avenue Roadway Widening I Nob Hill Boulevard to Tieton Drive Federal Aid No STPUS- 4591(002) City Project No 2311 I ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLAR DOLLARS I 39 CEMENT CONC CURB RAMP TYPE PARALLEL A 4 EA 8 -14 5 DETECTIBLE WARNING SURFACE 20 SF I 40 8 -14 5 41 QUARRY SPALLS 6 CY I 8 -155 42 PERMANENT SIGNING 1 LS 8 -21 5 I 43 PAINT LINE 7,500 LF 8 -22 5 I 44 PAINTED TRAFFIC ARROW 12 EA 8 -22 5 I 45 ILLUMINATION SYSTEM 1 LS 8 -20 5 46 REPAIR OR REPLACEMENT 1 DOL $ 15,000 00 $ 15,000 00 8 -30 5 I Total: I I I I I I I S 64TH AVENUE ROADWAY WIDENING 263 (3 OF 3) ADDENDUM #1 i e o / �"- 1 I ) / _ REPLACE EX. LUMINARE FIXTURE C { I IIri NA BETA LED FITURE - z) G:: .'' I 181329 11427 l n" • •- LWY- 3M- 8- C -UL -UL O_ / � c§ tirt \ GOLF GREEN �� / �C.. , C 1 , .. • YARD -------------- � L' EDGE II - / LIGHT DUPLEX X al CD I 0 �v�sY o �r� e �sY NTE /1 G� FP CON L OX C_ GOLF L\J fCtJL �G `� R Q27/ B CONC. • DRIVEWAY r • L / \�\ I IA � \ F. a) C o c W LA WN C • NECT TO EX JUNCTI • _OX 0 j =: N : I \ O m m \ C w I r3 W .�y kip �AwN 5' .•O \� MBs W - 7L7 9'�r • .. ./ r \ I YARD 4 • � o m ,r Y - LIGHT ••• Z E ..2 .3 1 . �1i�ti. ` � t . ,_,. r- , r :.i / - 2, l' \ I ..�. W > 1 .4AT STA. =30403. �' O I � a c�A1 ",�,< r .,--,.„- \i Y.. �: ,� r r r WV I 'z, ' LUMINARE N 0'09'40 ;E. x '\ .-. I L- 2: 21 il Ii ; ® � : -�. \ ` � + `- MATCH EIQ�SIUI 1 2' BC IN :::)/4(;:NARL:S11°1- %S 64THAVE ' 0+ g I CASED MoN. I `pWAF� SURFACING LEGEND `_ I , / • STA. 31454.• I - - - -- Ex. 4 cmp_STORa_ 7B,---:11._.,71, " i I „ ' CONSTRUCTION NOTES NEW ROADWAY SECTION N • = • HAI r ..-'411. � r ;� T . W -CAB CURB ' . \\ I 1 1 1 O MATCH EXISTING CURB &GUTTER /SIDEWALK � " Z WESTWOOD WEST PARKING LOT p 9 M� A 7 v • \ a C O NS TRU C T RESID ENTIA L DRIVEWAY k GRIND EXISTING ASPHALT 2" TYP sAP`�(� �' nO '� �`` ' „ o O O NS T R U T ASPHALT APRON AS SHOWN ON PLANS 1 � P AN ��� yy v L ��� s� I 9 � Ill • p --- -Z-. p I EX.�/ U P O CONSTRUCT 10' CHAIN LINK FENCE .. -- I __._. I p _ _ —per _ .. . FS' FOR LUMpiARES 8-15 W CONCRETE SIDEWALK GOLF I I " ' �:I`j sVC M ' NE o I \ E Pk AI REPLACE EX. FIXTURE ®ADJUST TO FINISHED GRADE 5 N o I I WITH BETA LED FIXTURE - /r l ' CJ #STR- LWY- 3M- 8- C -UL -SV O INSTALL STREET LIGHT - SEE LUMINAIRE SCHEDULE >> 1' 2 181328 - 22'428 - : _.i...__._1 �\ '-' E_ N < s _ I IL 60.00' VC • • 1220 . 12 a >- • • In N • END' PF OJECT Q II ° END GRIND & OVERLAY LG • _ N S STA. 30 +89 EL.= 1212.85 • N :3.1 • — ----- --- - - - - -- - .__ -_,f • I 1210 • 1210 I • O b • • E X. : CM'P "STORiv1' • . .. ... 1200 T��on� -�P� - N • • • --- _ . II N A • • W Lis > • • . . Z . . . • . . . • . . • • • • . . . . . . 1 • • . 2 . . • • . . . . . . . . c.) . • 1190 1190 .. a ' . .. 11 I °6 s cd • • Ex Q. 1209.41 1210.27 1211.12 121 .87 1212.60 1213.15 1213.65 1213.94 1213.74 I NEW q 1209.42 1210.31 1211.13 1211.88 1212.56 • • 30+00 31 +00 31 +54.64 7 Addendum #1 18 1 -15 -14 i I I 1 , I' C 1 I I O • cn YoT ;I v : I • ; Q Q � I � I VERIFY } \ THS. o s9 'al I — 5 � o • • L 1 p" _ l_ ` ' I • _ 2. INSTALL CONCRETE THRU ST c 3 — — — E t -- - BLOCKING AT ALL VERTICAL .r~ .0 z E I I, BENDS. U W N j ° 3 PIPE PRESSURE EXITING THE a te ` ` I�j � � — `tip, 1 I PUMP EAST OF 64TH AVENUE lif.y■ 1 o o IS APPROX. 50 PSI (AVG.), I w W � 0 7 P SI (MAX) t �u�` = I Up I _n X I . : r . • - . . . • • -§A v , I 36 v• / .. - • • • • ...CANAL WATER FROM PUMP • • ... • ... • .. . ... ...... ...: EX: SLOPE Y . .... , `L• .. ea .. .. .... - NEW 1180.00 9 _ i I / Qc WELDED. E E a >- • �- O / FLANGE Q LL — •�• ... NEW ROADWAY i �Q O 0 . SECTION / i : /�` Q� :. 07 EX. 12° STEEL PIPE N . j r 'R • TEE or CROSS i �2 � _ _ / / E R � � ED En �� \ ,r �/ E s c \ of wns � •• 1170.00 S � r LE) Aj / ,. ya e 14 t.,, X‘ i cyS � � . ---- _ = - - -_ . . _ • / 4 m.. 18 E 1 : : —_ _ EX. 12" PVC P>�E • - -Ma= 0 • al - i o � $ A .1 ' E . . . . . . . . . . . . . . . . . . � It 39407 Cy • • X. WELDED EXTEND SLEEVE. '�' FSS f oNA E� 2 • • E BEYOND EX. WELDED • FLANGE ' EX. 18" CON•C. PIPE NEW CURB LOCATION • - § FLANGE ...... .. ... • SLEEVE UNDER ‘' I . ROADWAY .. . ..: .. . . F : 1160.00 • -50.00 -40.00 -30.00 -20.00 -10.00 0. )0 10.00 20.00 30.00 40.00 50.00 60.00 70.00 P I Addendum #1 2 DEPARTMENT OF UTILITES AND ENGINEERING . Debbie Cook, PE, Director , Engineering Division 129 North Second Street Yakima, Washington 98901 • °'� <,, ' '_; ` (509) 575 -6111 • Fax (509) 576 -6305 'bP ORdl th ADDENDUM NO. 2 TO THE BID DOCUMENTS AND SPECIFICATIONS ' FOR THE CITY OF YAKIMA, WA For: ' 64 Avenue Roadway Widening - Nob Hill Blvd. to Tieton Drive City Project Number 2311 Federal Aid No. STPUS 4591(002) ' BID OPENING: Thursday, January 30 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 7 -04: ' Replace the following sections (page 144) under 7.04 Storm Sewers with the following: 7 - 04.2 Materials ' This section is supplemented with the following: The "Construction Geotextile Fabric" as shown on the Drainage Swale detail shall meet the requirements of "Construction Geotextile for Permanent Erosion Control" as described in Section 9 -33 Construction Geosynthetic. ' 7- 04.3(1)A General This section is supplemented with the following: No infiltration or exfiltration test will be required for the storm drain pipe. ' 7 -04.4 Measurement This section is supplemented with the following: ' The length of the drainage swale will be the number of linear feet of completed installation measured along the finished bottom of the bisected swale including slopes, ' regardless of swale width. The length of "Repairing / Regrading 8" HDPE Drain Pipe" from the irrigation overflow at Westwood West Golf course that will be impacted by the slope change is approximate and may vary depending on found existing horizontal locations and depth. Addendum No. 2 Page 1 of 3 January 24, 2014 ' 7 -04.5 Payment This section is supplemented with the following. ' The unit contract price for "Drainage Swale," per linear foot, shall be full compensation for all labor, tools, equipment, and materials necessary to grade, shape and construct the roadside drainage swale including river rock, soil sterilant and the Construction Geotextile Fabric as shown in the detail and on the Plans. ' The unit contract price for " Repairing / Regrading 8" HDPE Drain Pipe ", per linear foot, shall be full compensation for all labor, tools, equipment, and materials necessary to ' relocate and place the drain line as necessary. ITEM 2. Standard Specifications; Special Provisions Section 8 -12: ' Replace the following sections (page 146) under 8 -12 Chain Link Fence and Wire Fence with the following: ' 8 -12.3 Construction Requirements This section is supplemented with the following: ' Chain link fabric in areas on the plans noted as "Relocating" chain link fence shall be evaluated for re -use in the new location. If condition of the material is acceptable by the engineer for re- installation it may be reused All line posts and end posts shall be new ' and installed in the new location. 8 -12.5 Payment ' This section is supplemented with the following: The unit contract price for "10 Foot Galvanized Chain Link Fence ", lump sum, shall be full compensation for all labor, tools, equipment, and materials necessary to construct ' the fencing as shown on the Plans. The unit contract price for "Chain Link Fence, 4 Foot", per linear foot, shall be full 1 compensation for all labor, tools, equipment, and materials necessary to construct the fencing as shown on the Plans. ' The unit contract price for "Removing and Resetting Chain Link Fence, Type 3 ", per linear foot, shall be full compensation for all labor, tools, equipment, and materials necessary to construct the fencing including removal & disposal of existing posts, concrete footings and unusable chain link fabric. ' ITEM 3. Proposal: ' Replace the proposal sheets with those labeled "Addendum #2 ". ITEM 4. Details: ' Add the Detail P3 — Drainage Swale (attached) ITEM 5. Plans: Any reference to "Grass Swale" or "Biofiltration Swale" on the plans shall now reference the Drainage Swale Detail that is a part of this addendum. Addendum No. 2 Page 2 of 3 January 24, 2014 ' 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: �� � t - Z4 - (Lk ' Brett H Sheffield, P E. Date Chief Engineer i END OF ADDENDUM NO. 2 1 1 Addendum No. 2 Page 3 of 3 January 24, 2014 1 I ITEM PROPOSAL BID SHEET 64 Avenue Roadway Widening Nob Hill Boulevard to Tieton Drive I Federal Aid No. STPUS- 4591(002) City Project No. 2311 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT I NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPCC PLAN 1 1 LS 1-07.15 I MOBILIZATION 2 1 LS 1 -09.7 I TRAFFIC CONTROL SUPERVISOR 3 1 -10.5 1 LS FLAGGERS AND SPOTTERS I 4 1 -10.5 500 HR OTHER TRAFFIC CONTROL LABOR 5 1 10.5 400 HR I CONSTRUCTION SIGNS CLASS 'A' 6 1 10.5 200 SF I CLEARING AND GRUBBING 7 2 -01.5 1 LS REMOVAL OF STRUCTURE AND OBSTRUCTION I 8 2 -02.5 1 LS SAWCUT 9 2 02.5 500 LF 1 10 ROADWAY EXCAVATION INCL. HAUL 5,400 CY 2 -03.5 I 11 UNSUITABLE FOUNDATION EXCAVATION 1 2 -03.5 100 CY EMBANKMENT IN PLACE I 12 2-03.5 3,970 CY 13 SOIL TESTING 1 LS 2 -03.5 I 14 HAULING AND DISPOSING OF CONTAMINATED MATERIAL 1 DOL $25,000 00 $ 25,000.00 2 -03.5 STRUCTURE EXCAVATION CLASS B INCL. HAUL I 15 2-09.5 40 CY 16 CRUSHED SURFACING BASE COURSE 2,700 TON I 4 -04.5 17 ASPHALT TREATED BASE 2,000 TON 5 -04.5 I 18 HMA CL 1/2" PG 64 -28 1,100 TON 5 -04.5 PLANING BITUMINOUS PAVEMENT 880 SY I 19 7 -04.5 S 64TH AVENUE ROADWAY WIDENING 259 (1 OF 3) ADDENDUM #2 I ITEM PROPOSAL BID SHEET 64 Avenue Roadway Widening I Nob Hill Boulevard to Tieton Drive Federal Aid No. STPUS- 4591(002) - City Project No. 2311 I ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS I 20 SOLID WALL PVC STORM SEWER PIPE, 12 IN. DIAM. 70 LF 7 -04 5 21 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 1,660 LF I 7 -04.5 22 DRAINAGE SWALE 112 LF 7 -04.5 I 23 REPAIRING / REGRADING 8" HDPE DRAIN PIPE 3 7 -04 5 300 LF 24 CATCH BASIN TYPE 1 15 EA 1 7 -05.5 25 CATCH BASIN TYPE 1L 4 EA 7 -05.5 I 26 CATCH BASIN TYPE 2 - 72" 1 EA 7 -05.5 I 27 ADJUST MANHOLE 5 EA 7 -05 5 28 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 630 TON I 7 -08 5 29 SHORING OR EXTRA EXCAVATION CLASS B 200 LF 7 -08 5 I 30 EROSION / WATER POLLUTION CONTROL 1 DOL $4,000 00 $4,000.00 8 -01.5 I 31 IRRIGATION CROSSING 1 LS 8 -03.5 32 CEMENT CONCRETE TRAFFIC CURB & GUTTER 4,410 LF I 8 -04.5 33 10 -FOOT GALVANIZED CHAIN LINK FENCE 1 LS 8 -12.5 I 34 REMOVING & RESETTING CHAIN LINK FENCE, TYPE 3 1 8 -12.5 120 LF 35 CHAIN LINK FENCE, 4 FOOT 53 LF I 8 -12.5 36 END, GATE, CORNER AND PULL POST FOR CHAIN LINK FENCE 4 EA 8 -12.5 I 37 CEMENT CONCRETE SIDEWALK — 4 INCH THICK 1,590 SY 8 -14.5 1 38 CEMENT CONCRETE SIDEWALK — 6 INCH THICK 60 SY 8 -15.5 S. 64TH AVENUE ROADWAY WIDENING 261 (2 OF 3) ADDENDUM #2 I ITEM PROPOSAL BID SHEET I 64 Avenue Roadway Widening Nob Hill Boulevard to Tieton Drive Federal Aid No. STPUS- 4591(002) I City Project No 2311 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLAR DOLLARS I 39 CEMENT CONC. CURB RAMP TYPE PARALLEL A 4 EA 8 -14.5 I 40 DETECTIBLE WARNING SURFACE 20 SF 8 -14.5 41 QUARRY SPALLS 6 CY I 8 -15.5 42 PERMANENT SIGNING 1 LS I 8 -21 5 43 PAINT LINE 7,500 LF 8 -22.5 1 44 PAINTED TRAFFIC ARROW 12 EA 8 -22.5 1 45 PAINTED CROSSWALK LINE 3 8 -22.5 320 SF I 46 ILLUMINATION SYSTEM 1 LS 8 -20.5 47 REPAIR OR REPLACEMENT 1 DOL $ 15,000.00 $ 15,000 00 I 8 -30 5 I Total: I I I I S 64TH AVENUE ROADWAY WIDENING 263 (3 OF 3) ADDENDUM #2 S M NMI MI MN IMII i 11111111 MI i I r = = MI MI N NM = COMPACTED EMBANKMENT / / \ ii i • 18' SWALE NEAR ARLINGTON \ \ \/ \ K \ \, �/,��,��,�y,��\� y 20' * >./.// /4'' i Ii 20 NEAR NOB HILL BLVD. ORIGINAL GROUND n q �I 0 p _ - � ; _ - -- - - - - -- n -6" - RIVER ROCK - - - - -- .... `X \ `i � >/ 12 HDPE DRAIN PIPE ��� f - 4" ........-0,62"-2/ ; 1 .i` ��- �calraz - :- r.- = =.- =r. exzz.f-== ... =6. .,, = =sw —:� tir 6 '" . 5 . . x / QUARRY SPACES AT � /\ > / �� /\ ,iviii iy' OUTFACE CONSTRUCTION GEOTEXTILE FABRIC NATIVE SOIL NOTE: APPLY A SOIL STERILANT BASE ELEV. AS SHOWN ON PLANS PRIOR TO PLACEMENT OF THE GEOTEXTILE FABRIC. ADDENDUM #2 APPROVED 1 -23 -14 CITY OF YAKIMA - ENGINEERING DIVISION I DRAINAGE SWALE DETAIL I P3 1 I 1 City of Yakima S. 64 Avenue Roadway Widening Bening Nob Hill Boulevard to Tieton Drive Federal Aid No. STPUS - 4591(002) p City Project No. 2311 1 January 2014 r 1 E R Sh, ' `cx O F 1MS 11 ' r te 39407 JV ` G1 vsS I O\A L F: S. 64 AVENUE ROADWAY WIDENING 1 I ' CONTENTS I CITY OF YAKIMA I S. 64 Avenue Roadway Widening Nob Hill Boulevard to Tieton Drive I _ Federal Aid No. STPUS- 4591(002) City Project No. 2311 I SECTION PAGE INVITATION TO BID 5 I STANDARD SPECIFICATIONS Standard Specifications . ... 7 Amendments to the 2012 Standard Specifications 7 I CONTRACT PROVISIONS General Special Provisions and Contract Special Provisions . - ... 91 I Project Description ...... 92 1 -01 Definitions 92 1 -02 Bid Procedures and Conditions .............. 94 I 1 -03 Award and Execution of Contract : 98 1 -04 Scope of Work........... 100 1 -05 Control of Work . 100 1 -06 Control of Materials......... r:.. 103 I 1 -07 Legal Relations and Responsibilities to the Public 105 1 -08 Prosecution and Progress .................. 133 1 -09 Measurement and Payment.. . 138 I 1 -10 Temporary Traffic Control 138 2 -01 Clearing, Grubbing and Roadside Cleanup......... ....... 139 2 -02 Removal of Structure and Obstructions.. ..... . . . .. 139 I 2 -03 Roadway Excavation and Embankment . .... 140 2 -07 Watering 142 4 -06 Asphalt Treated Base.. . ..... 142 I 5 -04 Hot Mix Asphalt . 143 7 -04 Storm Sewers . 144 7 -08 General Pipe Installation. ... 144 I 8 -01 Erosion Control and Water Pollution Control ... .. .. 145 8 -12 Chain Link Fence and Wire Fence .. . . 145 8 -14 Cement Concrete Sidewalk 146 8 -20 Illumination, Traffic Signal Systems, and Electrical. ............ . 147 I 8 -29 Illumination, Signals, Electrical 148 9 -05 Drainage Structures, Culverts & Conduits ... 148 9 -29 Illumination, Signal, Electrical 149 I STANDARD PLANS 150 Required Contract Provisions Federal Aid Construction Contracts .... .. 160 I Contract Form 173 Performance Bond Form ............. ... ..... .. ... .. ..... 175 Sample Certificate of Insurance 177 I Sample Additional Insured Endorsement . .... ........... . . ..... .... 178 Minimum Wage Affidavit Form . . ... .. ............... 181 I S. 64 AVENUE ROADWAY WIDENING 3 1 PREVAILING WAGE RATES Prevailing Wage Rates ............. . .... ...... 183 I PROPOSAL Proposal Form ..... 257 Item Proposal Bid Sheet 259 Bid Bond Form ........ .. 265 Proposal Signature Sheet 267 Compliance With Immigration and Naturalization Act 269 Non - Collusion Declaration .. . 271 Local Agency Certification for Federal Aid Contracts ........ .. .. 275 Non - Discrimination Provision . 277 Women and Minority Business Enterprise Policy . .... . ... 279 Council Resolution 281 Affirmative Action Plan .. 283 DBE Utilization Certification . 287 DBE Written Confirmation Document . .... 291 Bidders Certification 293 Subcontractor's Certification. 295 Contractor and Subcontractor or Lower Tier Subcontractor Certification 299 Materially and Responsiveness .... 301 Bidders Check List 303 PLANS & DETAILS Traffic Control Plans....... Attached Construction Plans. .. . . ... Attached I 1 I 1 I 1 1 S. 64 AVENUE ROADWAY WIDENING 4 1 1 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 January 30, 2014 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA ' S. 64 Avenue Roadway Widening Nob Hill Boulevard to Tieton Drive ' Federal Aid No. STPUS- 4591(002) City Project No. 2311 This project provides for the improvement of S 64 Avenue from W Nob Hill Blvd to Tieton Drive by reconstructing and widening the roadway Work includes excavation, surfacing, planing bituminous pavement, paving with hot mix asphalt, constructing curb, gutter and sidewalk, installing a stormwater system, illumination, pavement markings and other work all to be constructed in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time 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 # 3047243 on the website's Project Search page Please contact QuestCDN corn 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 7 day of January, 2014 I PUBLISH: January 9, 2014 January 16, 2014 1 I S. 64 AVENUE ROADWAY WIDENING 5 r , r 01 cn r CONSTRUCTION DETAILS r Construction Standard Plans & Details r r r r r r r r r r r r r INTRODUCTION ' The following Amendments and Special Provisions shall be used in conjunction with the 2012 Standard Specifications for Road, Bridge, and Municipal Construction. ' AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract J and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. ' Section 1 -01, Definition and Terms r. August 5, 2013 1 -01.3 Definitions ' The definition for "Bid Documents" is revised to read: The component parts of the proposed Contract which may include, but are not limited to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, Addenda, and, for projects with Contracting Agency subsurface investigations, the Summary of Geotechnical Conditions and subsurface boring logs (if any). The definition for "Superstructures" is revised to read. The part of the Structure above: 1 The bottom of the grout pad for the simple and continuous span bearing, or ' 2. The bottom of the block supporting the girder, or 3. Arch skewback and construction joints at the top of vertical abutment members ' or rigid frame piers. Longitudinal limits of the Superstructure extend from end to end of the Structure in ' accordance with the following criteria 1 From the face of end diaphragm abutting the bridge approach embankment for end piers without expansion joints, or ' 2. From the end pier expansion joint for bridges with end pier expansion joints. ' Superstructures include, but are not limited to, the bottom slab and webs of box girders, the bridge deck and diaphragms of all bridges, and. the sidewalks when shown on the bridge deck. The Superstructure also includes the girders, expansion joints, bearings, barrier, and railing attached to the Superstructure when such Superstructure components are not otherwise covered by separate unit measured or lump sum bid items. Superstructures do not include endwalls, wingwalls, barrier and railing attached to the wingwalls, and cantilever barriers and railings unless supported by the Superstructure. S. 64 AVENUE ROADWAY WIDENING 7 Section 1 -02, Bid Procedures and Conditions January 2, 2012 1 1- 02.4(2) Subsurface Information The first two sentences in the first paragraph are revised to read. 1 If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data, soil sample test data, and geotechnical recommendations reports obtained by the Contracting Agency will be made available for inspection by the Bidders at the location specified in the Special Provisions. The Summary of Geotechnical Conditions, as an appendix to the Special Provisions, and the boring logs shall be considered as part of the Contract. Section 1 -03, Award and Execution of Contract April 2, 2012 1- 03.1(1) Tied Bids This section's title is revised to read. 1- 03.1(1) Identical Bid Totals Section 1 -05, Control of Work August 6, 2012 1- 05.13(1) Emergency Contact List The second sentence in the first paragraph is revised to read: The list shall include, at a minimum, the Prime Contractor's Project Manager, or equivalent, the Prime Contractor's Project Superintendent, the Erosion and Sediment Control (ESC) Lead and the Traffic Control Supervisor. 1 Section 1 -06, Control of Material August 5, 2013 1 1- 06.1(3) Aggregate Source Approval (ASA) Database The last paragraph is revised to read the following two new paragraphs: 1 Aggregate materials that are not approved for use in the ASA database may be sampled and tested by the Agency, for a specified use on a project, from the source or from a processed stockpile of the material and all cost for the sampling and testing will be deducted from the Contract. The Contractor agrees to authorize the Project Engineer to deduct the sampling and r testing costs from any money due or coming due to the Contractor. 1 06.1(4) Fabrication Inspection Expense 1 The first paragraph is revised to read. In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington, the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: Bridge Bearings (Cylindrical, Disc, Fabric Pad, Pin, Pendulum, Rocker, and Spherical) S. 64 AVENUE ROADWAY WIDENING 8 1 • Cantilever Sign Structures and Sign Bridges ' • Epoxy- Coated Reinforcing Steel • Metal Bridge Railing and Handrail • Modular Expansion Joints • Painted Piling and Casing • Painted and Powder - Coated Luminaire and Signal Poles • Precast Concrete Catch Basins, Manholes, Inlets, Drywells, and Risers • Precast Concrete Drain, Perforated Underdrain, Culvert, Storm Sewer, and ' Sanitary Sewer Pipe • Precast Concrete Three Sided Structures • Precast Concrete Junction Boxes, Pull Boxes, Cable Vaults, Utility Vaults, and ' Box Culverts • Precast Concrete Traffic Barrier • Precast Concrete Marine Pier Deck Panels ' • Precast Concrete Floor Panels • Precast Concrete Structural Earth Walls, Noise Barrier Walls, and Wall Stem Panels ' • Precast Concrete Retaining Walls, including Lagging Panels • Prestressed Concrete Girders and Precast Bridge Components • Prestressed Concrete Piles ' • Seismic Retrofit Earthquake Restrainers • Soldier Piles • Steel Bridges and Steel Bridge Components • Steel Column Jackets ' • Structural Steel for Ferry Terminals, including items such as Dolphins, Wingwalls, and Transfer Spans • Treated Timber and Lumber 6 -inch by 6 -inch or larger ' • Timber • Additional items as may be determined by the Engineer ' The footnote below the table is revised to read * An inspection day includes any calendar day or portion of a calendar day spent by ' one inspector inspecting, on standby, or traveling to and from a place of fabrication. An additional cost per inspection day will be assessed for each additional inspector. Reimbursement will be assessed at $280 00 per day for weekends and holidays for ' each on site inspector in travel status, but not engaged in inspection or travel activities when fabrication activities are not taking place. ' Section 1 -07, Legal Relations and Responsibilities to the Public April 1, 2013 ' 1 -07.1 Laws to be Observed The following two sentences are inserted after the first sentence in the third paragraph: In particular the Contractor's attention is drawn to the requirements of WAC 296.800 ' which requires employers to provide a safe workplace More specifically WAC 296.800.11025 prohibits alcohol and narcotics from the workplace. ' 1 07.9(2) Posting Notices This section is revised to read. ' Notices and posters shall be placed in areas readily accessible to read by employees The Contractor shall ensure the following are posted: 1 S. 64 AVENUE ROADWAY WIDENING 9 1 EEOC - P /E -1 (revised 11/09) - Equal Employment Opportunity is THE LAW published by US Department of Labor. Post for projects with federal -aid funding 1 2. FHWA -1022 (revised 11/11) - NOTICE Federal -Aid Project published by Federal Highway Administration (FHWA). Post for projects with federal -aid funding 3 WH 1321 (revised 04/09) - Employee Rights under the Davis -Bacon Act published by US Department of Labor. Post for projects with federal -aid funding 4. WHD 1088 (revised 07/09) - Employee Rights under the Fair Labor Standards Act published by US Department of Labor. Post on all projects 5. WHD - 1420 (revised 01/09) - Employee Rights and Responsibilities under The Family and Medical Leave Act published by US Department Of Labor. Post on all projects 6. WHD -1462 (revised 01/12) — Employee Polygraph Protection Act published by US Department of Labor. Post on all projects 7. F416- 081 -909 (revised 12/12) - Job Safety and Health Law published by Washington State Department of Labor and Industries Post on all projects 8. F242- 191 -909 (revised 12/12) - Notice to Employees published by Washington State Department of Labor and Industries Post on all projects 9. F700- 074 -909 (revised 12/12) - Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L &I). Post on all projects 10 EMS 9874 (revised 04/12) - Unemployment Benefits published by Washington State Employee Security Department. Post on all projects 11 Post one copy of the approved "Statement of Intent to Pay Prevailing Wages" for the Contractor, each Subcontractor, each lower tier subcontractor, and any other firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition of "Contractor" in WAC 296- 127 -010 12. Post one copy of the prevailing wage rates for the project 1 07.9(5) Required Documents , Item number 2 in the first paragraph is revised to read 2. A copy of an approved "Affidavit of Prevailing Wages Paid ", State L &I's form number ' F700- 007 -000 The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for Contractor and all Subcontractors have been received by the Project Engineer. The Contracting Agency will not release to the Contractor any funds retained under RCW 60.28 011 until all of the "Affidavit of Prevailing Wages Paid" forms have been approved by State L &I and a copy of all the approved forms have been submitted to the Engineer. 1 - 07.14 Responsibility for Damage The fifth paragraph is revised to read:' 1 S. 64 AVENUE ROADWAY WIDENING 10 Pursuant to RCW 4 24 115, if such claims, suits, or actions result from the concurrent ' negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions provided in the preceding paragraphs of this Section shall be valid . and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees. 1 - 07.15 Temporary Water Pollution /Erosion Control. The third paragraph is deleted. Section 1 -08, Prosecution and Progress ' April 1, 2013 ' 1 -08.1 Subcontracting In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT ". 1 08.3(1) General Requirements ' The following new paragraph is inserted after the first paragraph: Total float belongs to the project and shall not be for the exclusive benefit of any party. 1 - 08.7 Maintenance During Suspension The second paragraph is revised to read: ' At no expense to the Contracting Agency, the Contractor shall provide through the construction area safe, smooth, and unobstructed roadways and pedestrian access ' routes for public use during the suspension (as required in Section 1 -07.23 or the Special Provisions) This may include a temporary road, alternative pedestrian access route or detour. Section 1 -09, Measurement and Payment April 1, 2013 1 -09.1 Measurement of Quantities The following new sentence is inserted after the sentence " "Ton ":2,000 pounds of avoirdupois ' weight ": Items of payment that have "Lump Sum" or "Force Account" in the Bid Item of Work shall have no specific unit of measurement requirement. ' 1- 09.2(5) Measurement The second sentence in the first paragraph is revised to read. The frequency of verification checks will be such that at least one test weekly is performed for each scale used in weighing contract items of Work. Section 3 -01, Production From Quarry and Pit Sites August 5, 2013 ' 3 -01.1 Description In the first paragraph, "asphalt treated base" is deleted. I S. 64 AVENUE ROADWAY WIDENING 11 1 Section 3 -04, Acceptance of Aggregate August 5, 2013. 1 3- 04.3(7)D4 An Entire Lot The last sentence is deleted. 3 04.3(8) Price Adjustments for Quality of Aggregate The calculation in the first paragraph is revised to read: 1 Aggregate Compliance Price Adjustment = (Composite Pay Factor — 1.00) (quantity of material) (unit bid price or Contingent Unit Price as shown in Table 1, whichever is higher.) 3 - 04.5 Payment In the second paragraph, the reference "Section 3- 04.3(6)C " is revised to read "Section 3- 04.3(8)". In Table 1, the top two rows are revised to read the following three new rows. 1 9 -03 1 Concrete Aggregate (except 2000 1000' $15 00 $30 00 pavement) 9 -03 1 Concrete Aggregate (pavement) 4000 2000' $15 00 $30 00 9 -03 4(2) Crushed Screening' 1000 500 $20 00 $40 00 In Table 1, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is revised to read. 9 -03 14(4) Gravel Borrow for Structural Earth 4000 2000 $30 $60 Walls The footnotes below the Table 1 are revised to read: 1 1. Based on 1000 CY of Concrete 2 Price adjustment only applies to the actual quantity of aggregate used in the concrete. 3 Contingent unit price per S.Y is $0.30. In Table 2, the first row is revised to read 9 -03 1 Concrete Aggregate (all concrete aggregate - 2 2 2 10 20 including pavement) In Table 2, the row containing the item "Gravel Backfill for Foundations Class A" is revised to read. 1 9 -03 12(1)A Gravel Backfill for Foundations Class A In Table 2, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is revised to read. 9 -03 14(4) Gravel Borrow for 2 2 5 5 5 10 Other Structural Earth Walls S. 64TH AVENUE ROADWAY WIDENING 12 ' Item 1 in the footnotes below Table 2 is revised to read 1 For Aggregate, the nominal maximum size sieve is the largest standard sieve opening listed in the applicable specification upon which more than 1- percent of the material by weight is permitted to be retained. For concrete aggregate, the nominal maximum size sieve is the smallest standard sieve opening through which the entire amount of aggregate is permitted to pass. The footnotes below the Table 2 are supplemented with the following: 3 Use the price adjustment factors for the material that is actually used. 4 Resistivity 10, pH 10, Chlorides 5, and Sulfates 5 Section 5 -02, Bituminous Surface Treatment August 5, 2013 In this section, "Asphalt Emulsion" is revised to read "Emulsified Asphalt ". t 5 - 02.1(1) New Construction This section is revised to read: ' This method of treatment requires two applications of emulsified asphalt and three applications of aggregate The first application of emulsified asphalt is applied to an ' untreated Roadway that is followed with an application of aggregate The second application of emulsified asphalt is followed with two additional applications of aggregate. 5 02.1(2) Seal Coats This section is revised to read: This method requires the placing of one application of emulsified asphalt and one or more sizes of aggregate as specified to an existing pavement to seal and rejuvenate the surface and to produce a uniform Roadway surface with acceptable nonskid characteristics. 5 - 02.2 Materials The following new paragraph is inserted after the second paragraph. ' Each source of aggregate for bituminous surface treatment shall be evaluated separately for acceptance in accordance with Section 3 -04. The second and fourth paragraphs (after implementing the preceding Amendment) are deleted 5 02.3(1) Equipment The second sentence in the second paragraph is revised to read. A temperature measuring device shall be capable of reporting the temperature of emulsified asphalt in the tank. ' 5 02.3(2)A New Construction The fourth and fifth paragraphs are revised to read: S. 64 AVENUE ROADWAY WIDENING 13 I Immediately before the first application of emulsified asphalt, the Roadway surface shall 1 be in the following condition: firm and unyielding, damp, free from irregularities and material segregation, and true to line, grade, and cross - section. No traffic will be allowed on the prepared surface until the first application of emulsified asphalt and aggregate has been completed. 5- 02.3(3) Application of Asphalt and Aggregate The table "Application Rate" is revised to read: : f Wit- - wre - £ -•te - F x -� A - w-, .+ ' ° '' .,r,:..xr e i i r`� F " �'^- - . -ig,0 -w' Application p - _ - I 'S - -Y - �. '' 7� . aAxw - s wz �r V,+ 2 x- - °F s ' n k' -' �'r} t tvrrr. ..�.d .. s`%.'" lwA s <a �:.t � ... z�. , ----w.xx_!_.„ 3. :r. :w -.fn's �tSr...��°.x-o a' . *, ;.raf,:.an.'., . - _ - , }' 7, - 4 4 a- 'P,,* "1,�s - `F his .3 - z t i, '.' 0111 .7 ,t i . d" :;, - iva 7 r - -s .s w � arc"' � .�� `.IS } -x. � 5$� �* � v'�f f �.y �'� � s T p ° �$�• Z ,Y �e6,, 7 T a` - Undiluted 4- k" t .P'.5�*- c 4s' e' „ rt e r4 '4,-k a` i � `ty "� , o Ei i Y .+.r- i ' ` � '. b rr ` S 5. �x' i � A ea Emulsified i • . -z..4e i Aggregate a Ps 1 '' As phalt ( $ ' 'tea t � 4 4 Applicatio 4 F l - tai P ctc " I s x . M � � i ¢ "`t ayg, 4:v..--4347-- g A i 3n a " , '$ , N q1; W per sq yd) i / 4 4 & ? .4 ( I bs . , per a�; e A , ' ` - Applied • A Aggregate ' s� Yd ;4 , t p , r �3c --p a ,� h ` "' '' ( r ` - - ' r t x'Y r F z ,R' 4x.4 _ 4 ,,, . ,,,,,,,„ 7 � r G p Y ir . Y y a r< a' 51 A r „,04;1'1,1,V),', ' t.- 4'w: VSIze „ 3`r' -' i f' . x y u ,Y • ; , rL - h- 'r $ s k 'a� r £ a r f e , g { � _ - 3 v h vg : c.�. `- .� � ate.,, A,„s�^x ��#v.,- .,r,"�'�e �}, -3 s.� f Y— �,. ,�. .s-..� .�.1.' „ae- .`km�.�X.+� r..,Yd �'_a�"a :,r ra"�4 .,.� -* � „t::bw�� _ f. v �e x' +�. rs . ,�' .* -,w af '.,.�' .:� b t°h” n x r .f,x.�"� 'fi'w[,� hs' } » s, ft gf,New£Construction,�. - �r }� -� '”' ' ' ,� . s ' , n 5.. .� s ge �'` ar ._s --+7' aa' r"""= a 5 "at -r,° «-,`i°'Nn d. _” �'-.e.- 4v .- . ._' -K �'F {A^ . 4. .r;�' ' .air `� . Y;.. ..., , , , , t ., ' r,: .: .try .& # k..T `."b,1*-K;LG v First 0 35 -0 65 1 /2 inch- No. 4 25 -45 I Application or % inch - inch Second 0.35 -0.60 1/2 inch- No 4 25 -40 Application Choke Stone N/A No 4 - 0 4 -6 I ° - ;`, °a:. �.5=�xt2a`��'_ s ^?4'.tn:iii�`•..t "rk, �. t � .� =r °`»u s`'� " ";�s3� -, _i..:•�' - "t ,:,�,'r�:?rs.,r,;s } <3:.� T A :V `' * $ Seal as � �� � a �.a ,� F � a. e a4 f i � Cot- `'- ss-tr ,� r � ",�-� "�� �- S,yF `'a �• F, s - , 3 x, - ' ,o, t,,si e f r i. s ,f f - v4p,f,,A z f v " %c` . e ar A ,,„ ;hiyxFY. �. w...a�x- 8, ?�2' . < °..t.�`t.W t »m"j's��ti": �`frz 7s"4.Y'k : z `„^4"ra c! h .. r'� .,,�,r- r, a ri 5 /8 inch — No. 4 0 40 -0 65 5 /8 inch- No 4 25 -45 Choke Stone No 4 - 0 4 -6 I 1 /2 inch — No. 4 0 35 -0 55 1 /2 inch- No. 4 20 -35 Choke Stone No. 4 - 0 4 -6 1 % inch — No 4 0 35 -0 55 % inch- No. 4 20 -30 1 Choke Stone N/A No 4 - 0 4 -6 I The table "Pavement Sealing" is deleted The second paragraph is revised to read. The Project Engineer will determine the application rates. The second application of I emulsified asphalt shall be applied the next day, or as approved by the Project Engineer. S. 64 AVENUE ROADWAY WIDENING 14 The second to last paragraph is revised to read: Before, application of the fog seal, all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter The fog seal emulsified asphalt shall be ' CSS -1 or CSS -1 h diluted with water at a rate of one part water to one part emulsified asphalt unless otherwise approved by the Project Engineer. The fog seal shall be uniformly applied to the pavement at a diluted rate of 0.10 — 0 18 gal /sy. The finished ' application shall be free of streaks and bare spots. 5 02.3(5) Application of Aggregates ' The sixth paragraph is revised to read: The Contractor shall apply choke stone to the Roadway with additional spreading equipment immediately following the initial rolling of the coarse aggregate unless otherwise specified in the Contract documents or specified by the Project Engineer. Excess aggregate shall be removed from the Roadway. A minimum of one pass with a pneumatic roller shall be made across the entire width of the applied choke stone. ' 5 02.3(7) Patching and Correction of Defects The last sentence in the last paragraph is revised to read. ' The CSS -1 or CSS -1 h emulsified asphalt may be diluted with water at a rate of one part water to one part emulsified asphalt unless otherwise specified by the Project Engineer. 5 - 02.5 Payment The first sentence in the second paragraph is revised to read: ' The unit Contract price per mile for "Processing and Finishing" shall be full pay for all cost to perform the specified work including, blading, scarifying, processing, leveling, ' finishing, and the manipulation of aggregates as required The third paragraph is revised to read "Emulsified Asphalt ( )" per ton. The fourth paragraph is revised to read: The unit Contract price per ton for "Emulsified Asphalt ( )" shall be full pay for all costs to perform the specified Work including furnishing, heating, hauling, and spreading the emulsified asphalt on the Roadway. The sixth paragraph is revised to read ' The unit Contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs to perform the specified Work for the fog seal The eighth paragraph is revised to read: The unit Contract price per cubic yard for "Aggregate from Stockpile for BST" shall be full pay for all costs to perform the specified Work including loading, transporting, and placing the material in the finished Work. ' The eleventh paragraph is revised to read S. 64 AVENUE ROADWAY WIDENING 15 The unit Contract price per cubic yard or per ton for "Furnishing and Placing Crushed ( ) shall be full pay for costs to perform the specified Work including furnishing, I transporting, and placing the material in the finished Work. The thirteenth paragraph is revised to read: ' The unit Contract price per hour for "Additional Brooming" shall be full pay for all costs to perform the specified Work including rebrooming the Roadway. 1 Section 5 -04, Hot Mix Asphalt April 1, 2013 5 -04.2 Materials The following material reference is deleted from this section: Blending Sand 9- 03.8(4) The fourth paragraph is revised to read ' The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. I 5 04.3(7)A1 General This section is supplemented with the following' I The Contractor shall include the brand and type of anti - stripping additive in the mix design submittal and provide certification from the asphalt binder manufacture that the anti - stripping additive is compatible with the crude source and formulation of asphalt binder proposed in mix design. 5 04.3(7)A3 Commercial Evaluation 1 The second sentence in the second paragraph is deleted 5 04.3(10)B3 Longitudinal Joint Density 1 The section including title is revised to read 5- 04.3(10)B3 Vacant 5- 04.3(11)D General The last sentence in the first paragraph is deleted 5 04.3(12)A Transverse Joints In the second paragraph "planning" is revised to read "planing ". 1 5 04.3(20) Anti - Stripping Additive This section is revised to read' I • Anti - stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to shipment to the asphalt mixing plant. For HMA accepted by statistical and nonstatistical evaluation the anti - stripping additive shall be added in the amount designated in the WSDOT mix design /anti -strip evaluation report provided by the Contracting Agency For HMA accepted by commercial evaluation the Project Engineer will determine the amount of anti -strip to be added; paving shall not begin before the anti -strip requirements have been provided to the Contractor. S. 64 AVENUE ROADWAY WIDENING 16 I 1 5 -04.4 Measurement The first sentence in the first paragraph is revised to read: HMA Cl. _ PG , HMA for Cl. PG , and Commercial HMA will be measured by the ton in accordance with Section 1 -09 2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. The last paragraph is deleted. 5 - 04.5 Payment The bid item "Longitudinal Joint Density Price Adjustment ", by calculation and paragraph following bid item are deleted. Section 7 -02, Culverts August 6, 2012 7 -02.2 Materials Note 3 in the table titled, "Culvert Pipe Schedules" is revised to read: 3 Polypropylene pipe, 12 inch to 30 inch diameters approved for Schedule A and Schedule B, 36 inch to 60 inch diameters approved for Schedule A only. 7 - 02.5 Payment The bid item "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam. ", per linear foot is revised to read: "St. Rib Reinf Polyethylene Culv Pipe In Diam. ", per linear foot Section 7 -03, Structural Plate Pipe, Pipe Arch, Arch, and Underpass August 6, 2012 7- 03.3(1) Foundations, General This section is supplemented with the following. When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint shall be applied in accordance with Section 7- 08.3(2)D 7- 03.3(5) Headwalls This section is supplemented with the following: When aluminum pipe or pipe arch is in contact with cement concrete, two coats of paint shall be applied in accordance with Section 7- 08.3(2)D. Section 7 -04, Storm Sewers August 6, 2012 7- 04.3(1)B Exfiltration Test — Storm Sewers The fifth column title "PE is' revised to read "PP from the table titled, "Storm Sewer Pipe Schedules ". Note 4 in the table titled, "Storm Sewer Pipe Schedules" is revised to read: S. 64 AVENUE ROADWAY WIDENING 17 1 4 PP = Polypropylene Pipe, 12 inch to 30 inch approved for Schedule A and Schedule B, 36 inch to 60 inch diameters approved for Schedule A only. 7 - 04.5 The bid item "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In Diam ", per linear foot is revised to read: "St. Rib Reinf Polyethylene Storm Sewer Pipe In. Diam ", per linear foot Section 7 -05, Manholes, Inlets, Catch Basins, and Drywells April 2, 2012 I 7 -05.3 Construction Requirements The third paragraph is supplemented with the following. Leveling and adjustment devices that do not modify the structural integrity of the metal frame, grate or cover, and do not void the originating foundry's compliance to these specifications and warranty is allowed. Approved leveling devices are listed in the Qualified Products List. Leveling and adjusting devices that interfere with the backfilling, backfill density, grouting and asphalt density will not be allowed. The hardware for leveling and adjusting devices shall be completely removed when specified by the Project Engineer Section 7 -08, General Pipe Installation Requirements August 6, 2012 7- 08.3(2)D Pipe Laying — Steel or Aluminum The following new sentence is inserted after the first sentence in the second paragraph: The paint shall cover all the surface in contact with the concrete and extend one inch beyond the point of contact. Section 7 -09, Water Mains August 6, 2012 7- 09.3(19)A Connections to Existing Mains In the second paragraph, "Special Conditions" is revised to read "Special Provisions" Section 8 -01, Erosion Control and Water Pollution Control August 5, 2013 8 -01.2 Materials The first paragraph is revised to read: Materials shall meet the requirements of the following sections: Corrugated Polyethylene Drain Pipe 9- 05.1(6) Quarry Spalls 9 -13 Seed 9 -14.2 Fertilizer 9 -14.3 Mulch and Amendments 9 -14 4 Tackifiers 9- 14.4(7) Erosion Control Devices 9 -14.5 High Visibility Fence 9 -14 5 S. 64 AVENUE ROADWAY WIDENING 18 I Construction Geotextile 9 -33 ' 8 01.3(1) General The last two sentences in the first paragraph are deleted. In the seventh paragraph, "perimeter silt fencing" is revised to read "silt fencing ". ' 8 01.3(2)D Mulching The following two new paragraphs are inserted after the fourth paragraph: Short-Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and may be applied in one lift. Moderate -Term Mulch and Long -Term Mulch shall be hydraulically applied at the rate of 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 8 01.3(2)E Soil Binders and Tacking Agents This section including title is revised to read 8 01.3(2)E Tackifiers Tackifiers applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application This tracer shall not be harmful to plant, aquatic, or animal life A minimum of 125 pounds per acre and a maximum of 250 pounds per acre of Short-Term Mulch shall be used as a tracer. Tackifier shall be mixed and applied in accordance with the manufacturer's recommendations. Soil Binding Using Polyacrylamide (PAM) — The PAM shall be applied on bare soil completely dissolved and mixed in water or applied as a dry powder. Dissolved PAM shall be applied at a rate of not more than Z/ pound per 1,000 gallons of water per acre. A minimum of 200 pounds per acre of Short-Term Mulch shall be applied with the dissolved PAM. Dry powder applications may be at a rate of 5 pounds per acre using a hand -held fertilizer spreader or a tractor - mounted spreader. PAM shall be applied only to areas that drain to completed sedimentation control BMPs in accordance with the TESC Plan. PAM may be reapplied on actively worked areas after a 48 -hour period. ' PAM shall not be applied during rainfall or to saturated soils 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch In the first paragraph, "Engineer" is revised to read "Project Engineer ". Note 1 of the table in the first paragraph is revised to read: 1 Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above The third paragraph is deleted 8- 01.3(3) Placing Erosion Control Blanket This section including title is revised to read. 1 S. 64 AVENUE ROADWAY WIDENING 19 8- 01.3(3) Placing Biodegradable Erosion Control Blanket Biodegradable Erosion Control Blankets are used as an erosion prevention device and ' to enhance the establishment of vegetation Erosion control blankets shall be installed according to the manufacturer's recommendations. Seeding and fertilizing shall be done prior to blanket installation. Select erosion control blanket material for an area based on the intended function• slope or ditch stabilization, and site specific factors including soil, slope gradient, rainfall, and flow exposure. Erosion Control Blankets shall not be used on slopes or in ditches that exceed the manufacturer's recommendations. 8 01.3(4) Placing Compost Blanket This section is revised to read: Compost blanket shall be placed to a depth of 3 inches over bare soil. Compost blanket shall be placed prior to seeding or other planting. An organic tackifier shall be placed over the entire composted area when dry or windy conditions are present or expected before the final application of mulch or erosion control blanket. The tackifier shall be applied immediately after the application of compost to prevent compost from leaving the composted area.- 1 Compost shall be Medium Compost. 8 01.3(5) Placing Plastic Covering This section including title is revised to read: Plastic Covering 1 Erosion Control - Plastic coverings used to temporarily cover stock piled materials, slopes or bare soils shall be installed and maintained in a way that prevents water from intruding under the plastic and prevents the plastic cover from blowing open in the wind. Plastic coverings shall be placed with at least a 12 -inch overlap of all seams and be a minimum of 6 mils thick. Containment - Plastic coverings used to line concrete washout areas, contain wastewaters, or used in secondary containment to prevent spills, shall be seamless to prevent infiltration and be a minimum of 10 mils thick. i Vegetation Management - Plastic covering placed over areas that have been seeded shall be clear and where vegetative growth is to inhibited it shall be black and be a minimum of 4 mils thick. 8 01.3(6) Check Dams This section is revised to read: Check dams are used as an erosion and sediment control device in channels or conveyance areas Check dams shall be installed as soon as construction will allow, or when designated by the Project Engineer. The Contractor may substitute a different check dam material, in lieu of what is specified in the contract, with approval of the Project Engineer. Check dam materials shall meet the requirements in Section 9- 14.5(4). Straw bales shall not be used as check dams. The check dam is a temporary or permanent structure, built across a minor channel placed perpendicular to the flow of water. Water shall not flow freely through the check dam structure. Check dams shall be constructed in a manner that creates a ponding area upstream of the dam to allow pollutants to settle, with water from increased flows channeled over a spillway in the S. 64 AVENUE ROADWAY WIDENING 20 I check dam. The check dam shall be constructed to prevent erosion in the area below the spillway. The outer edges shall extend up the sides of the conveyance to prevent water from going around the check dam. Check dams shall be of sufficient height to maximize detention, without causing water to leave the ditch Wattles, coir logs and compost sock used as check dams shall not be trenched in and shall be installed as shown in the Standard Plans t When wattles, coir logs, and compost socks are used as check dams they shall be measured and paid as check dam in accordance with Section 8 -01.4 and 8 -01 5. 8 01.3(6)A Geotextile Encased Check Dam This sections content including title is deleted. 8 01.3(6)B Quarry SpaII Check_Dam This sections content including title is deleted. 8 01.3(6)C Sandbag Check Dam This sections content including title is deleted 1 8 01.3(6)D Wattle Check Dam This sections content including title is deleted. 8 01.3(6)E Coir Log This section including title and section number is revised to read: 8 01.3(6)A Coir Log Coir logs are used as erosion and sediment control or bank stabilizing device. Coir logs shall be laid out, spaced, staked and installed in accordance with the Standard Plans Live stakes in accordance with Section 9 -14 6(1) can be used in addition to, but not as a replacement for, wooden stakes. 8 01.3(7) Stabilized Construction Entrance The first paragraph is revised' to read Temporary stabilized construction entrance shall be constructed in accordance with the Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation All quarry spall material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out. 8- 01.3(9)A Silt Fence This section and all sub - sections including title is revised to read: 8- 01.3(9)A Fencing 8- 01.3(9)A1 High Visibility Fencing High visibility fencing (HVF) shall be orange in color and installed along the site preservation lines shown in the Plans or as specified.. by the Engineer. Post spacing and attachment of the fencing material to the posts shall be as shown in the Standard Plans and in accordance with Section 9 -14 5(8) The. HVF shall not be fastened to trees 8 01.3(9)A2 Silt Fence Silt fence shall be black in color and used as a sediment control device to prevent sediment laden water from leaving project boundaries, to manage stormwater within S. 64 AVENUE ROADWAY WIDENING 21 I the site, or to create small detention areas. Silt fence shall be installed at locations shown in the Plans. The geotextile shall be securely attached to the posts and support system. Post spacing and attachments shall be as shown in Standard Plans Geotextile material shall meet the requirements of Section 9- 33.2(1), Table 6 and be sewn together at the point of manufacture, or at a location approved by the Engineer, to form geotextile lengths as required. All sewn seams and overlaps shall be located at a support post. Posts shall be either wood or steel. Wood posts shall have minimum dimensions of 1% by 11/4 inches by the minimum length shown in the Plans When sediment deposits reach approximately '/ the height of the silt fence, the deposits shall be removed and stabilized in accordance with Section 8 =01 3(15). If trenching is not feasible due to rocky soils or not advisable due to proximity to a downslope sensitive area, a different sediment control device that does not require trenching shall be used in place of silt fence Silt Fence with Backup Support Where backup support is needed for silt fence in areas where extra strength may be required, such as the toe of steep cut or fill slopes or areas where equipment may push excessive soils toward the fence. When backup support is used, wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports The strength of the wire or plastic mesh shall be equivalent to or greater than as required in Section 9- 33.2(1), Table 6, for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). Post spacing and attachments shall be as shown in Standard Plans. 8- 01.3(9)A3 High Visibility Silt Fence High visibility silt fence (HVSF) shall be orange in color and only be used for the dual purpose of demarcating site preservation lines and a sediment control device in a location where high visibility mesh fence and black silt fence would otherwise be used together at same location. If use of HVSF is allowed the geotextile material shall meet the material requirements of Section 9 -33 2(1), Table 6. Post spacing and attachments shall be as shown in Standard Plans High Visibility Silt Fence with Backup Support 111 Where backup support is needed for high visibility silt fence (HVSF) in areas where extra strength may be required, such as the toe of steep cut or fill slopes or areas where equipment may push excessive soils toward the sensitive or protected areas. When backup support is used, wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it supports. The strength of the wire or plastic mesh shall be equivalent to or greater than as required in Section 9 -33 2(1), Table 6, for unsupported geotextile (i.e., 180 lbs grab tensile strength in the machine direction). Post spacing shall be as shown in Standard Plans. When sediment deposits reach approximately 1/3 the height of the silt fence, or 8 inches whichever is lower, the deposits shall be removed and stabilized in accordance with Section 8 -01 3(15). 1 S. 64 AVENUE ROADWAY WIDENING 22 1 I 8- 01.3(9)B Gravel Filter, Wood Chip, or Compost Berm .1 The first paragraph is revised to read: Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a minimum of 1 foot in height and shall be maintained at this height for the entire time they are in use. Rock material used for filter berms shall meet the grading requirements in Section 9- 03.9(2), but shall not include any recycled materials as outlined in Section 9- I 03.21 The last sentence in the third paragraph is revised to read Compost shall be Medium Compost. 8 01.3(9)C Straw Bale Barrier This section including title is revised to read 8- 01.3(9)C Vacant 8-01.3(10) Wattles This section is revised to read: Wattles are used as a flow control and sediment control device. Wattles shall be installed as soon as construction will allow or when designated by the Engineer. Wattle installation and trenching shall begin from the base of the slope and work uphill prior to any topsoil or compost placement. Excavated material from trenching shall be spread evenly along the uphill slope and be compacted using hand tamping or other method approved by the Engineer. On gradually sloped or clay -type soils trenches shall be 2 to 3 inches deep On loose soils, in high rainfall areas, or on steep slopes, trenches shall be 3 to 5 inches deep, or half the thickness of the wattle, whichever is greater. Wattles shall be laid out, spaced and staked in accordance with the Standard Plans. Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but not as a replacement for, wooden stakes If trenching and staking is not possible due to rocky soils, compost socks shall be used instead of wattles. The Contractor shall exercise care when installing wattles to ensure the method of installation minimizes disturbance and prevents sediment or pollutant discharge into water bodies. 8- 01.3(11) Vacant This section including title is revised to read: I 8 01.3(11) Outlet Protection Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other _ conveyances. All quarry spall material used for outlet protection shall be free of extraneous material and meet the gradation requirements in Section 9 -13 6. 8 01.3(12) Compost Socks This section is revised to read: Compost socks are used as a flow control and sediment control device. Compost socks shall be installed as soon as construction will allow or when designated by the Project Engineer. Compost socks shall be installed prior to any mulching or compost placement. Compost socks shall be laced together end -to -end with coir rope or ends shall be securely overlapped to create a continuous length. Terminal ends of the continuous S. 64 AVENUE ROADWAY WIDENING Y3 I length shall be curved 2 to 4 feet upward into the slope to prevent concentrated flows from going around the terminal ends Finished grades shall be of a natural appearance with smooth transitions Compost for compost socks shall be Medium Compost. Compost sock shall be laid out, spaced and staked in accordance with the Standard I Plans. Live stakes in accordance with Section 9- 14.6(1) can be used in addition to, but not as a replacement for, wooden stakes. If staking is not possible or if the compost sock is being used on concrete, heavy blocks or an equivalent item shall be used to weigh down and secure the sock. Compost socks shall be laid out, spaced and staked in accordance with the Standard Plans. The Contractor shall exercise care when installing compost socks to ensure that the 1 method of installation minimizes disturbance of waterways and prevents sediment or pollutant discharge into water bodies. Stakes shall be removed to minimize soil disturbance. 8 01.3(13) Temporary Curb This section is revised to read: Temporary curbs shall divert or redirect water around erodible soils. Temporary curbs shall be installed along pavement edges to prevent runoff from flowing onto erodible slopes. Water shall be directed to areas where erosion can be controlled. The temporary curbs shall be a minimum of 4 inches in height. Ponding shall not be in roadways. 8 01.3(16) Removal The first sentence in the first paragraph is revised to read. When the Project Engineer determines that an erosion control BMP is no longer required, the Contractor shall remove the BMP and all associated hardware from the project limits. The first and second sentences in the second paragraph are revised to read: 1 The Contractor shall remove BMPs and associated hardware in a way that minimizes soil disturbance The Contractor shall permanently stabilize all bare and disturbed soil , after removal of BMP's. 8 - 01.4 Measurement The third paragraph is revised to read: Check dams will be measured per linear foot one time only along the completed check dam. No additional measurement will be made for check dams that are required to be rehabilitated or replaced due to wear. The ninth paragraph is deleted I The twelfth paragraph (after the preceding amendment is applied) is revised to read: Seeding, fertilizing, liming, mulching, mowing, and tackifier will be measured by the acre by ground slope measurement or through the use of design data The fifteenth paragraph (after the preceding amendment is applied) is revised to read: S. 64 AVENUE ROADWAY WIDENING 24 I I Fencing will be measured by the linear foot along the ground line of the completed fence. This section is supplemented with the following Outlet Protection will be measured per each initial installation at an outlet location. 8 - 01.5 Payment The paragraph following the bid item, "Plastic Covering ", per square yard is revised to read: The unit Contract price per square yard for "Plastic Covering" shall be full payment to perform the Work as specified in Section 8- 01.3(5) and as shown in the Plans, including removal and disposal at an approved disposal site The bid item "Straw Bale ", per each is deleted. The bid item " Erosion Control Blanket ", per square yard is deleted. The bid item "Soil Binder or Tacking Agent", per acre is deleted This section is supplemented with the following. "Outlet Protection ", per each The unit Contract price per each for "Outlet Protection" shall be full payment for all costs incurred to complete the Work. "Tackifier ", per acre. The unit Contract price per acre for "Tackifier" shall be full payment for all costs incurred to complete the Work. "Biodegradable Erosion Control Blanket ", per square yard. The unit Contract price per square yard for "Biodegradable Erosion Control Blanket" shall be full pay for all costs to complete the specified Work. "High Visibility Silt Fence ", per linear foot. I I 1 I I I 1 S. 64 AVENUE ROADWAY WIDENING Y5 1 Section 8 -02, Roadside Restoration August 5, 2013 1 In this section, "psiPE" is revised to read "PSIPE" 8 02.3(2) Roadside Work Plan The first sentence in the second paragraph is revised to read: The Roadside Work Plan shall also include a copy of the approved progress schedule The sub paragraph titled "Progress Schedule" is deleted. 1 8 02.3(4)C Topsoil Type C In this section, "9 14.1(2)" is revised to read "9 14.1(3) ". I 8 02.3(8) Planting Item number 1 in the second paragraph is revised to read 1 Non - Irrigated Plant Material West of the summit of the Cascade Range - October 1 to March 1. East of the summit of the Cascade Range - October 1 to November 15. 8 - 02.4 Measurement The first sentence is revised to read Topsoil, mulch and soil amendments will be measured by the acre along the grade and slope of the area covered immediately after application. 1 The seventh sentence is revised to read: Compost will be measured by the acre along the grade and slope of the area covered immediately after application. 8 - 02.5 Payment i The bid item "Topsoil Type ", per cubic yard and following paragraph are revised to read "Topsoil Type ", per acre The unit contract price per acre for "Topsoil Type " shall be full pay for providing the ' source of material for topsoil Type A and C, for pre- excavation weed control, excavating, loading, hauling, intermediate windrowing, stockpiling, weed control on stockpiles or windrows, and removal, placing, spreading, processing, cultivating, and compacting topsoil Type A, Type B, and Type C The bid item "Fine Compost ", per cubic yard is revised to read. 1 "Fine Compost ", per acre The bid item "Medium Compost ", per cubic yard is revised to read. I "Medium Compost ", per acre. The bid item "Coarse Compost ", per cubic yard and following paragraph are revised to read: S. 64 AVENUE ROADWAY WIDENING 26 1 ii "Coarse Compost ", per acre The unit Contract price per cubic yard for "Fine Compost ", Medium Compost" or "Coarse Compost" shall be full pay for furnishing and spreading the compost onto the existing soil. The bid item "Soil Amendment ", per cubic yard and following paragraph are revised to read: "Soil Amendment ", per acre. The unit Contract price per acre for "Soil Amendment" shall be full pay for furnishing and incorporating the soil amendment into the existing soil. The bid item "Bark or Wood Chip Mulch ", per cubic yard and following paragraph are revised to read' "Bark or Wood Chip Mulch ", per acre. The unit Contract price per acre for "Bark or Wood Chip Mulch" shall be full pay for furnishing and spreading the mulch onto the existing soil. Section 8 -03, Irrigation Systems April 2, 2012 8- 03.3(7) Flushing and Testing The fifth paragraph is deleted. Section 8 -04, Curbs, Gutters, and Spillways April 2, 2012 ' 8- 04.3(1) Cement Concrete Curbs, Gutters, and Spillways This section is supplemented with the following new sub - section. ' 8 04.3(1)B Roundabout Cement Concrete Curb and Gutter Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb shall be shaped and finished to match the shape of the adjoining curb as shown in the Plans All other requirements for cement concrete curb and cement concrete curb and gutter shall apply to roundabout cement concrete curb and gutter 8 -04.4 Measurement This section is supplemented with the following Roundabout splitter island nosing curb will be measured per each 8 -04.5 Payment The bid item, "Roundabout Truck Apron Cement Concrete Curb ", per linear foot is deleted. This section is supplemented with the following "Roundabout Cement Concrete Curb and Gutter", per linear foot The unit Contract price, per linear foot for "Roundabout Cement Concrete Curb and Gutter" shall be full payment for all costs for the Work including transitioning the roundabout cement concrete curb and gutter to the adjoining curb shape. ' S. 64 AVENUE ROADWAY WIDENING 27 "Roundabout Splitter Island Nosing Curb ", per each The unit Contract price per each for "Roundabout Splitter Island Nosing Curb" shall be full payment for all costs for the Work including transitioning the roundabout splitter island nosing curb to the adjoining curb shape ' Section 8 -07, Precast Traffic Curb and Block Traffic Curb January 7, 2013 I This section's title is revised to read: 8 -07 Precast Traffic Curb 8 -07.1 Description This section is revised to read: This Work consists of furnishing and installing precast traffic sloped mountable curb or dual faced sloped mountable curb of the design and type specified in the Plans in accordance with these Specifications and the Standard Plans in the locations indicated in the Plans or as staked by the Engineer. 8 - 07.2 Materials The material reference "Block Traffic Curb 9 -18 3" is deleted from this section. The referenced section for the following item is revised to read Paint 9 -34 2 ' 8 07.3(1) Installing Curbs The fifth and seventh paragraphs are deleted from this section 1 8 - 07.4 Measurement The first paragraph is deleted from this section. 1 8 - 07.5 Payment The following bid items are deleted from this section "Type A Precast Traffic Curb ", per linear foot. "Type C Precast Traffic Curb ", per linear foot. "Type A Block Traffic Curb ", per linear foot. "Type C Block Traffic Curb ", per linear foot. Section 8 -12, Chain Link Fence and Wire Fence April 2, 2012 In this Section "Engineer" is revised to read "Project Engineer ". 8 - 12.2 Materials This section is supplemented with the following: Paint 9- 08.1(2)B I S. 64 AVENUE ROADWAY WIDENING 28 1 I 8- 12.3(1)A Posts The word's "for Type 3 and Type 4 fences" and "on Type 3 and Type 4 fences" are deleted from this section. The first sentence of the fifth paragraph is revised to read: After post is set and plumbed, the hole shall be filled with Grout Type 4. The third sentence in the sixth paragraph is replaced with the following two sentences. After'the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4. The grout shall be thoroughly worked into the hole so as to leave no voids. The seventh paragraph is deleted. The ninth,paragraph is revised to read: Steep slopes or abrupt topography may require changes in various elements of the fence It shall be the responsibility of the Contractor to provide all posts of sufficient length to accommodate the chain link fabric The tenth paragraph is revised to read: All round posts shall have approved top caps fastened securely to the posts The base of the top cap fitting for round posts shall feature an apron around the outside of the posts 8 12.3(1)B Top Rail This section's content including title is deleted and replaced with 8- 1213(1)B Vacant 8- 12.3(1)'C Tension Wire and Tension Cable This section's content including title is revised to read. 8 12.3(1)C Tension Wire Tension Wires shall be attached to the posts as detailed in the Plans or as approved by the Engineer ' 8 - 12.3(1)D Chain Link Fabric The first three paragraphs are revised to read: Chain link fabric shall be attached after the cables and wires have been properly tensioned Chain link fabric shall be placed on the face of the post away from the Highway, except on horizontal curves where it shall be placed on the face on the outside of the curve unless otherwise directed by the Project Engineer. Chair) link fabric shall be placed approximately 1 -inch above the ground and on a straight grade between posts by excavating high points of ground. Filling of depressions will be permitted only upon approval of the Project Engineer. The fourth sentence in the fourth paragraph is revised to read S. 64T" AVENUE ROADWAY WIDENING 29 r The top and bottom edge of the fabric shall be fastened with hog rings to the top and I bottom tension wires as may be applicable, spaced at 24 -inch intervals. 8 12.3(1)E Chain Link Gates The third paragraph is deleted 8 12.3(2)A Posts In the second paragraph, "commercial" is deleted. The first sentence of the fifth paragraph is revised to read: After the post is set and plumbed, the hole shall be filled with Grout Type 4. The fourth sentence in the sixth paragraph is replaced with the following two sentences' I After the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4 The grout shall be thoroughly worked into the hole so as to leave no voids. The tenth paragraph is revised to read: 1 Where the new fence joins an existing fence, the 2 shall be attached in a manner satisfactory to the Project Engineer, and end or corner posts shall be set as necessary. 1 The eleventh paragraph is deleted. 8 - 12.5 Payment 1 The paragraph following the item "Chain Link Fence Type ", per linear foot is revised to read: The unit Contract price per linear foot for "Chain Link Fence Type " 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. The following paragraph is inserted after the item "End, Gate, Corner, and Pull Post for Chain ' Link Fence ", per each The unit Contract price per each for "End, Gate, Corner, and Pull Post for Chain Link Fence" shall be full payment for all costs for the specified Work. The following paragraph is inserted after the item "Single 6 Ft. Chain Link Gate ", per each. The unit Contract price per each for "Double 14 Ft. Chain Link Gate ", "Double 20 Ft. Chain Link Gate ", and "Single 6 Ft. Chain Link Gate ", shall be full payment for all costs for the specified Work. The paragraph following the item "Wire Fence Type ", per linear foot is revised to read The unit Contract price per each for "Wire Fence Type " shall be full payment for all costs for the specified Work including payment for clearing of the fence line. The following paragraph is inserted after the item "Double Wire Gate 20 Ft. Wide ", per each: S. 64 AVENUE ROADWAY WIDENING 30 I 1 The unit contract price per each for "Single Wire Gate 14 Ft. Wide" and "Double Wire Gate120 Ft-. Wide" shall be full-payment for all costs for the specified Work. The paragraph following the item "Access Control Gate ", per each is revised to read: The unit contract price per each for "Access Control Gate" shall be full payment for all costs to perform the specified Work. ' Section 8 -15, Riprap -.. April 2, 2012 ' 8 -15.1 Description The second paragraph is revised to read. ' Ripr ip will be classified as heavy loose riprap, light loose riprap, and hand placed riprap. Section 8 I -20, Illumination, Traffic Signal Systems, And Electrical • August 5, 2013 8. 20.3(4) Foundations The first paragraph is revised to read: Foundation concrete shall conform to the requirements for the specified class, be cast- in -place concrete and be constructed in accordance with Sections 6 -02.2 and 6 -02.3. Concrete for Type Il, Ill, IV, V, and CCTV signal standards and light standard foundations shall be Class 4000P Concrete for pedestals and cabinets, Type PPB, PS, I, FB, and RM signal standards and other foundations shall be Class 3000. Concrete placed into an excavation where water is present shall be placed using an approved tremie. If water is not present, the concrete shall be placed such that the free -fall is vertical down the center of the shaft without hitting the sides, the steel reinforcing bars, or the steel �i reinforcing bar cage 'bracing The Section 6- 02.3(6) restriction for 5 -feet maximum free - fall shall not apply to placement of Class 4000P concrete into a shaft. Steel reinforcing ' bars for foundations shall conform to Section 9 -07. 8 20.3(5) Conduit This sect content is deleted and replaced with the following new sub - sections: ' 8-2013(5)A General The ends of all conduit, metallic and nonmetallic, shall be reamed to remove burrs and rough edges Field cuts shall be made square and true The ends of unused conduits shall be capped. When conduit caps are removed, the threaded ends of metal conduit shall I be provided with approved conduit bushings and non -metal conduit shall be provided with end bells. Reducing couplings will not be permitted. Existing conduit in place scheduled for installation of new conductor(s) shall first have any existing, conductor(s) removed and a cleaning mandrel shall be pulled through. The existing conduit shall then be prepared subject to the same requirements outlined in this paragraph, for new conduit and innerduct, unless otherwise indicated in the plans. All new conduit and all innerduct shall be blown clean with compressed air. Then in the presence of the Engineer, an 80 percent sizing mandrel, correctly sized for the raceway, 'I shall be pulled through to ensure that the raceway has not been deformed. This shall be done ;prior to pulling wire or fiber optic cable and after final assembly is in place. Existing conductor(s) shall be reinstalled unless otherwise indicated in the Plans. S. 64 AVENUE ROADWAY WIDENING 31 1 As soon as the sizing mandrel has been pulled through innerduct, a 200 -lb minimum ' tensile strength pull string shall be installed and attached to duct plugs at both ends When conduit is installed for future use, as soon as the bushing or end bell has been installed and the sizing mandrel has been pulled through, the ground wire shall be installed and both ends shall be capped 8- 20.3(5)A1 Fiber Optic Conduit Where conduit to contain fiber optic cable or conduit identified to contain future fiber optic cable is installed by open trenching, Detectable Underground Warning Tape shall be placed 12- inches above the conduit unless otherwise detailed in the Plans. Detectable Underground Warning Tape shall extend 2 -feet into boxes or vaults. Splicing of the tape shall be in accordance with tape manufacturer's recommended materials and procedures. Location Wire shall be installed with all nonmetallic conduit that contains fiber optic cable and all conduits identified to contain future fiber optic cable. When open trenching is used, the location wire shall be placed in continuous lengths directly above the conduit. Where conduit is installed by other methods, the Location Wire shall be attached to the outside of the conduit with electrical tape placed at minimum 18 -inch intervals. Location Wire shall extend 12 -feet into boxes or vaults. Splices shall be crimped using a non - insulated butt splice, soldered and covered with moisture - blocking heat shrink. 8- 20.3(5)A2 ITS and Cabinet Outer and . Inner Duct Conduit ITS conduit and both ends of conduit runs entering cabinets, with the exception of the '/2 inch grounding conduit, shall be sealed with self expanding water proof foam or mechanical plugs, unless otherwise required. At other locations conduit shall be sealed with Duct Seal. Outer -duct conduit with non factory assembled innerduct shall be sealed around the innerduct with self- expanding waterproof foam. Outer -duct conduit with factory assembled innerduct shall be sealed around the innerduct with a multiplex expansion plug Innerduct containing one cable shall be plugged using an expandable split plug. Innerduct with multiple cables shall be sealed with self- ' expanding waterproof foam Duct plugs shall be installed in all unused inner - ducts (those that are specified as empty) at the time of conduit installation Duct plugs shall be installed in all used inner -ducts (as specified in the Plans), at the time of conduit installation, unless cable pulling for those inner -ducts will commence within 48 -hours Installation shall conform to the manufacturer's recommendations. Foam sealant shall be installed with the following additional requirements: 1 1. Penetration of the sealant into the conduit or duct shall be limited using a high temperature backer rod material or rag. 2. Penetration of the sealant into the conduit shall be limited to 1 -inch. 3. The foam sealant shall not project outside the end of the conduit or duct. Where open trenching is allowed and conduit with innerduct is installed, a maximum of 1000 -feet of continuous open trench will be allowed unless otherwise approved by the Engineer. , 8 20.3(5)B Conduit Type Conduit shall be PVC, high density polyethylene (HDPE), rigid metal conduit (RMC) or liquid tight flexible metal depending on the application S. 64 AVENUE ROADWAY WIDENING 32 ' Rigid metal conduit (RMC) shall be installed at the following locations: 1 Within railroad right of way ' 2 All pole risers, except when otherwise required by owning utilities. I 3. All surface - mounted conduit, with the exception of electrical service utility poles. t 4. All runs within slip form placed concrete. Service lateral runs shall be Schedule 80 PVC except when otherwise required by ' owning utilities. Conduit installed using the plowing method, shall be schedule 80 high - density polyethylene (HDPE). ' Conduit runs, including outer -duct, that enter the traveled way or shoulders, shall be Schedule 80 high- density polyethylene (HDPE), Schedule 80 PVC, or rigid metal conduit (RMC) Conduit runs, including outer -duct, which do not enter the traveled way or shoulders, shall A be Schedule 80 high- density polyethylene (HDPE), Schedule 40 PVC or rigid metal �i conduit (RMC). Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. Except as described under Non - Metallic Conduit, unless otherwise indicated in the Plans or Standard Plans, the same type of conduit shall be used for the entire length of the run, from outlet to outlet. Innerduct shall have a smooth wall non ribbed interior surface, with factory pre - lubricated coating. Innerduct within the Traveled Way or Shoulders and innerduct which is not factory installed shall be schedule 40 high- density polyethylene (HDPE) The innerduct shall be ' conti i uous with no splices. Innerduct which is pulled into the outer duct in the field shall be installed with an extra 2 feet of conduit beyond each end of the outer -duct and shall be allowed to finish contracting for 21 calendar days before it is terminated. lnnerduct ' shall be terminated with end bells flush to %4 inch out of the outer -duct and the space between the outer -duct and innerduct shall be sealed with rodent and moisture resistant foam' designed for this application and installed in accordance with the manufacturer's ' recommendations. 8- 20.3(5)B1 Rigid Metal Conduit Slip joints or running threads will not be permitted for coupling metallic conduit; however, running threads will be permitted in traffic signal head spiders and rigid Metal conduit (RMC) outer -duct. When installing rigid metal conduit (RMC), if a s tandard coupling cannot be used, an approved three -piece coupling shall be used Conduit bodies, fittings and couplings for rigid metal conduit (RMC) shall be cleaned first and then painted with one coat of paint conforming to Section 9 -08 1(2)B. The paint shall have a minimum wet film thickness of 3 -mils. The painted coating shall ' cover the entire coupling or fitting. The threads on all metal conduit shall be rust - free, clean, and painted with colloidal copper suspended in a petroleum vehicle b efore couplings are made All metallic couplings shall be tightened so that a good electrical connection will be made throughout the entire length of the conduit run. If the conduit has been moved after assembly, it shall be given a final tightening from the ends prior to backfilling S. 64 AVENUE ROADWAY WIDENING 33 1 Rigid metal conduit (RMC) ends shall be terminated with grounded end bushings 1 Rigid metal conduit (RMC) entering cable vaults or pull boxes shall extend 2- inches beyond the inside wall face. (for the installation of grounded end bushing and bonding) Rigid metal conduit (RMC) entering concrete shall be wrapped in 2- inch -wide pipe wrap tape with a minimum 1 -inch overlap for 12- inches on each side of the concrete face. Pipe wrap tape shall be installed in accordance with the manufacturer's recommendations. Rigid metal conduit (RMC) bends shall have a radius consistent with the requirements of Code Article 344.24 and other articles of the Code Where factory bends are not used, conduit shall be bent, using an approved conduit bending tool employing correctly sized dies, without crimping or flattening, using the longest radius practicable. Where the coating on galvanized conduit has been damaged in handling or installing, such damaged areas shall be thoroughly painted with paint conforming to Section 9- 08.1(2)B. Metal conduit ends shall be threaded and protected with a snug fitting plastic cap that covers the threads until wiring is started 8- 20.3(5)B2 Non - Metallic Conduit Where non- metallic conduit is installed, care shall be used in excavating, installing, and backfilling, so that no rocks, wood, or other foreign material will be left in a position to cause possible damage. PVC conduit ends shall be terminated with end bell bushings PVC or HDPE conduit entering cable vaults and pull boxes shall terminate with the end bell flush with the inside walls of the Structure. Non - metallic conduit bends, where allowed, shall conform to Article 352.24 of the Code Eighteen -inch radius elbows shall be used for PVC conduit of 2 -inch nominal 1 diameter or less Standard sweep elbows shall be used for PVC conduit with greater than 2 -inch nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less than 2 -inch nominal diameter, pull ropes or flat tapes for wire installation shall be not less than %4 -inch diameter or width. In nonmetallic conduit of 2 -inch nominal diameter or larger, pull ropes or flat tapes for wire installation shall be not less than '/2 -inch diameter or width. When HDPE conduit is used for directional boring, it shall be continuous, with no joints, for the full length of the bore. The conduit run shall be extended to the associated outlets with the same schedule HDPE or PVC conduit. Entry into associated junction box outlets shall be with the same schedule PVC conduit and elbows The same requirements apply for extension of an existing HDPE conduit crossing. PVC conduit and elbows shall be connected to HDPE conduit with an approved 1 . mechanical coupling. The connection shall have minimum pullout strength of 700 - pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be prepared with a clean, straight edge A water - based pulling lubricant may be applied to the threaded end of the mechanical coupling before installation. Solvent cement or epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit seats approximately 3/4 of the distance into the threaded coupling depth. S. 64 AVENUE ROADWAY WIDENING 34 I ' For PVC installation through a directional bore, the PVC shall be in rigid sections assembled to form a watertight bell and spigot -type mechanical joint with a solid retaining ring around the entire circumference of the conduit installed in accordance ' with the manufacturer's recommendations The conduit run shall be extended beyond the length of the bore, to the associated outlets with the same mechanical Coupled PVC or with standard PVC conduit of the same schedule. The same requirements apply for extension of an existing PVC conduit Roadway crossing. PVC conduit shall be assembled using the solvent cement specified in Section 9- ' 29 1. Conduit ends shall be protected with a snug fitting plastic cap until wiring is started. ' Conduit caps, end bells and the section of PVC between the coupling and end bell bushing in cabinet foundations shall be installed without glue. 8 203(5)C Conduit Size The size of conduit used shall be as shown in the Plans. Conduits smaller than 1 -inch electrical trade size shall not be used unless otherwise specified, except that grounding ' conductors at service points may be enclosed in 1/2- inch - diameter conduit. Conduit between light standards, PPB, PS, or Type 1 poles and the nearest junction box shall be the diameter specified in the Plans. Larger size conduit is not allowed at these ' locations. At other locations it shall be the option of the Contractor, at no expense to the Contracting Agency, to use larger size conduit if desired, provided that junction box or vault ',capacity is not exceeded Where larger size conduit is used, it shall be for the ' entire length of the run from outlet to outlet. Conduit runs with innerduct, shall have 4 -inch outer -duct and shall be installed with four 1 -inch innerduct unless otherwise indicated in the plans ' 8 - 203(5)D Conduit Placement Conduit shall be laid so that the top of the conduit is a minimum depth of ' 1. 24- inches below the bottom of curb in the sidewalk area. 2. 24- inches below the top of the roadway base 3. 48- inches below the bottom of ties under railroad tracks unless otherwise specified by the railroad company 4. 36- inches below finish grade when installed using conduit plowing method 5. 24- inches below the finish grade in all other areas. ' Conduit entering through junction h the bottom of a unction box shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduit shall enter from the ' direction of the run, terminating 6 to 8- inches below the junction box lid and within 3- inches of the box wall nearest its entry location. Conduit runs shown in the Plans are for Bidding purposes only and may be relocated with approval of the Engineer, to avoid obstructions 8- 20.3(5)D1 Surface Mounting s. 64T" AVENUE ROADWAY WIDENING 35 1 Where surface mounting of conduit is required, supports shall consist of channel with clamps sized for the conduit. Support spacing shall comply with the Code, with the exception that spacing of channel supports for conduit shall not exceed 5 -feet. The minimum distance between adjacent clamps and between the clamp and the end of the channel supports shall be 1 -inch. Channel supports shall be installed with stops, to prevent clamps from sliding out of the ends 8- 20.3(5)D2 Structures All conduits attached to or routed within bridges, retaining walls, and other structures shall be equipped with approved expansion, deflection, and /or combination expansion /deflection fittings at all expansion joints and at all other joints where structure movement is anticipated, including locations where the Contractor, due to construction method, installs expansion and /or construction joints with movement. All conduit fittings shall have movement capacity appropriate for the anticipated movement of the Structure at the joint, Approved deflection fittings shall also be installed at the joint between the bridge end and the retaining wall end, and the transition from bridge, wall, or other structure to the underground section of conduit pipe. 8 20.3(5)E Method of Conduit Installation Conduit shall be placed under existing pavement by approved directional boring, jacking, or drilling methods at locations approved by the Engineer. The pavement shall not be disturbed unless allowed in the Plans or with the approval of the Engineer in the event obstructions or impenetrable soils are encountered. High density polyethylene (HDPE) conduit runs, which enter the traveled way or shoulders, shall be installed using the directional boring method. 8- 20.3(5)E1 Open Trenching When open trenching is allowed, trench construction shall conform to the following 1. The pavement shall be saw -cut a minimum of 3- inches deep. The cuts shall be parallel to each other and extend 2 -feet beyond the edge of the trench. 2. Pavement shall be removed in an approved manner. ' 3. Trench depth shall provide a minimum cover for conduit of 24- inches below the top of the roadway base ' 4 Trench width shall be 8- inches or the conduit diameter plus 2- inches, whichever is larger. ' 5. Trenches located within paved Roadway areas shall be backfilled with Controlled density fill (CDF) meeting the requirements of Section 2- 09 3(1)E. The controlled density fill shall be placed level to, and at the bottom of, the existing pavement. The pavement shall be replaced with paving material that matches the existing pavement. 6. On new construction, conduit shall be placed prior to placement of base course pavement. 8- 20.3(5)E2 Conduit Plowing All conduit plowing shall be supervised by a licensed electrical Contractor. The starting point shall be anchored or held such that conduit movement at the start of the plowing operation is kept to a minimum. The conduit reel shall be mounted on the vehicle such that conduit movement is kept to a minimum once it is in the S. 64 AVENUE ROADWAY WIDENING 36 1 ground Use of a stationary reel is not allowed. The feed shoe shall have rollers ' which conform to the conduit at a radius of not less than 15 times the diameter of the conduit The conduit will not be permitted to pass over stationary guides nor over rollers or sheaves, which will permit a bend radius of less than 15 times conduit ' diameter. The width of the tooth and feed shoe shall not exceed the conduit diameter by more than 2- inches The conduit shall be installed using a continuous reel, with no joints, for the full ' length of the conduit run, unless conduit splicing is allowed as indicated below If an obstruction is encountered that cannot be plowed through, the following remedies shall be attempted in order: ' 1. Contractor shall stop the plowing operation and attempt to remove the p p 9 p p obstruction If the obstruction is removed, plowing operations shall ' continue along the approved path. 2 Deviations of up to one foot from the projected path may be authorized by l the Engineer, provided the new route does not result in total conduit run bends exceeding NEC requirements. Deviations in excess of one foot from the projected path are not allowed and the maximum taper rate is 1- ' inch per linear foot of conduit. 3. The Contractor may request approval to intercept the installed conduit and route another section of HDPE to avoid the obstruction, provided the new route does not result in total conduit run bends exceeding NEC requirements.. Connection between the sections shall be accomplished ' using an approved fusion splicing method, which is compatible with the conduit manufacturer's recommendations. 4 Where none of the above remedies are successful, all conduit installed so ' far in that run shall be removed and a new plow path established to avoid the obstruction. In the event of a breakage, all conduit installed in that run shall be removed The conduit run shall be extended to the associated outlets, subject to the same requirements indicated when HDPE is installed using the directional boring method The depth of installation shall be continually adjusted as necessary to compensate for changes in terrain. Plowed conduit shall be laid so that the top of the conduit is a minimum depth of 36- inches below the finish grade with the exception that the conduit shall be swept up to enter the knock outs of associated pull boxes or cable vaults. The plow placing the conduit shall be marked at a proper distance above the plow's ' conduit exit point to indicate when the minimum installation, depth is not met. The mark shall be visible from a safe distance from the plowing operation when it is exposed above ground While plowing this mark must remain below ground level at all times, with the exception of the entry and exit points at the end of the run, in order to ensure that minimum burial depth of the conduit is achieved. If the depth mark on the plow comes above ground, the Contractor shall stop the plowing operation and attempt to correct the placement depth. If the conduit depth can be verified to meet the minimum burial requirements at the location where the s. 64TH AVENUE ROADWAY WIDENING 37 , depth mark came above ground, the plowing operation shall resume subject to the Engineers approval 1 The compacted surface shall be firm, non - yielding, and result in a finished surface that matches the lines and grades of the terrain prior to plowing. 1 8- 20.3(5)E3 Boring Bore pits shall be backfilled and compacted in accordance with Section 2- 09.3(1)E Directional boring, jacking or drilling pits shall be a minimum of 2 -feet from the edge of any type of pavement, unless otherwise approved by the engineer. Excessive use of water that might undermine the pavement or soften the Subgrade will not be permitted. When approved by the Engineer, small test holes may be cut in the pavement to locate obstructions When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional Work to place the conduit will be paid in accordance with Section 1 -04.4. 8- 20.3(5)E4 Directional Boring Directional boring for electrical installations shall be supervised by a licensed electrical contractor in accordance with Section 8- 20.1(1) Where directional boring is called for, conduit shall be installed using a surface- launched, steerable drilling tool Drilling shall be accomplished using a high- pressure fluid jet tool -head. The drilling fluid shall be used to maintain the "stability of the tunnel, reduce drag on the conduit, and provide backfill between the conduit and tunnel. A guidance system that measures the depth, lateral position, and roll shall be used to guide the tool - head when creating the pilot hole' Once the pilot hole is established, a reamer and swivel shall be used to install the conduit. Reaming' diameter shall not exceed 1 5 times the diameter of the conduits being installed. Conduit that is being pulled into the boring shall be installed in such a'. manner that the conduit is not damaged during installation. The pullback force on the conduit shall be controlled to prevent damage to the conduit. A vacuum spoils extraction system shall be used to remove any excess spoils generated during the installation Excess drilling fluid and spoils shall be disposed of. The method and location used for disposal of excess drilling ' fluid and spoils shall be subject to the Engineer's approval. Drilling fluid returns (caused by fracturing of formations) at 'locations other than the entry and exit points shall be minimized. Any drilling fluid that surfaces through fracturing shall be cleaned up immediately. Mobile spoils - removal equipment capable of quickly removing spoils from entry or exit pits and areas with returns caused by fracturing shall be used as necessary during drilling operations. 1 8- 20:3(5)E5 Boring with.Casing Where boring with casing is called for, the casing shall be placed using an auger inside the casing to remove the soil as the casing is jacked forward The auger head shall proceed no more than 4- inches ahead of the pipe being jacked Boring operations shall be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free from grease, dirt, rust, moisture, and any other deleterious contaminants. The space between the conduit and casing shall be plugged with sandbags and a grout seal 12- inches thick at each end of the casing. Casing abandoned due to an encountered obstruction shall be grout sealed in the same manner. Grout shall conform to Section 9- 20.3(4) 1 S. 64 AVENUE ROADWAY WIDENING 38 1 In lieu of sandbags and grout, unopened prepackaged concrete and grout may be ' used to seal the casing Material shall not be removed from the boring pit by washing or sluicing. All joints shall be welded by a Washington State certified welder. Welding shall conform toAWS D 1 1 -80 Structural Welding Code, Section 3, Workmanship. ' 8 20.3(8) Wiring The fifteenth through' seventeenth paragraphs are revised to read ' When conductors, either cable or single, are being installed, the Contractor shall not exceed the tension limitations recommended by the manufacturer. Conductors may be pulled directly by hand, or with mechanical assistance. If conductors are pulled by any mechanical means, a dynamometer with drop - needle hand shall be used on every mechanically assisted pull. On mechanically assisted pulls, insulation shall be stripped off the individual conductor ' and the conductor formed into a pulling eye and firmly attached to the pulling rope /tape, or a cable grip shall be used. The Contractor shall determine the maximum allowable pulling tension, taking into account the direction of the pull, type of raceway,' cable geometry, weight of the cable, the coefficient of friction, and side wall pressure, using the information from the cable manufacturer. If there are bends in the raceway or sheaves are used for the cable pull, the Contractor shall use the cable manufacture's side wall pressure limits to determine the maximum pulling tension. The maximum pulling force applied directly to the conductor when pulling eyes are used or when the conductor is formed into a loop, shall be limited to that shown in the following table for copper conductor When a cable grip is applied over nonmetallic sheathed cables, the maximum pulling force shall be limited to 1,000 - pounds provided this is not in excess of the force as determined above Conductor Pounds ' 8 132 6 210 4 334 3 421 2 531 I 1 669 1/0 845 2/0 1,065 3/0 1,342 S. 64 AVENUE ROADWAY WIDENING 39 4/0 1,693 1 250Kcmil 2,000 500Kcmil 4,000 1 Adequate lubrication of the proper type to reduce friction in conduit and duct pulls, shall be utilized The grease and oil -type lubricants used on lead sheathed cables shall not be used on nonmetallic sheathed cables. 8 20.3(9) Bonding, Grounding 1 The first sentence in the second paragraph is replaced with the following two sentences: All conduit installed shall have an equipment ground conductor installed in addition to the conductors noted in the Contract. Conduit with innerducts shall have an equipment ground conductor installed in each innerduct that has an electrical conductor. Section 8 -21, Permanent Signing January 7, 2013 8 -21.2 Materials 1 The third sentence is revised to read Materials for sign mounting shall conform to Section 9 -28.11 8 21.3(9)A Fabrication of Steel Structures The first sentence in the first paragraph is revised to read Fabrication shall conform to the applicable requirements of Section 6 -03 and 9 -06. This section is supplemented with the following. All fabrication, including repairs, adjustments or modifications of previously fabricated 1 sign structure members and connection elements, shall be performed in the shop, under an Engineer approved shop drawing prepared and submitted by the Contractor for the original fabrication or the specific repair, adjustment or modification. Sign structure fabrication repair, adjustment or modification of any kind in the field is not permitted. If fabrication repair, adjustment or modification occurs after a sign structure member or connection element has been galvanized, the entire member or element shall be re- galvanized in accordance with AASHTO M 111 8 21.3(9)B Vacant This section including title is revised to read. 8 21.3(9)B Erection of Steel Structures Erection shall conform to the applicable requirements of Sections 6 -03 and 8- 21.3(9)F. Section 8- 21.3(9)F notwithstanding, the Contractor may erect a sign bridge prior to completion of the shaft cap portion of one foundation for one post provided the following conditions are satisfied: 1 The Contractor shall submit design calculations and working drawings of the temporary supports and falsework supporting the sign bridge near the location of the incomplete foundation to the Engineer for approval in accordance with Section 6 -01.9 The submittal shall include the method of releasing and S. 64 AVENUE ROADWAY WIDENING 40 1 removing the temporary supports and falsework without inducing loads and ' stress into the sign bridge. 2. The Contractor shall submit the method used to secure the anchor bolt array in proper position with the sign bridge while casting the shaft cap concrete to complete the foundation ' 3. The Contractor shall erect the sign bridge and temporary supports and falsework, complete the remaining portion of the incomplete foundation, and remove the temporary supports and falsework, in accordance with the working ' drawing submittals as approved by the Engineer. 8 21.3(9)F Foundations The following new paragraph is inserted after the second paragraph: ' Concrete placed into an excavation where water is resent shall be placed using P 9 an approved tremie. If water is not present, the concrete shall be placed such that the free- ' fall is vertical down the center of the shaft without hitting the sides, the steel reinforcing bars, or the steel reinforcing bar cage bracing. The Section 6- 02.3(6) restriction for 5- feet maximum free -fall shall not apply to placement of Class 4000P concrete into a shaft. ' The ninth paragraph (after implementing the preceding Amendment) is replaced with the following three new paragraphs After construction of concrete foundations for sign bridge and cantilever sign structures, the Contractor shall survey the foundation locations and elevations, the anchor bolt array locations and lengths of exposed threads The Contractor shall confirm that the survey conforms to the sign structure post, beam, span and foundation design geometry shown in the Plans, and shall identify any deviations from the design geometry shown in the Plans When deviations are identified, the Contractor shall notify the Engineer, and such notice shall be accompanied by the Contractor's proposed method(s) of addressing the deviations, including removal and reconstruction of the shaft cap portion of the affected concrete foundation as outlined in this Section, or fabrication repair, adjustment or ' modification, with associated shop drawings, in accordance with Section 8 -21 3(9)A. If the Contractor's survey indicates that a concrete foundation has been constructed ' incorrectly for a sign structure that has already been fabricated, the Contractor may remove and reconstruct the shaft cap portion of the foundation, in accordance with Section 1- 07.13, provided the following conditions are satisfied. 1 1. The Contractor shall submit the method and equipment to be used to remove the portion of the concrete foundation to be removed and reconstructed to the ' Engineer for approval in accordance with Section 1 -05.3 The submittal shall include confirmation that the equipment and the method of operation is appropriate to ensure that the existing anchor bolt array and primary shaft vertical steel reinforcing bars will not be damaged. 2. All steel reinforcing bars, except for steel reinforcing bars extending from the bottom portion of the foundation to remain, shall be removed and disposed of in accordance with Sections 2 -02.3 and 2 -03 3(7)C, and shall be' replaced with new steel reinforcing bars conforming to the size, dimensions and geometry shown in the Plans. All concrete of the removed portion of the foundation shall be removed and disposed of in accordance with Sections 2 -02 3 and 2- 03.3(7)C S. 64 AVENUE ROADWAY WIDENING 41 3 The Contractor shall adjust the primary shaft vertical steel reinforcing bars as necessary in accordance with Section 6- 02.3(24)C to provide clearance for the anchor bolt array. Sign structures shall not be erected on concrete foundations until the Contractor confirms that the foundations and the fabricated sign structures are either compatible with each other and the design geometry shown in the Plans, or have been modified in accordance with this Section and as approved by the Engineer to be compatible with each other, and the foundations have attained a compressive strength of 2,400 -psi Item number 4 in the twelfth paragraph (after implemented the preceding Amendments) is revised to read: 4. Concrete shall be Class 4000P, except as otherwise specified The concrete for the shaft cap (the portion containing the anchor bolt array assemblies above the construction joint at the top of the shaft) shall be Class 4000. Item number 3 in the thirteenth paragraph (after implemented the preceding Amendments) is revised to read: 3 Unless otherwise shown in the Plans, concrete shall be Class 4000P 1 8 - 21.5 Payment This section is supplemented with the following: ' All costs in connection with surveying completed concrete foundations for sign bridges and cantilever sign structures shall be included in the lump sum contract price for "Structure Surveying ", except that when no Bid item is included in the Proposal for "Structure Surveying" then such costs shall be included in the lump sum contract price(s) for "Sign Bridge No. " and "Cantilever Sign Structure No " Section 8 -22, Pavement Marking January 7, 2013 , 8- 22.3(3)D Line Applications The last paragraph is supplemented with the following: 1 Grooved line pavement marking shall not be constructed on bridge decks or on bridge approach slabs 1 8 22.3(6) Removal of Pavement Markings The following two new sentences are inserted after the first sentence: 1 Grinding to remove painted markings is not allowed. Grinding to remove plastic marking is allowed to a depth just above the pavement surface, then water blasting or shot blasting shall be required to remove the remaining markings. 8 - 22.4 Measurement The items "Painted Wide Line" and "Plastic Wide Line" are deleted from the fourth paragraph. The sixth paragraph is revised to read: S. 64 AVENUE ROADWAY WIDENING 42 I I Diagonal lines used to delineate parking stalls that are constructed of painted or plastic U 4 -inch lines will be measured as "Paint Line" or "Plastic Line" by the linear foot of line installed Crosswalk line will be measured by the square foot of marking installed ' The following two new paragraphs are inserted after the sixth paragraph: Crosshatch markings used to delineate median and gore areas will be measured by the ' completed linear foot as "Painted Crosshatch Marking" or "Plastic Crosshatch Marking ". The measurement for "Painted Crosshatch Marking" and for "Plastic Crosshatch t I. Marking" will be based on the total length of each 8 -inch or 12 -inch wide line installed 8 - 22.5 Payment ' The bid items "Painted Wide Line ", per linear foot and "Plastic Wide Line ", per linear foot are deleted from this section. This section is supplemented with the following two new bid items' "Painted Crosshatch Marking ", per linear foot. "Plastic Crosshatch Marking ", per linear foot. ' The following new paragraph is inserted after the last bid item in this section. The unit Contract price for the aforementioned Bid items shall be full payment for all costs to perform the Work as described in Section 8 -22 Section 9 -02, Bituminous Materials August 5, 2013 In this section, "Asphalt Emulsion" is revised to read "Emulsified Asphalt ". 9 - 02.1 Asphalt Material, General ' In this section, "Cationic Emulsified Asphalt" is revised to read "Emulsified Asphalt" The first paragraph is revised to read: Asphalt furnished under these Specifications shall not have been distilled at a temperature high enough to produce flecks of carbonaceous matter, and upon arrival at the Work, shall show no signs of separation into lighter and heavier components 9 02.1(6) Cationic Emulsified Asphalt The "Cationic Emulsified Asphalt Table" is revised to read Cationic Emulsified Asphalt Table. awe* .,.,�:•....�;�- uNit � � ✓,L:; yPaa.tF�-° � xd� r:,'f ?'"' �k o3 4x s � Ra icl�Settin ;�,, � ���. MiumaSettin � �'t - . SIow�Settin > ' "�'� �" � r' a'� � '�� ��x.� 1s.uF,;�3- "ys'2xa ��5�''�.'.�" � �. ° �"� '",�.. �4,.��a�:.*t:' "�t� � ` ?rte yak �;;• � .. : rgrax - PtS �," - " t ss"r�,' ,';.'V a 'h$i'.; r pia.. r. �$- ..F•`U. r f ' i 1 • a..3 -! s.`+ a ' O zarvM 2"*1�''a-Pet Typ � RS i J R 2 G MS2S CMS 2 CMS -2 r f h CSS 1 t. ,f AA .g, Tes � rt �... a h.?:t* `s',`�' "° �i3'"'' �a 'f- � ; � ^��? �-r n,.x a `'"wi�"3 �'� �.,�. � M Grade W�Method �; Min € jMax Mi n Max ;M i n Max Min ; Max : rMm Max : Min Max: `Min ' ..�, , u<. . ,� s, .. ;v... ° k s, " t.P.:A ,,. "- :. "rk... ;" � xZ-a'�.42e • k``geri , :3 a '. , rx.'i°€ i^sa exa g'4 .- a?^ :* =.'• t r SW i`r:.. • , .. �'° { Max: t r r3 *^ ^ ,a.,, Tests on Emulsified Asphalts. �I S. 64 AVENUE ROADWAY WIDENING 43 II Viscosity T 59 20 100 20 100 SFS @ 77 °F (25 °C) Viscosity T 59 20 100 150 400 50 450 50 450 50 450 I SFS @ 122 °F (50 °C) Storage T 59 1 1 1 1 1 1 1 stability • test 1 day 1 Demulsibili • ty 35 nil 08% I sodium dioctyl sulfosucci T 59 40 40 t nate, % Particle T 59 Pos Pos Pos Pos Pos Pos Pas charge test Sieve T 59 0 10 0 10 0 10 0.10 0 10 0 10 0 10 Test, Cement mixing T 59 2.0 2.0 test, % Distillation Oil I distillate by vol. of T 59 3 1 5 3 20 12 12 emulsions I % Residue, T 59 60 65 60 65 65 57 57 I Tests on residue from I distillation tests. Penetratio n, 77 °F T 49 100 250 100 250 100 250 100 250 40 90 100 250 40 90 (25 °C) Ductility, 77 °F (25 °C) T 51 40 40 40 40 40 40 40 5 cm /min., Cm I Solubility in T 44 97.5 97.5 97 5 97 5 97 5 97 5 97.5 trichloroet I hylene, S. 64 AVENUE ROADWAY WIDENING 44 I a The demulsibility test shall be made within 30 days from date of shipment. b If the particle charge test for CSS-1 and CSS 1 h is inconclusive, material having a maximum pH value of 6 7 will be acceptable 9- 02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P The first paragraph (except for the table) is revised to read: CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsified asphalt. CRS -2P 'I shall meet the following requirements: Footnote 1 below the table is revised to read. 1. Distillation modified to use 300 grams of emulsified asphalt heated to 350 °F ± 9 °F and maintained for 20 minutes. 9 02.1(8) Flexible Bituminous Pavement Marker Adhesive The fifth row in the table is revised to read: Ductility, 39.2 °F, 1 cm /minute, cm AASHTO T 51 5 Min. 9 - 02.4 Anti - Stripping Additive This section is revised to read Anti - stripping additive shall be a product listed in the current WSDOT Qualified Products List (QPL). Section 9 -03, Aggregates August 5, 2013 9- 03.1(1) General Requirements The eighth paragraph is deleted. 9 03.8(4) Blending Sand This sections including title is revised to read. Vacant 9 -03.13 Backfill for Sand Drains This section is supplemented with the following That portion of backfill retained on a No. 4 sieve shall not contain more than 0 05 percent by weight of wood waste. 9 03.13(1) Sand Drainage Blanket The last paragraph is revised to read: That portion of backfill retained on a No. 4 sieve shall not contain more than 0.05 percent by weight of wood waste. ' 9 03.14(1) Gravel Borrow Note 1 is deleted, including the reference in the table S. 64 AVENUE ROADWAY WIDENING 45 I 9- 03.14(2) Select Borrow Note 1 is deleted I Note 2 is re- numbered Note 1 , including the reference in the table. 9 03.14(4) Gravel Borrow for Geosynthetic Retaining Wall I This section including title is revised to read* Gravel Borrow for Structural Earth Wall 1 All backfill material within the reinforced zone for structural earth walls shall consist of granular material, either naturally occurring or processed, and shall be free draining, free from organic or otherwise deleterious material The material shall be substantially free of shale or other soft, poor durability particles, and shall not contain recycled materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete I rubble The backfill material shall meet the following requirements for grading and quality: Geosynthetic Metallic I Reinforcement Reinforcement Sieve Size Percent Passing Percent Passing 4 99 - 100 2 75 -100 1 %4 " 1 99 -100 1" 90 -100 No 4 50 -80 50 -80 No 40 30 max. 30 max. No 200 7 0 max. 7 0 max. Sand Equivalent 50 min 50 min I All percentages are by weight Property Test Method Geosynthetic Metallic I Reinforcement Reinforcement Requirements Requirements Los Angeles Wear AASHTO T 96 35 percent max. 35 percent max 500 rev Degradation Factor WSDOT Test Method T 15 min 15 min. 113 Resistivity WSDOT Test Method T 3,000 ohm -cm, 417 min pH WSDOT Test Method 4 5 -9 5 -10 113 Chlorides AASHTO T 291 100 ppm max. Sulfates AASHTO T 290 200 ppm max. If the resistivity of the gravel borrow equals or exceeds 5,000 ohm -cm, the specified chloride and sulfate limits may be waived Wall backfill material satisfying these grading and property requirements shall be 1 classified as nonaggressive. 9 03.21(1) General Requirements 1 The first sentence in the first paragraph is revised to read* Hot Mix Asphalt, Concrete Rubble, Recycled Glass (glass cullet), and Steel Furnace t Slag may be used as, or blended uniformly with naturally occurring materials for aggregates. S. 64 AVENUE ROADWAY WIDENING 46 I U 9- 03.21(1)C Vacant This section including title is revised to read 9 03.21(1)C Recycled Glass (Glass Gullet) Glass Cullet shall meet the requirements of AASHTO M 318 with the additional requirement that the glass cullet is limited to the maximum amounts set in Section 9- 03 21(1)E for recycled glass. Prior to use the Contractor shall provide certification to the Project Engineer that the recycled glass meets the physical properties and deleterious substances requirements in AASHTO M -318 9- 03.21(1) E Table on Maximum Allowable Percent (By Weight) of Recycled Material In the table, the row containing the item "Aggregate for Asphalt Treated Base (ATB)" is deleted. The column heading "Recycled Glass" is revised to read "Recycled Glass (Glass Cullet) in the table. In the column "Recycled Glass (Glass Cullet)" all amounts are revised to read "20" beginning with the item "Ballast" and continuing down until the last item in the table. Section 9 -04, Joint And Crack Sealing Materials January 7, 2013 9 -04.2 Joint Sealants ' This section is supplemented with the following new sub - sections' 9 04.2(3) Polyurethane Sealant Polyurethane sealant shall conform to ASTM C 920 Type S Grade NS Class 25 Use M Polyurethane sealant shall be compatible with the closed cell foam backer rod. When ' required, compatibility characteristics of sealants in contact with backer rods shall be determined by Test Method ASTM C 1087. ' 9 04.2(3)A Closed Cell Foam Backer Rod Closed cell foam backer rod for use with polyurethane sealant shall conform to ASTM C 1330 Type C. 1 9 - 04.10 Crack Sealing — Rubberized Asphalt This section is deleted. ' 9 - 04.11 Butyl Rubber and Nitrile Rubber This sections number is revised to read: ' 9 -04.10 Section 9 -05, Drainage Structures, Culverts, and Conduits January 7, 2013 9 -05.0 Acceptance by Manufacturer's Certification ' This section including title is revised to read ' s. 64T" AVENUE ROADWAY WIDENING 47 I 9 -05.0 Acceptance and Approval of Drainage Structures, and Culverts The Drainage Structure or Culvert may be selected from the Qualified Products List, or submitted using a Request for Approval of Materials (RAM) in accordance with Section 1 -06. Certain drainage materials may be accepted by the Engineer based on a modified acceptance criteria when materials are selected from the Qualified Products List (QPL). The modified acceptance criteria are defined in the QPL for each material I 9- 05.1(6) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (Up to 10 Inch) This section is supplemented with the following Corrugated polyethylene drain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9- 05.1(7) Corrugated Polyethylene Drain Pipe, Couplings, and Fittings (12 Inch Through 60 Inch) This section is supplemented with the following Corrugated polyethylene drain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9 05.2(7) Perforated Corrugated Polyethylene Underdrain Pipe (Up to 10 Inch) This section is supplemented with the following: Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9- 05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe (12 -Inch Through 60 Inch Diameter Maximum), Couplings, and Fittings This section is supplemented with the following Perforated corrugated polyethylene underdrain pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. I 9 - 05.19 Corrugated Polyethylene Culvert Pipe, Couplings, and Fittings The word "producer" is revised to read "manufacturer ". 1 The second paragraph is revised to read: Joints for corrugated polyethylene culvert pipe shall be made with either a bell /bell or bell and spigot coupling and shall incorporate the use of a gasket conforming to the requirements of ASTM D 1056 Type 2 Class B Grade 3 or ASTM F 477. All gaskets shall be factory installed on the coupling or on the pipe by the qualified manufacturer This section is supplemented with the following: S. 64 AVENUE ROADWAY WIDENING 48 1 Corrugated polyethylene culvert pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 9 - 05.20 Corrugated Polyethylene Storm Sewer Pipe, Couplings, and Fittings ' The word "producer" is revised to read "manufacturer" The first paragraph is revised to read: ' Corrugated polyethylene storm sewer pipe, couplings, and fittings shall meet the requirements of AASHTO M 294 Type S or D. The maximum pipe diameter for corrugated polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted. Fittings shall be blow molded, rotational molded, or factory welded. This section is supplemented with the following Corrugated polyethylene culvert pipe manufacturers shall participate in the National Transportation Product Evaluation Program (NTPEP) work plan for HDPE (High Density Polyethylene) Thermoplastic Pipe and be listed on the NTPEP audit website displaying they are NTPEP compliant. 1 9 -05.24 Polypropylene Culvert Pipe, Polypropylene Storm Sewer Pipe, and Polypropylene Sanitary Sewer Pipe This sections content is deleted and replaced with the following: All joints for polypropylene pipe shall be made with a bell /bell or bell and spigot coupling and shall conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 All gaskets shall be factory installed on the pipe in accordance with the producer's recommendations Qualification for each producer of polypropylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented The Contracting Agency may conduct verification tests of pipe stiffness or other properties it deems appropriate. This section is supplemented with the following new sub - sections: 9 05.24(1) Polypropylene Culvert Pipe and Storm Sewer Pipe Polypropylene culvert and storm sewer pipe shall conform to the following requirements: 1. For dual wall pipe sizes up to 30 inches ASTM F2736. . 1 2 For triple wall pipe sizes from 30 to 60 inches: ASTM F2764. 3. For dual wall profile pipe sizes 36 to 60 inches AASHTO MP 21, Type S or Type D. 4 Fittings shall be factory welded, injection molded or PVC ' S. 64 AVENUE ROADWAY WIDENING 49 9- 05.24(2) Polypropylene Sanitary Sewer Pipe M Polypropylene sanitary sewer pipe shall conform to the following requirements: 1 For pipe sizes up to 30 inches ASTM F2736. 2. For pipe sizes from 30 to 60 inches. ASTM F2764. 3. Fittings shall be factory welded, injection molded or PVC. Section 9 -14, Erosion Control and Roadside Planting August 5, 2013 9 -14.3 Fertilizer 1 The second sentence in the first paragraph is revised to read: It may be separate or in a mixture containing the percentage of total nitrogen, available , phosphoric acid, and water - soluble potash or sulfur in the amounts specified. 9 14.4(2) Hydraulically Applied Erosion Control Products (HECPs) . 1 The first sentence in the third paragraph is revised to read: All HECPs shall be furnished premixed by the manufacturer with Organic or Synthetic 1 Tackifier as specified in Section 9- 14.4(7) The third and fourth rows in Table 1 is revised to read: Heavy Metals EPA 6020A Total Metals Antimony — < 4 mg /kg Arsenic — < 6 mg /kg Barium — < 80 mg /kg Boron —< 160 mg /kg Cadmium — < 2 mg /kg Total Chromium — < 4 mg /kg Copper — < 10 mg /kg Lead — < 5 mg /kg Mercury — < 2 mg /kg Nickel —< 2 mg /kg Selenium — < 10 mg /kg Strontium — < 40 mg /kg Zinc — < 30 mg /kg Water Holding ASTM D 7367 800 percent minimum Capacity 9- 14.4(2)A Long Term Mulch In the first paragraph, the phrase "within 2 hours of application" is deleted. 9 14.4(4) Wood Strand Mulch The last sentence in the second paragraph is deleted This section is supplemented with the following new paragraph' I The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plant life and a test report performed in accordance with WSDOT Test Method 125 demonstrating compliance to this specification prior to acceptance. S. 64 AVENUE ROADWAY WIDENING 50 ' I I 9- 14.4(8) Compost The second paragraph is revised to read: I Compost production and quality shall comply with WAC 173 -350 and for biosolids composts, WAC 173 -308. I The third paragraph is to read' Compost products shall meet the following physical criteria: 1 1. Compost material shall be tested in accordance with U S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02 -B, "Sample Sieving for Aggregate Size Classification" I Fine compost shall meet the following gradation: I Sieve Size Percent Passing Minimum Maximum 1" 100 r 5 /8" 90 100 1 /4" 75 100 I Note Maximum particle length of 4 inches. Medium compost shall meet the following gradation: I Sieve Size Percent Passing Minimum Maximum I 1" 100 5 /$ 85 100 %4" 70 85 Note Maximum particle length of 4 inches. Medium compost shall have a car to nitrogen ration (C.N) between 18 1 and 351 The carbon to nitrogen ration shall be calculated using dry weight of "Organic Carbon" I using TMECC 04 01A divided by the dry weight of "Total N" using TMECC 04.02D I Coarse compost shall meet the following gradation: Sieve Size Percent Passing I 2" Minimum 100 Maximum 1" 90 100 3 /" 70 100 I %4" 40 60 Note Maximum particle length of 6 inches. Coarse compost shall have a carbon I to nitrogen ratio (C:N) between 25:1 and 35:1. The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04 01A divided by the dry weight of "Total N" using TMECC 04.02D. I S. 64 AVENUE ROADWAY WIDENING 51 I 2 The pH shall be between 6 0 and 8 5 when tested in accordance with U S. Composting Council TMECC 04 11 -A, "1.5 Slurry pH ". 3. Physical contaminants, defined in WAC 173 -350 (plastic, concrete, ceramics, metal, etc) shall be less than 0.5 percent by weight as determined by U.S. Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size ". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U S. Composting Council TMECC 05.07A "Loss -On- Ignition Organic Matter Method (LOI) ". 1 5. Soluble salt contents shall be less than 4 0 mmhos /cm when tested in accordance with U S Composting Council TMECC 04.10 "Electrical Conductivity." 6. Maturity shall be greater than 80 percent in accordance with U.S Composting Council TMECC 05.05 -A, "Germination and Root Elongation ". I 7. Stability shall be 7 -mg CO2 —C /g OM /day or below in accordance with U S Composting Council TMECC 05 08 -B "Carbon Dioxide Evolution Rate ". I 8 The compost product shall originate from organic feedstocks as defined in WAC 173 350 as "Wood waste ", "Yard debris ", "Post- consumer food waste ", "Pre - consumer animal -based wastes ", and /or "Pre- consumer vegetative waste ". The Contractor shall provide a list of feedstock sources by percentage in the final compost product. I 9. The Engineer may also evaluate compost for maturity using U S. Composting Council TMECC 05.08 -E "Solvita® Maturity Index ". Fine compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Medium and Coarse compost shall score a 5 or above on the Solvita® Compost Maturity Test. 9- 14.4(8)A Compost Approval I This section's title is revised to read 9- 14.4(8)A Compost Submittal Requirements The first sentence in this section up until the colon is revised to read: The Contractor shall submit the following information to the Engineer for approval. 1 Item No. 2 in the first paragraph is revised to read. 2 A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling) or for biosolid composts a copy of the Coverage Under the General Permit for Biosolids Management issued to the manufacturer by the Department of Ecology in accordance with WAC 173 -308 (Biosolids Management). 1 9 - 14.5 Erosion Control Devices This section is supplemented with the following new sub - section: 1 S. 64 AVENUE ROADWAY WIDENING 62 1 I 9- 14.5(9) High Visibility Silt Fence High visibility silt fence shall be a minimum of 5 feet in height, high visibility orange, UV stabilized and shall meet the geotextile requirements in Section 9 -33 Table 6. Support posts shall be in accordance with the Standard Plans. The posts shall have sufficient strength and durability to support the fence through the life of the project. ' 9 14.5(1) Polyacrylamide (PAM) The fourth sentence is replaced with the following two new sentences The minimum average molecular weight shall be greater than 5 -mg /mole. The charge density shall be no less than 15 percent and no greater than 30 percent. 9 14.5(2) Erosion Control Blanket This section including title is deleted in its entirety and replaced with the following: 9 14.5(2) Biodegradable Erosion Control Blanket Biodegradable erosion control blankets shall be made of natural plant fibers, and all netting material, if present, shall biodegrade within a life span not to exceed 2 years. The Contractor shall provide independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the requirements of Section 9 -14 5(2)B, 9- 14.5(2)C and 9 -14 5(2)D. 9- 14.5(2)A Approval and Acceptance of Biodegradable Erosion Control Blankets The erosion control blanket may be selected from the Qualified Products List, or submitted using a Request for Approval of Materials (RAM) in accordance with Section 1 -06. Erosion control blankets may be accepted by the Engineer based on the modified acceptance criteria when materials are selected from the QPL. The modified acceptance criteria are defined in the QPL for each material ' 9- 14.5(2)B Biodegradable Erosion Control Blanket for Slopes Steeper than 3:1 (H:V) Table 6 Properties ASTM Test Method Requirements for Slopes q p es Steeper than 3:1 Protecting ASTM D 6459 C factor = 0 04 maximum for Slopes from cumulative R- Factor <231 Rainfall- Induced Soil tested shall be sandy Erosion loam as defined by the N RCS ** Soil Texture Triangle Mass Per Unit ASTM D 6475 7 6 oz. /sq. yd. minimum Area Light ASTM D 6567 44 % maximum Penetration Tensile Strength ASTM D 6818 10.0 x 6.0 pounds /inch minimum MD x XD* S. 64 AVENUE ROADWAY WIDENING 53 I Tensile ASTM D 6818 38% x 33% maximum Elongation MD x XD* *MD is Machine Design and XD is Cross Direction * *Natural Resource Conservation Services 1 9- 14.5(2)C Biodegradable Erosion Control Blanket for Slopes Flatter than 3:1(H:V) 'I Table 7 Properties ASTM Test Method Slope Flatter than 3:1 1 Requirements Protecting ASTM D 6459 C factor = 0 15 maximum for 1 Slopes from cumulative R- Factor <231 Rainfall- Induced Soil tested shall be sandy Erosion loam as defined by the NRCS ** Soil Texture Triangle Mass Per Unit ASTM D 6475 7 6 oz. /sq. yd. minimum i Area Light ASTM D 6567 40% maximum I Penetration Tensile Strength ASTM D 6818 6 5 x 2.3 pounds /inch minimum MDxXD* Tensile ASTM D 6818 38% x 33% maximum Elongation MD x XD* *MD is Machine Design and XD is Cross Direction * *Natural Resource Conservation Services I 9- 14.5(2)D Biodegradable Erosion Control Blanket for Ditches Table 8 1 Properties Test Method _ Requirements Performance in ASTM D 6460 Limiting Shear (T = 2 0 psf Protecting Soil tested shall be sandy minimum. Earthen loam as defined by the Channels from NRCS ** Limiting Velocity (V Lim;t ) = 7.5 Stormwater- Soil Texture Triangle ft/sec flow minimum. Induced Erosion I Mass per Unit ASTM D 6475 7.4 oz./ sq. yd. minimum S. 64 AVENUE ROADWAY WIDENING 54 II Area Light ASTM D 6567 65 % maximum Penetration Tensile Strength ASTM D 6818 9.6 x 3.2 lbs/inch minimum MD x XD* Tensile ASTM D 6818 38% x 33% maximum Elongation MD x XD* *MD is Machine Design and XD is Cross Direction * *Natural Resource Conservation Services II 9 14.5(3) Clear Plastic Covering This section including title is revised to read' Plastic Covering Plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting. 9 14.5(4) Geotextile Encased Check Dam This section including title is revised to read: 9 14.5(4) Check Dams All materials used for check dams shall be non -toxic and not pose a threat to wildlife 1 � when installed �1 This section is supplemented with the following new sub - sections 9 14.5(4)A Biodegradable Check Dams Biodegradable check dams shall meet the following requirements: Biodegradable Check Dams Materials Wattle Check Dam 9 -14 5(5) Compost Sock Check Dam 9 -14 5(6) Coir Log Check Dam 9 -14 5(7) The Contractor may substitute a different biodegradable check dam as long as it complies with the following and is approved by the Engineer: 1 1. Made of natural plant fiber. 2. Netting if present shall be biodegradable. 3. Straw bales shall not be used as check dams. 1 9 14.5(4)B Non biodegradable Check Dams Non - biodegradable check dams shall meet the following requirements: 1 Geotextile materials shall conform to section 9 -33 for silt fence. s. 64T" AVENUE ROADWAY WIDENING 55 I 2 Other such devices that fulfill the requirements of section 9 -14 5(4) and shall be approved by the Engineer prior to installation t • 9- 14.5(5) Wattles The second sentence in the first paragraph is revised to read I Wattle shall be a minimum of 8- inches in diameter. The first sentence in the second paragraph is revised to read: Compost filler shall be Medium Compost and shall meet the material requirements as specified in Section 9 -14 4(8) The last paragraph is revised to read Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, g or pine species. Wood stakes shall be 2 by 2 -inch nominal dimension and a minimum 24 inches in length I 9 14.5(6) Compost Socks In this section, "Coarse Compost" is revised to read "Medium Compost ". 1 The last paragraph is revised to read Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 by 2 -inch nominal dimension and a minimum 24 inches in length. I 9 14.5(8) High Visibility Fencing The first paragraph is revised to read: High visibility fence shall be UV stabilized, orange, high-density g g y polyethylene or polypropylene mesh. 9 14.6(1) Description In item No C in the fourth paragraph, "22 inch" is revised to read "2 inch ". Section 9 -16, Fence and Guardrail August 5, 2013 9- 16.1(1)A Post Material for Chain Link Fence The first paragraph is revised to read. Except as noted otherwise, post material shall conform to the requirements of AASHTO M 181, Type 1 (zinc- coated steel), Grade 1 or 2, and shall include all round and roll - formed material (line posts, brace posts, end posts, corner posts, and pull posts) I The last sentence in the fourth paragraph is deleted 9 16.1(1)C Tension Wire and Tension Cable This section including title is revised to read: 9 16.1(1)C Tension Wire I Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. S. 64 AVENUE ROADWAY WIDENING 56 9- 16.1(1)D Fittings and Hardware The second sentence in the first paragraph is deleted. The last paragraph is deleted. 9 16.1(2) Approval This section is deleted. 9 16.2(2) Approval This section is deleted 9 16.3(2) Posts and Blocks The first sentence in the first paragraph is revised to read. Posts and blocks may be of creosote, pentachlorophenol, waterborne chromate copper arsenate (CCA), or ammoniacal copper zinc arsenate (ACZA), treated timber, or galvanized steel (galvanized steel posts only — no blocks) The following reference is deleted from the third paragraph: ACA 0.50 lbs. pcf The sixth paragraph is deleted. 9 16.4(2) Wire Mesh This section is revised to read. The galvanized wire mesh shall be a Style 1 double- twisted hexagonal mesh conforming a to ASTM A 975 with 8 by 10 opening, except when a colorized, polyvinyl chloride coating is required then the Style shall be a Style 3. The longitudinal edges of the wire mesh fabric shall have knuckled selvedges with continuous selvedge wire as specified in ASTM A 975. 9 16.4(3) Wire Rope This section is revised to read: Wire rope shall be 3 /4 - inch- diameter, independent wire rope class (IWRC) 6x19, extra improved plow steel (EIP) wire rope galvanized in accordance with ASTM A1023 Each lot of wire rope shall be accompanied by a Manufacturer's Certificate of Compliance, a mill certificate, and a test report showing the wire rope meets the minimum breaking force requirements of ASTM A 1023 9 16.4(4) Hardware This section is revised to read' Weldless steel rings shall be drop- forged steel and heat treated after forging; have a single pull, working load limit of at least 10,000 lbs; and meet performance requirements of Federal Specification RR -C -271 D Type VI. Thimbles required for all wire rope loops shall be standard weight, galvanized, and meet performance requirements of Federal Specification FF- T -276b Type II. S. 64 AVENUE ROADWAY WIDENING 57 Wire rope clips shall have drop- forged steel bases, be galvanized, and meet performance requirements of Federal Specification FF -C -450 Type I Class 1. 1 9 16.4(5) Hog Rings and Tie Wire This section including title is revised to read I 9 16.4(5) Fasteners and Lacing Wire Fasteners shall consist of 11 gauge high tensile steel Lacing wire shall consist of 9 gauge, zinc - coated steel wire conforming to ASTM A 641 9- 16.4(6) Grout This section including title is deleted 9 16.4(7) Anchor This section including title and section number is revised to read: 9 16.4(6) Ground Anchors Threaded bar ground anchors shall be deformed, continuously threaded, steel reinforcement bars conforming to either Section 9 -07 2 or Section 9- 07.11. Threaded bar ground anchors shall be either epoxy- coated in accordance with Sections 6 -02 3(24)H and 9 -07 3 or galvanized after fabrication in accordance with ASTM A 767 Class I Hollow -core anchor bars shall have continuous threads /deformations and be fabricated from steel tubing conforming to ASTM A 519. Couplers and nuts shall provide 100% of the guaranteed minimum tensile strength of the hollow core anchor bars Bearing plates shall conform to ASTM A 572 Grade 50 and shall be galvanized after fabrication in accordance with AASHTO M 111 Nuts shall conform to either AASHTO M 291 Grade B, hexagonal, or Section 9 -07.11 Nuts shall be galvanized after fabrication in accordance with AASHTO M 111 for plate washers and AASHTO M 232 for all other hardware Grout for ground anchors shall be Grout Type 2 for Nonshrink Applications, conforming to Section 9- 20.3(2). Concrete for soil anchor deadmen shall be either commercial concrete conforming to Section 6- 02.3(2)B or Class 3000 conforming to Section 6 -02. Steel reinforcing bars for soil anchor deadmen shall conform to Section 9 -07 2, and shall be epoxy- coated in accordance with Sections 6- 02.3(24)H and 9 -07 3 1 9 16.6(3) Posts This section is revised to read. 1 Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized steel pipe with a nominal weight of 3 65 pounds per linear foot. End, corner, brace, and pull posts for Type 1 Design A and B and Type 2 shall be 2 1 /2 inch inside diameter galvanized steel pipe with a nominal weight of 5 79 pounds per linear foot. Intermediate pull posts (braced line posts) shall be as specified for line posts. The base material for the manufacture of steel pipes used for posts shall conform to the requirements of ASTM A 53, except the weight tolerance on tubular posts shall be applied as provided below. S. 64 AVENUE ROADWAY WIDENING 58 1 II Posts provided for glare screen will have an acceptance tolerance on the weight per linear foot, as specified, equal to plus or minus 5 percent. This tolerance will apply to each individual post. All posts shall be galvanized in accordance with AASHTO M 181 Section 32 The minimum average zinc coating is per square foot of surface area This area is defined as the total area inside and outside. A sample for computing the average of mass of coating is defined as a 12 -inch piece cut from each end of the galvanized member 9 16.6(5) Cable This section including title is revised to read: 9- 16.6(5) Vacant 9- 16.6(6) Cable and Tension Wire Attachments This section including title is revised to read: 9 16.6(6) Tension Wire Attachments All tension wire attachments shall be galvanized steel conforming to the requirements of AASHTO M 232 unless otherwise specified Eye bolts shall have either a shoulder or a back -up nut on the eye end and be provided with an eye nut where needed or standard hex nut and lock washer 3 / -inch diameter for tension wire and of sufficient length to fasten to the type of posts used. Turnbuckles shall be of the shackle end type, '/2 inch diameter, with standard take -up of 6 inches and provided with % inch diameter pins. 9 16.6(9) Fabric Bands and Stretcher Bars The first paragraph is revised to read: Fabric bands shall be % inch by 1 inch nominal Stretcher bars shall be /16 inch by 3 /4 inch nominal or 5 /16 inch diameter round bar nominal. A 5 /16 inch diameter round stretcher bar shall be used with Type 1. Nominal shall be construed to be the area of the cross section of the shape obtained by multiplying the specified width by thickness A variation of minus 5- percent from this theoretical area shall be construed as "nominal" size All shall be galvanized to meet the requirements of ASTM F 626 9 - 16.7 Vacant This section including title is deleted in its entirety 9 - 16.8 Weathering Steel Beam Guardrail This section including title is deleted in its entirety. Section 9 -18, Precast Traffic Curb and Block Traffic Curb August 6, 2012 This section's title is revised to read 9 -18 Precast Traffic Curb 9 -18.3 Block Traffic Curb This section including title is revised to read: 9 -18.3 Vacant S. 64 AVENUE ROADWAY WIDENING 59 I Section 9 -20, Concrete Patching Material, Grout, and Mortar January 2, 2012 9- 20.3(3) Grout Type 3 for Unconfined Bearing Pad Applications This section is revised to read 1 Grout Type 3 shall be a prepackaged material meeting the requirements of ASTM C 928 — Table 1, R2 Concrete or Mortar I 9 20.3(4) Grout Type 4 for Multipurpose Applications In the third sentence of the first paragraph, the reference "0 40" is revised to read "0.45 ". 1 Section 9 -23, Concrete Curing Materials and Admixtures August 5, 2013 1 9 -23.2 Liquid Membrane- Forming Concrete Curing Compounds In the first paragraph, "moisture loss" is revised to read "water retention ". I 9 23.6(9) Type S Specific Performance Admixtures The first sentence is revised to read the following two new sentences: I Type S Specific Performance admixtures are limited to ASR - mitigating, viscosity modifying, shrinkage reducing, rheology- controlling, and workability- retaining admixtures. They shall conform to the requirements of ASTM C 494 Type S. Section 9 -28, Signing Materials and Fabrication April 1, 2013 1 9- 28.14(2) Steel Structures and Posts "AASHTO M 291" is revised to read "ASTM A 563" and "AASHTO M 293" is revised to read "ASTM F 436 ". Section 9 -29, Illumination, Signal, Electrical 1� August 5, 2013 9- 29.1(4) Non - Metallic Conduit This section is supplemented with the following new sub - section 9 29.1(4)0 Deflection Fittings Deflection Fittings for use with rigid PVC conduit shall be as described in 9 29.1(2)A 9 - 29.2 Junction Boxes, Cable Vaults, and Pull Boxes The section is supplemented with the following* The Contractor shall perform quality control inspection. The Contracting Agency intends to perform Quality Assurance Inspection By its inspection, the Contracting Agency , Intends only to verify the quality of that Work. This inspection shall not relieve the Contractor of any responsibility for identifying and replacing defective material and workmanship. Prior to the start of production of the precast concrete units, the Contractor shall advise the Engineer of the production schedule. The Contractor shall give the Inspector safe and free access to the Work. If the Inspector observes any nonspecification Work or unacceptable quality control practices, the Inspector will advise the plant manager. If the corrective action is not acceptable to the Engineer, the unit(s) will be rejected. S. 64 AVENUE ROADWAY WIDENING 60 1 11 9- 29.2(1) Standard Duty and Heavy -Duty Junction Boxes The third paragraph is deleted and replaced with the following new paragraphs: The Contractor shall provide shop drawings for all components, hardware, lid, frame, reinforcement, and box dimensions. The shop drawings shall be prepared by (or under the supervision of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each sheet shall include the following: 1. Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. 2 The initials and dates of all artici atin design professionals p p 9 g P 1 3. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision 4. Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration For each type of junction box, or whenever there is a change to the junction box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted 9- 29.2(1)A Standard Duty Junction Boxes The first paragraph is supplemented with the following All Standard Duty Junction Boxes placed in sidewalks, walkways, shared use paths Y P � s Y� p shall have slip resistant surfaces Non -slip lids and frames shall be hot dip galvanized in accordance with AASHTO M 111. The sub - paragraph's titled "Concrete Junction Boxes" are revised to read. Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07 3, or hot -dip galvanized in accordance with AASHTO M 111. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding headed studs % by 3 inches long, as specified in Section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following Materials Requirement Concrete Section 6 -02 Reinforcing Steel Section 9 -07 S. 64 AVENUE ROADWAY WIDENING 61 I Fiber Reinforcing ASTM C 1116, Type III Lid ASTM A 786 diamond plate steel Slip Resistant Lid ASTM A 36 steel Frame ASTM A 786 diamond plate steel or ASTM 1 A36 steel Shp Resistant Frame ASTM A 36 steel Lid Support ASTM A 36, or ASTM A1011 Grade SS I Handle & Handle support ASTM A 36 steel or ASTM A1011 Grade CS or SS Anchors (studs) Section 9 -06.15 1 ASTM F 593 or A 193, Type 304 or 316, or Bolts, Studs, Nuts, Stainless Steel grade 302, 304, or 316 Washers steel in accordance with approved shop I drawing Locking and Latching In accordance with approved shop Mechanism Hardware drawings and Bolts 9 29.2(1)B Heavy Duty Junction Boxes I The section is revised to read: Heavy -Duty Junction Boxes shall be concrete and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9- 29.2(1)C The Heavy -Duty Junction Box steel frame, lid support and lid shall be painted with I a shop applied, inorganic zinc primer in accordance with Section 6 -07.3 Materials for Type 4, 5, and 6 Concrete Junction Boxes shall conform to the following 1 Materials Requirement ; 1 Concrete Section 6 - Reinforcing Steel Section 9 -07 - ASTM A 786 diamond plate steel, rolled 1 from plate complying with ASTM A 572, Lid grade 50 or ASTM A 588, and having a min. CVN toughness of 20 ft-lb at 40 1 degrees F. Frame and stiffener ASTM A 572 grade 50 or ASTM A 588, both plates with min. CVN toughness of 20 ft-lb at 40 1 degrees F Handle ASTM A 36 steel or ASTM A 1011 Grade CS or SS Anchors (studs) Section 9 -06.15 Bolts, Studs, Nuts, ASTM F 593 or A 193, Type 304 or 316, or Washers Stainless steel grade 302, 304, or 316 in accordance with approved shop drawing Hinges and Locking and In accordance with approved shop Latching Mechanism drawings Hardware and Bolts S. 64 AVENUE ROADWAY WIDENING 62 1 II The lid stiffener plates shall bear on the frame, and be milled so that there is full even J contact, around the perimeter, between the bearing seat and lid stiffener plates, after fabrication of the frame and lid The bearing seat and lid perimeter bar 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 bar shall be machined to allow a minimum of 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. 9 29.2(1)C Testing Requirements The first paragraph is revised to read. The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes. Junction boxes, cable vaults and pull boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed. The second paragraph is revised to read: For concrete junction boxes, vaults and pull boxes, the independent testing laboratory shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet shall have the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a concrete junction box, and shall include the following information: 1 Product identification. 1 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All load deflection and failure data 5 Weight of box and cover tested 6. Upon completion of the required test(s) the box shall be loaded to failure. 7 A brief description of type and location of failure. The third paragraph is revised to read. For non - concrete junction boxes the independent testing laboratory shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet shall have the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for a non - concrete junction box, and shall include the following information: 1. Product identification. S. 64 AVENUE ROADWAY WIDENING 63 1 2. Date of testing. I 3. Description of testing apparatus and procedure. 4. All load deflection data. 5. Weight of box and cover tested The it "Testing st paragraph following the tit Testing for the Standard Duty Non - Concrete Junction Boxes" is revised to read Non - concrete Junction Boxes shall be tested as defined in the ANSI /SCTE 77 -2007 Tier 15 test method with test load minimum of 22,500 lbs. In addition, the Contractor shall provide a Manufacture Certificate of Compliance for each non - concrete junction box installed. 9 29.2(2) Standard Duty and Heavy - Duty Cable Vaults and Pull Boxes This section is revised to read Standard Duty and Heavy -Duty Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lid for the Heavy -Duty and Standard Duty Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. I The Contractor shall provide shop drawings for all components, including concrete box, Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings shall show placement of reinforcing steel, knock outs, and any other appurtenances. The shop drawing shall be prepared by or under the direct supervision of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each sheet shall carry the following: 1 Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration I 2. The initials and dates of all participating design professionals 3. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision 4. Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration 1 For each type of box or whenever there is a change to the Cable e Vaul t or Pull box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted I 9 29.2(2)A Standard Duty Cable Vaults and Pull Boxes This section is revised to read I Standard Duty Cable Vaults and Pull boxes shall be concrete and have a 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. S. 64 AVENUE ROADWAY WIDENING 64 II Concrete for standard duty cable vaults and pull boxes shall have a minimum compressive strength of 4,000 psi. The lid frame shall be anchored to the vault /box concrete lid by welding headed studs % by 3 inches long, as specified in. Section 9- 06 15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The vault/box concrete lid shall contain ten studs located near the centerline of the frame and wall. Studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the vault /box. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07 3 or hot -dip galvanized in accordance with ASTM M 111. All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and shared -use paths shall have slip- resistant surfaces. The steel frame, lid support, and lid for the Standard Duty Cable Vaults and Pull Boxes shall be hot -dip galvanized Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: Materials Requirements Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Lid ASTM A 786 diamond plate steel Slip Resistant Lid ASTM A 36 Steel Frame ASTM A 786 diamond plate steel or ASTM A 36 Slip Resistant Frame ASTM A 36 Steel Lid Support ASTM A 36 Steel, or ASTM A 1011 Grade SS Handle & Handle ASTM A 36 steel or ASTM A 1011 Grade I Support CS or SS Anchors (studs) Section 9 -06.15 Bolts, Studs, Nuts, ASTM F593 orA 193, type 304 or 316, or Washers Stainless steel grade 302, 304, 316 per approved shop drawing Hinges and Locking In accordance with approved shop Mechanism Hardware drawings and Bolts R' 9- 29.2(2)B Heavy -Duty Cable Vaults and Pull Boxes 1 � This section is revised to read: Heavy -Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9 -29 2(1)C for Heavy -Duty Junction Boxes. Materials for Heavy Duty Cable Vaults and Pull boxes shall conform to the following* Materials' Requirements Concrete Section 6 -02 Reinforcing Steel Section 9-07 Cover Section 9- 05.15(1) S. 64 AVENUE ROADWAY WIDENING 65 1 Ring Section 9- 05.15(1) Anchors (studs) Section 9 -06.15 ASTM F 593 or A 193, Type 304 or 316, or Bolts, Nuts, Washers Stainless steel grade 302, 304, 316 in accordance with approved shop drawing 9 29.6(2) Slip Base Hardware "AASHTO M 291" is revised to read "ASTM A 563 ", " AASHTO M 164" is revised to read "ASTM A 325 ", and "AASHTO M 293" is revised to read "ASTM F 436 9 29.6(5) Foundation Hardware 1 "AASHTO M 291" is revised to read "ASTM A 563" 9 - 29.10 Luminaires I The third paragraph is revised to read: All luminaires shall be provided with markers for positive identification of light source type and wattage in accordance with ANSI C136 15 -2011. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. 9 29.10(2) Decorative Luminaries • The second sentence in the third paragraph is deleted 9 - 29.13 Traffic Signal Controllers I This section and all sub - sections including title is revised to read: 9 - 29.13 Control Cabinet Assemblies 1 Control cabinet assemblies shall include all necessary equipment and auxiliary equipment for controlling the operation of traffic signals, programmable message signs, illumination systems, ramp meters, data stations, CCTV, and similar systems as required for the specific application. Traffic Signal Controller Cabinet Assemblies shall meet the requirements of the NEMA TS1 and TS2 specification or the California Department of Transportation "Transportation Electrical Equipment Specifications" (TEES) dated March 12, 2009 as defined in this specification 9- 29.13(1) Environmental, Performance, and Test Standards for Solid -State Traffic Controller Assemblies The scope of this Specification includes the controller of solid -state design installed in a weatherproof controller cabinet. The controller assembly includes the cabinet, controller unit, load switches, signal conflict monitoring circuitry, accessory logic circuitry, AC line filters, vehicle detectors, coordination equipment and interface, and preemption equipment. NEMA control assemblies shall meet or exceed current NEMA TS 1 Environmental Standards Normal operation will be required while the control assembly is subjected to any combination of high and low environmental limits (such as low voltage at high temperature with high repetition noise transients). All other control equipment shall meet the environmental requirements of California Department of Transportation "Transportation Electrical Equipment Specifications" (TEES) dated March 12, 2009 The Contractor shall furnish to the Contracting Agency all guarantees and warranties furnished as a normal trade practice for all control equipment provided S. 64 AVENUE ROADWAY WIDENING 66 II 9- 29.13(2) Manufacturing Quality The fabricator of the Control, cabinet Assemblies shall perform quality control (QC) inspections based on their QC program Their QC program shall be submitted and approved by WSDOT at least annually. The fabricator of the controller shall certify that the controller meets all requirements of the Standard Specifications and Special Provisions for the specific application. The QC program shall include, but not be limited to, the following 1 Quality Statement 1 2. Individual responsible for quality (organizational chart) 3 Fabrication procedures 4. Test procedures 5. Documented inspection reports 6. Documented test reports 7 Certification package 9- 29.13(2)A Traffic Signal Controller Assembly Testing Each traffic signal controller assembly shall be tested as follows. The supplier shall. 1 Seven days prior to shipping, arrange appointment for controller cabinet assembly, and testing at the WSDOT Materials Laboratory or the facility designated in the Special Provisions. 2 Assembly shall be defined as but not limited to tightening all screws, nuts and bolts, verifying that all wiring is clear of moving parts and properly secured, installing all pluggables, connecting all cables, Verify that all Contract required documents are present, proper documentation is provided, and all equipment required by the Contract is installed. 3 The assembly shall be done at the designated WSDOT facility in the presence of WSDOT personnel 4. The supplier shall demonstrate that all of the functions required by this Specification and the Contract Plans and Special Provisions perform as intended. Demonstration shall include but not be limited to energizing the cabinet and verifying that all 8 phases, 4 pedestrian movements, 4 overlaps (as required by the Contract Provisions) operate in accordance with Section 9- 29.13. The supplier shall place the controller in minimum recall with interval timing set at convenient value for testing purposes. Upon a satisfactory demonstration the controller assembly will then be accepted by WSDOT for testing. 1 5 If the assembly and acceptance for testing is not complete within 5 working days of delivery, the Project Engineer may authorize the return of the assembly to the supplier, with collect freight charges to the S. 64 AVENUE ROADWAY WIDENING 67 1 6. The Contractor will be notified when the testing is complete, and where the assembly is to be picked -up for delivery to the project. I 7 The supplier has 5 working days to repair or replace any components that fail during the testing process at no cost to the Contracting Agency. A failure shall be defined as a component that no longer functions as intended under the conditions required or does not meet the requirements of the Contract Specifications and is at the sole discretion of WSDOT. 8. Any part or component of the controller assembly, including the cabinet that is rejected shall not be submitted for use by WSDOT or any City or County in the State of Washington. 9- 29.13(3) Traffic Signal Controller I The traffic signal controller shall conform to the Contract requirements and the applicable Specifications as listed below All solid -state electronic traffic - actuated controllers and their supplemental devices shall employ digital timing methods. 1 A. NEMA control and all auxiliary equipment shall conform to current NEMA TS1 or TS2 Specification. Every pin of every connecting plug shall be utilized as described within the NEMA requirement, except that those pins identified as "spare" or "future" shall remain unused. B Type 170E controllers shall conform to the TEES. The 170E controller shall be provided with a program card, one blank ROM chip, and two 64K non- volatile memory chips C. Type 170E/HC -11 controllers shall conform to the current Oregon Department of Transportation Specification for model 170E/HC -11 controller The 170E controller with the HC11 chip shall be compatible with the software specified in the Contract. The controller shall be provided with one ROM chip and one 64K non - volatile memory chip D. Vacant E Type 2070 controllers shall conform to the TEES. The standard 2070 controller shall consist of the following: 2070 2070E 2070N1 2070 -5 VME cage 2070 -1 E CPU 2070 -1 E CPU 2070 -1 E CPU Card Card Card 2070 -3B Front 2070 -3B 2070 -3B Front Panel Panel Front Panel 2070 -4 Power 2070 -4 Power 2070 -4 Power Supply Supply Supply 2070 -2A Field 2070 -2A Field 2070 -2B Field I/O I/O I/O X X 2070 -8 Interface 9- 29.13(4) Traffic - Signal Controller Software 1 All traffic signal controllers shall operate with software specified in the contract. S. 64 AVENUE ROADWAY WIDENING 68 1 ii Traffic - actuated controllers shall be electronic devices which, when connected to D traffic detectors or other means of actuation, or both, shall operate the electrical traffic signal system at one or more intersections If the complete traffic controller defined in the Special Provision requires NTCIP compliance the following are the minimum requirements for NTCIP operation Communication The traffic controller hardware and software shall communicate with the central computer in a polled multi -drop operation In the polled multi -drop operation, several traffic controllers shall share the same communication channel, with each controller assigned a unique ID number Controller ID numbers shall conform to the NTCIP requirements for address numbers A traffic controller shall only reply to messages labeled with its ID In polled multi -drop mode, traffic controllers never initiate communication, but merely transmit their responses to messages from the 1f central computer. A laptop computer connected to the traffic controller's local communication port shall have the same control and diagnostic capabilities as the central computer. However, local laptop control capability shall be limited to that traffic controller. a NTCIP Requirements The traffic controller software shall comply with the National Transportation Communications for ITS Protocol (NTCIP) documents and all related errata sheets published before July 1, 1999 and as referenced herein. The traffic controller software shall support the following standards 1. NTCIP 1101, Simple Transportation Management Framework (STMF), Conformance Level 1 (Simple Network Management Protocol (SNMP)) 2 NTCIP 2001, Class B Profile. All serial ports on the device shall support communications according to these standards 3 NTCIP 2101, SP -PMPP /RS232 Point -to -Multi -Point Protocol (PMPP) 4. NTCIP 2201, NTCIP TP -Null Transport Profile Null (TP -NULL) The traffic controller software shall implement all mandatory objects of all mandatory conformance groups as defined in NTCIP 1201, Global Object Definitions, and NTCIP 1202, Object Definitions for Actuated Traffic Signal Controller Units. Software shall implement the following conformance groups: NTCIP 1202, Object Definitions forASC Conformance Group Reference Configuration 1201 2 2 Time Management Time Base Event Schedule Report 2 5 Phase 1202 2.2 Rings 2 8 Detector 2.3 Unit 2 4 Preempt 2.7 S. 64 AVENUE ROADWAY WIDENING 69 I Time Base 2 6 Coordination 2 5 1 Channel 2.9 Overlaps 2.10 The software shall implement the following optional objects' 1 Objects required by these specifications shall support all values within its standardized range The standardized range is defined by a size, range, or enumerated listing indicated in the object's SYNTAX field and /or through descriptive text in the object's description field. The following list indicates the modified object requirements for these objects Object Object Minimum Name ID Requirements Global Configuration moduleType Value 3 Database Management dBCreateTransaction All Values ii dBErrorType All values II Time Management globslDaylightSavings Values 2 and 3 Timebase Events Schedule maxTimeBaseScheduleEntries 16 MaxDayPlans 15 I MaxDayEvents 10 Report maxEventLogCongifs 50 I MventConfigMode Values 2 thru 5 mventConfigAction Values 2 and 3 MaxEventLogSize 255 MaxEventClasses 7 1 PMPP maxGroupAddress 2 ASC Phase maxPhases 8 pPhaseStartp Values 2 thru 6 phaseOptions All Values maxPhaseGroups 1 ' Rings maxRings 2 maxSequences 16 Detector maxVehicleDetectors 64 vehicleDetectorOptions All Values I maxPedestrianDetector 8 Unit unitAutoPedestrianClear All Values unitControlStatus All Values unitFlashStatus All Values unitControl All Values maxAlarmGroups 1 Special Function maxSpecialFunctionsOutputs 8 Coordination coordCorrectionMode Values 2 thru 4 coordMaximumMode Values 2 thru4 1 coordForceMode Values 2 and 3 maxPatterns 48 patternTableType Either 2,3 or 4 maxSplits 16 splitMode Values 2 thru 7 localFreeStatus Values 2 thru 11 Time Base maxTimebaseAscAction 48 Preempt maxPreempts 4 qt S. 64 AVENUE ROADWAY WIDENING 70 a preemptControl All Values I preemptState Values 2 thru 9 Overlaps maxOverlaps 4 overlapType Value 2 and 3 I . Channels maxOverlapstatusGroup 1 maxChannels 16 channelControlGroup Values 2 thru 4 channelFlash Value 0,2,4,6,8,10,12 and • 14 0 channelDim Values 0 thru 15 maxChannelStatusGroup 2 TS 2 Port 1 maxPortAddresses 18 port1Table Values 2 and 3 * values in excess of the minimum requirement are considered to meet the 1 specification. Documentation Software shall be supplied with all documentation on a CD ASCII versions of the following Management Information Base (MIB) files in Abstract Syntax Notation 1 (ASN.1) format shall be provided on CD -ROM 1 The official MIB Module referenced by the device functionality 2. A manufacturer - specific version of the official MIB Module with the non- standardized range indicated in the SYNTAX field The filename shall match the official MIB Module, with the extension "spc ". 3. A MIB Module of all manufacturer - specific objects supported by the device with accurate and meaningful DESCRIPTION fields and the supported ranges indicated in the SYNTAX field. 9- 29.13(5) Flashing Operations All traffic signals shall be equipped for flashing operation of signal displays. Controllers and cabinets shall be programmed for flashing red displays for all approaches. During flashing operation, all pedestrian circuits shall be de- energized Actuated traffic signal control mechanisms shall be capable of entry into flash D operation and return to stop -and -go operation as follows: 1. Terminal Strip Input (Remote Flash). When called as a function of a terminal strip input, the controller shall provide both sequenced entry into flash and sequenced return to normal operation consistent with the requirements of the latest edition of the Manual on Uniform Traffic Control Devices. 2. Police Panel Switch When the flash- automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash; and, the controller shall have a stop time input applied. When the switch is placed on automatic, the controller shall 0 immediately time an 6 second all red period then resume stop- and -go operations at the beginning of major street green. S. 64 AVENUE ROADWAY WIDENING 71 1 3. Controller Cabinet Switches When the flash - automatic switch located inside the controller cabinet is placed in the flash position, the signals shall immediately revert to flash; however, the controller shall not have a stop time input applied. When the flash- automatic switch is placed in the automatic position, the controller shall immediately time a 6 second all red period, then resume stop- and -go operation at the beginning of the major green. 4. Power Interruption. On "NEMA" controllers any power interruption longer I than 475 plus or minus 25 milliseconds, signals shall re- energize consistent with No 2 above to ensure an 6- second flash period prior to the start of major street green. A power interruption of less than 475 plus or minus 25 milliseconds shall not cause resequencing of the controller and the signal displays shall re- energize without change Type 170 controllers shall re- energize consistent with No. 2 above after a power interruption of 1.75 plus or minus 0 25 seconds. The 6- second flash period will not be required. Any power interruption to a 2070 type controller shall result in a 6 second flash period once power is restored I 5. Conflict Monitor. Upon detecting a fault condition the conflict monitor shall immediately cause the signal to revert to flash and the controller to stop time. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays at the beginning of major street green. i 9- 29.13(6) Emergency Preemption Immediately after a valid call has been received, the preemption equipment shall cause the controller to terminate the appropriate phases as necessary with the required clearance intervals and enter any programed subsequent preemption sequence. Preemption sequences shall be as noted in the Contract. 9- 29.13(7) Wiring Diagrams Schematic wiring diagrams of the controllers, cabinets and auxiliary equipment shall be submitted when the assemblies are delivered. The diagram shall show in detail all circuits and parts The parts shall be identified by name or number in a manner readily interpreted Two hard copies of the cabinet wiring diagram and component wiring diagrams shall be furnished with each cabinet and a pdf file of the cabinet wiring and component drawings. The schematic drawing shall consist of a single sheet, detailing all circuits and parts, not to exceed 52- inches by 72- inches The cabinet wiring diagram shall indicate and identify all wire terminations, all plug connectors, and the locations of all equipment in the cabinet. Included in the diagram shall be an intersection sketch identifying all heads, detectors, and push buttons and a phase diagram. 9- 29.13(8) Generator Transfer Switch When specified in the contract, A generator transfer switch shall be included. . The Generator Transfer Switch shall be capable of switching power from a utility power source to an external generator power source. The Transfer Switch enclosure shall be of identical materials and dimensions and installation methods as the Police Panel type enclosure specified in the first paragraph of Special Provision 9- 29.13(10)D except that the enclosure door shall include a spring loaded construction core lock capable of accepting a Best 6 -pin CX series core The core lock shall be installed with a green construction core Upon S. 64 AVENUE ROADWAY WIDENING 72 1 II contract completion, two master keys for the construction core shall be delivered to the Engineer. The enclosure shall include the following Transfer Switch equipment: 1. One Nema L5 -30P Flanged Inlet generator connector 2. One Utility power indicator light 3. One generator indicator light a 4 Two 30 amp, 120 volt, single pole, single phase, circuit breakers One circuit breaker shall be labeled "Generator" and the other circuit breaker shall be labeled "Utility" Both labels shall be engraved phenolic name plates. 5 A mechanical lock out feature that prevents the Utility circuit breaker and the Generator circuit breaker from being in the ON position at the same time. The circuit breakers shall be capable of being independently switched 6. The conductors from the Generator Transfer Switch enclosure to the cabinet circuit breaker shall be enclosed in nylon mesh sleeve 7. The enclosure door shall be labeled with the letters "GTS" 9- 29.13(9) Vacant 9- 29.13(10) NEMA, Type 170E, 2070 Controllers and Cabinets a 9- 29.13(10)A Auxiliary Equipment for NEMA Controllers The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic - actuated controllers. 1 A solid -state Type 3 NEMA flasher with flash- transfer relay which will cut in the flasher and isolate the controller from light circuits. See Section 9- 29.13(5) for operational requirements 2 Modular solid state relay load switches of sufficient number to provide for each vehicle phase (including future phases if shown in the plans), each pedestrian phase and preemption sequence indicated in the Contract. Type P & R cabinets shall include a fully wired 16- position back panel. Solid -state load switches shall conform to NEMA standards except only optically isolated load switches will be allowed Load switches shall include indicator lights on the input and output circuits The controller cabinet shall have all cabinet wiring installed for a eight vehicle phases, four pedestrian phases, four emergency pre- empts, four overlaps (OL A, B, C, D). 3 A power panel with: a. A control - display breaker sized to provide 125 percent overload protection for all control equipment and signal displays, 20 ampere minimum. S. 64 AVENUE ROADWAY WIDENING 73 b. A 15 ampere accessory breaker wired parallel to the control display breaker The breaker will carry accessory loads, including 1 vent fan, cabinet light, plug receptacle, etc c. A busbar isolated from ground and unfused for the neutral side of power supply d A radio interference suppresser installed at the input power point. Interference suppressers shall be of a design which will minimize interference in both broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in connection with normal installations The interference filters furnished shall be hermetically sealed in a substantial case filled with a suitable insulating compound. Terminals shall be nickel plated, 10 -24 brass studs of sufficient external length to provide space to connect two 8 AWG wires, and shall be so mounted that they cannot be turned in the case. ' Ungrounded terminals shall be insulated from each other and shall maintain a surface leakage distance of not less than 1 A -inch between any exposed current conductor and any other metallic parts with an insulation factor of 100 -200 megohms dependent on external circuit conditions. Suppressers shall be designed for operations on 50 amperes, 125 volts, 60 cycles, single wire circuits, and shall meet standards of the Underwriters' Laboratories and the Radio Manufacturers Association e A Surge Protection Device connected to the controller power t circuit for protection against voltage abnormalities of 1 cycle or less duration The Surge Protection Device shall be a solid state high energy circuit containing no spark gap, gas tube, or crow bar component. The device shall provide transient protection between neutral and ground, line and ground, as well as line and neutral. If the protection circuits fail, they shall fail to an open circuit condition The minimum interrupting capacity shall be 10,000 Amps. The Voltage Protection Rating shall be 600 volts or less when subjected to an impulse of 6,000 volts, 3,000 amp source impedance, 8 0/20 microsecond waveform as described in UL 1449. In addition, the device shall dissipate a 13,000 Amp or greater repeated single peak 8/20 microsecond current impulse, and withstand, without failure or permanent damage, one full cycle at 264 volts RMS. The device shall contain circuitry to prevent self- induced regenerative ringing. There shall be a failure warning indictor which shall illuminate a red light or extinguish a green light when the device has failed and is no longer operable. f. Cabinet ground busbar independent (150K ohms minimum) of neutral 4. A police panel located behind the police panel door with a flash 111 automatic switch and a control - display power line on -off switch. See Section 9- 29.13(5) for operational requirements. S. 64 AVENUE ROADWAY WIDENING 74 II 5. An auxiliary control panel located inside the controller cabinet with a flash- automatic switch and a controller on -off switch See Section 9- 29.13(5) for operational requirements A three wire 15 ampere plug a receptacle with grounding contact and 15 ampere ground fault interrupter shall also be provided on the panel. '1 6. A conflict monitor conforming to NEMA standards See Section 9- 29.13(5) for operational requirements The unit shall monitor conflicting signal indications at the field connection terminals The unit shall be wired in a manner such that the signal will revert to flash if the a conflict monitor is removed from service. Supplemental loads not to exceed 10 watts per monitored circuit or U other means, shall be provided to prevent conflict monitor actuation caused by dimming or lamp burn -out. Supplemental loads shall be installed on the control side of the field terminals. Conflict monitors shall include a minimum of one indicator light for each phase used. The monitoring capacity of the unit shall be compatible with the controller frame size. Conflict monitors shall include a program card. 7. A "Detector Panel", as specified in Standard Specification Section 9- 29.13(10)B, shall be installed. The panel shall be mounted on the inside of the front cabinet door. The detector panel shall be constructed as a single unit. Detector switches with separate operate, test, and off positions shall be provided for each field detector input circuit. A high intensity light emitting diode (LED) shall be provided for each switch The lamp shall energize upon vehicle, pedestrian or test switch actuation The test switch shall provide a spring loaded momentary contact that will place a call into the controller. When in the a OFF position, respective detector circuits will be disconnected. In the operate position, each respective detector circuit shall operate normally Switches shall be provided on the panel with labels and functions as follows: a Display On — Detector indicator lights shall operate consistent with their respective switches. b Display Off — detector indicator lights shall be de- energized. O - A means of disconnecting all wiring entering the panel shall be provided The disconnect shall include a means to jumper detection calls when the display panel is disconnected. All switches on the panel fl shall be marked with its associated Plan detector number All markers shall be permanent. 8. Insulated terminal blocks of sufficient number to provide a termination for all field wiring. A minimum of 12 spare terminals shall be provided Field wire connection terminal blocks shall be 600 volt, heavy duty, barrier type, except loop detector lead -ins, which may be 300 volt. The 600 volt type - terminal strips shall be provided with a field -side and a control -side connector separated by a marker strip. The 300 volt type shall have a marker strip, installed on the right side of vertical terminal strips or below horizontal terminal strips. The marker strip shall bear the circuit number indicated in the plans and shall be engraved Each S. 64 AVENUE ROADWAY WIDENING 75 1 connector shall be a screw type with No 8 post capable of accepting no less than three 12 AWG wires fitted with spade tips. I 9 A vent fan with adjustable thermostat. The minimum CFM rating of the fan shall exceed three times the cabinet volume. ' 10 VACANT 11. All wiring within the cabinet, exclusive of wiring installed by the signal 1 controller manufacturer, shall have insulation conforming to the requirements of Section 9 -29 3 Cabinet wiring shall be trimmed to eliminate all slack and shall be laced or bound together with nylon wraps or equivalent. All terminals, shall be numbered and permanently identified with PVC or polyolefin wire marking sleeve consistent with the cabinet wiring diagram provided by the signal controller manufacturer and the Contract. The cabinet will be completely wired so that the only requirement to make a field location completely operational is to attach field power and ground wiring. Internal cabinet wiring shall not utilize the field side connections of the terminal strip intended for termination of field wires 12 Cabinet wiring diagram and component wiring diagrams meeting the requirements of 9- 29.13(7) shall be furnished with each cabinet. Each cabinet shall be equipped with a, shelf mounted roll out drawer mounted directly below the controller to house one or more cabinet wiring diagrams. The cabinet wiring diagram shall indicate and identify all wire terminations, all plug connectors, and the locations of all equipment in the cabinet. Included in the diagram shall be an intersection sketch identifying all heads, detectors, and push buttons, and a phase diagram. 13 Each vehicle detector amplifier, video detection output channel pedestrian call isolation unit, phase selector, discriminator, and load switch shall be identified with semi - permanent stick -on type label. The I following information shall be included a Vehicle Detector Amplifier Channel I 1 Loop number 2 Assigned phase(s) 1 b Ped Call Isolation Unit 1 Push button number 2. Assigned phase(s) I c. Load Switches 111 1 Signal head number 2. Assigned phase(s) ' d Phase Selectors S. 64 AVENUE ROADWAY WIDENING 76 , Ep 1 Circuit Letter 2. Phase(s) called The label shall be placed on the face of the unit. It shall not block any switch, light, or operational words on the unit. The lettering on this label shall be neat, a legible, and easily read from a distance of approximately 6 -feet. 9- 29.13(10)B Auxiliary Equipment for Type 170E, 2070 Assemblies The following requirements apply to required auxiliary equipment furnished with Type 170E, 170E -HC -11 and 2070 controllers' A. Flashers, flash transfer relays, conflict monitor, AC isolators, DC a isolators, discriminator modules, program modules, modem modules, breakers, buses, police panel switches, receptacle requirement, vent fan and auxiliary control panel switches shall conform to the requirements noted in the TEES B. Flashing operation shall conform to Section 9- 29.13(5), except the 6- a second flash period described in Item 2 of that section will not be required. Emergency preemption shall conform to Section 9- 29.13(6) C. Input and output terminals shall be installed with a marking strip with field wire numbers noted in the Contract embossed on the strip. All cabinet and field conductor shall have a PVC or polyolefin wire marking sleeve installed, matching the input and output terminals above. Marking on sleeves shall be embossed or type written. D The input panel terminal blocks TB 2 through TB 9 and associated cable to the input files as described in the TEES shall be provided in all control assemblies. E. Supplemental load resistor, not less than 2000 ohms and not greater than 5000 ohms not to exceed 10 watts per monitored circuit, shall be provided to prevent conflict monitor actuation caused by dimming or lamp burn -out. An individual supplemental load resistor shall be installed within the output file, and shall be installed on each of the following terminal circuits' FT1 -105 (SP 4P -Y) FT1 -111 (SP 8P -Y) FT2 -114 (SP 2P -Y) FT2 -120 (SP 6P -Y) FT2 -117 (SP 3 -Y) FT2 -118 (SP 3 -G) FT2 -123 (SP 7 -Y) FT2 -124 (SP 7 -G) FT3 -126 (SP 1 -Y) FT3 -127 (SP 1 -G) FT3 -132 (SP 5 -Y) FT3 -133 (SP 5 -G) F. Load switches of sufficient quantity to fully populate the output files shall conform to TEES and shall have indicator lights on input and output circuits. G. A detection panel, which shall be constructed as a single unit. Detector switches with separate operate, test, and off positions shall be provided for each field detector input circuit. A high intensity light emitting diode (LED) shall be provided for each switch The lamp shall energize upon vehicle, pedestrian or test switch actuation. The test S. 64 AVENUE ROADWAY WIDENING 77 I switch shall provide a spring loaded momentary contact that will place a call into the controller. When in the OFF position, respective detector I circuits will be disconnected In the operate position, each respective detector circuit shall operate normally. Switches shall be provided on the panel with labels and functions as follows ' a. Display On — Detector indicator lights shall operate consistent with their respective switches. b Display Off — detector indicator lights shall be de- energized. A means of disconnecting all wiring entering the panel shall be provided. The disconnect shall include a means to jumper detection calls when the display panel is disconnected. All switches on the panel shall be marked with its associated Plan detector number All markers shall be permanent. H A "Detector Termination and Interface Panel" shall be provided. When ' viewing the cabinet from the back, the panel shall be located on the upper left hand side of the cabinet. The panel shall be electrically located between the "detection Panel" and the C -1 connector. The 1 panel shall utilize insulated terminal blocks and each connector shall be a screw type with post. I. Each switchpack socket shall have pin 11 common to Nutral J. The AC input Service Panel Assembly (SPA), line voltage filter, transient surge protection and all neutral bus bars and equipment ground bus bars shall be on the right side of the cabinet, mounted no more that 18 inches from the bottom of the cabinet when viewed from the rear, and meet the requirements described in TEES. K. The PED yellow terminals on the CMU edge connector shall be extended with a 2 foot wire, coiled, heat shrink tipped and labeled for the correct corresponding terminal as CH -13Y /CMU -8, CH- 14Y /CMU- 11, CH -15Y /CMU -K, CH -16Y /CMU -N. L. An "Absence Of Red Programming Assembly" shall be provided I There shall be provided on the back panel of the output file, 17 accessible jumper plug attachment areas, made up of three male pins per position (one, for each conflict monitor channel and one for red enable function). Each jumper plug shall be a two position connector, It shall be possible, by inserting and positioning one of the 16 connectors on the right two pins on the monitor board, to apply 120 VAC into a corresponding channel of the conflict monitor red channels The connection between the red monitor board and the conflict monitor shall be accomplished via a 20 pin ribbon cable and the industry standard P -20 connector that attaches on the front panel of the monitor. It shall be possible, by inserting and positioning one of the 16 jumper plugs on the two left pins on the monitor board, to enable ' the corresponding channel to monitor for red fault by the conflict monitor There shall be installed on the red monitor board a red fail monitor disable function that controls the 120 VAC red enable signal into the conflict monitor. During stop -and –go operation, 120VAC is sent via pin #20 on the P20 connector to enable red failure monitoring s. 64 AVENUE ROADWAY WIDENING 78 I II on the conflict monitor by having the connector moved to the side labeled "Red Enable" If this is disengaged by moving the connector to the side labeled "Red Relay ", then 120VAC is removed from pin #20, and the conflict monitor will no longer monitor for red fail faults The red enable function will also be wired such that if the traffic signal is in cabinet flash, then there will be no voltage on pin #20, and the conflict monitor will not monitor for red fail faults M. Each cabinet shall be provided with at least 20 empty neutral connections to accommodate field wiring The neutral bus bars shall be of the style in which a lug is not needed to be applied to the neutral field wire(s) All of the neutral bars shall be secured in accordance with the TEES. All neutral bars shall be at the same electrical potential Q N The main breaker on the SPA shall be provided with a cover to prevent ® accidental tripping. The cover shall be removable and replaceable without the use of tools. VACANT 0. Equipment Branch Breaker —The duplex receptacle on the rear of either PDA #2L or 3L shall be wired in parallel with the ground fault current interrupt receptacle on the front of the power supply. The ground fault current interrupt receptacle being in the "Test" mode shall not remove power to the rear receptacle. 9- 29.13(10)C NEMA Controller Cabinets Each NEMA traffic controller shall be housed in a weatherproof cabinet conforming to the following requirements 1. Construction shall be of 0.073 -inch minimum thickness series 300 stainless steel or 0 125 minimum thickness 5052 H32 ASTM B209 alloy aluminum The stainless steel shall be annealed or one- quarter- hardness complying with ASTM A666 stainless steel sheet. Cabinets may be finished inside with an approved finish coat of exterior white a enamel. If no other coating is specified in the Contract Provisions the exterior of all cabinets shall be bare metal. All controller cabinets shall be furnished with front and rear doors 2 The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. A 24 slot rack or racks shall be installed The rack(s) shall be wired for 2 channel loop detectors and as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop detectors Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop detectors Slots 11 & 12 phase 5 loop detectors. Slots 13, 14, & 15 phase 6 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5 detector. Slot 22 wired for a 2 channel discriminator channels A, C Slot 23 wired for a 2 channel discriminator, channels B, D Slot 24 wired for a 4 channel discriminator, wired for channel A, B, C, and D. All loop detector slots shall be wired for presence /pulse detection /extension. If an external power supply is required in order for the entire racks(s) to be powered it shall be installed. All rack(s) slots shall be labeled with engraved identification strips. S. 64 AVENUE ROADWAY WIDENING 79 3. Additional detection utilizing the "D" connector shall be installed in accordance with the Contract. The cabinet shall be of adequate size to properly house the controller and all required appurtenances and auxiliary equipment in an upright position with a clearance of at least 3- inches from the vent fan and filter to allow for proper air flow In no case shall more than 70 percent of the cabinet volume be used. There shall be at least a 2 -inch clearance between shelf mounted equipment and the cabinet wall or equipment mounted on the cabinet wall. 4. The cabinet shall have an air intake vent on the lower half of the front door, with a 12 -inch by 16 -inch by 1 -inch removable throw away filter, secured in place with a spring - loaded framework. 5. The cabinet door(s) shall be provided with: 1 a. Cabinet doors shall each have a three point latch system. Locks shall be spring loaded construction locks capable of accepting a Best 6 pin core. A 6 pin construction core of type (blue, green, or Red) specified in the contract shall be installed in each core lock. One core removal key and two standard keys shall be included with each cabinet and delivered to the Engineer. b. A police panel assembly shall be installed in the front door and shall have a stainless steel hinge pin and a police panel lock. Two police keys with shafts a minimum of 1%-inches long shall be provided with each cabinet. c All doors and police panel door shall have one piece, closed cell, neoprene gaskets d A two position doorstop assembly 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet lighting. Color temperature shall be 4100K (cool white) or higher. Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 shatterproof tubular bulbs. LED light strips shall be approximately 12 inches long, and have a minimum output of 320 lumens Lighting shall be ceiling mounted and oriented parallel to the door face Lighting shall not interfere with the proper operation of any other ceiling mounted equipment. All lighting fixtures shall energize whenever any door is opened Each door switch shall be labeled "Light" 9- 29.13(10)D Cabinets for Type 170E and 2070 controllers Type 170E and 2070 controllers shall be housed in a model 332L cabinet unless specified otherwise in the contract. Type 332L cabinets shall be constructed in accordance with TEES with the following modifications: 1. Each door shall be furnished with the equipment listed in Standard Specifications 9- 29.13(10)C item 5 above. 2. The cabinet shall be furnished with auxiliary equipment described in Standard Specification 9- 29.13(10)B. S. 64 AVENUE ROADWAY WIDENING 80 , 11 3. The cabinet shall be fabricated of stainless steel or sheet aluminum in accordance with Section 9- 29.13(10)C, Item 1 above. Painted steel, painted or anodized aluminum is not allowed 4 A disposable paper filter element with dimensions of 12" x 6" x 1" shall be provided in lieu of a metal filter The filter shall be secured in the filter holder with a louvered aluminum cover The maximum depth of the cover shall not be more than 0.5" inch to provide the filter to be flush against the door. No incoming air shall bypass the filter element. 5 Field wire terminals shall be labeled in accordance with the Field 1 Wiring Chart. 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet lighting Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 tubular bulbs. Tubular bulbs shall be contained within a shatterproof lamp cover Led strips shall be approximately 12 inches long, and have a minimum output of 320 lumens There shall be one fixture for each rack within the cabinet. Lighting shall be ceiling mounted and oriented perpendicular to the door face. Rack mounted lights are not allowed. Lighting shall be positioned such that the fixture is centered between the front and rear of the cabinet. Lighting shall not interfere with the proper operation of any other ceiling mounted equipment. Each lighting fixture shall energize automatically when either door to that respective rack is opened. Each door switch shall be labeled "Light ". 1 7 One drawer shelf, as shown in the TEES 8 332D Controller Cabinet 11 a. The 332D Controller cabinet shall have the appearance of two Type 332 controller cabinets joined at opposing sides. The outside Dimensions of the cabinet shall be 67" High X 48 1/2" Wide X 30 1/4" Deep b The right side of the cabinet, as viewed from the front, shall be considered the Signal Control side. The left side of the cabinet, when viewed from the front, shall be considered the ITS /COMM side c One police access panel shall be installed on the right side of the cabinet, as viewed from the front. d Two cabinet lights shall be provided one on each side and as described in section 9 -29 13(10)D 6 111 e. Vacant f. The Traffic Signal Control side of the cabinet shall contain the Traffic Signal Controller assembly and shall be furnished with equipment as described in the contract specifications The Traffic Signal Control side of the cabinet shall also meet all the additional equipment requirements of the Type 332 Signal Controller cabinet as indicated in the contract specifications. S. 64 AVENUE ROADWAY WIDENING 89 1 g The ITS /COMM side of the cabinet shall contain ITS and Communication equipment and shall be furnished with the following 1 One controller shelf unit, mounted 36 inches from the bottom of the cabinet opening to the front of the cabinet and attaching to the front rails of the EIA rack, shall be provided The shelf shall be fabricated from aluminum and shall contain a rollout flip -top drawer for storage of wiring diagrams and manuals 2 One aluminum sheet metal panel, 1/8 "x 15 "x 54 ", shall be installed to the rear of the cabinet on the right hand (when facing the front) side railing 1 3 Additional ITS and Communication equipment as described in the Contract Plans and the ITS section of the Contract Special Provisions. 9 29.13(11) Traffic Data Accumulator and Ramp Meters All cabinets designated for use as a traffic data or ramp meter shall be Type 334L cabinets furnished to meet the TEES with the modifications listed in Section 9- 29 13(10)D and include the following accessories 1. Each cabinet shall be equipped with a fully operable controller equipped as specified in the Contract Provisions ' 2. Two input files, shall be provided 3 The PDA #3L shall contain three Model 200 Load Switches A second transfer relay, Model 430, shall be mounted on the rear of the PDA #3L and wired as shown in the Plans 4. Police Panel shall contain only one DPDT toggle switch The switch shall be labeled POLICE CONTROL, ON -OFF 5 Display Panel ' A. General Each cabinet shall be furnished with a display panel The panel shall be mounted, showing and providing detection for inputs and specified controller outputs, at the top of the front rack above the controller unit. The display panel shall be fabricated from brushed aluminum and constructed according to the detail in the Plans B Text 1 All text on the detector panel shall be black in color and silk screened directly to the panel except the Phenolic detector and cabinet nameplates. A nameplate for each loop shall be engraved with a %4 -inch nominal text according to the ITS Field Wiring Charts The nameplates shall be permanently affixed to the detector panel. 1 C. LEDs s. 64T" AVENUE ROADWAY WIDENING 82 1 1 The LEDs for the display panel shall meet the following Specifications: Case size T 1-% Viewing angle 50° minimum Brightness 8 Milli candelas LEDs with RED, YELLOW or GREEN as part of their labels shall be red, yellow or green in color All other LEDs shall be red All LEDs shall have tinted diffused lenses. D Detector panel Control Switch Each display panel shall be equipped with one detector display control switch on the panel with labels and functions as follows ON Detector panel LEDs shall operate consistent with their separate switches OFF All detector indicator LEDs shall be de- energized Detector calls shall continue to reach the controller. TEST All detector indicator LEDs shall illuminate and no calls shall be placed to the controller E Advance Warning Sign Control Switch Each display panel shall be equipped with one advance warning sign control switch on the panel with labels and functions as follows AUTOMATIC Sign Relay shall energize upon ground true call from controller SIGN OFF Sign Relay shall de- energize. SIGN ON Sign Relay shall energize F. Sign Relay The sign relay shall be plugged into a socket installed on the rear of the display panel. The relay shall be wired as shown in the Plans. The relay coil shall draw (or sink) 50 milliamperes ± 10% from the 170E/HC11 controller and have a DPDT contact rating not less than 10 amperes A 1N4004 diode shall be placed across the relay coil to suppress voltage spikes. The anode terminal shall be connected to terminal #7 of the relay as labeled in the Plans The relay shall energize when the METERING indicator LED is lit. G. Detector Input Indicators One LED and one spring - loaded two - position SPST toggle switch shall be provided for each of the 40 detection inputs. These LEDs and switches shall function as follows: TEST 1 S. 64 AVENUE ROADWAY WIDENING -83 1 When the switch is in the test position, a call shall be placed to the controller and energize the associated LED. The switch shall 1 automatically return to the run position when it is released RUN In the run position the LEDs shall illuminate for the duration of each call to the controller. H. Controller Output Indicators 1 The display panel shall contain a series of output indicator LEDs mounted below the detection indicators The layout shall be according to the detail in the Plans. These LEDs shall illuminate upon a ground true output from the controller via the C5 connector The output indicator LEDs shall have resistors in series to drop the voltage 1 from 24 volts DC to their rated voltage and limit current below their rated current. The anode connection of each LED to +24 VDC shall be wired through the resistor. 1 I. Connectors Connection to the display panel shall be made by three connectors, one pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 and P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin connectors and shall be compatible such that the two connectors can be connected directly to one another to bypass the input detection. Wiring for the P1, P2 and C5 connectors shall be as shown in the Plans. The Contractor shall install wire connectors P1, P2, C1P, C2, C4, C5 and 1 C6 according to the pin assignments shown in the Plans. 6 Model 204 Flasher Unit Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign flasher unit mounted on the right rear side panel The flasher shall be powered from T1 -2. The outputs from the flasher shall be wired to T1 -5 and T1 -6. 1 7 Fiber Optic Patch Panel The Contractor shall provide and install a rack - mounted fiber optic patch panel as identified in the Plans Cabinet Wiring Terminal blocks TB1 through TB9 shall be installed on the Input Panel. Layout and position assignment of the terminal blocks shall be as noted in the Plans. Terminals for field wiring in traffic data and /or ramp metering controller cabinet shall 1 be labeled, numbered and connected in accordance with the following: Terminal Block Pos. Terminal and Wire Numbers Connection Identification 1 TBS 501 -502 AC Power, Neutral T1 -2 641 Sign on 1 T1 -4 643 Sign off T1 -5 644 Flasher Output NC 1 T1 -6 645 Flasher Output NO S. 64 AVENUE ROADWAY WIDENING 84 1 T4 -1 631 Lane 3 - Red T4 -2 632 Lane 3 — Yellow T4 -3 633 Lane 3 — Green T4 -4 621 Lane 2 - Red T4 -5 622 Lane 2 - Yellow T4 -6 623 Lane 2 — Green T4 -7 611 Lane 1 — Red T4 -8 612 Lane 1 — Yellow T4 -9 613 Lane 1 — Green Loop lead -in cables shall be labeled and connected to cabinet terminals according to the ITS Field Wiring Chart. This chart will be provided by the Engineer within 20 days of the Contractor's request. 9 29.13(12) ITS cabinet: 1 Basic ITS cabinets shall be Model 334L Cabinets, unless otherwise specified in the Contract. Type 334L Cabinets shall be constructed in accordance with the TEES, with the following modifications: 1. The basic cabinet shall be furnished with only Housing 1 B, Mounting Cage 1, Service Panel #1, a Drawer Shelf, and Controller Unit Supports Additional equipment may be specified as part of the cabinet function - specific standards. 2 Housing aluminum shall be 5052 alloy with mill finish. Painted or anodized I� aluminum is not allowed 3 The door air filter shall be a disposable paper filter element of at least 180 square inches 4. Locks shall be spring loaded construction core locks capable of accepting a I� Best 6 -pin core. A 6 -pin construction core of the type (Blue, Green, or Red) specified in the Contract shall be installed in each core lock. One core removal key and two standard keys (properly marked) shall be included with each i i cabinet and delivered to the Engineer upon Contract completion 5 Each cabinet shall include a 120VAC electric strip heater with a rating of 100 watts, which shall be thermostat controlled The heater strip shall be fed by wire with a temperature rating of 400 °F or higher, and shall be shielded to prevent contact with wiring, equipment, or personnel. If the heater thermostat is separate from the fan thermostat, the heater thermostat must meet the same 1 requirements a + + + +s the fan thermostat as defined in TEES 6. Fluorescent fixtures or LED light strips (only one type per cabinet) for cabinet I� lighting. Color temperature shall be 4100K (cool white) or higher Fluorescent fixtures shall use 12 inch (nominal), 8W, type T5 tubular bulbs contained within a shatterproof lamp cover. LED light strips shall be approximately 12 inches long, and have a minimum output of 320 lumens. There shall be two fixtures for each rack within the cabinet Lighting shall be ceiling mounted and oriented parallel to the door face — rack mounted lighting is not permitted. Lighting shall not interfere with the proper operation of any other ceiling mounted equipment. 1 S. 64 AVENUE ROADWAY WIDENING 85 1 All lighting fixtures above a rack shall energize whenever either door to that respective rack is opened Each door switch shall be labeled "Light" 1 7 Each cabinet shall be equipped with a power distribution assembly (PDA) mounted in a standard EIA 19 -inch (ANSI /EIA RS- 310 -C) rack utilizing no more than five Rack Mounting Units (RMU) (8.75 inches). The PDA shall include the following equipment: a: One duplex NEMA 5 -15R GFCI receptacle on the front of the PDA. 1 b. Four duplex NEMA 5 -15R receptacles on the rear of the PDA. These receptacles shall remain energized on a trip or failure of the GFCI receptacle. c. Four 1P-15A, 120VAC Equipment /Field Circuit Breakers. 1 d. Line filter meeting the requirements of 9- 29.13(10)A.d PDA components shall be mounted in or on the PDA such that they are readily accessible, provide dead front safety, and all hazardous voltage points are protected to prevent inadvertent contact. 1 8 Service Panel #1 shall include a service terminal block labeled "TBS ", a Tesco TES -10B or equivalent surge suppressor connected to provide power in line surge suppression, and a 1 P -30A Main Breaker. The Service Panel Assembly (SPA) shown in the TEES shall not be included. 9. Each cabinet shall include a rack mounted fiber optic patch panel of the type 1 specified in the Contract. Cabinet drawings and wiring diagrams shall be provided in the drawer shelf. Additionally, 1 an electronic (PDF format) copy of all drawings and wiring diagrams shall be provided 9 29.16(1)A1 Conventional Optical System This section's title is revised to read 9- 29.16(1)A1 Non -LED Optical System 1 9- 29.16(1)D1 Electrical - Conventional This section's title is revised to read: 1 9- 29.16(1)D1 Electrical — Non -LED 9 -29.20 Pedestrian Signals 1 This section is revised to read. Pedestrian signals shall be Light Emitting Dods (LED) type. 1 The LED pedestrian signal module shall be operationally compatible with controllers and conflict monitors. The LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60 percent of the LEDs in the unit are operational. The Pedestrian signal heads shall be on the QPL or the Contractor shall submit a Manufacturer's Certificate of Compliance, in accordance with Standard Specification 1- s. 64 AVENUE ROADWAY WIDENING 86 11 06 3, with each type of signal head. The certificate shall state that the lot of pedestrian signal heads meet the following requirements: 1. All pedestrian signal heads shall be a Walk/Don't Walk module with a I1 countdown display. 2. All pedestrian displays shall comply with the MUTCD and ITE publication ST 011B, VTCSH2 or current ITE Specification and shall have an incandescent appearance. The Contractor shall provide test results from a Nationally Recognized Testing Laboratory documenting that the LED display conforms to the current ITE and the following requirements' a All pedestrian signals supplied to any project one ect shall be from the same j manufacturer and type but need not be from the same manufacturer as the vehicle heads. b. Each pedestrian signal face shall be a single unit housing with the signal indication size, a nominal 16 inch x 18 inch with side by side symbol messages with countdown display. c Housings shall be green polycarbonate or die -cast aluminum and the aluminum housings shall be painted with two coats of factory applied traffic signal green enamel (Federal Standard 595 - 14056) All hinges and latches and interior hardware shall be stainless steel. 3. Optical units for traffic signal displays shall conform to the following' a. Pedestrian "RAISED HAND" and "WALKING PERSON" modules shall be the countdown display type showing the time remaining in the pedestrian change interval When the pedestrian change interval is reduced due to a programming change, the display may continue to show the previous pedestrian change interval for one signal cycle. During the following pedestrian change interval the countdown shall show the revised time, or shall be blank. In the event of an emergency vehicle preemption, during the following two cycles, the display shall show the programmed pedestrian change interval or be blank. In the event the controller is put in I� stop time during the pedestrian change interval, during the following two cycles the display shall show the programmed clearance or be blank. In the event there is railroad preempt during the pedestrian change interval, 1� during the following two cycles the display shall show the programmed clearance or be blank. Light emitting diode (LED) light sources having the incandescent appearance are required for Portland Orange Raised Hand and the Lunar White Walking Person 4. LED displays shall conform to the following. a Wattage (Maximum): Portland Orange Raised Hand, 15 watts' Lunar White Walking Person, 15 watts. 1 b Voltage The operating voltages shall be between 85 VAC and 135 VAC. c. Temperature Temperature range shall be -35° F to +165° F 11 d. LED pedestrian heads shall be supplied with Z crate visors. Z crate visors shall have 21 members at 45 degrees and 20 horizontal members 1 S. 64 AVENUE ROADWAY WIDENING 87 1 9- 29.20(1) LED Pedestrian Displays This section is deleted 9- 29.20(2) Neon Grid Type 1 This section is deleted 9 -29.24 Service Cabinets 1 In the first paragraph, the lettered items A -J are re- lettered to read B -K respectfully. The first paragraph is supplemented with the following new lettered item. 1 A. Display an arc flash warning label that meets the requirements of ANSI Z535. 9 -29.25 Amplifier, Transformer, and Terminal Cabinets In item No 2.0 , "Transformer 23.1 to 12.5 KVA" is revised to read "Transformer 3.1 to 12.5 KVA" and the height column value of 40" is revised to read "48 ". The first and second sentences in the first paragraph are revised to read. Amplifier and terminal and transformer cabinets shall be NEMA 3R and the following: 1 Item number 5 is revised to read 5. All cabinets shall provide a gasketed door flange Item number 7 is revised to read: 1 7. Insulated terminal blocks shall be 600 volt, heavy -duty, barrier type. The terminal blocks shall be provided with a field -side and a control -side connector separated by a marker strip One spare 12- position insulated terminal block shall be installed in each terminal cabinet and amplifier cabinet. Item number 8 is revised to read: 1 8 Each non -pad mounted Terminal, Amplifier and Transformer cabinet shall have 1/4 inch drain holes in back corners Each pad mounted Terminal, Amplifier and Transformer cabinet shall drain to a sump and through a 3/8 inch diameter drain pipe to grade as detailed in the Standard Plans Item number 10 is revised to read 10. Transformer cabinets shall have two separate compartments, one for the transformer and one for the power distribution circuit breakers. Each compartment shall be enclosed with a dead front. Each breaker shall be labeled with the device name by means of a screwed or riveted engraved name plate. Section 9 -34, Pavement Marking Material August 5, 2013 1 9 -34.2 Paint The second paragraph is revised to read S. 64 AVENUE ROADWAY WIDENING 88 1 Blue and black paint shall comply with the requirements for yellow paint in Section 9- 34.2(4) and Section 9- 34.2(5), with the exception that blue and black paints do not need to meet the requirements for titanium dioxide, directional reflectance, and contrast ration 9 34.3(4) Type D — Liquid Cold Applied Methyl Metharcrylate The column headings in the table titled "98.2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate" are revised to read: 98:2 Formulations Type D — Liquid Cold Applied Methyl Methacrylate Property D -1 D -2 D -3 D -4 D -5 D -6 Test Method Min Max. Min Max. Min. I Max. Min. Max. Min I Max. Min. Max. 111 1 01 I1 01 I1 I1 01 01 I1 S. 64 AVENUE ROADWAY WIDENING 89 1 1 PROPOSAL ' Proposal p Form 1 Item Proposal Bid Sheets 1 Bid Bond Form Non- Collusion Declaration Certification of Federal Aid Contracts 1 Non- Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan )isadvantaged g d Business Enterprise Utilization Certifcation Bidders Certification Subcontractors Certification Contractor & Subcontractor Certification 1 Proposal Signature Sheet 1 Bidders Check List 11 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) 1 The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2012 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows (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. 11 11 1 1 1 11 S. 64 AVENUE ROADWAY WIDENING 91 1 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) 1 This Contract provides for the improvement of * ** South 64 Avenue from Nob Hill Blvd to Tieton Drive by reconstructing and widening the roadway. Work includes excavation, surfacing, planing bituminous pavement, paving with hot mix asphalt, constructing curb, gutter and sidewalk, installing a stormwater system, illumination, pavement markings * * * * ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications 1 1 -01.3 Definitions (March 8, 2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace , p 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 All references in the Standard Specifications, Amendments, or p 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" S. 64T" AVENUE ROADWAY WIDENING 92 1 11 All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located Additive 1 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 1 Payment Bond and a Performance Bond Contract Documents 1 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 1 the Contract time begins. Traffic ' Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic 1 1 1 S. 64 AVENUE ROADWAY WIDENING 93 1 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following. 1 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 CaII for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award 1 Large plans (e g , 22" x 34 ") N/A Furnished only upon request. 1 Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1 -02.5 Proposal Forms (June 27, 2011 APWA GSP) 1 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 ROADWAY WIDENING 94 The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) ' Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum ' price must equal or exceed the minimum amount stated. 5 Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. 1 Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. ' (August 2, 2004) The fifth and sixth paragraphs of Section 1 -02.6 are deleted. ' 1 -02.7 Bid Deposit (March 8, 2013 APWA GSP) ' Supplement this section with the following: Bid bonds shall contain the following ' 1. Contracting Agency- assigned number for the project, 2. Name of the project; ' 3 The Contracting Agency named as obligee, 4 The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded, 5 Signature of the bidder's officer empowered to sign official statements The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said ' signature, 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. ' s. 64T" AVENUE ROADWAY WIDENING 95 1 If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1 1 -02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) 1 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 111 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 1 other than that specified in the Call for Bids. 1 -02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: 1 1 A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required, b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract, e. A price per unit cannot be determined from the Bid Proposal; f The Proposal form is not properly executed, g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h The Bidder fails to submit or properly complete a Disadvantaged 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 1 the material terms of the Bid invitation; or S. 64 AVENUE ROADWAY WIDENING 96 1 More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.14 Disqualification of Bidders 1 (March 8, 2013 APWA GSP, Option A) Delete this Section and replace it with the following. A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39 04.350(1), as amended. As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of U 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 t6 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 1 Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. 1 -02.15 Pre Award Information (August 14, 2013 APWA GSP) t Revise this section to read t Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1 A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2 Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the ' order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the 1 bidder is the lowest responsible bidder. 1 S. 64 AVENUE ROADWAY WIDENING 97 1 1 -03 AWARD AND EXECUTION OF PROJECT 1 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) , Revise the first paragraph to read After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read. 1 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 1 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 1 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. 1 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 Twentv(20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) 1 Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: S. 64 AVENUE ROADWAY WIDENING 98 1 1. Be on a Contracting Agency- furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and ' b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3 Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time, 4 Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b Of the Contractor (or the subcontractors or lower tier subcontractors of the ' Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; ' 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond, and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or ' vice- president). Section 1 -03 4 is supplemented with the following: (August 5, 2013) Release of Contract Bond will be 60 days following the Contract Completion date and ' Notice of Completion (NOC) being sent to the Washington State Department of Labor and Industries, Washington State Department of Revenue and Washington State Employment Security Department, provided following conditions are met: 1. Payment to the State with respect to taxes imposed pursuant to Title 82, RCW on Contracts totaling more than $ 35,000, a release has been obtained from the Washington State Department of Revenue. 2 Affidavits of Wages Paid for the Contractor and all Subcontractors are on file with the Contracting Agency (RCW 39 12 040). 3 A certificate of Payment of Contributions Penalties and Interest on Public Works Contract is received from the Washington State Employment Security 1 Department. 4. Washington State Department of Labor and Industries (per Section 1- 07.10) shows the Contractor, Subcontractor(s) and any lower tier Subcontractor(s) are current with payments of industrial insurance and medical aid premiums. 5. All claims, as provided by law, filed against the Contract Bond have been resolved. 1 1 S. 64 AVENUE ROADWAY WIDENING 99 1 1 1 -04 SCOPE OF THE WORK 1 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 8 WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 -05 CONTROL OF WORK 1 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 1 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 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified 1 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, S. 64 AVENUE ROADWAY WIDENING 100 1 1 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 Toss 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 1 services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 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 1 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 1 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 1 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 S. 64 AVENUE ROADWAY WIDENING 101 1 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 1 Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. 1 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. 1 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 1 -05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) s. 64 AVENUE ROADWAY WIDENING 102 1 Delete the sixth and seventh paragraphs of this section. 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) 1 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. 1 1 -06 CONTROL OF MATERIAL ' Section 1 -06 is supplemented with the following: Buy America (August 6, 2012) 1 In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. Buy America does not apply to temporary steel items, e g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. ' Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500 00, whichever is greater. 1 American -made material is defined as material having all manufacturing processes occurring domestically To further define the coverage, a domestic product is a 1 manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. ' Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include S. 64 AVENUE ROADWAY WIDENING 103 rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. 1 Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes. 1. Production of steel by any of the following processes: a Open hearth furnace 1 b Basic oxygen. c Electric furnace. d Direct reduction 1 2 Rolling, heat treating, and any other similar processing 3 Fabrication of the products a. Spinning wire into cable or strand b Corrugating and rolling into culverts c Shop fabrication. 1 A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350- 109EF. 1 1 1 1 1 1 S. 64 AVENUE ROADWAY WIDENING 104 1 I 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) 1 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 1 measures in, on, or near the project site 1 1 -07.2 State Taxes Delete this section, including its sub - sections, in its entirety and replace it with the following 1 1 -07.2 State Sales Tax (June 27, 2011 APWA GSP) 1 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 1 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 1 The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28 051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of 1 S. 64 AVENUE ROADWAY WIDENING ' 105 1 Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund 1 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 1 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 111 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 1 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 -07.9 Wages 1 Section 1 -07 9(1) is supplemented with the following (January 8, 2013) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA130001 1 S. 64 AVENUE ROADWAY WIDENING 106 1 1 The State rates incorporated in this contract are applicable to all construction activities associated with this contract. 1- 07.9(5) Required Documents ' (January 24, 2011 APWA GSP) Supplement this section with the following. 1 The Contractor or subcontractor directly contracting for "Off -Site, Prefabricated, Non - Standard, Project Specific Items" as defined below shall identify and report information required the addendum to the "Affidavit of Wages Paid" form filed with the Department of Labor and Industries [form F700- 164 -000]. The Contractor shall include language in its subcontracts requiring subcontractors and lower -tier subcontractors to comply with the reporting requirements for "Off -Site, Prefabricated, Non - Standard, Project Specific Item" 1 on the Affidavit of Wages Paid form addendum. The reporting requirement for Items shall apply for all public works contracts estimated to ' cost over $1 million entered into by the Contracting Agency and Contractor between September 1, 2010 through December 31, 2013. ' "Off-site, prefabricated, nonstandard, project specific items" means products or items that are: 1. Made primarily of architectural or structural precast concrete, fabricated steel, pipe ' and pipe systems, or sheet metal and sheet metal duct work; and 2 Produced specifically for this Project and not considered to be regularly available shelf items, and 3. Produced or manufactured by labor expended to assemble or modify standard items; and 4 Produced at an off -site location outside the State of Washington. ' The Contractor or subcontractor shall comply with the reporting requirements and pY p 9 q instructions on the Affidavit of Wages Paid form, and shall report the following information on the Affidavit of Wages Paid form submitted to the Department of Labor and Industries in order to comply with the reporting requirements for use of "Off -Site, Prefabricated, Non - Standard, Project Specific" items 1 1. The estimated cost of the project; 2 The name of the Contracting Agency and the project title, ' 3 The contract value of the off -site, prefabricated, nonstandard, project specific items produced outside of Washington State, including labor and materials, and 4. The name, address, and federal employer identification number of the contractor that produced the off -site, prefabricated, nonstandard, project specific items. The Contracting Agency may direct the Contractor, at no additional cost to the Contracting Agency, to remove and substitute any subcontractor(s) found to be ' out of compliance with the "Off -Site Prefabricated Non - Standard Project Specific Items" reporting requirements more than one time as determined by the Department of Labor and Industries. t 1 -07.11 Requirements for Nondiscrimination Section 1 -07 11 is supplemented with the following. 1 1 S. 64 AVENUE ROADWAY WIDENING 107 (August 5, 2013) Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive ' Order 11246) 1 The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein 2 The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6 9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams, WA Asotin, WA Columbia, WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille, WA Stevens; WA Whitman Richland, WA SMSA Counties Richland Kennewick, WA 5 4 WA Benton; WA Franklin. Non -SMSA Counties 3.6 WA Walla Walla. 1 Yakima, WA. SMSA Counties Yakima, WA 9 7 WA Yakima. Non -SMSA Counties 7 2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan Seattle, WA: SMSA Counties Seattle Everett, WA 7.2 WA King, WA S nohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island, WA Jefferson, WA Kitsap, WA Lewis; WA Mason, WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom r S. 64 AVENUE ROADWAY WIDENING 108 1 Portland, OR: ' SMSA Counties. Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3 8 WA Cowlitz; WA Klickitat; WA Skamania, WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs The Contractor's compliance with the Executive Order and the regulations in 41 ' CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and ' female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its 1 projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the ' regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. ' 3 The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation The ' notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract, and the ' geographical area in which the contract is to be performed. The notification shall be sent to. U.S Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn. Regional Director San Francisco Federal Building 90 — 7 Street, Suite 18 -300 San Francisco, CA 94103(415) 625 -7800 Phone (415) 625 -7799 Fax 1 Additional information may be found at the U.S. Department of Labor website http://www.dol.qov/ofccp/TAquides/ctaquide.htm 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. 1 Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1 1. As used in these specifications: S. 64 AVENUE ROADWAY WIDENING 109 1 a. Covered Area means the geographical area described in the solicitation from which this contract resulted, b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director 1 delegates authority; c Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: 1 (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition 2 Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4 5) in a Hometown Plan approved by the U S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables 4 The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing S. 64 AVENUE ROADWAY WIDENING 110 ' 1 construction work in geographical areas where they do not have a Federal or ' federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed The Contractor is expected to make substantially uniform progress in meeting its goals in 1 each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a ' union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant ' thereto. 6 In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the ' Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be 1 trained pursuant to training programs approved by the U.S. Department of Labor 7 The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action The Contractor shall document these efforts fully, and shall implement affirmative action ' steps at least as extensive as the following: a Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the 1 Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and ' other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or 1 in such facilities. b Establish and maintain a current list of minority and female recruitment ' sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses ' c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred ' back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement ' has not referred to the Contractor a minority person or woman sent, by the Contractor, or when the Contractor has other information that the union s. 64T" AVENUE ROADWAY WIDENING 111 1 referral process has impeded the Contractor's efforts to meet its 1 obligations e Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, 1 including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor The Contractor shall provide notice of these programs to the sources compiled under 7b above f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action 1 obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc , prior to the initiation of construction work at any job site A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any 1 advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority 1 persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. 1 k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3 1 S 64 AVENUE ROADWAY WIDENING 112 1 I Conduct, at least annually, an inventory and evaluation of all minority and ' female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc , such opportunities. 1 m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. 1 n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. ' o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and ' suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 1 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p) The ' efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work- force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor The obligation to comply, t however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance 1 9 A single goal for minorities and a separate single goal for women have been established The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and 1 female, and all women, both minority and non - minority Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in ' violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 1 11 The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 1 S. 64 AVENUE ROADWAY WIDENING 113 1 12 The Contractor shall carry out such sanctions and penalties for violation of these 1 specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 1 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14 The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed Records shall be maintained in an easily understandable and retrievable form, however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15 Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g , those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program) 1 16. Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: Washington State Dept. of Transportation Office of Equal Opportunity • PO Box 47314 310 Maple Park Ave. SE Olympia WA 98504 -7314 Ph• 360- 705 -7090 Fax: 360 -705 -6801 http: / /www wsdot.wa gov /equalopportunity /default.htm 1 -07.11 Requirements for Nondiscrimination 1 (April 1, 2013) Disadvantaged Business Enterprise Condition of Award Participation 1 S. 64 AVENUE ROADWAY WIDENING 114 ' 1 The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to ' this Contract. Demonstrating compliance with these specifications is a Condition of Award (COA) of this Contract. Failure to comply with the requirements of this specification may result in your bid being found to be nonresponsive and may be 1 rejected. DBE COA Goal The Contracting Agency has established a COA Contract goal in the amount of: * ** 7 % * ** DBE Eligibility /Selection of DBEs 1 A Directory of Certified DBE Firms denoting the Description of Work the DBE Contractors are certified to perform is available at: 1 www.omwbe.wa.gov /certification /index.shtml. The directory provides plain language on the Description of Work that the listed ' DBE's have been certified by the Office of Minority and Women's Business Enterprises (OMWBE) to perform. The Bidder shall use the Directory of Certified DBE Firms to confirm if a DBE is certified for the "Description of Work" the Bidder lists on the. DBE Utilization Certification form # 272 -056 EF (see form instructions) and therefore qualifies for credit towards the COA goal. ' Crediting DBE Participation Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of 1 the Work that the DBE performs with its own forces shall be credited DBE Prime Contractor ' A DBE Prime Contractor may only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime performs with its own forces ' DBE Subcontractor When a DBE firm participates as a Subcontractor only that portion of the total t dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces shall be credited ' • Include the cost of supplies and materials obtained by the DBE for the Work in the Contract including supplies purchased or equipment leased by the DBE. 1 o However, you may not take credit for supplies, materials, and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate. In addition, Work performed by a ' DBE, utilizing resources of the Prime Contractor or its affiliates shall not be credited. • In very rare situations, a DBE firm may utilize equipment and /or personnel from a non -DBE firm other than the Prime Contractor or its affiliates, Should this situation arise the arrangement must be short- term and have prior written approval from the Office of Equal Opportunity (OEO). 1 S. 64 AVENUE ROADWAY WIDENING 115 1 • Count the entire value of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance. • When a DBE subcontracts to another firm, the value of the subcontracted Work may be counted as participation only if the DBE's Tower -tier Subcontractor is also a DBE. Work that a DBE subcontracts to a non -DBE firm shall not be credited. 1 • When non -DBE Subcontractor further subcontracts to a lower -tier Subcontractor or supplier who is a certified DBE, then that portion of the Work further subcontracted may be credited as DBE participation, provided it is a distinct clearly defined portion of the Work that the DBE is certified to perform and the DBE Subcontractor performs the Work with its own forces. • If a firm is not certified as a DBE at the time of the execution of the 1 contract, their participation cannot be counted toward any DBE goals Trucking 1 Use the following factors in determining DBE credit and whether a DBE trucking company is performing a commercially useful function. 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which credit is being claimed 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the Contract. 3 The DBE receives credit only for the value of the transportation 1 services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs For purposes of this requirement a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE first priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 4. The DBE may lease trucks from another DBE firm including an owner - operator provided they are certified as a DBE for trucking The DBE who leases trucks from another DBE may claim participation for the total value of the transportation services the lessee DBE provides on the Contract. 5. The DBE may also lease trucks from a non -DBE firm and may enter 1 into an agreement with an owner - operator who is a non -DBE The DBE shall only receive credit for the number of additional non -DBE trucks equal or less than the number of DBE trucks the firms owns or has leased /subcontracted through another DBE trucking company. The DBE must control the work of the non -DBE trucks. If the non - DBE is performing the work without supervision of that work by the 1 DBE, the DBE is not performing a Commercially Useful Function (CUF) S. 64 AVENUE ROADWAY WIDENING 116 1 1 ' 6. In any lease or owner - operator situation, as described in requirement #4 and #5 above, the following rules shall apply ' a A written lease /rental agreement is required for all trucks leased or rented, documenting the ownership and the terms of the agreement. The agreements must be submitted and ' approved by the Contracting Agency prior to the beginning of the Work. The agreement must show the leaser's name, truck description and agreed upon amount and method of payment (hour, ton, or per load). All lease agreements shall be for a long -term relationship, rather than for the individual project. (This requirement does not apply to owner - operator ' arrangements.) b. Only the vehicle, (not the operator) may be leased or rented. (This requirement does not apply to owner - operator 1 arrangements) 7. Credit may only be claimed for DBE trucking firms operating under a subcontract or a written agreement approved by the Contracting Agency prior to performing Work. ' Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward DBE goals as provided in the following: 1 Manufacturer You may claim DBE credit for 100 percent of value of the materials or supplies obtained from a DBE manufacturer. ' A manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, ' articles, or equipment required under the contract. A manufacturer shall include firms that produce finished goods or products from raw or unfinished material or that purchases and substantially alters goods and 1 materials to make them suitable for construction use before reselling them In order to receive credit as a DBE Manufacturer, the firm must be certified ' by OMWBE as a manufacturer in a NAICS code that falls within the 31XXXX to 33XXXX classification. Regular Dealer 1 You may claim credit for 60 percent of the value of the materials or supplies purchased from a DBE regular dealer Rules applicable to regular dealer status are contained in 49 CFR Part 26 55.e.2 To be considered a regular dealer you must meet the following criteria • WSDOT considers and recognizes a regular dealer, as a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the ' performance of the Contract and described by the specifications of the Contract are bought, kept in stock and regularly sold or leased to the public in the usual course of business 1 S. 64 AVENUE ROADWAY WIDENING 117 1 • Sixty percent (60 %) of the cost of materials or supplies purchased 1 from an approved regular dealer may be credited as DBE participation Regular dealer status is granted on a contract -by- contract basis. A firm wishing to be approved as a regular dealer for WSDOT contracted projects or Highways & Local Program administered projects must submit a request in writing to OEO for approval, no later than seven days prior to bid opening Once the OEO has received the request, an onsite review will be set up 1 with the firm and a review conducted to determine the firm's qualifications. If it is determined that the firm qualifies as a regular dealer the OEO will list the firm on an Approved Regular Dealers List The list may be accessed through the OEO Home website is at: www.wsdot.wa gov /equalopportunity 1 Note: Requests to be listed as a regular dealer will only be processed if the requesting firm is certified by the Office of Minority and Women's Business Enterprises in a NAICS code that fall within the 42XXXX NAICS Wholesale code section. Materials or Supplies Purchased from a DBE With regard to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer you may claim credit for the following: 1 Fees or commissions charged for assistance in the procurement of the materials and supplies. 2. Fees or transportation charges for the delivery of materials or supplies. In either case you may not take credit for any part of the cost of the materials and supplies. Commercially Useful Function (CUF) The Prime Contractor has a responsibility and must treat the working relationship with the DBE such that the DBE is performing a commercially useful function The Prime Contractor may only take credit for Work performed by a DBE that is determined to be performing a commercially useful function. • A DBE performs a commercially useful function when it is responsible for execution of a distinct element of Work and is carrying out its responsibilities by performing, managing and supervising the Work involved. The DBE must also be responsible with respect to materials and supplies used on the Contract. For example; negotiating price, determining quality, determining quantities, ordering, installing (if applicable) and paying for the material itself. 1 • A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, Contract, or project through which funds are passed. S. 64 AVENUE ROADWAY WIDENING 118 1 1 1 Joint Checking Allowance Prime Contractors and DBEs must receive pre - approval by the OEO before using a joint check. Joint check requests shall be submitted by the Prime ' Contractor to the Contracting Agency for approval When requesting approval for use of a joint checking allowance, the Contractor 1 must distribute a written joint check agreement among the parties (including the suppliers involved) providing full and prompt disclosure of the expected use of the joint checks. The agreement shall contain all the information concerning the 111 parties' obligations and consequences or remedies if the agreement is not fulfilled or a breach occurs. The joint check request shall be submitted to the Contracting Agency for approval prior to signing the contract agreement. 1 The following are some general conditions that must be met by all parties regarding joint check use 1 a It is understood that the Prime Contractor acts solely as the guarantor of a joint check. 1 b The DBE's own funds are used to pay supplier of materials. The Prime Contractor does not make direct payment to supplier In order to be performing a Commercially Useful Function (CUF), the DBE must 1 release the check to the supplier (paying for the materials it -self and not be an extra participant in a transaction). c. If the Prime Contractor makes joint checks available to one DBE 1 Subcontractor, the service must be made available to all Subcontractors (DBE and non -DBE). 1 d. The relationship between the DBE and its suppliers should be established independently of and without interference by the Prime Contractor The DBE has final decision - making responsibility 1 concerning the procurement of materials and supplies, including which supplier to use 1 e The Prime Contractor and DBE shall be able to provide receipts, invoices, cancelled checks and /or certification statements of payment if requested by the Contracting Agency. 1 f. The DBE remains responsible for all other elements of 49 CFR 26 55(c)(1) Failure by the Prime Contractor to request and receive prior approval of a joint 1 check arrangement will result in the joint check amount not counting towards the Prime Contractor's DBE goal 1 Disadvantaged Business Enterprise Utilization Certification FORM # 272- 056 EF To be eligible for award of the Contract, the Bidder shall properly complete and 1 submit a Disadvantaged Business Enterprise Utilization Certification with the Bidder's sealed Bid Proposal, as specified Section 1 -02.9 Delivery of Proposal The Bidder's Disadvantaged Business Enterprise Utilization Certification must ' clearly demonstrate how the Bidder intends to meet the DBE COA goal. A Disadvantaged Business Enterprise Utilization Certification (form # 272 -056 1 S. 64 AVENUE ROADWAY WIDENING 119 1 EF) is included in your Proposal package for this purpose as well as instructions on how to properly fill out the form 1 In the event of arithmetic errors in completing the Disadvantaged Business Enterprise Utilization Certification the amount listed to be applied towards the goal for each DBE shall govern and the DBE total amount shall be adjusted accordingly Note. The Contracting Agency shall consider as non - responsive and shall reject any Bid Proposal submitted that does not contain a Disadvantaged Business Enterprise Utilization Certification that accurately demonstrates how the Bidder intends to meet the COA goal. Disadvantaged Business Enterprise (DBE) Written Confirmation 1 Document(s) FORM # 422 -031 EF The Bidder shall submit a complete and accurate Disadvantaged Business Enterprise (DBE) Written Confirmation Document for each DBE firm listed in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification as submitted with the bid Failure to do so will result in the associated participation being disallowed, which may result in bid rejection 1 A Disadvantaged Business Enterprise (DBE) Written Confirmation Document (form No. 422 -031 EF) is included in your Proposal package for this purpose The form(s) shall be received as specified in the special provisions for Section 1 -02.9 Delivery of Proposal It is prohibited for the Bidder to require a DBE to submit a Written Confirmation Document with any part of the form left blank. Should the Contracting Agency determine that a Written Confirmation Document was signed by a DBE that was not complete; the validity of the document comes into question and the associated DBE Participation may not receive credit. Selection of Successful Bidder /Good Faith Efforts (GFE) The successful Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which demonstrates a good faith effort to achieve the DBE COA goal Achieving the goal may be accomplished in one of two ways, as follows. 1. By meeting the goal 1 The best indication of good faith efforts is to document, through submission of the Disadvantaged Business Enterprise Utilization Certification and supporting Disadvantaged Business Enterprise (DBE) Written Confirmation Document(s) that the Bidder has obtained enough DBE participation to meet or exceed the assigned DBE COA contract goal. That being the case no additional GFE documentation is required. Or; 2. By documentation that it made adequate GFE to meet the goal 1 The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient DBE participation have been unsuccessful. In this case, the Bidder must supply GFE documentation in addition to the Disadvantaged Business Enterprise Utilization Certification, and S. 64 AVENUE ROADWAY WIDENING 120 ' 1 supporting Disadvantaged Business' Enterprise (DBE) Written Confirmation document(s) Note. In the case where the Bidder was awarded the contract based on ' demonstrating adequate GFE the advertised DBE goal will not be reduced to the Bidder's partial commitment. The Bidder shall demonstrate a GFE during the life of the Contract to attain the DBE ' Condition of Award (COA) Goal as assigned to the project. Good Faith Efforts (GFE) Documentation 1 GFE documentation shall be received, as specified in the special provisions for Section 1 -02.9 Delivery of Proposal. Based upon all the relevant documentation submitted in Bid or as supplement to Bid, the Contracting Agency shall determine whether the Bidder has demonstrated a sufficient GFE to achieve DBE participation The Contracting Agency will make a fair and reasonable judgment of whether a Bidder that did not meet the goal through participation, made adequate good faith efforts as demonstrated by the GFE documentation. ' The following is a list of types of actions, which would be considered as part of the Bidder's GFE to achieve DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive Other ' factors or types of efforts may be relevant in appropriate cases. 1 Attendance by the Bidder at any pre - solicitation or pre -Bid meetings 1 that were scheduled by the Contracting Agency to inform DBEs of contracting and subcontracting or material supply opportunities available on the project; 2 Contacting local Tribes, Tribal Employment Rights Offices (TERO) concerning the subcontracting or supply opportunities in sufficient time to allow the enterprises to participate effectively; ' 3 Selection by the Bidder of specific economically feasible units of the project to be performed by DBEs in order to increase the likelihood of participation by DBEs even if the Bidder preferred to perform these Work items as the Prime Contractor; 4. Advertising by the Bidder in general circulation, trade association minority and trade oriented, women focus publications, concerning the subcontracting or supply opportunities; 5. Providing written notice from the Bidder to a reasonable number of specific DBEs, identified from the OMWBE Directory of Certified DBE Firms for the selected subcontracting or material supply Work, in ' sufficient time to allow the enterprises to participate effectively; 6. Follow -up by the Bidder of initial solicitations of interest by contacting 1 the DBEs to determine with certainty whether they were interested Documentation of this kind of action shall include the information outlined below a The names, addresses, telephone numbers of DBEs who were contacted, the dates of initial contact, and whether initial 1 S. 64 AVENUE ROADWAY WIDENING 121 1 solicitations of interest were followed -up by contacting the DBEs to determine with certainty whether the DBEs were interested; b. A description of the information provided to the DBEs regarding the plans, specifications, and estimated quantities for portions of the Work to be performed; • c. Documentation of each DBE contacted but rejected and the reason(s) for that rejection, 7. Providing, to interested DBEs, adequate information about the plans, specifications, and requirements for the selected subcontracting or material supply Work; 8. Negotiating in good faith with the DBE firms, and not, without 1 justifiable reason, rejecting as unsatisfactory, Bids that are prepared by any DBE The DBE's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations - union vs. non -union employee status - are not legitimate causes for the rejection or non - solicitation of bids in the Prime Contractor's efforts to meet the project goal; 1 9 Advertising and making efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 10 Making any other efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 11. Using the services of minority community organizations, minority 1 contractor groups, local, State, and federal minority business assistance offices and other organizations identified by WSDOT and advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged, minority, and women business enterprises; and 12 Using the WSDOT OEO DBE Supportive Services to assist you. For more information please contact the OEO by calling toll free at (888) 259 -9143 or emailing dbess @wsdot.wa.gov 1 Administrative Reconsideration of GFE Documentation Any Bidder has the right to reconsideration but only for the purpose of reassessing their GFE documentation that was determined to be inadequate • The Bidder must request and schedule a reconsideration hearing within seven calendar days of notification of being nonresponsive or forfeit the right to reconsideration. • The reconsideration decision on the adequacy of the Bidder's GFE 1 documentation shall be made by an official who did not take part in the original determination. S. 64 AVENUE ROADWAY WIDENING 122 111 1 • The Bidder shall have the opportunity to meet in person with the official 1 for the purpose of setting forth the Bidder's position as to why the GFE documentation demonstrates a sufficient effort. ' • The reconsideration official shall provide the Bidder with a written decision on reconsideration within five business days of the hearing explaining the basis for their finding. Procedures between Award and Execution After Award and prior to Execution the Bidder shall provide the additional 1 information described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal bond or deposit. 1. Additional information for all successful DBE's as shown on the 1 Disadvantaged Business Enterprise Utilization Certification: a. Correct business name, federal employee identification number (if available), and mailing address. b. List of all Bid items assigned to each successful DBE firm, including unit prices and extensions. c Description of partial items (if any) to be sublet to each successful ' DBE firm specifying the distinct elements of Work under each item to be performed by the DBE and including the dollar value of the DBE portion. t Total amounts shown for each DBE shall not be less than the amount shown on the Disadvantaged Business Enterprise Utilization Certification. A breakdown that does not conform to the 1 Disadvantaged Business Enterprise Utilization Certification or that demonstrates a lesser amount of DBE participation than that included in the Disadvantaged Business Enterprise Utilization Certification will be returned for correction 2. A list of all firms who submitted a Bid or quote in an attempt to ' participate in this project whether they were successful or not. Include the business name and a mailing address Note: The firms identified by the Prime Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three- years. Procedures after Execution Crediting DBE Participation toward Meeting the Goal ' Reporting All DBE work whether COA or race neutral participation is reported. The Prime Contractor shall submit a Quarterly Report of Amounts Credited as DBE Participation form (422 -102 EF) on a quarterly basis for any calendar quarter in which DBE has accomplished Work or upon completion of the project, as appropriate. The dollars are to be reported as specified herein. 1 S. 64 AVENUE ROADWAY WIDENING 123 1 In the event that the payments to a DBE have been made by an entity other than the Prime Contractor, as in the case of a lower -tier 1 Subcontractor or supplier, then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency Changes in DBE COA participation Owner initiated Change Orders The Prime Contractor shall demonstrate a GFE to substitute COA DBE _participation when the Contracting Agency deletes Work items by change order that impact a COA DBE's Work. When the n Co tract allows alternate Work methods which serve to delete or create under -runs in COA DBE Work then the Prime Contractor must provide documentation of negotiating the change with the DBE that was to perform the reduced Work and demonstrate a GFE to substitute other DBE COA participation. Original Quantity Under runs In the event that Work committed to a DBE firm as part of the COA under runs the original planned quantities the Prime Contractor shall demonstrate a GFE to substitute other DBE COA participation. Contractor - Initiated Proposals — General The Contractor cannot reduce the amount of work committed to a DBE firm at contract award without good cause and only with written concurrence from the OEO. Reducing a COA DBE's Work is viewed as a partial DBE termination, subject to the procedures below. DBE Termination A COA DBE Subcontractor may only be terminated in whole or part with the approval of the Contracting Agency (in coordination with OEO). Approval will be granted provided the Prime Contractor demonstrates that the termination is based on good cause. Good cause typically includes situations where the DBE Subcontractor is unable or has failed to perform the work of its subcontract in accordance with normal industry standards While not all inclusive, some examples of good cause include the following circumstances: Good cause may exist if: ® The listed DBE Subcontractor fails or refuses to execute a written contract. t • The listed DBE Subcontractor fails or refuses to perform the work of its subcontract in a way consistent with normal industry standards. • The listed DBE Subcontractor fails or refuses to meet the Prime Contractor's reasonable, nondiscriminatory bond requirements. • The listed DBE Subcontractor becomes bankrupt, insolvent, or exhibits credit unworthiness. S. 64 AVENUE ROADWAY WIDENING 124 1 • The listed DBE Subcontractor is ineligible to work on public works projects because of suspension and debarment proceedings pursuant 2 CFR Parts 180, 215 and 1,200 or applicable state law. 1 • The listed DBE Subcontractor voluntarily withdraws from the project and provides to you written notice of its withdrawal. 1 • The listed DBE is ineligible to receive DBE credit for the type of work required. • A DBE owner dies or becomes disabled with the result that the listed DBE is unable to complete its work on the contract. 1 Good cause does not exist if: • The Prime Contractor seeks to terminate a COA DBE so that 1 the Prime can self - perform the Work. • The Prime Contractor seeks to terminate a COA DBE so the 1 Prime Contractor can substitute another DBE or non -DBE after contract award. 1 • The failure or refusal of the DBE Subcontractor to perform its work on the subcontract results from the bad faith or discriminatory action of the Prime Contractor (e.g., the failure of the Prime Contractor to make timely payments or the unnecessary placing of obstacles in the path of the DBE's Work). 1 Prior to requesting termination, the Prime Contractor must give notice in writing to the DBE Subcontractor with a copy to the Contracting Agency of its intent to request to terminate DBE work and the reasons for doing so The DBE Subcontractor shall have five (5) days to respond to the prime Contractor's notice. The DBE's response shall either support the termination or advise the Contracting Agency and the Prime Contractor of the reasons it objects to the termination of its subcontract. When a COA DBE firm is "terminated" from a Contract (or fails to complete 1 its Subcontract for any reason), the Prime Contractor shall make every good faith effort to substitute another DBE Firm (ref.to 49 CFR 26 53(g)). Graduation ' When a DBE firm "graduates" from the DBE program (during the course of an executed subcontract), the DBE participation of that firm "may" continue to count towards the contract DBE goal. Decertification When a COA DBE firm, who has a signed subcontract in place with a Prime, later becomes "decertified" (during the course of that subcontract) — the DBE participation of that firm "may" continue to count towards the Contract DBE goal. 1 Counting payments Payments to a DBE firm will count toward DBE goals only if the participation is in accordance with these specifications S. 64 AVENUE ROADWAY WIDENING 125 1 Prompt Payment 1 Prompt payment to all Subcontractors shall be in accordance with Section 1- 08.1(1) of these Contract special provisions. Payment Compensation for all costs involved with complying with the conditions of this specification and any other associated DBE requirements is included in 1 payment for the associated Contract items of Work. Damages for Noncompliance The Prime Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this Contract. The Prime Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Contracts, which contain funding assistance from the United States Department of Transportation. Failure by the Prime Contractor to carry out these requirements is a material breach of this • Contract, which may result in the Termination of this Contract or such other remedy as the Contracting Agency deems appropriate. If the Prime Contractor does not comply with any part of its Contract as 1 required under 49 CFR part 26, and /or any other applicable law or regulation regarding DBE, the Contracting Agency may withhold payment, suspend the ability of the Prime Contractor to participate in future Contracting Agency contracts, impose sanctions or Terminate the Contract, and subject the Prime Contractor to civil penalties of up to ten percent of the amount of the Contract for each violation. In the case of WSDOT Contracts, prequalification may be suspended pursuant to WAC 468 -16- 180, and continuous violations (exceeding a single violation) may also disqualify the Prime Contractor from further participation in WSDOT 111 Contracts for a period of up to three years An apparent low Bidder must be in compliance with these Contract Provisions as a condition precedent to the granting of a notice of award by the Contracting Agency. The Prime Contractor is entitled to request an adjudicative proceeding with respect to the Contracting Agency's determination of Contract violation and assessed penalties by filing a 1 written application within thirty days of receipt of notification The adjudicative proceeding, if requested, will be conducted by an administrative law judge pursuant to the procedures set forth in RCW 34.05 and Chapter 10.08 of the Washington Administrative Code. 1 -07.12 Federal Agency Inspection Section 1 -07.12 is supplemented with the following. (July 30, 2012) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised May 1, 2012 supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273 are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273 included in this Contract require that the Contractor insert 1 the FHWA 1273 in each Subcontract, together with the wage rates which are part of the S. 64 AVENUE ROADWAY WIDENING 126 1 FHWA 1273. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 thereto in any lower tier Subcontracts, together with the wage rates The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the applicable wage rates, and this Special Provision. 1 -07.13 Contractor's Responsibility for Work 1 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- 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 1 payment will be made for delay or disruption of work. 1 -07.17 Utilities and Similar Facilities 1 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. 1 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 1 * ** 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 ' Centurylink 8 W. 2 °d Ave. Room 304 Yakima, WA 98902 509-575-7183 Pacific Power P.O. Box 1729 Yakima, WA 98907 509 - 575 -3146 Charter Communications 1005 N. 16th Ave. Yakima, WA 98902 509 - 575 -1697 Cascade Natural Gas Corp. 401 N. 1St St. Yakima, WA 98901 509 - 457 -5905 1 1 s. 64TH AVENUE ROADWAY WIDENING 127 1 1 -07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following 1-07.18 Insurance (January 24, 2011 APWA GSP) 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker) The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in force during the term of the Contract and for 1 thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). policy C. If any insurance olic is written on a claims made form, its retroactive date, and that of ' all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed D The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subContractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. F 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 1 Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. S. 64 AVENUE ROADWAY WIDENING 128 1 1 ' 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 1 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 U 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 1 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 1 Certificate of Insurance shall not satisfy this requirement. 3 Any other amendatory endorsements to show the coverage required herein 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability 1 S. 64 AVENUE ROADWAY WIDENING 129 1 Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes 1 exposures to which this specified coverage responds) Such policy must provide the following minimum limits: 1 $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 1 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 1 -07.23 Public Convenience and Safety 1- 07.23(1) Construction Under Traffic This Section shall be supplemented with the following: 1 Add the following to the third paragraph 5 The Contractor shall maintain vehicular and pedestrian access to the Westwood 1 West Golf Course at all times that they are open unless the Contractor provides the Engineer with written agreement from the business owner for alternate accesses, hours of work or other agreements Add the following to the sixth paragraph 7 Open trenches and excavations shall be protected with proper barricades and at night they shall be distinctively indicated by adequately placed lights. Contractor may consider work immediately in front of business access to be done during non - business hours or schedule an agreeable time with each business owner. The Contractor shall notify all property owners and tenants of detours, street closures, or 1 other restrictions that may interfere with their access. Notification shall be at least twenty -four (24) hours in advance for residential property, and at least forty -eight (48) hours in advance for commercial property. S. 64 AVENUE ROADWAY WIDENING 130 1 1 Emergency traffic, such as police, fire, and disaster units, shall be provided access at all ' times In addition, the Contractor shall coordinate his activities with all disposal firms and transit bus service that may be operating in the project area. It is the intent of the Contract to effectively prevent the deposition of debris on streets in areas of public traffic or where such debris may be transported into a drainage system. When construction operations are such that debris from the work is deposited on the roadway surfaces, the Contractor will remove all such debris before the end of the work day. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and 1 debris resulting from the work, the Contractor shall, upon order of the Engineer, provide facilities for and remove all deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets Should the Contractor fail or refuse to 1 clean the streets in question, or the trucks or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with Contractor's obligations is assured, or the Engineer may order the streets in question cleaned by others and such costs incurred by the City in achieving compliance with these contract requirements, including cleaning of the streets, shall be deducted from moneys due or to become due the Contractor next monthly estimate. The Contractor shall have not claim for delay or additional costs 1 should the Engineer choose to suspend the Contractor's work until compliance is achieved. (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 1 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. 1 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 1 Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval 1 Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: 1 1 S. 64 AVENUE ROADWAY WIDENING 131 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 1 Minimum Work Zone Clear Zone Distance N 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. 1 Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right 1_ of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired 1 until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This , includes entry onto easements and private property where private improvements must be adjusted The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or S. 64 AVENUE ROADWAY WIDENING 132 1 1 proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters 1 (May 25, 2006 APWA GSP) . Add the following new section: 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be 1 invited. The purpose of the preconstruction conference will be. 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or 1 affected by the work; 3 To establish and review procedures for progress payment, notifications, approvals, submittals, etc , 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following ' 1 A breakdown of all lump sum items, 2 A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable 1 Add the following new section 1- 08.0(2) Hours of Work (March 8, 2013 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8 -hour period between 7.00 a.m and 6.00 p.m of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6'00 p.m. on any day; or longer than an 8 -hour period on any day. The Contractor shall apply in writing to the 1 S. 64 AVENUE ROADWAY WIDENING 133 1 Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. 1 Permission to work between the hours of 1000 p m and 7 00 a.m. during weekdays and between the hours of 10 00 p m. and 9:00 a.m on weekends or holidays may also be subject to noise control requirements Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal 1 straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to • 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 when in the opinion of the Engineer, such work necessitates their presence. • On non - Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24 -hour period. 1 -08.1 Subcontracting 1 g Section 1 -08 1 is supplemented with the following: (October 1 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004 EF) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421 -012 EF), and 1 2 Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004 EF) The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier S. 64 AVENUE ROADWAY WIDENING 134 1 1 Subcontractors shall be available and open to similar inspection or audit for the same 1 time period 1- 08.1(1) Subcontract Completion and Return of Retainage Withheld ' Section 1 -08 1(1) is revised to read (June 27, 2011) The following procedures shall apply to all subcontracts entered into as a part of this Contract: ' Requirements 1 The Prime Contractor or Subcontractor shall make payment to the Subcontractor not later than ten days after receipt of payment from the Contracting Agency for work satisfactorily completed by the Subcontractor, to the extent of each Subcontractor's interest 1 therein. 2. Prompt and full payment of retainage from the Prime Contractor to the Subcontractor 1 shall be made within 30 days after Subcontractor's Work is satisfactorily completed. 3. For purposes of this Section, a Subcontractor's work is satisfactorily completed when t all task and requirements of the Subcontract have been accomplished and including any required documentation and material testing 4 Failure by a Prime Contractor or Subcontractor to comply with these requirements may result in one or more of the following. a Withholding of payments until the Prime Contractor or Subcontractor complies b. Failure to comply shall be reflected in the Prime Contractor's Performance Evaluation 1 c Cancellation, Termination, or Suspension of the Contract, in whole or in part d. Other sanctions as provided by the subcontractor or by law under applicable prompt 1 pay statutes. Conditions This clause does not create a contractual relationship between the Contracting Agency and any Subcontractor as stated in Section 1 -08.1 Also, it is not intended to bestow upon any Subcontractor, the status of a third -party beneficiary to the Contract between the Contracting Agency and the Contractor. Payment The Contractor will be solely responsible for any additional costs involved in paying retainage 1 to the Subcontractors Those costs shall be incidental to the respective Bid Items 1 -08.3 Progress Schedule This section is supplemented with the following. The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working 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 1 S. 64 AVENUE ROADWAY WIDENING 135 1 appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn 1 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. 1 The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9 a.m. on the Friday prior to the week indicated on the schedule. 1 If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 -08.4 Prosecution of Work 1 Delete this section in its entirety, and replace it with the following 1 1 -08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) 1 Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. 1 When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1 -10 1(2) Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1 -08.5 Time for Completion (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. 1 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 S. 64 AVENUE ROADWAY WIDENING 136 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 * ** 70 * ** working days. ' 1 -08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: 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 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. - SECTION) 1 08.11 Sequence of Work (NEW This section is added ' S. 64 AVENUE ROADWAY WIDENING 137 The following work must be completed prior to Congdon Canal being charged with water, which is currently scheduled for March 17, 2014 ' 1. The removal of the existing catch basin and drain lines and the installation of the Catch Basin Type 2 72 ", associated work on County DID #48 including the , connections to inflow pipes plus other related work to complete in the vicinity of 64 Avenue and Arlington Street intersection. 2. The 12" Congdon irrigation crossing and pipe reconstruction near station 11 +90 1 -09 MEASUREMENT AND PAYMENT 1 1 -09.6 Force Account (October 10, 2008 APWA GSP) 1 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. I 1 -09.9 Payments (March 13, 2012 APWA GSP) Supplement this section with the following Lump sum item breakdowns are not required when the bid price for the lump sum item is I Tess than $20,000 Retainage 1 Section 1 - 9(1) content and title is deleted and replaced with the following: (June 27, 2011) Vacant 1 -10 TEMPORARY TRAFFIC CONTROL ' 1 -10.2 Traffic Control Management 1- 10.2(1) General 1 Section 1- 10.2(1) is supplemented with the following: (December 1, 2008) Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers - Employers Training Trust I 27055 Ohio Ave Kingston, WA 98346 (360) 297 -3035 S. 64 AVENUE ROADWAY WIDENING 138 1 ' Evergreen Safety Council 401 Pontius Ave N Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 The American Traffic Safety Services Association ' 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone (540) 368 -1701 1 -10.4 Measurement 1- 10.4(1) Lump Sum Bid for Project (No Unit Items) Section 1- 10.4(1) is supplemented with the following: ' (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control ", lump sum. The provisions of Section 1- 10.4(1) shall apply. r DIVISION 2 EARTHWORK 1 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 On the east side of the roadway from Sta. 6 +00 to 8 +90 within right of way as necessary and from sta. 8 +90 to approx. sta. 30 +90 east and west of the roadway within right of way 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.1 Description Section 2 -02.1 is supplemented with the following (March 13, 1995) This work consists of removing an existing catch basin structure and existing piping required to install the new Catch Basin - Type 2 (72 ") collection structure 1 2 -02.3 Construction Requirements Section 2 -02.3 is supplemented with the following: ' S. 64 AVENUE ROADWAY WIDENING 139 1 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 1 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 that is scheduled to remain, due to the Contractor's operation, 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 1 This section is supplemented with the following' Item 1 is revised to read: 1 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: 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. For this project, the maximum expected depth of cut is four inches. 1 2 -02.5 Payment This section is supplemented by adding the following pay item. 1 "Saw Cut ", per linear foot. 1 2 -03 ROADWAY EXCAVATION AND EMBANKMENT 2- 03.3(7) Disposal Of Surplus Material Section 2- 03.3(7) is supplemented with the following 1 (March 13, 1995) Surplus materials may be disposed of by widening embankments at the following 1 locations, as may be designated by the Engineer : 'F *'k From Station 9 +00 to Station 28 +00 * ** 1 S. 64 AVENUE ROADWAY WIDENING 140 1 1 For informational purposes the maximum capacity of the embankment widening ' sites is * ** 3,970 * ** cubic yards, neat line measurement ' 2- 03.3(7)D Stockpiling and Testing Of Excavated Material (New Section) This section is added* • 1 The excavated material shall be stockpiled and then tested for contaminants prior to disposal or reuse. Soil testing will be required once excavated materials are stockpiled in a previously marked site within the project limits Soils that have to detect for contaminants will be reused as necessary or hauled off -site. Soils that detect below MTCA cleanup levels will be reused as fill within project limits and placed under the roadway to limit exposure Soils with a detect above cleanup levels will be 1 contained and disposed of at an approved landfill licensed to accept materials with the identified contamination levels according to state and federal law. 2- 03.3(14) Embankment Construction 2- 03.3(14)C Compacting Earth Embankments Section 2 -03 3(14)C is supplemented with the following 1 (March 13, 1995) All embankments, except waste embankments, shall be compacted using ' Method A. 2 -03.4 Measurement 1 Section 2 -03.4 is supplemented with the following* Only one determination of the original ground elevation will be made on this project. ' Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. Control stakes shall be set during construction by the contractor's surveyor to provide the Contractor with all ' essential information for the construction of excavation and embankments If discrepancies are discovered in the ground elevations which will materially affect the 1 quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data 1 processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques Copies of the ground cross - section notes will be available for the bidder's inspection, before the opening of bids, at the Project Engineer's office. • Upon award of the contract, copies of the original ground cross - sections will be furnished to the successful bidder on request to the Project Engineer. No unit of measurement will apply to the lump sum price for "Soil Testing ". 1 S. 64 AVENUE ROADWAY WIDENING 141 1 No specific unit of measurement will apply to the force account item of "Hauling and Disposing of Contaminated Material ". 1 2 -03.5 Payment Section 2 -03 5 is supplemented with the following: (September 30, 1996) "Embankment in Place ", per cubic yard. The unit contract price per cubic yard shall be full pay to perform the work as specified. "Soil Testing ", per lump sum The lump sum price for "Soil Testing," shall be full compensation for all labor, tools, 1 equipment, and materials necessary to stockpile and perform testing for contaminants of the stockpiled soils as required during the duration of the project. "Hauling and Disposing of Contaminated Material ", by force account as provided in Section 1 -09.6. To provide a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the Contractor's total Bid 1 2 -07 WATERING 2 -07.3 Construction Requirements 1 Supplement this section with the following Water will not be supplied by the City of Yakima. 1 2 -07.4 Measurement This section is revised to read 1 There will be no measurement for water. 1 2 -07.3 Payment This section is revised to read as follows* 1 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 1 4 -06 ASPHALT TREATED BASE 4 -06.2 Materials This section is supplemented with the following* (October 25, 1999) 1 S. 64 AVENUE ROADWAY WIDENING 142 1 1 The grade of paving asphalt used in asphalt treated base shall be PG 64 -28 unless 1 otherwise ordered by the Engineer ' DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS ' 5 -04 Hot Mix Asphalt This section is supplemented with the following 1 5- 04.3(8)A1, General 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. ' Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating ' the material meets the HMA requirements defined in the contract. 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 1 Engineer and may be made in accordance with Section 9- 03.8(7). 5- 04.3(8)A4, Definition of Sampling Lot and Sublot 1 Delete the last paragraph and replace it with the following 1 For proposed quantities less than 2500 tons one sample and test is required for nonstatistical evaluation. For proposed quantities greater than 2500, one sample and test ' is required for the first 2500 tons and additional testing shall be performed on the frequency of one sample per sublot, which equals up to 800 tons maximum. The quantity of material represented by the final sublot for nonstatistical evaluation may be increased to a maximum of two times the sublot quantity calculated. 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction Delete this section and replace it with the following ' The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price S. 64 AVENUE ROADWAY WIDENING 143 1 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. 1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 1 7 -04 STORM SEWERS 7 -04.2 Materials This section is supplemented with the following 7- 04.3(1)A General ' This section is supplemented with the following No infiltration or exfiltration test will be required for the storm drain pipe ' 7 -04.4 Measurement This section is supplemented with the following 1 The length of the biofiltration swale will be the number of linear feet of completed installation measured along the finished bottom of the bisected swale including slopes, regardless of swale width The length of "Repairing / Regrading 8" HDPE Drain Pipe" from the irrigation overflow at Westwood West Golf course that will be impacted by the slope change is approximate and may vary depending on found existing horizontal locations and depth. 7 -04.5 Payment ' This section is supplemented with the following The unit contract price for "Biofiltration Swale," per linear foot, shall be full compensation for ' all labor, tools, equipment, and materials necessary to grade, and shape the roadside drainage swale as shown on the Plans. The unit contract price for " Repairing / Regrading 8" HDPE Drain Pipe ", per linear foot, shall be full compensation for all labor, tools, equipment, and materials necessary to relocate and place the drain line as necessary 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS r 7 -08.2 Materials This section is supplemented with the following: 1 Crushed Surfacing Top Course (for Trench Backfill) 7- 08.3(3) Backfilling This section is supplemented with the following. S. 64 AVENUE ROADWAY WIDENING 144 , 1 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 ' DIVISION 8 MISCELLANEOUS CONSTRUCTION 1 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements 1 General The tenth paragraph of Section 8 -01 3(1) is revised to read: 1 (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 1 October 1 through June 30 15 days Erosion and Sediment Control (ESC) Lead 1 The second and third paragraphs in Section 8- 01.3(1)B are revised to read: (January 7, 2013) ' The ESC Lead shall implement the TESC Plan Implementation shall include, but is not limited to 1 . Maintain an on -site TESC plan that reflects current site conditions and work methods Provide weekly updates to the Project Engineer 2. Identify arising needs for adaptive management and /or BMPs which were not originally identified in the TESC plan Coordinate all proposed TESC activities with the Project Engineer. 1 3 Attend all weekly construction meetings and provide an update on current and planned TESC activities ' 4 Ensure that all necessary Best Management Practices (BMP) are identified, implemented and maintained throughout construction 5. Oversee the installation and maintenance of all TESC control BMP's to ensure continued performance of their intended function Damaged 1 S. 64 AVENUE ROADWAY WIDENING 145 1 or inadequate BMP's shall be corrected immediately through coordination with the Engineer. 1 When a TESC Plan is included in the contract plans, the ESC Lead shall also inspect all disturbed areas, on -site BMP's, and stormwater discharge points at least once every calendar week and within 24 -hours of runoff events in which stormwater discharges from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month when approved by the Engineer The ESC Lead shall complete an Erosion and Sediment Control Inspection Form (Form Number 220 -030 EF) for each inspection and a copy shall be submitted to the Engineer no later than the end of the next working day following the inspection 8 -12 CHAIN LINK FENCE AND WIRE FENCE 1 8 -12.3 Construction Requirements 8 -12.5 Payment This section is supplemented with the following: The unit contract price for "10 -Foot Galvanized Chain Link Fence ", lump sum, shall be full compensation for all labor, tools, equipment, and materials necessary to construct the fencing as shown on the Plans 1 The unit contract price for "Chain Link Fence, 4 Foot ", per linear foot, shall be full compensation for all labor, tools, equipment, and materials necessary to construct the fencing as shown on the Plans 8 -14 CEMENT CONCRETE SIDEWALK 8 -14.3 Construction Requirements 1 8- 14.3(3) Placing and Finishing Concrete This section is supplemented with the following 1 All sidewalk not located within driveway approach areas shall be four -inch thick cement concrete over a two inch base of crushed surfacing top course. All sidewalk located within a driveway approach area shall be six inch thick cement concrete over a two inch base of crushed surfacing top course See City of Yakima Standard Detail R -5 8 -14.5 Payment 1 This section is supplemented with the following All costs required to furnish, place and compact the Crushed Surfacing Top Course 1 beneath the cement concrete sidewalk shall be incidental to, and included in the per square yard unit contract prices for "Cement Concrete Sidewalk — 4 Inch Thick," "Cement Concrete Sidewalk — 6 Inch Thick" and "Cement Concrete Residential Driveway Approach ". 1 S. 64 AVENUE ROADWAY WIDENING 146 1 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 1 8- 20.3(1) General ' Supplement this section with the following Electrical Order of Work ' Work shall be coordinated so that electrical equipment is energized within 72 hours of installation. t 8- 20.3(5) Conduit Supplement this section with the following All underground electrical (gray- g e ectrical conduits shall be (gray electrical grade) schedule 40 PVC pipe, installed in all conduit runs as shown on the Plans. All 90- degree elbows shall be galvanized steel. A 1/8 -inch braided nylon rope with a 450 -pound breaking strength shall be installed in each conduit run with two (2) feet doubled back at each termination 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Supplement this section with the following. Junction boxes shall not be located in ADA sidewalk ramps or landing areas, and, when possible, shall be approximately centered in the concrete sidewalk area between concrete curb edges and soft- surface dirt edges, and located such that no less than four ' (4) inches of solid concrete sidewalk separates the near edge of the junction box from soft - surface dirt areas that abut the sidewalk edge Asphalt joint filler material shall not be installed between junction boxes and concrete surfaces ' A porous concrete slab that meets the requirements of ACI specification 522.1, "specification for pervious concrete pavement," shall be constructed beneath the junction boxes as detailed in the plans ' 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 the 3M Scotchcast- permanent, watertight, non -re- enterable splice kit. 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 served And, tags are required at the controller cabinet for optical t preemption detection cable -to- detector identification. Marking sleeves and tags are NOT required for any other individual conductors, multi- conductor, coax or power cables 1 8- 20.3(10) Electrical Service Add the following: ' Existing electrical services will be utilized as shown on the plans. ' S. 64 AVENUE ROADWAY WIDENING 147 1 8 -29 ILLUMINATION, SIGNALS, ELECTRICAL 8 -29.1 Conduit, Innerduct, and Outerduct Supplement this section with the following - All underground conduit shown on the plans shall be schedule 40 PVC (electrical grade - gray color), with pull rope Additional materials to be installed on this project include, but are not limited to, junction boxes cables and electrical conductors. The pull rope shall be a 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051- 4 -1/8), and shall be installed in each conduit run with two (2) feet doubled back at each termination. When cable is pulled, this rope shall be re- pulled along with the cable. 1 8 -29.2 Junction Boxes Supplement this section with the following. 1 Junction boxes shall be Quazite- PG Style, or approved equivalent, called out on the Plans as Junction Boxes Type -1 (13" x 24). They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass, and they shall have a design load of 22,500 lbs. and a test load of 33,765 lbs.- in compliance with 2005 NEC, and meet SCTE 77 /ANSI Tier 22 test provisions The enclosures shall be stackable with finished depths of 12" to 48 ". See Quazite Details for all technical data for each of the three enclosure sizes specified 8 -29.10 Luminaires 1 Supplement this section with the following: All new luminaries shall be installed as shown on the plans. All new luminaires (fixtures) shall be LED -type with the following specifications: BETA LED- #STR-LWY-3M-8-C-UL- SV. Equivalents and /or alternate wattage LED's shall be pre- approved by the City and Traffic Engineers. 8- 29.12(1) Illumination Circuit Splices 1 Revise this section as follows The Contractor shall use only 3M Scotchcast, or pre- approved equal, watertight and non re- enterable splice kits for Tight circuit wiring splices in junction boxes. Otherwise, all standard NEMA /UL and IMSA- approved splicing methods shall be allowed for multi - conductor and single wire splicing that is required in new signal poles including locations adjacent to specified closable hand hole openings 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 1 irrigation, top soil, turf, reconnection or realignment of side services to the new sanitary sewer trunkline, 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. S. 64 AVENUE ROADWAY WIDENING 948 1 1 For the purpose of providing a common proposal for all bidders, and for that purpose ' only, the City has estimated the force account for "Repair or Replacement ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. ' 9 -05 DRAINAGE STRUCTURES, CULVERTS AND CONDUITS 9- 05.15(1) Manhole Ring and Cover This section is revised to read as follows: All manhole rings and lids to be adjusted on this project shall be replaced with locking manhole rings and lids that will be supplied by the City at no cost to the Contractor The locking manhole rings and lids shall be picked up from the Wastewater Collections Shop ' located at 204 W. Pine Street at the Contractor's expense. The locking lids are marked as "Sewer" for the sanitary sewer system and "Storm" for the storm water system. The Contractor will be responsible for placing the correct lid on each system manhole upon completion of adjustment. The Contractor shall notify the Wastewater Collections Shop a minimum of 24 hours in advance (509- 576 -6302) to ensure that the facility will be open when scheduling the pickup of the rings and lids The Contractor will need to supply the forklift for ' loading of the lids. The lids shall be placed such that the lid will open against traffic. 9 -29 ILLUMINATION, SIGNAL, ELECTRICAL 1 9- 29.6(6) Aluminum Light Standard (NEW SECTION) Add this section as follows: Light standards for this project shall be as shown on the City of Yakima Standard Detail ' The shaft of the Aluminum Light standards and arms shall be spun tapered from all new seamless 6063 alloy aluminum tubing and shall be heat treated to T6 temper. Each shaft shall have a minimum of 6" straight length at the top to accommodate the center hub of the 1 tapered arm. The anchored base shall be cast from A356 alloy aluminum The anchor base shall be heat ' treated to a T6 condition The anchor base casting and shaft shall be joined by a continuous and circumferential weld at the outside top and inside bottom of the anchor base. The completed assembly will be heat treated to T6 temper after all structural welding is 1 completed. A356 alloy aluminum nut covers shall be included with each anchor base unless otherwise specified. The light standard base shall be of the "fixed" type. Accessories shall include anchor bolts (each with two heavy hex nuts and washers) as sized 1 by the manufacturer, bolt templates, full base covers, and pole end caps. All light standards, arms and accessories shall be supplied by the same manufacturer. ' Light standards have eight -foot (8') arms, and shall provide a nominal fixture mounting height 9 9 of thirty feet (35'). ' Handholes shall be 4 inches by 6 inches and shall be located 18 inches above the base. A 1/2 -inch NC ground stud shall be located inside the handholes. S. 64 AVENUE ROADWAY WIDENING 149 1 Davit arm members shall be conically tapered from 6" O.D. x .188" wall 6063 alloy extruded aluminum tube. The fixture end of each arm shall be a 2 -3/8" O.D. (2" pipe size) tenon. The 1 davit arm slip shall fit onto a specially tapered pole top tenon where it will be fastened with two stainless steel 5/8" — 11 UNC through bolts (August 5, 2013) Standard Plans The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21- 01 transmitted under Publications Transmittal No PT 13 -037, effective August 5, 2013 is made a part of this contract. 1 The Standard Plans are revised as follows. A -50.10 1 Sheet 2 of 2, Plan, with Single Slope Barrier, reference C -14a is revised to C -70.10 A -50.20 1 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 B -10.20 and B -10.40 Substitute "step" in lieu of "handhold" on plan B -25.20 Add Note 7. See Standard Specification Section 8 -04 for Curb and Gutter requirements B -90.40 Offset & Bend details, add the subtitle, "Plan View" above titles C -16a Note 1, reference C -28.40 is revised to C -20.10 C -16b Note 3, reference C -28 40 is revised to C -20.10 1 C- 70.10 -00 Elevation, and Barrier Connection Detail, callout for premolded joint filler, revise %4 to 3/8" Note 1, revise '/4" to 3/8 ". The Welded Wire Reinforcing Substitution Option Table is deleted The note, 'Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read' "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6- 10.3." C- 75.10 -00 Elevation, callout for premolded joint filler, revise %4" to 3/8 ", Note 1, revise 1/" to 3/8 ". The Welded Wire Reinforcing Substitution Option Table is deleted The note, 'Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read. "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6 -10.3 " S. 64 AVENUE ROADWAY WIDENING 150 1 C- 75.20 -00 ' Elevation, callout for premolded joint filler, revise 1/4" to 3/8 ", Note 1, revise' " to 3/8 ". The Welded Wire Reinforcing Substitution Option Table is deleted The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification ' Sections 6 -10 and 9 -07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6- 10.3." ' C- 75.30 -00 Elevation, and Plan views, callout for premolded joint filler, revise %4" to 3/8" ", Note 1, ' revise %4" to 3/8 ". The Welded Wire Reinforcing Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read. "Steel Welded Wire Reinforcement ' Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6 -10 3 " C- 80.10 -00 The Welded Wire Reinforcing Substitution Option Table is deleted The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification ' Sections 6 -10 and 9 -07" is revised to read: "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6 -10.3 " ' C- 80.20 -00 The Welded Wire Reinforcing Substitution Option Table is deleted The note, " *Optional ' Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6- 10.3." 1 C- 80.30 -00 The Welded Wire Reinforcing Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read. "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6- 10.3." C- 80.40 -00 ' The Welded Wire Reinforcing Substitution Option Table is deleted. The note, " *Optional Substitutions to Welded Wire Reinforcements shall conform to Standard Specification Sections 6 -10 and 9 -07" is revised to read. "Steel Welded Wire Reinforcement Deformed, for Concrete may be substituted for reinforcing steel in accordance with Standard Specification 6- 10.3." C -85.14 1 General Notes, Note 1, reference to Standard Plan C -13 is revised to C -70.10 C -85.15 General Notes, Note 2, reference to Standard Plan C -13 is revised to C -70.10 C -85.16 1 General Notes, Note 1, reference to Standard Plan C -13 is revised to C -70.10 C -85.18 1 S. 64 AVENUE ROADWAY WIDENING 151 1 General Notes, Note 1, reference to Standard Plan C -13 is revised to C -70 10 C -85.20 General Notes, Note 3, reference to Standard Plan C -13 is revised to C -70 10 D -3.10 1 Key Note 7, reference to 1130.04(5).06 is revised to 730.05(5) F -10.12 1 Note 1. See Standard Plan F -30 10 for Curb Expansion and Contraction Joint spacing. Is revised to read, "See Standard Plan F -30.10 for Curb Expansion and Contraction Joint spacing and see Standard Specification section 8 -04 and 9 -04 for additional 111 requirements." F -10.62 111 Plan Title, Precast Concrete Sloped Mountable Curb is revised to read; "Precast Sloped Mountable Curb" F -10.64 Plan Title, Plan Title, Precast Concrete Dual Faced Sloped Mountable Curb is revised to read; "Precast Dual Faced Sloped Mountable Curb" 1 F -30.10 Sections, left side of sheet, (4 places), dimension, Sidewalk - 6' - 0" MIN.(See Contract) is revised to read, "Sidewalk (See Contract)" Section, top middle of sheet, dimension, Sidewalk - 6' - 0" MIN (See Contract) is revised to read; "Sidewalk (See Contract)" 1 F -80.10 callout, top middle of sheet, Match Sidewalk Width See Contract Plans - 4' - 0" MIN is revised to read; "Match Sidewalk Width See Contract Plans" dimension, PLAN VIEW TYPE 2, (2 places), 4' - 0" MIN, is revised to read; "(See Contract)" dimension, SECTION C, See Contract Plans - 4' - 0" MIN is revised to read, "See 1 Contract Plans" G -60.20 Side View, callout, "Anchor Rod - 1 -3/4" Diam x 4' -4" Threaded 8" Min. Each End, W/ 2 Washers & 4 Heavy Hex Nuts - Galvanize Exposed Anchor Rod End for 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 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 Nuts - Galvanize Exposed Anchor Rod End for 1' -0" Min " 1 H -70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1 -70.10 is 1111 revised to H -70.10 1 -50.10 Deleted S. 64 AVENUE ROADWAY WIDENING 152 1 J -3b ' Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J- 6C . " is revised to read "SEE STANDARD PLAN J -10 10. " Sheet 2 of 2, Plan View of Service Cabinet Notes, references to Std Plan J -9a are 1 revised to J -60 05 (3 instances). J -10.10 ' Note 2 The contractor shall install the conduits in the locations shown. Conduits shall extend 2" min above the coupling. The conduit containing unfused utility conductors shall extend into the utility chase is revised to read: "The contractor shall install the conduits in the locations shown. Conduits shall extend 2" min. above the coupling. The grounded end bushing on GRS conduit and the end bell bushing on PVC conduit shall extend 3" max. above the coupling. The conduit containing 1 unfused utility conductors shall extend into the utility chase." Note 4 The cabinets shall be attached to the foundation with 4 each 1/2" x 12" x 2" x 4" ' hot dip galv anchor bolts, washers, and nuts Stainless steel epoxy anchors may be used as an alternative, and shall be 1/2" diam x 9 ", or 5/8" diam. x 8 ". Bolts shall extend 1 1/2" min to 2" max. above the concrete pad is revised to read: 1 "The cabinets shall be attached to the foundation with 4 each: ' /2" x 12" x 2" x 4" anchor bolts, washers, and nuts conforming to Section 9- 06.5(1) and galvanized after fabrication ' in accordance with AASHTO M 232. Stainless steel epoxy anchors may be used as an alternative, and shall be ' /2" diameter x 9 ", or 5/8" diameter x 8 ". Threaded Rod (conforming to ASTM F 593), washers (conforming to ASTM A 240), and nuts (conforming to ASTM F 594), all shall be Type 304 stainless steel. Bolts shall extend 1 1 ' /z" min to 2" max. above the concrete pad." J -10.15 ' ANCHOR BOLT detail, callout — ASTM A307 with washer and nut — Galvanized per AASHTO M 232 is revised to read, "Anchor bolts, washers, and nuts conforming to Section 9 -06 5(1) and galvanized after fabrication in accordance with AASHTO M 232 " 1 J -15.10 Elevation View (3x), Depth dimension, reads, "Depth — See Std Spec 9- 20.3(14)E and ' Contract ", revised to read; "Depth — See Std. Spec 8 -20 3(13)A and Contract" J -15.15 ' General Notes, Note 3, reference to Standard Plan J -7c is revised to J -27.15 J -16b Deleted 1 J -16c Deleted 1 J- 20.10 -02 Foundation Detail, callout, " diameter steel hex nut, with 1 ' /2" flat washer (2) each req'd per anchor bolt" is revised to read, '/" diameter steel heavy hex nut, with ' /2" flat washer (2) each req'd per anchor bolt J- 20.11 -01 1 S. 64 AVENUE ROADWAY WIDENING 153 1 Sheet 1, View A, callout, "' /' x 26" full thread - (4) required 1 /" hex nuts - (4) required per anchor bolt" is revised to read; "'/" x 24" full thread - (4) required 1 /2" heavy hex nuts a (4) required per anchor bolt" Section B, callout, "1/2" diameter steel hex nut, with 1 /" flat washer, (2) required per 1 anchor bolt" is revised to read, 1/2" diameter steel heavy hex nut, with ' /2" flat washer, (2) required per anchor bolt Sheet 2, Elevation, callout, "Anchor bolt 1 /2" x 28" full thread - (4) required '/" hex nuts - (4) required per anchor bolt" is revised to read: Anchor bolt 3/4" x 36" full thread - (4) required 3/4" heavy hex nuts - (4) required per anchor bolt" 1 J -20.16 Elevation, callout, "1/4" Premolded Joint Filler" is revised to read, "3/8" Premolded Joint Filler" Add General Note 9. "Junction Box serving the Standard shall preferably be located 5' - 0" (10' - 0" Max.) from the Standard " J- 21.10 -03 Sheet 1, Round Concrete Foundation Detail, Elevation, callout, "1/4" hex nuts, steel, (4) Req'd. per Anchor Bolt" is revised to read; Anchor bolt 3 /" x 30" full thread - (4) required 1 3 /4" heavy hex nuts, steel, (4) Req'd. per Anchor Bolt Sheet 1, Square Concrete Foundation Detail, Elevation, callout, " hex nuts, steel, (4) Req'd per Anchor Bolt" is revised to read; Anchor bolt 1/4" x 30" full thread - (4) required 3 /4" heavy hex nuts, steel, (4) Req'd per Anchor Bolt Sheet 1, Detail C, callout, "Base Plate Assembly - Diam. steel hex nut, with 1 1 /2" flat washer, 2 each req'd per anchor bolt - minimum of 2 threads above top of nut or 5/8" maximum (Typ )" is revised to read, Base Plate Assembly - 3/4" heavy hex nut, with 3 /4" flat washer, 2 each req'd per anchor bolt - minimum of 2 threads above top of nut or 5/8" maximum (Typ.)" Sheet 2, Round Concrete Foundation Detail, Elevation, callout, "Anchor Bolts - (4) req'd a per assembly (Typ.)" is revised to read; Anchor Bolt 3 A" x 30" full thread (4) req'd per assembly (Typ.)" Callout, "3/4" hex nuts, steel - (4) req'd per anchor bolt" is revised to read; 3/4" heavy hex nuts, steel - (4) req'd per anchor bolt Sheet 2, Round Concrete Foundation Detail, Elevation, callout, "Anchor Bolts - (4) req'd per assembly (Typ.)" is revised to read; Anchor Bolt 3/4" x 30" full thread ^' (4) req'd per assembly (Typ.)" Callout, "3/4" hex nuts, steel - (4) req'd. per anchor bolt" is revised to read, 3/4" heavy hex nuts, steel - (4) req'd. per anchor bolt J- 22.15 -01 Ramp Meter Signal Standard, elevation, dimension 4'6" is revised to read; 6' -0" J -29.10 Galvanized Welded Wire Mesh detail, callout - "Drill and Tap for I" Diam. Cap Screw, 3 a Places, @ 9" center, all 4 edges S.S. Screw, ASTM F593 and washer" Is revised to read; "Drill and Tap for 3/4" Diam. Cap Screw, 3 Places, @ 9" center, all 4 edges S S Screw, ASTM F593 and washer. Liberally coat the threads with Anti -seize Compound " S. 64 AVENUE ROADWAY WIDENING 154 1 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 All references to J -16b (6x) are revised to read, J -60.11 J -75.40 Monotube Sign Structure, elevation, callout - EQUIPMENT GROUNDING CONDUCTOR SIZE PER NEC. MINIMUM SIZE # 8 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC minimum size # 4 AWG ' Detail C, callout- EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC MIN SIZE # 8 ' Is revised to read; EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG ' Detail C, callout - Stainless Steel, selftapping %" Diam Screw w/ S S. Washer, space approx. 9" O.C. is revised to read; "Stainless Steel, selftapping %4" Diam Screw w/ S S. Washer, space approx. 9" O.C., liberally coat the threads with Anti -seize compound" 1 J -75.45 elevation, callout - EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC. ' MINIMUM SIZE # 8 Is revised to read: 1 EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC minimum size # 4 AWG Detail D, callout- EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL ' REINFORCING BAR, SIZE PER NEC. MIN. SIZE # 8 Is revised to read EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG ' Detail C, callout - Stainless Steel, selftapping %4" Diam Screw w/ S S Washer, space approx. 9" O.C. is revised to read; "Stainless Steel, selftapping '/4" Diam. Screw w/ S S. Washer, space approx. 9" O.C., liberally coat the threads with Anti -seize compound" t 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" 1 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" K -80.30 In the NARROW BASE, END view, the reference to Std Plan C -8e is revised to Std. Plan K -80.35 1 S. 64TH AVENUE ROADWAY WIDENING 155 1 The following are the Standard Plan numbers applicable at the time this project was 1 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. 1 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 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 10-01 . 10/14/09 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 8-30 50 -01 4/26/12 B- 75.20 -01 .. 6/10/08 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 8-10 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 8- 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 Il 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 8-50 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 Il B -25 20 -01 3/15/12 B -60 20 -00 6/8/06 8- 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 a 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 -02 6/21/12 1 C -1 a. 10/14/09 C -6a. 10/14/09 C.24 10 -00 7/12/12 C -lb 6/16/11 C -6c. 1/6/00 C-25 18-03 7/2/12 C-lc 5/30/97 C -6d 5/30/97 C- 25.20 -05 . 7/2/12 C -1 10/31/03 _ C -6f 7/25/97 0- 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 -02. 7/2/12 •C -2b 6/21/06 C -8 .2/10/09 C-40 14-02 . 7/2/12 Il 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 10-00 4/8/12 II C-2f 3/14/97 C-8f 6/30/04 C-75 10-00 . 4/8/12 C -2g 7/27/01 0-10 6/3/10 0-75 20 -00 4/8/12 C -2h 3/28/97 C -16a.. 6/3/10 C -75 30 -00 4/8/12 III C -2i 3/28/97 C -16b .. 6/3/10 C -80 10 -00 4/8/12 C -2j 6/12/98 C-20 10-01 6/20/13 C- 80.20 -00 4/8/12 C -2k. 7/27/01 C -20 14 -02. 7/2/12 0-80 30 -00 4/8/12 C -2n 7/27/01 C-20 15-01 7/2/12 C- 80.40- 00.... 4/8/12 a C -2o . 7/13/01 0-20 18 -01 7/2/12 0-80 50 -00 4/8/12 C -2p ..... 10/31/03 C-20 19-01 . 7/2/12 C-85 10-00 4/8/12 0-3 6/27/11 0-20 40 -03 .. 7/2/12 C- 85.11 -00 4/8/12 III C -3a. .. 10/4/05 C -20 42 -03 7/2/12 C -85 14 -00 . 6/16/11 C -3b . . 6/27/11 C -20 45 01 . 7/2/12 C -85 15 -00 6/16/11 C -3c. . .6/27/11 C-22 14-02.. 6/16/11 C-85 16-00 6/16/11 C -4b . 6/8/06 0- 22.16 -03 4/18/12 C- 85- 18 -00.. 6/16/11 C -4e . .2/20/03 0- 22.40 -02. 6/16/10 0-85 20 -00 6/16/11 C -4f 7/2/12 C -22.45 00 . 6/16/11 0-90 10 -00 7/3/08 S. 64 AVENUE ROADWAY WIDENING 156 11 1 I D -2 04 -00 11/10/05 D -2 48 -00 11/10/05 D -3 17 -01 5/17/12 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 D -10 10 -01 12/2/08 I D- 2.16 -00 11/10/05 D -2 80 -00 . 11/10/05 D -10 15 -01 12/2/08 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 I D- 2.32 -00 11/10/05 D- 2.86 -00 11/10/05 D -10 30 -00 7/8/08 D -2 34 -01 1/6/09 D- 2.88 -00 11/10/05 D -10 35 -00 7/8/08 D -2 36 -02 1/6/09 D- 2.92 -00 11/10/05 D -10 40 -01 12/2/08 I D-2 42-00 11/10/05 D-3 09 -00 5/17/12 D-10 45 -01. 12/2/08 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 11-02 5/29/13 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 I D- 2.46 -00 11/10/05 D-3 16-02 5/29/13 E -1 .2/21/07 E -4 8/27/03 E -2 5/29/98 E -4a. 8/27/03 I F -10 12 -02 6/16/11 F -10 62 -01 9/05/07 F -40 15 -02 6/20/13 F -10 16 -00 12/20/06 F -10 64 -02 7/3/08 F -40 16 -02 6/20/13 I F -10 18 -00 6/27/11 F -30 10 -02 6/20/13 F -45 10-01 6/21/12 F 10 40 02. 6/21/12 F -40 12 -02 6/20/13 F -80 10 -02 3/15/12 F- 10.42 -00 1/23/07 F -40 14 -02 6/20/13 I G -10 10 -00 9/20/07 G -24 60 -02. 5/20/13 G- 70.20 02 6/10/13 G -20 10 -00 9/20/07 G-25 10-04 6/10/13 0-70 30 -02 6/10/13 G-22 10-01 7/3/08 G-30 10-02 6/20/13 G-90 10-01 5/11/11 1 G -24 10 -00 . 11/8/07 G- 24.20 -01 .2/7/12 G -50 10-01 6/20/13 G -90 20 -02 3/22/13 G -60 10 -02 6/10/13 0-90 30 -02 . 3/25/13 G -24 30 -01 2/7/12 G -60 20 -01 6/27/11 0-90 40 -01 10/14/09 G -24 40 -03 6/20/13 G -60 30 -01 6/27/11 0-95 10 -01 6/2/11 I G -24 50 -02. 6/20/13 G -70 10 -02 6/10/13 G -95 20 -02 6/2/11 G -95 30 -02 6/2/11 I H -10 10 -00 7/3/08 H-10 15 -00 7/3/08 H 32 10-00 9/20/07 H -70 10 -01 .2/7/12 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 I 1- 1010 -01 8/11/09 1-30 10 -02. 3/22/13 1-30.20-00 9/20/07 1-40.20-00 9/20/07 1 -30 30 -01 6/10/13 1- 50.20 -01 6/20/13 1 -30 15 -02 3/22/13 1 -30 40 -01 6/10/13 1 -60 10 -01 6/10/13 I 1 -30 16 -00 3/22/13 1-30 17-00 3/22/13 1-30 60 -00 5/29/13 1- 60.20 -01 6/10/13 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 I 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 I J-10 10-01 5/11/11 J- 28.22 -00 8/07/07 J-50 15-00 6/3/11 J -10 15 -00 7/2/12 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 -00 5/8/12 J -28 30 -02.. 6/27/11 J- 50.25 -00 6/3/11 I J -15 15 -00 .. 6/16/10 J-16b 2/10/09 J 28 40-01 10/14/09 J -50 30-00 6/3/11 J -28 42 -00 8/07/07 J- 60.05 -00 6/16/11 J- 16c... . .2/10/09 J -28 45 -01 6/27/11 J -60 11 -00 . 5/20/13 I J -20 10 -02 6/10/13 J -20 11 -01 6/10/13 J -28 50 -02 6/2/11 J -60 12 -00 5/20/13 J -28 60 -01 6/2/11 J -60 13 -00 . 6/16/10 J-20 15 -02 . 6/10/13 J -28 70-01. ... .5/11/11 J -60 14 -00 . 6/16/10 J- 20.16 -01 7/12/12 J-29 10-00 .6/27/11 J-75 10-01 .. .5/11/11 1 S. 64 AVENUE ROADWAY WIDENING 157 111 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 -03 6/10/13 J -40 10 -03 5/20/13 J -75 40 -00 10/14/09 J -21 15 -01 6/10/13 J- 40.20 -01 5/17/12 J -75 45 -00 10/14/09 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 -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 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 -01 6/16/11 L -40 20 -02. 6/21 /12 M -1 20 -02 6/3/1'1 M -9 60 -00 .2/10/09 M -40 10 -02 5/11/11 M -1 40 -02. 6/3/11 M -11 10 -01 1/30/07 M- 40.20 -00 10/12/07 M -1 60 -02. . 6/3/11 M -15 10 -01 2/6/07 M -40 30 -00 9/20/07 M -1 80 -03 6/3/11 M -17 10 -02.. 7/3/08 M -40 40 -00 . 9/20/07 M -2 20 -02 6/3/11 M -20 10 -02. 6/3/11 M -40 50 -00 9/20/07 M -3 10 -03 . 6/3/11 M- 20.20 -01 1/30/07 M -40 60 -00 9/20/07 M -3 20 -02. 6/3/11 M -20 30 -02. 10/14/09 M -60 10 -01 6/3/11 M -3 30 -03 6/3/11 M -20 40 -02. 6/3/11 M- 60.20 -02. 6/27/11 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 M-7 50-01 1/30/07 M-24 50 -00 6/16/11 M-80 30-00 6/10/08 M -9 50 -01 1/30/07 M -24 60 -03 5/11/11 11 11 11 1 1 1 1 S. 64 AVENUE ROADWAY WIDENING 158 1 1 1 1 1 1 Required Contract Provisions Federal -Aid Construction Contracts 1 Follow this Page 1 1 1 1 1 1 1 1 1 1 1 S. 64T" AVENUE ROADWAY WIDENING 159 11 FHWA -1273 -- Revised May 1, 2012 Il REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS 11 I General 3 A breach of any of the stipulations contained in these II Nondiscrimination Required Contract Provisions may be sufficient grounds for III Nonsegregated Facilities withholding of progress payments, withholding of final IV Davis -Bacon and Related Act Provisions payment, termination of the contract, suspension / debarment V Contract Work Hours and Safety Standards Act or any other action determined to be appropriate by the Provisions contracting agency and FHWA. VI Subletting or Assigning the Contract VII. Safety Accident Prevention 4 Selection of Labor During the performance of this contract, VIII False Statements Concerning Highway Projects the contractor shall not use convict labor for any purpose IX. Implementation of Clean Air Act and Federal Water within the limits of a construction project on a Federal -aid Pollution Control Act highway unless it is labor performed by convicts who are on X. Compliance with Governmentwide Suspension and parole, supervised release, or probation The term Federal -aid Debarment Requirements highway does not include roadways functionally classified as XI Certification Regarding Use of Contract Funds for local roads or rural minor collectors. Lobbying ATTACHMENTS II. NONDISCRIMINATION A. Employment and Materials Preference for Appalachian The provisions of this section related to 23 CFR Part 230 are Development Highway System or Appalachian Local Access applicable to all Federal -aid construction contracts and to all Road Contracts (included in Appalachian contracts only) related construction subcontracts of $10,000 or more The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. I. GENERAL In addition, the contractor and all subcontractors must comply 1 Form FHWA -1273 must be physically incorporated in each with the following policies: Executive Order 11246, 41 CFR 60, construction contract funded under Title 23 (excluding 29 CFR 1625 -1627, Title 23 USC Section 140, the emergency contracts solely intended for debris removal) The Rehabilitation Act of 1973, as amended (29 USC 794), Title VI contractor (or subcontractor) must insert this form in each of the Civil Rights Act of 1964, as amended, and related subcontract and further require its inclusion in all lower tier regulations including 49 CFR Parts 21, 26 and 27, and 23 CFR subcontracts (excluding purchase orders, rental agreements Parts 200, 230, and 633 and other agreements for supplies or services) The contractor and all subcontractors must comply with. the The applicable requirements of Form FHWA -1273 are requirements of the Equal Opportunity Clause in 41 CFR 60- incorporated by reference for work done under any purchase 1 4(b) and, for all construction contracts exceeding $10,000, order, rental agreement or agreement for other services. The the Standard Federal Equal Employment Opportunity prime contractor shall be responsible for compliance by any Construction Contract Specifications in 41 CFR 60 -4 3. subcontractor, lower -tier subcontractor or service provider Note. The U S. Department of Labor has exclusive authority to Form FHWA -1273 must be included in all Federal -aid design- determine compliance with Executive Order 11246 and the build contracts, in all subcontracts and in lower tier policies of the Secretary of Labor including 41 CFR 60, and 29 subcontracts (excluding subcontracts for design services, CFR 1625 -1627 The contracting agency and the FHWA have purchase orders, rental agreements and other agreements for the authority and the responsibility to ensure compliance with supplies or services). The design - builder shall be responsible Title 23 USC Section 140, the Rehabilitation Act of 1973, as for compliance by any subcontractor, lower -tier subcontractor amended (29 USC 794), and Title VI of the Civil Rights Act of or service provider 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27, and 23 CFR Parts 200, 230, and 633 Contracting agencies may reference Form FHWA -1273 in bid proposal or request for proposal documents, however, the The following provision is adopted from 23 CFR 230, Appendix Form FHWA -1273 must be physically incorporated (not A, with appropriate revisions to conform to the U S. referenced) in all contracts, subcontracts and lower -tier Department of Labor (US DOL) and FHWA requirements. subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a 1. Equal Employment Opportunity: Equal employment construction contract) opportunity (EEO) requirements not to discriminate. and to take affirmative action to assure equal opportunity as set forth 2. Subject to the applicability criteria noted in the following under laws, executive orders, rules, regulations (28 CFR 35, sections, these contract provisions shall apply to all work 29 CFR 1630, 29 CFR 1625 -1627, 41 CFR 60 and 49 CFR 27) performed on the contract by the contractor's own organization and orders of the Secretary of Labor as modified by the and with the assistance of workers under the contractors provisions prescribed herein, and imposed pursuant to 23 I immediate superintendence and to all work performed on the U S C 140 shall constitute the EEO and specific affirmative contract by piecework, station work, or by subcontract. action standards for the contractor's project activities under 1 S. 64 AVENUE ROADWAY WIDENING 160 1 1 I this contract. The provisions of the Americans with Disabilities 4. Recruitment: When advertising for employees, the Act of 1990 (42 U S C 12101 et seq.) set forth under 28 CFR contractor will include in all advertisements for employees the 35 and 29 CFR 1630 are incorporated by reference in this notation. "An Equal Opportunity Employer" All such contract. In the execution of this contract, the contractor advertisements will be placed in publications having a large agrees to comply with the following minimum specific circulation among minorities and women in the area from requirement activities of EEO' which the project workforce would normally be derived. I re a. The contractor will work with the contracting agency and a. The contractor will, unless precluded by a valid the Federal Government to ensure that it has made every bargaining agreement, conduct systematic and direct good faith effort to provide equal opportunity with respect to all cruitment through public and private employee referral of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To of activities under the contract. meet this requirement, the contractor will identify sources of I potential minority group employees, and establish with such b The contractor will accept as its operating policy the identified sources procedures whereby minority and women following statement: applicants may be referred to the contractor for employment consideration. 1 "It is the policy of this Company to assure that applicants are employed, and that employees are treated during b. In the event the contractor has a valid bargaining employment, without regard to their race, religion, sex, color, agreement providing for exclusive hiring hall referrals, the national origin, age or disability Such action shall include. contractor is expected to observe the provisions of that I employment, upgrading, demotion, or transfer; recruitment or agreement to the extent that the system meets the contractor's recruitment advertising; layoff or termination, rates of pay or compliance with EEO contract provisions. Where other forms of compensation, and selection for training, implementation of such an agreement has the effect of including apprenticeship, pre- apprenticeship, and /or on -the- discriminating against minorities or women, or obligates the job training." contractor to do the same, such implementation violates I Federal nondiscrimination provisions. 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have c. The contractor will encourage its present employees to the responsibility for and must be capable of effectively refer minorities and women as applicants for employment. I administering and promoting an active EEO program and who Information and procedures with regard to referring such must be assigned adequate authority and responsibility to do applicants will be discussed with employees so. 5. Personnel Actions: Wages, working conditions, and 3. Dissemination of Policy: All members of the contractor's employee benefits shall be established and administered, and 1 staff who are authorized to hire, supervise, promote, and personnel actions of every type, including hiring, upgrading, discharge employees, or who recommend such action, or who promotion, transfer, demotion, layoff, and termination, shall be are substantially involved in such action, will be made fully taken without regard to race, color, religion, sex,, national cognizant of, and will implement, the contractor's EEO policy origin, age or disability The following procedures shall be 1 and contractual responsibilities to provide EEO in each grade followed and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a a. The contractor will conduct periodic inspections of project minimum: sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site I a. Periodic meetings of supervisory and personnel office personnel. employees will be conducted before the start of work and then not less often than once every six months, at which time the b. The contractor will periodically evaluate the spread of contractor's EEO policy and its implementation will be wages paid within each classification to determine any I reviewed and explained. The meetings will be conducted by evidence of discriminatory wage practices. the EEO Officer c. The contractor will periodically review selected personnel b. All new supervisory or personnel office employees will be actions in depth to determine whether there is evidence of 1 given a thorough indoctrination by the EEO Officer, covering discrimination. Where evidence is found, the contractor will all major aspects of the contractor's EEO obligations within promptly take corrective action. If the review indicates that the thirty days following their reporting for duty with the contractor discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for I the project will be instructed by the EEO Officer in the d. The contractor will promptly investigate all complaints of contractor's procedures for locating and hiring minorities and alleged discrimination made to the contractor in connection women with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action I d. Notices and posters setting forth the contractor's EEO within a reasonable time If the investigation indicates that the policy will be placed in areas readily accessible to employees, discrimination may affect persons other than the complainant, applicants for employment and potential employees. such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform e. The contractors EEO policy and the procedures to every complainant of all of their avenues of appeal. implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or 6. Training and Promotion: other appropriate means. a. The contractor will assist in locating, qualifying, and I increasing the skills of minorities and women who are I S. 64 AVENUE ROADWAY WIDENING 161 11 applicants for employment or current employees. Such efforts with the requirements for and comply with the Americans with should be aimed at developing full journey level status Disabilities Act and all rules and regulations established there employees in the type of trade or job classification involved. under Employers must provide reasonable accommodation in all employment activities unless to do so would cause an b Consistent with the contractors work force requirements undue hardship and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., 9. Selection of Subcontractors, Procurement of Materials apprenticeship, and on- the -job training programs for the and Leasing of Equipment: The contractor shall not geographical area of contract performance. In the event a discriminate on the grounds of race, color, religion, sex, special provision for training is provided under this contract, national origin, age or disability in the selection and retention this subparagraph will be superseded as indicated in the of subcontractors, including procurement of materials and special provision. The contracting agency may reserve leases of equipment. The contractor shall take all necessary training positions for persons who receive welfare assistance and reasonable steps to ensure nondiscrimination in the in accordance with 23 U S C 140(a) administration of this contract. c. The contractor will advise employees and applicants for a. The contractor shall notify all potential subcontractors and employment of available training programs and entrance suppliers and lessors of their EEO obligations under this requirements for each. contract. d. The contractor will periodically review the training and b The contractor will use good faith efforts to ensure promotion potential of employees who are minorities and subcontractor compliance with their EEO obligations. women and will encourage eligible employees to apply for such training and promotion. 10. Assurance Required by 49 CFR 26.13(b): 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good a. The requirements of 49 CFR Part 26 and the State faith efforts to obtain the cooperation of such unions to DOT's U.S DOT - approved DBE program are incorporated by increase opportunities for minorities and women. Actions by reference. the contractor, either directly or through a contractor's association acting as agent, will include the procedures set b. The contractor or subcontractor shall not discriminate on forth below the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out a. The contractor will use good faith efforts to develop, in applicable requirements of 49 CFR Part 26 in the award and cooperation with the unions, joint training programs aimed administration of DOT - assisted contracts. Failure by the toward qualifying more minorities and women for membership contractor to carry out these requirements is a material breach in the unions and increasing the skills of minorities and women of this contract, which may result in the termination of this so that they may qualify for higher paying employment. contract or such other remedy as the contracting agency deems appropriate. b The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such 11. Records and Reports: The contractor shall keep such union will be contractually bound to refer applicants without records as necessary to document compliance with the EEO regard to their race, color, religion, sex, national origin, age or requirements. Such records shall be retained for a period of disability three years following the date of the final payment to the contractor for all contract work and shall be available at c. The contractor is to obtain information as to the referral reasonable times and places for inspection by authorized practices and policies of the labor union except that to the representatives of the contracting agency and the FHWA. extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such a. The records kept by the contractor shall document the information to the contractor, the contractor shall so certify to following: the contracting agency and shall set forth what efforts have been made to obtain such information. (1) The number and work hours of minority and non - minority group members and women employed in each work d. In the event the union is unable to provide the contractor classification on the project; with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, (2) The progress and efforts being made in cooperation through independent recruitment efforts, fill the employment with unions, when applicable, to increase employment vacancies without regard to race, color, religion, sex, national opportunities for minorities and women; and origin, age or disability; making full efforts to obtain qualified and /or qualifiable minorities and women. The failure of a union (3) The progress and efforts being made in locating, hiring, to provide sufficient referrals (even though it is obligated to training, qualifying, and upgrading minorities and women, provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the b The contractors and subcontractors will submit an annual requirements of this paragraph. In the event the union referral report to the contracting agency each July for the duration of practice prevents the contractor from meeting the obligations the project, indicating the number of minority, women, and pursuant to Executive Order 11246, as amended, and these non - minority group employees currently engaged in each work special provisions, such contractor shall immediately notify the classification required by the contract work. This information is contracting agency to be reported on Form FHWA -1391 The staffing data should represent the project work force on board in all or any part of 8. Reasonable Accommodation for Applicants / the last payroll period preceding the end of July If on- the -job Employees with Disabilities: The contractor must be familiar training is being required by special provision, the contractor S. 64 AVENUE ROADWAY WIDENING 162 I 1 I will be required to collect and report training data. The of paragraph 1 d of this section; also, regular contributions employment data should reflect the work force on board during made or costs incurred for more than a weekly period (but not all or any part of the last payroll period preceding the end of less often than quarterly) under plans, funds, or programs I July which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate III. NONSEGREGATED FACILITIES wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to This provision is applicable to all Federal -aid construction skill, except as provided in 29 CFR 5 5(a)(4). Laborers or contracts and to all related construction subcontracts of mechanics performing work in more than one classification $10,000 or more. may be compensated at the rate specified for each 1 classification for the time actually worked therein. Provided, The contractor must ensure that facilities provided for That the employer's payroll records accurately set forth the employees are provided in such a manner that segregation on time spent in each classification in which work is performed. the basis of race, color, religion, sex, or national origin cannot The wage determination (including any additional classification result. The contractor may neither require such segregated and wage rates conformed under paragraph 1 b of this U use by written or oral policies nor tolerate such use by section) and the Davis Bacon poster (WH -1321) shall be employee custom. The contractor's obligation extends further posted at all times by the contractor and its subcontractors at to ensure that its employees are not assigned to perform their the site of the work in a prominent and accessible place where services at any location, under the contractor's control, where it can be easily seen by the workers. I the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, b.(1) The contracting officer shall require that any class of time clocks, restrooms, washrooms, locker rooms, and other laborers or mechanics, including helpers, which is not listed in storage or dressing areas, parking lots, drinking fountains, the wage determination and which is to be employed under the recreation or entertainment areas, transportation, and housing contract shall be classified in conformance with the wage provided for employees. The contractor shall provide separate determination. The contracting officer shall approve an or single user restrooms and necessary dressing or sleeping additional classification and wage rate and fringe benefits areas to assure privacy between sexes. therefore only when the following criteria have been met: I IV. DAVIS -BACON AND RELATED ACT PROVISIONS (i) The work to be performed by the classification requested is not performed by a classification in the wage This section is applicable to all Federal -aid construction determination; and I projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The (ii) The classification is utilized in the area by the requirements apply to all projects located within the right -of- construction industry; and way of a roadway that is functionally classified as Federal -aid highway This excludes roadways functionally classified as (iii) The proposed wage rate, including any bona fde local roads or rural minor collectors, which are exempt. fringe The pr bears a rease incl relationship y a i de Contracting agencies may elect to apply these requirements to wage rates contained in the wage determination. other projects. The following provisions are from the U S Department of (2) If the contractor and the laborers and mechanics to be Labor regulations in 29 CFR 5.5 "Contract provisions and employed in the classification (if known), or their related matters" with minor revisions to conform to the FHWA- representatives, and the contracting officer agree on the 1273 format and FHWA program requirements. classification and wage rate (including the amount I designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the 1. Minimum wages Administrator of the Wage and Hour Division, Employment Standards Administration, U S Department of Labor, Washington, DC 20210 The Administrator, or an authorized the site of the work, will be paid unconditionally and not less often representative, will approve, modify, or disapprove every than once a week, and without subsequent deduction or additional classification action within 30 days of receipt and rebate on any account (except such payroll deductions as are so advise the contracting officer or will notify the contracting permitted by regulations issued by the Secretary of Labor officer within the 30 -day period that additional time is 1 under the Copeland Act (29 CFR part 3)), the full amount of necessary wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less (3) In the event the contractor, the laborers or mechanics than those contained in the wage determination of the to be employed in the classification or their representatives, 1 Secretary of Labor which is attached hereto and made a part and the contracting officer do not agree on the proposed hereof, regardless of any contractual relationship which may classification and wage rate (including the amount be alleged to exist between the contractor and such laborers designated for fringe benefits, where appropriate), the and mechanics. contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the Contributions made or costs reasonably anticipated for bona contracting officer, to the Wage and Hour Administrator for fide fringe benefits under section 1(b)(2) of the Davis Bacon determination. The Wage and Hour Administrator, or an Act on behalf of laborers or mechanics are considered wages authorized representative, will issue a determination within I paid to such laborers or mechanics, subject to the provisions 30 days of receipt and so advise the contracting officer or I S. 64 AVENUE ROADWAY WIDENING 163 II will notify the.contracting officer within the 30 -day period that Bacon Act, the contractor shall maintain records which show 1 additional time is necessary that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the (4) The wage rate (including fringe benefits where plan or program has been communicated in writing to the appropriate) determined pursuant to paragraphs 1.b.(2) or laborers or mechanics affected, and records which show the 1 b (3) of this section, shall be paid to all workers performing costs anticipated or the actual cost incurred in providing such work in the classification under this contract from the first benefits. Contractors employing apprentices or trainees under day on which work is performed in the classification. approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and c. Whenever the minimum wage rate prescribed in the trainees, and the ratios and wage rates prescribed in the contract for a class of laborers or mechanics includes a fringe applicable programs. benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination b (1) The contractor shall submit weekly for each week in or shall pay another bona fide fringe benefit or an hourly cash which any contract work is performed a copy of all payrolls to equivalent thereof the contracting agency The payrolls submitted shall set out accurately and completely all of the information required to be d. If the contractor does not make payments to a trustee or maintained under 29 CFR 5 5(a)(3)(i), except that full social other third person, the contractor may consider as part of the security numbers and home addresses shall not be included wages of any laborer or mechanic the amount of any costs on weekly transmittals. Instead the payrolls shall only need to reasonably anticipated in providing bona fide fringe benefits include an individually identifying number for each employee under a plan or program, Provided, That the Secretary of e.g. , the last four digits of the employee's social security Ill Labor has found, upon the written request of the contractor, number). The required weekly payroll information may be that the applicable standards of the Davis -Bacon Act have submitted in any form desired. Optional Form WH -347 is been met. The Secretary of Labor may require the contractor available for this purpose from the Wage and Hour Division to set aside in a separate account assets for the meeting of Web site at http. / /www dol.gov /esa /whd /forms /wh347instr htm 1 obligations under the plan or program. or its successor site The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. 2. Withholding Contractors and subcontractors shall maintain the full social 11 security number and current address of each covered worker, and shall provide them upon request to the contracting agency The contracting agency shall upon its own action or upon for transmission to the State DOT, the FHWA or the Wage and written request of an authorized representative of the Hour Division of the Department of Labor for purposes of an Department of Labor, withhold or cause to be withheld from investigation or audit of compliance with prevailing wage 1 the contractor under this contract, or any other Federal requirements. It is not a violation of this section for a prime contract with the same prime contractor, or any other federally- contractor to require a subcontractor to provide addresses and assisted contract subject to Davis -Bacon prevailing wage social security numbers to the prime contractor for its own requirements, which is held by the same prime contractor, so records, without weekly submission to the contracting agency much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, (2) Each including apprentices, trainees, and helpers, employed by the �) ac payroll submitted shall be accompanied by a contractor or any subcontractor the full amount of wages Statement of Compliance," signed by the contractor or required by the contract. In the event of failure to pay any subcontractor or his or her agent who pays or supervises the li laborer or mechanic, including any apprentice, trainee, or payment of the persons employed under the contract and shall II helper, employed or working on the site of the work, all or part certify the following: of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as (i) That the payroll for the payroll period contains the may be necessary to cause the suspension of any further information required to be provided under §5 5 (a)(3)(ii) of payment, advance, or guarantee of funds until such violations Regulations, 29 CFR part 5, the appropriate information is have ceased. being maintained under §5 5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and 1 3. Payrolls and basic records complete; a. Payrolls and basic records relating thereto shall be (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract maintained by the contractor during the course of the work and 1 preserved for a period of three years thereafter for all laborers during the payroll period has been paid the full weekly and mechanics working at the site of the work. Such records wages earned, without rebate, either directly or indirectly, shall contain the name, address, and social security number of and that no deductions have been made either directly or each such worker, his or her correct classification, hourly rates indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR of wages paid (including rates of contributions or costs part 3, 1 anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, (iii) That each laborer or mechanic has been paid not deductions made and actual wages paid. Whenever the less than the applicable wage rates and fringe benefits or 1 Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that cash equivalents for the classification of work performed, the wages of any laborer or mechanic include the amount of as specified in the applicable wage determination any costs reasonably anticipated in providing benefits under a incorporated into the contract. plan or program described in section 1(b)(2)(B) of the Davis- 1 S. 64 AVENUE ROADWAY WIDENING 164 11 1 1 (3) The weekly submission of a properly executed rate specified in the applicable wage determination. certification set forth on the reverse side of Optional Form Apprentices shall be paid fringe benefits in accordance with WH -347 shall satisfy the requirement for submission of the the provisions of the apprenticeship program If the 1 "Statement of Compliance" required by paragraph 3.b (2) of this section. apprenticeship program does not specify fringe benefits, apprentices must be paid'the full amount of fringe benefits listed on the wage determination for the applicable (4) The falsification of any of the above certifications may classification. If the Administrator determines that a different I subject the contractor or subcontractor to civil or criminal practice prevails for the applicable apprentice classification, prosecution under section 1001 of title 18 and section 231 of fringes shall be paid in accordance with that determination. title 31 of the United States Code. In the event the Office of Apprenticeship Training, Employer 1 c. The contractor or subcontractor shall make the records and Labor Services, or a State Apprenticeship Agency required under paragraph 3.a. of this section available for recognized by the Office, withdraws approval of an inspection, copying, or transcription by authorized apprenticeship program, the contractor will no longer be representatives of the contracting agency, the State DOT, the permitted to utilize apprentices at less than the applicable 1 FHWA, or the Department of Labor, and shall permit such predetermined rate for the work performed until an acceptable representatives to interview employees during working hours program is approved. on the job If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, b. Trainees (programs of the USDOL) 1 after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to Except as provided in 29 CFR 5.16, trainees will not be cause the suspension of any further payment, advance, or permitted to work at less than the predetermined rate for the guarantee of funds. Furthermore, failure to submit the required work performed unless they are employed pursuant to and records upon request or to make such records available may individually registered in a program which has received prior 1 be grounds for debarment action pursuant to 29 CFR 5 12. approval, evidenced by formal certification by the U S Department of Labor, Employment and Training 4. Apprentices and trainees Administration. 1 a. Apprentices (programs of the USDOL) The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Apprentices will be permitted to work at less than the Employment and Training Administration. I predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide Every trainee must be paid at not less than the rate specified apprenticeship program registered with the U S Department of in the approved program for the trainee's level of progress, Labor, Employment and Training Administration, Office of expressed as a percentage of the journeyman hourly rate Apprenticeship Training, Employer and Labor Services, or with specified in the applicable wage determination. Trainees shall 1 a State Apprenticeship Agency recognized by the Office, or if a be paid fringe benefits in accordance with the provisions of the person is employed in his or her first 90 days of probationary trainee program. If the trainee program does not mention employment as an apprentice in such an apprenticeship fringe benefits, trainees shall be paid the full amount of fringe program, who is not individually registered in the program, but benefits listed on the wage determination unless the 1 who has been certified by the Office of Apprenticeship Administrator of the Wage and Hour Division determines that Training, Employer and Labor Services or a State there is an apprenticeship program associated with the Apprenticeship Agency (where appropriate) to be eligible for corresponding journeyman wage rate on the wage probationary employment as an apprentice. determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee The allowable ratio of apprentices to journeymen on the job rate who is not registered and participating in a training plan site in any craft classification shall not be greater than the ratio approved by the Employment and Training Administration shall permitted to the contractor as to the entire work force under be paid not less than the applicable wage rate on the wage the registered program Any worker listed on a payroll at an determination for the classification of work actually performed apprentice wage rate, who is not registered or otherwise In addition, any trainee performing work on the job site in employed as stated above, shall be paid not less than the excess of the ratio permitted under the registered program applicable wage rate on the wage determination for the shall be paid not less than the applicable wage rate on the classification of work actually performed. In addition, any wage determination for the work actually performed 1 apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not In the event the Employment and Training Administration less than the applicable wage rate on the wage determination withdraws approval of a training program, the contractor will no for the work actually performed Where a contractor is longer be permitted to utilize trainees at less than the 1 performing construction on a project in a locality other than applicable predetermined rate for the work performed until an that in which its program is registered, the ratios and wage acceptable program is approved. rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered c. Equal employment opportunity The utilization of program shall be observed. I apprentices, trainees and journeymen under this part shall be in conformity .with the equal employment opportunity Every apprentice must be paid at not less than the rate requirements of Executive Order 11246, as amended, and 29 specified in the registered program for the apprentice's level of CFR part 30 I progress, expressed as a percentage of the journeymen hourly 1 S. 64 AVENUE ROADWAY WIDENING 165 11 d Apprentices and Trainees (programs of the U S. DOT). Apprentices and trainees working under apprenticeship and V. CONTRACT WORK HOURS AND SAFETY skill training programs which have been certified by the STANDARDS ACT Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not The following clauses apply to any Federal -aid construction subject to the requirements of paragraph 4 of this Section IV contract in an amount in excess of $100,000 and subject to the The straight time hourly wage rates for apprentices and overtime provisions of the Contract Work Hours and Safety III trainees under such programs will be established by the Standards Act. These clauses shall be inserted in addition to particular programs. The ratio of apprentices and trainees to the clauses required by 29 CFR 5 5(a) or 29 CFR 4 6 As journeymen shall not be greater than permitted by the terms of used in this paragraph, the terms laborers and mechanics the particular program. include watchmen and guards. 11 5. Compliance with Copeland Act requirements. The 1. Overtime requirements. No contractor or subcontractor contractor shall comply with the requirements of 29 CFR part contracting for any part of the contract work which may require 3, which are incorporated by reference in this contract. or involve the employment of laborers or mechanics shall 1 require or permit any such laborer or mechanic in any 6. Subcontracts. The contractor or subcontractor shall insert workweek in which he or she is employed on such work to Form FHWA -1273 in any subcontracts and also require the work in excess of forty hours in such workweek unless such subcontractors to include Form FHWA -1273 in any lower tier laborer or mechanic receives compensation at a rate not less subcontracts. The prime contractor shall be responsible for the than one and one -half times the basic rate of pay for all hours compliance by any subcontractor or lower tier subcontractor worked in excess of forty hours in such workweek. with all the contract clauses in 29 CFR 5 5. 2. Violation; liability for unpaid wages; liquidated 1 7. Contract termination: debarment. A breach of the damages. In the event of any violation of the clause set forth contract clauses in 29 CFR 5 5 may be grounds for termination in paragraph (1) of this section, the contractor and any of the contract, and for debarment as a contractor and a subcontractor responsible therefor shall be liable for the subcontractor as provided in 29 CFR 5 12. unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such II 8. Compliance with Davis -Bacon and Related Act District or to such territory), for liquidated damages. Such requirements. All rulings and interpretations of the Davis- liquidated damages shall be computed with respect to each Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 individual laborer or mechanic, including watchmen and 11 are herein incorporated by reference in this contract. guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each 9. Disputes concerning labor standards. Disputes arising calendar day on which such individual was required or 1 out of the labor standards provisions of this contract shall not permitted to work in excess of the standard workweek of forty be subject to the general disputes clause of this contract. Such hours without payment of the overtime wages required by the disputes shall be resolved in accordance with the procedures clause set forth in paragraph (1) of this section. of the Department of Labor set forth in 29 CFR parts 5, 6, and 7 Disputes within the meaning of this clause include disputes 3. Withholding for unpaid wages and liquidated damages. 1 between the contractor (or any of its subcontractors) and the The FHWA or the contacting agency shall upon its own action contracting agency, the U S Department of Labor, or the or upon written request of an authorized representative of the employees or their representatives. Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the 10. Certification of eligibility. contractor or subcontractor under any such contract or any 11 other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work a By entering into this contract, the contractor certifies that Hours and Safety Standards Act, which is held by the same neither it (nor he or she) nor any person or firm who has an prime contractor, such sums as may be determined to be interest in the contractors firm is a person or firm ineligible to necessary to satisfy any liabilities of such contractor or be awarded Government contracts by virtue of section 3(a) of subcontractor for unpaid wages and liquidated damages as the Davis -Bacon Act or 29 CFR 5.12(a)(1) provided in the clause set forth in paragraph (2.) of this section. b No part of this contract shall be subcontracted to any person 11 or firm ineligible for award of a Government contract by virtue 4 Subcontracts. The contractor or subcontractor shall insert of section 3(a) of the Davis -Bacon Act or 29 CFR 5 12(a)(1) in any subcontracts. the clauses set forth in paragraph (1 ) through (4) of this section and also a clause requiring the c. The penalty for making false statements is prescribed in the subcontractors to include these clauses in any lower tier U S Criminal Code, 18 U S C 1001 subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1 ) through (4) of this section 1 1 S. 64 AVENUE ROADWAY WIDENING 166 11 1 I - evidenced in writing and that it contains all pertinent provisions VI. SUBLETTING OR ASSIGNING THE CONTRACT and requirements of the prime contract. I This provision is applicable to all Federal -aid construction contracts on the National Highway System. 5 The 30% self - performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self - performance 1 The contractor shall perform with its own organization requirements. I contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original_contract price, excluding any specialty items VII. SAFETY: ACCIDENT PREVENTION designated by the contracting agency Specialty items may be performed by subcontract and the amount of any such T h i s p r o v i s i o n i s applicable to all Federal- ' specialty items performed may be deducted from the total aid construction contracts and to all related subcontracts. original contract price before computing the amount of work required to be performed by the contractor's own organization 1 In the performance of this contract the contractor shall (23 CFR 635 116) comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The a. The term "perform work with its own organization" refers contractor shall provide all safeguards, safety devices and to workers employed or leased by the prime contractor, and protective equipment and take any other needed actions as it equipment owned or rented by the prime contractor, with or determines, or as the contracting officer may determine, to be without operators. Such term does not include employees or reasonably necessary to protect the life and health of equipment of a subcontractor or lower tier subcontractor, employees on the job and the safety of the public and to agents of the prime contractor, or any other assignees. The protect property in connection with the performance of the term may include payments for the costs of hiring leased work covered by the contract. employees from an employee leasing firm meeting all relevant I Federal and State regulatory requirements Leased 2. It is a condition of this contract, and shall be made a employees may only be included in this term if the prime condition of each subcontract, which the contractor enters into contractor meets all of the following conditions: pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance I (1) the prime contractor maintains control over the of the contract, to work in surroundings or under conditions supervision of the day-to-day activities of the leased which are unsanitary, hazardous or dangerous to his /her employees, health or safety, as determined under construction safety and (2) the prime contractor remains responsible for the quality health standards (29 CFR 1926) promulgated by the Secretary of the work of the leased employees, of Labor, in accordance with Section 107 of the Contract Work I (3) the prime contractor retains all power to accept or Hours and Safety Standards Act (40 U S C 3704) exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for 3 Pursuant to 29 CFR 1926.3, it is a condition of this contract the payment of predetermined minimum wages, the that the Secretary of Labor or authorized representative I submission of payrolls, statements of compliance and all thereof, shall have right of entry to any site of contract other Federal regulatory requirements. performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry b "Specialty Items" shall be construed to be limited to work out the duties of the Secretary under Section 107 of the that requires highly specialized knowledge, abilities, or Contract Work Hours and Safety Standards Act (40 1 equipment not ordinarily available in the type of contracting U S C 3704) organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of T h i s p r o v i s i o n i s applicable to all Federal - material and manufactured products which are to be aid construction contracts and to all related subcontracts. purchased or produced by the contractor under the contract I provisions. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high 3. The contractor shall furnish (a) a competent superintendent degree of reliability on statements and representations made or supervisor who is employed by the firm, has full authority to by engineers, contractors, suppliers, and workers on Federal - ' direct performance of the work in accordance with the contract aid highway projects, it is essential that all persons concerned requirements, and is in charge of all construction operations with the project perform their functions as carefully, thoroughly, (regardless of who performs the work) and (b) such other of its and honestly as possible Willful falsification, distortion, or own organizational resources (supervision, management, and misrepresentation with respect to any facts related to the I engineering services) as the contracting officer determines is project is a violation of Federal law To prevent any necessary to assure the performance of the contract. misunderstanding regarding the seriousness of these and similar acts, Form FHWA -1022 shall be posted on each 4 No portion of the contract shall be sublet, assigned or Federal -aid highway project (23 CFR 635) in one or more otherwise disposed of except with the written consent of the places where it is readily available to all persons concerned 1 contracting officer, or authorized representative, and such with the project: consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the 18 U S C 1020 reads as follows: 1 contracting agency has assured that each subcontract is 1 S. 64 AVENUE ROADWAY WIDENING 167 11 "Whoever, being an officer, agent, or employee of the United covered transaction. The prospective first tier participant shall I States, or of any State or Territory, or whoever, whether a submit an explanation of why it cannot provide the certification person, association, firm, or corporation, knowingly makes any set out below The certification or explanation will be false statement, false representation, or false report as to the considered in connection with - the department or agency's character, quality, quantity, or cost of the material used or to determination whether to enter into this transaction. However, be used, or the quantity or quality of the work performed or to failure of the prospective first tier participant to furnish a be performed, or the cost thereof in connection with the certification or an explanation shall disqualify such a person submission of plans, maps, specifications, contracts, or costs from participation in this transaction. of construction on any highway or related project submitted for approval to the Secretary of Transportation; or c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting Whoever knowingly makes any false statement, false agency determined to enter into this transaction. If it is later representation, false report or false claim with respect to the determined that the prospective participant knowingly rendered character, quality, quantity, or cost of any work performed or to an erroneous certification, in addition to other remedies be performed, or materials furnished or to be furnished, in available to the Federal Government, the contracting agency connection with the construction of any highway or related may terminate this transaction for cause of default. project approved by the Secretary of Transportation; or d The prospective first tier participant shall provide Whoever knowingly makes any false statement or false immediate written notice to the contracting agency to whom representation as to material fact in any statement, certificate, this proposal is submitted if any time the prospective first tier or report submitted pursuant to provisions of the Federal -aid participant learns that its certification was erroneous when Roads Act approved July 1, 1916, (39 Stat. 355), as amended submitted or has become erroneous by reason of changed and supplemented; circumstances. Shall be fined under this title or imprisoned not more than 5 e. The terms "covered transaction," "debarred," years or both." "suspended," "ineligible." "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200 "First Tier Covered IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL Transactions" refers to any covered transaction between a WATER POLLUTION CONTROL ACT grantee or subgrantee of Federal funds and a participant (such as the prime or general contract) "Lower Tier Covered This provision is applicable to all Federal -aid construction Transactions" refers to any covered transaction under a First contracts and to all related subcontracts. Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a By submission of this bid /proposal or the execution of this covered transaction with a grantee or subgrantee of Federal contract, or subcontract, as appropriate, the bidder, proposer, funds (such as the prime or general contractor) "Lower Tier Federal -aid construction contractor, or subcontractor, as Participant" refers any participant who has entered into a appropriate, will be deemed to have stipulated as follows: covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers) 1 That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an f The prospective first tier participant agrees by submitting award due to a violation of Section 508 of the Clean Water Act this proposal that, should the proposed covered transaction be or Section 306 of the Clean Air Act. entered into, it shall not knowingly enter into any lower tier 2. That the contractor agrees to include or cause to be covered transaction with a person who is debarred, included the requirements of paragraph (1) of this Section X in suspended, declared ineligible, or voluntarily excluded from every subcontract, and further agrees to take such action as participation in this covered transaction, unless authorized by the contracting agency may direct as a means of enforcing the department or agency entering into this transaction. such requirements g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled X. CERTIFICATION REGARDING DEBARMENT, "Certification Regarding Debarment, Suspension, Ineligibility SUSPENSION, INELIGIBILITY AND VOLUNTARY and Voluntary Exclusion -Lower Tier Covered Transactions," EXCLUSION provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower This provision is applicable to all Federal -aid construction tier covered transactions and in all solicitations for lower tier contracts, design - build contracts, subcontracts, lower -tier covered transactions exceeding the $25,000 threshold subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA h. A participant in a covered transaction may rely upon a approval or that is estimated to cost $25,000 or more — as certification of a prospective participant in a lower tier covered defined in 2 CFR Parts 180 and 1200 transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, 1. Instructions for Certification — First Tier Participants: debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as a. By signing and submitting this proposal, the prospective the eligibility of any lower tier prospective participants, each first tier participant is providing the certification set out below participant may, but is not required to, check the Excluded Parties List System website (https: / /www.epls.gov /), which is b The inability of a person to provide the certification set out compiled by the General Services Administration. below will not necessarily result in denial of participation in this S. 64 AVENUE ROADWAY WIDENING 168 1 I i. Nothing contained in the foregoing shall be construed to this transaction originated may pursue available remedies, require the establishment of a system of records in order to including suspension and /or debarment. render in good faith the certification required by this clause. I The knowledge and information of the prospective participant c. The prospective lower tier participant shall provide is not required to exceed that which is normally possessed by immediate written notice to the person to which this proposal is a prudent person in the ordinary course of business dealings. submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of 111 j. Except for transactions authorized under paragraph (f) of changed circumstances. these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a d. The terms "covered transaction," "debarred," person who is suspended, debarred, ineligible, or voluntarily "suspended," "ineligible," "participant," "person," "principal," excluded from participation in this transaction, in addition to and "voluntarily excluded," as used in this clause, are defined I other remedies available to the Federal Government, the in 2 CFR Parts 180 and 1200 You may contact the person to department or agency may terminate this transaction for cause which this proposal is submitted for assistance in obtaining a or default. copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or * . " subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" 2. Certification Regarding Debarment, Suspension, refers to any covered transaction under a First Tier Covered Ineligibility and Voluntary Exclusion — First Tier Transaction (such as subcontracts) "First Tier Participant" I Participants: refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds a. The prospective first tier participant certifies to the best of (such as the prime or general contractor). "Lower Tier its knowledge and belief, that it and its principals. Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other. Lower I (1) Are not presently debarred, suspended, proposed for Tier Participants (such as subcontractors and suppliers). debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal e The prospective lower tier participant agrees by department or agency; submitting this proposal that, should the proposed covered I (2) transaction be entered into, it shall not knowingly enter into Have not within a three -year period preceding this any lower tier covered transaction with a person who is proposal been convicted of or had a civil judgment rendered debarred, suspended, declared ineligible, or voluntarily against them for commission of fraud or a criminal offense in excluded from participation in this covered transaction, unless connection with obtaining, attempting to obtain, or performing authorized by the department or agency with which this I a public (Federal, State or local) transaction or contract under transaction originated. a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, f The prospective lower tier participant further agrees by bribery, falsification or destruction of records, making false submitting this proposal that it will include this clause titled I statements, or receiving stolen property; "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," (3) Are not presently indicted for or otherwise criminally or without modification, in all lower tier covered transactions and civilly charged by a governmental entity (Federal, State or in all solicitations for lower tier covered transactions exceeding local) with commission of any of the offenses enumerated in the $25,000 threshold. I paragraph (a)(2) of this certification, and g. A participant in a covered transaction may rely upon a (4) Have not within a three -year period preceding this certification of a prospective participant in a lower tier covered application /proposal had one or more public transactions transaction that is not debarred, suspended, ineligible, or I (Federal, State or local) terminated for cause or default. voluntarily excluded from the covered transaction, unless it. knows that the certification is erroneous. A participant is b Where the prospective participant is unable to certify to responsible for ensuring that its principals are not suspended, any of the statements in this certification, such prospective debarred, or otherwise ineligible to participate in covered i participant shall attach an explanation to this proposal. transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each 2. Instructions for Certification - Lower Tier Participants: participant may, but is not required to, check the Excluded Parties List System website (https: / /www.epls.gov /), which is (Applicable to all subcontracts, purchase orders and other compiled by the General Services Administration. 1 lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and h. Nothing contained in the foregoing shall be construed to 1200) require establishment of a system of records in order to render in good faith the certification required by this clause. The t a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. b The certification in this clause is a material representation of fact upon which reliance was placed when this transaction i. Except for transactions authorized under paragraph e of was entered into. If it is later determined that the prospective these instructions, if a participant in a covered transaction lower tier participant knowingly rendered an erroneous knowingly enters into a lower tier covered transaction with a certification, in addition to other remedies available to the person who is suspended, debarred, ineligible, or voluntarily Federal Government, the departmeht, or agency with which excluded from participation in this transaction, in addition to I other remedies available to the Federal Government, the I S. 64 AVENUE ROADWAY WIDENING 169 11 department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 1 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - -Lower Tier Participants: 1 The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20) 1 The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U S C 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly S. 64 AVENUE ROADWAY WIDENING 170 ATTACHMENT A - EMPLOYMENT AND MATERIALS 6 The contractor shall include the provisions of Sections 1 ' PREFERENCE FOR APPALACHIAN DEVELOPMENT through 4 of this Attachment A in every subcontract for work HIGHWAY SYSTEM OR APPALACHIAN LOCAL which is, or reasonably may be, done as on -site work. ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects 1 funded under the Appalachian Regional Development Act of 1965 1 During the performance of this contract, the contractor ' undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available b For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. ' c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of ' nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees ' required in each classification, (c) -the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly ' notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required 4 If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number ' requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records Upon receipt of ' this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above I 5 The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. S. 64TH AVENUE ROADWAY WIDENING 171 11 11 1 11 1 11 11 1 1 1 1 1 11 1 1 1 1 1 S. 64TH AVENUE ROADWAY WIDENING 172 CONTRACT I Lill THIS AGREEMENT, made and entered into in triplicate, this I 7 day of , 2014, by and between the City of Yakima, hereinafter called the Owner, and Granite Construction Compa , 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 $ 823,328.00, for S. 64 Avenue Roadway Widening — Nob Hill Blvd. to Tieton Drive, City Project No. 2311, all in accordance with, and as described in the attached plans and specifications and the 2012 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Seventy (70) 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, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns; does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor - _- V It is further provided that no liability shall attach to the City of Yakima by reason of entering into tliis except as expressly provided herein IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written Countersigned CITY OF YAKIMA CONTRACTOR • this day of „en" 2014. Granite Coristruction Company, a California Corporation Contractor B . C y Manager - st: gisha Desai Rat (Print Name) City Clerk ' Its Vice President �� �J ` ;* ,,�. '. (President, Owner, etc.) CITY CONTRACT NOfi"' 1 /-'© r' 1 Address: 585 West Beach Street , RESOLUTION NO:, 4 g-1913 -- I' - '" ^' �. C r Watsonville, CA 95076 1, / Y Bond Nos.: 82331328 Federal / 106024487 Travelers 09137472 F &D 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 Roadway Widening — Nob Hill Blvd. to Tieton Drive, City Project No. 2311, 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 $ (Total Contract Amount) lawful money of the United States, the payment of which we jointly and severally bind Eight Hundred Twenty. Three Thousand Three Hundred Twenty Eight and 00 /100 Dollars ($823,328.00) ourselves, 'bur executors, administrators is rators an assigns, an successors an assigns, firmly by ese 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. , '•r ' This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima,,Washingtoh: f IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly'auttrorized.of�rers this - _T, , ' 7th day of February , 2 014 ' Granite Construction Company ' ' (Princip 6 7970r.'"° (Signature) Jigisha Desai, Vice President • (Print Name) Approved as form: ti t 4 I q 4 ( : - H t / 1 (Clfy A ttorne y ) :^ tti - � • • \ 1 ! t • tip .=,. m i .. 4. 'i, Feder I Insurance'Campa y i 1 !, �` 1 (Surety) r r r I (• • Travelers,C & Surety Com4ariylof America, ;. • B Fidelity & Deposit�Company of lMl , ,,:: :( 7-,,-.,, r (Signature) ' • ti ,, f J and'Severally�Liable - • ,, . kr a :\ f fti, ? ' Ashley Stinson 1 * *Connecticut':.'Maryland, respective.lj/' i; i (Print Name) - -, :'-'- ,. •� '" ; ^ F ,` , c i . .. zZ Attorney -in -Fact + ' r 1 � (Title) � y�, , r s� . '� yi , 1 . 1 .,,,,e" • - •'K " ' ACKNOWLEDGMENT State of California County of Santa Cruz On February 7, 2014 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. V. J. FO19X �' Cnm 4$644 WITNESS my hand and official seal. � CO = :� • H, S,r NOTAh"1 rUBUC CALIFORNIA !E " SANTA CRUZ COUNTY MY CQMMSSION EXPIRES SEPT 15, 2015 Signature Seal) V.J. Fox, Notary Public IE Chubb , Federal Insrance Company Attn: Surety Department Surety OF' Vigilant Insurance Conripany 16 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by 'These Presents, That FEDERAL INSURANCE COMPANY, an Indiana .corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC . INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jigisha' John D. Gilliland; Catherine Gustayson, Cynthia P. Johnson, Kathleen Schreckengost, Ashley Stinsonand Lillian'Tse of Watsonville, California—. ---- each as their true and iawfuIAttorney- 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 ethenvise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business on- behalf of Granite Construction Incorporated and all SubsIdieries atone or in joint venture — -.- - —� in connection with bids, proposals or contracts to or with the United States of America, any State or political subdhrision thereof or any person, tinn or corporation. And the execution of such bond or obligation try such Attorney In- Fad in the Company's name and on its behalf as ,surety thereon or.othecwise, under its corporate seal, in pursuance of the authority hereby conferred shalt upon delivery thereof, be.vatid and bindingupon 1he.Company: In Witness Whereof, saidFEDERAL INSURANCE COMPANY,.VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANYhave each executed and attested these presents and affixed their corporate seals. on this 10 day of April, 201-3. )awn M. Chloros, Assistant Secretary avid B: Norms, Jr, Vic P e STATE OF NEW JERSEY ss. County.of'Somerset On this 10th day of April, 2013 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros to the known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, end PACIFIC INDEMNITY.COMPANY Me companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and -say That he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC 'INDEMNITY COMPANY and knows the corporate seals thereof, that the.seals affixed to the foregoing -Power of Attorney aresuch corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr.,,and knows him to be Vice President of said Companies; and that the signature of David 8:. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David 8. Norris, Jr., and was thereto subscribed by authority of said By- Laws and in deponents presence. Notarial Seal „:\.`.. KATHERINEJ. ADEI ' - r ' .v * NOTARY PUBLIC OF NEW JERSEY ,STAR :4! No 2316685 . �"` : 1 i"..9.0 ) Cornmil iOn gin Jfar tb, 2014 � 4C- �� Notary Public' ' y� CERTIFICATION Extract from the By- Laws of FEDERAI. 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 of 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: Charrman; President any Vice President, any Assistant Vice President any Secretary, any Assistant Secretary and ttie seal of.the Company may be affixed by facsimile to any power of attorney onto any,certlhcate relating thereto appointing Assistant Secretaries or Attorneys- in Fact for purposes Doty of executing and . attesting bonds and undertakings and other writings obligatory In the nature Thereof, and any such power of attorney or certificate tearing suet' facsimile signature or facafmlle seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the 'Company with respect to any bondor undertaking to which It is attached.' 1, Dawn M.-Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies j do hereby certify that , (I) the foregoing extract of the 8y- Laws,ofthe'Companles Is true and correct, (0) the Companies are duly licensed and authorized*, transact surety business in ;01 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed In Puerto Rico and the US. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward, Island; end (iii) the foregoing Power of. Attorney is true, correct and in felt fordo andeffw. Given under my hand and seals of said Companies at Warren, N.l this February 7, 2014 4 % 0 ; yam?. - eF 161'4' , i ` - pit ii i \ , • ' alstiuo* ' \ :: " - ° Air ---"..• . - , 11 1 . :.„. ,,, ,...,,ii ` .. Davin M.. Setretarjr . L IN THE - EVENT YOU WISH NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US:OF MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903 3493' Fax (908) 903- 3656 e-mail: surety@ ctiribb.com - , ' .1 i re ,/ Fonn 15 -10- 0154151- U (Rev. 10.02) CORP CONSENT • 1 Aw TRAVELERS' J POWER OF ATTORNEY Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In -Fact No. 226331 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint John D. Gilliland, Jigisha Desal Cynthia P. Johnson, Kathleen Schreckengost, Catherine Gustayson, Ashley Stinson, and Lilian Tse of the City of Watsonville, State of California, their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings'required or permitted in any actions or proceedings allowed by law. This Power of Attorney is limited to bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof for Granite Construction Incorporated and all subsidiaries and affiliates, alone or in Joint venture. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 14th day of March, 2013. Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company r " ., r►Ra ` � Y irr� ¢..�ew� 4 .4. , " 44 0 4.ebb► � % m w g � 4 S EAL b' t \S�C el f a /Clip d • A, %in At' State of Connecticut By: City of Hartford ss. Robert L. Raney, Senior Vice President On this the 14th day of March, 2013, before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal.1lfJI, My Commission expires the 30th day of June, 2016. 1+1 R - Marie C. Tetreault, Notary Public Page 1 of 2 • This Power of Attorney is granted under and by the authority of the Following resolutionsadopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance' Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty .and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows; RESOLVED, that the Chairman, the President, any Vice Chairman, any'Executive Vice President, any 'Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate ,Secretary or any Assistant Secretary may appoint Attorneys- in-Fact and Agents to acts for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority 'Mali prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity; and other writings obligatory-in the nature of a bond, recognizance, or conditional undertaking any of said officers or the Board of Directors at any tine may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President,, any Vice Chairman, any Executive Vice :President, any Senior Vice President or any Vice President may delegate all or any part of the:foregoing authority to one or more officers or employees of this Company, provided that each•such delegation is in writing and a copy thereof is filed in the office of the Secretary;-end' it is FURTHER RESOLVED, that any bond, recognizance contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a). Signed by the President, any Vice. Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, 'any Assistant Treasurer; the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed '(under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed' in his or her certificate. or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; .and it is FURTHER RESOLVED, that the.signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal: of the Company may be affixed by facsimile to any Power of Attorney or to any relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing, and attesting bonds and undertakings and other writings obligatory inthe nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with,respect to any bond or understanding to which 'it is attached. • I, Kori M. Johanson the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity -and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine 'Insurance Company; St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United. States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I:have hereunto set my hand and.affixed the seals of said Companies this February 7, 2014 Kevin E. Hughes Assi$tant'Secretary 0. _ % co, :, _ , .0 if g as tr • w r • •. • 6 fi r f, .l ?Fon, o � rey", ., d �P'' 9 A ' )' / '� o • f r t ; SEAL 816JLI. rl R l e • C';'4 4 << To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 or contact us atwww.travelersbond'com..Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. Page 2 of 2 EXTRACT FROM BY -LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any ' time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and 'Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998 RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding,on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting /duly called and held on the 10th day of May, 1990. RESOLVED "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, This February 7, 2014 ` " ` : t ` r , Thomas O. McClellan, Vice President ~� - fr • • f 5 _S J1> • ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS. That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by Geoffrey Delisio, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Jigisha DESAI, Catherine GUSTAVSON, Cynthia P. JOHNSON, Kathleen SCHRECKENGOST, John D. GILLILAND, Ashley STINSON and Lillian TSE, each its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, issued on behalf of Granite Construction Incorporated, Watsonville, California and all subsidiaries alone or in a joint venture and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof Is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President has hereunto subscribed his /her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1st day of March, A.D 2013 �7` fjtuk� � ocr o /�1��� /•1 BEAL � • °;• 1111 ` a 1� M 4 Wn By Vice President —Geoffrey Delisio By: Assistant Secretary — Gerald F Haley State of Maryland County of Baltimore On this 1st day of March, A.D 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Geoffrey Delisio, Vice President and Gerald F. Haley,.Assistant Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he /she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. '4.11k .. • ghn$o s By: Constance A. Dunn - Nota( Public My Commission Expires: July 14, 2015 A ( ` "° CERTIFICATE OF LIABILITY INSURANCE DATE (M11 MfDO/DD /YYYY) A/ 02 14 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 Aon Risk Insurance Services West, Inc. NAME: PHONE FAX (A/C. No. Ext): (A/C, No): 199 Fremont Street, Suite 1500 E - MAIL ADDRESS: San Francisco, CA 94105 INSURER(S) AFFORDING COVERAGE NAIC# . INSURER A; VALLEY FORGE INS CO 120508 INSURED INSURER B . Granite Construction Company INSURER C PO Box 50085 INSURERD. I Watsonville, CA 9507 INSURERS. INSURER F . COVERAGES CERTIFICATE NUMBER: 38439800 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 X GL 2074978689 10/01/12 10 /01 /15 EACH OCCURRENCE $ $ 2,000,000 x COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Ea occurrence) 2 , 000,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ NIL X Contractual Liabilit PERSONAL & ADV. INJURY $ 2,000,000 X XCU Hazards GENERAL AGGREGATE $ 10,000,000 GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X IFST LOC $ A AUTOMOBILE LIABILITY X X BUA 2074978692 10/01/12 10 /01 /15 COMBINED SINGLE LIMIT 2,000,000 X (Ea accident) $ ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED , BODILY INJURY (Per accident) ' $ AUTOS AUTOS ' NON -OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS (Per accident) $ I X Contractua_ $ • UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ I DED RETENTION $ $ A WORKERS COMPENSATION WC 274978644 (WA /EL ONLY 10 01/12 10/01/15 X WCSTATU- OTH- AND EMPLOYERS' LIABILITY Y / N / TORY LIMITS ER_ A ANYPROPRIETOR/PARTNER/EXECUTIVE WC 274978644 (AOS) 10/01/12 10/01/15 E.L. EACH ACCIDENT $ 2,000,000 OFFICER/MEMBER EXCLUDED? N N / A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 2,000,000 I If yes, describe under 2,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ I DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) 2505- 441649 - SOUTH 64TH AVENUE ROADWAY WIDENING - NOB HILL BLVD. TO TIETON DRIVE. CITY PROJECT NO. 2311 FED. AID NO. STPUS 4591(002). THE CITY OF YAKIMA, ITS AGENTS, EMPLOYEES, VOLUNTEERS, AND ELECTED AND APPOINTED I OFFICIALS ARE ADDITIONAL. INSUREDS, PER ENDORSEMENTS ATTACHED. GL PER ISO FORM CG0001 10 /01; AL PER ISO FORM CA0001 03/10 I CERTIFICATE HOLDER CANCELLATION 2505 - 441649 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF YAKIMA THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN I . ACCORDANCE WITH THE POLICY PROVISIONS. . AUTHORIZED REPRESENTATIVE YAKIMA, WA 98901 "i, /x 1/ f 1 r 6 USA © 1988 - 2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD Lindak250 II 38439800 DATE 1 SUPPLEMENT TO CERTIFICATE OF INSURANCE 02/11/2014 NAME OF INSURED: Granite Construction Company 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SUPP (10/00) 1 I , , Policy# GL2074978689 G- 140331 -C Insured Granite Construction Incorporated (Ed 10/10) 1 Effective' 10/01/12 CNA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS - COMPLETED OPERATIONS COVERAGE I This endorsement modifies insurance provided under the following* COMMERCIAL GENERAL LIABILITY COVERAGE PART 1 SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations I (As required by "written contract" per Paragraph A. below ) The insurance afforded to the additional insured only applies to the extent permitted by law 1 ' Locations of Covered Operations I (As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.) ' - not provide the in d an A. Section II Who Is An Insure is amended to 2. We will of pro de t e sur e y include as an additional insured* broader coverage or any higher limit of I 1. Any person or organization whom you are insurance than the least that is required by "written contract" to add as an a. Required by the "written contract ", additional insured on this Coverage Part; and b. Described in B.1. above, or I 2. The particular person or organization, if any, scheduled above. c. Afforded to you under this policy B. The insurance provided to the additional insured is 3. This insurance is excess of all other insurance limited as follows. available to the additional insured whether on a I primary, excess, contingent or any other basis. 1. The person or organization is an additional But if required by the "written contract," this insured only with respect to liability for "bodily insurance will be 'primary and non - contributory 1 injury," "property damage," or "personal and relative to insurance on which the additional advertising injury" caused in whole or in part by: insured is a Named Insured. a. Your acts or omissions; or 4. The insurance provided to the additional b. The acts or omissions of those acting on insured does not apply to "bodily injury," 1 your behalf "property damage," or' "personal and advertising injury arising out of in the performance of your ongoing operations a. The rendering of, or the failure to render, specified in the "written contract ", or I any professional architectural, engineering, c. "Your work" that is specified in the "written or surveying services, including contract" but only for "bodily injury" or (1) The re a or failing to "property damage" included in the () p p arin g' pp rovin g' g prepare or approve maps, shop I "products- completed operations hazard," and only if. drawings, opinions, reports, surveys, field orders, change orders or drawings (1) The "written contract" requires you to and specifications, and I provide the additional insured such coverage, and (2) Supervisory, inspection, architectural or engineering activities, or (2) This Coverage Part provides such b. Any premises or work. for which the coverage. additional insured is specifically listed as an 1 1 Page 1 of 2 1 Policy# GL2074978689 G- 140331 -0 c , A Insured Granite Construction Incorporated (Ed 10/10) i Effective 10/01/12 additional insured on another endorsement We have no duty to defend or indemnify an I attached to this Coverage Part. additional insured under this endorsement until C . SECTION IV COMMERCIAL GENERAL we receive from the additional insured written LIABILITY CONDITIONS is amended as follows. notice of a claim or "suit." I 1. The Duties In The Event of Occurrence, 2. With respect only to the insurance provided by Offense, Claim or Suit condition is amended this endorsement, the first sentence of to add the following additional conditions Paragraph 4.a. of the Other Insurance applicable to the additional insured Condition is deleted and replaced with the U followwing. An additional insured under this endorsement 4. Other Insurance will as soon as practicable (1) Give us written notice of an "occurrence" or a. Primary Insurance I an offense which may result in a claim or This insurance is primary and non "suit" under this insurance, and of any claim contributory except when rendered or "suit" that does result; excess by endorsement G- 140331 -C, I (2) Except as provided in Paragraph B 3 of this or when Paragraph b. below applies. endorsement, agree to make available any D. Only for the purpose of the insurance provided by other insurance the additional insured has this endorsement, SECTION V — DEFINITIONS is for a loss we cover under this Coverage amended to add the following definition I Part; "Written contract" means a written contract or ( 3) Send us copies of all legal papers received, written agreement that requires you to make a and otherwise cooperate with us in the person or organization an additional insured on this I investigation, defense, or of the claim or "suit ", and Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during (4) Tender the defense and indemnity of any the term of this policy; and claim or "suit" to any other insurer or self 2. Was executed prior to I insurer whose policy or program applies to a loss we cover under this Coverage Part. a. The "bodily injury" or "property damage ", or But if the "written contract" requires this b The offense that caused the "personal and insurance to be primary and non- contributory, this provision (4) does not advertising injury" apply to insurance on which the additional for which the additional insured seeks coverage insured is a Named Insured. under this Coverage Part. I G- 140331 -C (Ed 10/10) Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 2 of 2 Notice of Cancellation I In the event of cancellation or material change that reduces or restricts the insurance afforded by the General Liability Coverage Form, the Company agrees to mail prior written notice of cancellation or material change to the person or organization named in the Schedule Schedule I Name Any person or organization the named insured is required by written contract or agreement to mail prior written notice of cancellation or material change. Number of days advance notice. I 10 (or 20 if in Alaska) days notice for non - payment of premium or 60 (or fewer, as required by written contract) days notice for any other reason I Waiver of Subrogation The Company waives any right of subrogation against any additional insured because of payments the Company makes for injury or damage arising out of operations performed for such additional insured by the named insured but, only if a written contract requires such a waiver. 1 , 1 Page 2 of 2 1 I , ' 1 POLICY NUMBER. GL2074978689 COMMERCIAL GENERAL LIABILITY INSURED GRANITE CONSTRUCTION INC. CG 25 03 05 09 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT 1 This endorsement modifies insurance rovided under the following 9 1 COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE 1 Designated Construction Project(s): / 1 PROJECTS WHERE REQUIRED BY WRITTEN CONTRACT • 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 I 1. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each designated construction project, and that limit for any other designated construction project shown in the Schedule above is equal to the amount of the General 4. The limits shown in the Declarations for Each I Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 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 "property damage" included in the "products Declarations, such limits will be subject to the 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 I 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 I . 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 Page 2 of 2 Copyright, Insurance Services Office, Inc., 2008 CG 25 03 05 09 1 1 •. POLICY NUMBER: BUA2074978692 Granite Construction Incorporated Effective 10-01-12 COMMERCIAL AUTO CA2048 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM ' GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form I SCHEDULE Name of Person(s) or Organization(s): t Any person or organization whom,the named insured is required by written contract to add as an additional insured on this policy. The coverage afforded to the additional insured shall operate as primary insurance only if the written contract requires that this insurance be primary. No other insurance maintained by the additional insured shall be called upon to contribute to a loss hereunder if the written contract requires that such other insurance shall be non- contributory. The insurance afforded to the additional insured only applies to the extent permitted by law. 1 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an `insured" under the Who Is An Insured Provision contained in Section 11 of the Coverage Form. ' CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 Waiver of Subrogation The Company waives any right of recovery the Company may have against the person or organization shown in the Schedule because ' of payments the Company makes for injury, or damage arising out of the named insured's activities under a contract with that person or organization Schedule Name of Person or Organization Any person or organization with whom the named insured agrees in writing prior to the date of any loss to waive the named insured's right to recover against them. Notice of Cancellation In the event of cancellation or material change that reduces or restricts the insurance afforded by the Business Auto Coverage Form, the Company agrees to mail prior written notice of cancellation or material change to the person or organization named in the Schedule Schedule Name Any person or organization the named insured is required by written contract or agreement to mail prior written notice of cancellation or material change. Number of days advance notice 1 0 (or 20 if in Alaska) days notice for non - payment of premium or 60 (or fewer, as required by written contract) days notice for any other reason 1 .1 1 PREVAILING WAGE RATES Department of labor & Industries Statement Federal Wage Rates Prevailing Wage Rates for Yakima County 1 DOLI - Manufacture & Fabrication Notice 1 Benefit Code Key 1 1 1 1 1 1 1 1 1 1 11 1 PREVAILING WAGE RATES 1 The prevailing rate of wages to be paid to all workmen, laborers, or mechanics I employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the I locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents I Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. I In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and I his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to. I Department of Labor and Industries ESAC Division PO Box 44540 I Olympia, Washington 98504 -4540 Telephone 360 - 902 -5335 1 1 1 1 1 1 1 1 S. 64TH AVENUE ROADWAY WIDENING 183 1 P age 1184 II General Decision Number: WA140001 01/17/2014 WA1 Superseded General Decision Number: WA20130001 1 State: Washington Construction Type: Highway Counties: Washington Statewide. 1 HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) 1 Modification Number Publication Date 0 01/03/2014 1 01/17/2014 1 CARP0001 -008 06/01/2013 Rates Fringes II Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 1 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120 MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1• $ 30.66 12.87 1 GROUP 2 $ 31.56 12.87 GROUP 3 $ 31.64 12.87 GROUP 4• $ 31.64 12.87 1 GROUP 5 $ 62.58 12.87 GROUP 6 $ 30.29 12.87 GROUP 7 $ 31.29 12.87 GROUP 8 $ 28.54 12.87 1 GROUP 9 $ 30.29 12.87 1 1 1 1 1 1 WA140001 Modification 1 184 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Pa 1185 11 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS 11 AND WHITMAN COUNTIES GROUP 1• $ 30.66 12.87 GROUP 2• $ 31.56 12.87 GROUP 3• $ 31.64 12.87 GROUP 4• $ 31.64 12.87 GROUP 5• $ 70.78 12.87 GROUP 6• $ 32.64 12.87 GROUP 7 $ 35.39 12.87 GROUP 8 $ 34.39 12.87 GROUP 9 $ 34.39 12.87 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell /Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender /Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: 0 ZONE 1 0 -40 MILES FREE ZONE 2 41 -65 MILES $2.25 /PER HOUR ZONE 3 66 -100 MILES $3.25 /PER HOUR ZONE 4 OVER 100 MILES $4.75 /PER HOUR DISPATCH POINTS: CARPENTERS /MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS /PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of 11 established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to e the worksite) WA140001 000 Modification 1 185 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 1186 DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50 -100 feet $2.00 per foot 101 -150 feet $3.00 per foot 1 151 -220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0 -25 feet Free 26 -300 feet $1.00 per Foot 1 SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. 1 WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit ". LEVEL A +$1.00 per hour - This level utilizes a fully 1 encapsulated suit with a self - contained breathing apparatus or a supplied air line. 1 1 1 WA140001 Modification 1. 186 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 1187 1 CARP0003 -006 10/01/2011 B SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: 11 Rates Fringes Carpenters: CARPENTERS $ 32.04 14.18 DIVERS TENDERS $ 36.34 14.18 DIVERS $ 77.08 14.18 DRYWALL $ 27.56 14.18 MILLWRIGHTS $ 32.19 14.18 PILEDRIVERS $ 33.04 14.18 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): ' Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 11 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities 11 ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities 1 WA140001 Modification 1 187 Federal Wage Determinations for Highway Construction ADDENDUM #1 ___, _ __ . Page 1 188 1 CARP0770 -003 07/01/2012 Rates Fringes II Carpenters: CENTRAL WASHINGTON: 1 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN),KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE 1 MATERIAL $ 25.93 12.60 CARPENTERS $ 25.83 12.60 DIVERS TENDER $ 39.15 12.60 DIVERS $ 87.20 12.60 II MILLWRIGHT AND MACHINE ERECTORS $ 37.07 12.60 PILEDRIVER, DRIVING, 1 PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 36.22 12.60 II (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS 1 Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: 1 Seattle Olympia Bellingham Auburn Bremerton Anacortes 1 Renton Shelton Yakima Aberdeen- Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside 1 Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free II 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour II Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) 1 Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center 1 Zone Pay: 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour II Over 45 radius miles $1.50 /hour II WA140001 Modification 1 188 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 189 11 CARP0770 -006 07/07/2012 p Rates Fringes Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS $ 35.39 13.60 CARPENTERS ON CREOSOTE MATERIAL $ 35.49 13.60 CARPENTERS $ 35.39 13.60 DIVERS TENDER $ 39.15 13.60 DIVERS $ 87.20 13.60 MILLWRIGHT AND MACHINE ERECTORS $ 36.39 13.60 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 35.59 13.60 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima 0 Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE. PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, 1 Tacoma City center, and Everett City center Zone Pay: 11 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour WA140001 Modification 1 189 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 .. _ _ Page j190 II ELEC0046 -001 02/04/2013 1 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES 1 Rates Fringes CABLE SPLICER $ 46.87 3% +15..96 ELECTRICIAN $ 42.61 3% +15.96 1 ELE00048 -003 07/01/2013 CLARK, KLICKITAT AND SKAMANIA COUNTIES II Rates Fringes 1 CABLE SPLICER $ 41.85 19.54 ELECTRICIAN $ 38.05 19.54 HOURLY ZONE PAY: 1 Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following 1 listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria 1 Zone Pay: Zone 1: 31 -50 miles $1.50 /hour Zone 2: 51 -70 miles $3.50 /hour II Zone 3: 71 -90 miles $5.50 /hour Zone 4: Beyond 90 miles $9.00 /hour 1 *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. II ELEC0048 -029 07/01/2013 COWLITZ AND WAHKIAKUM COUNTY 1 Rates Fringes CABLE SPLICER $ 41.85 19.54 1 ELECTRICIAN $ 38.05 19.54 ELEC0073 -001 07/01/2013 1 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES II Rates Fringes CABLE SPLICER $ 31.98 16.15 ELECTRICIAN $ 29.07 16.15 II WA140001 Modification 1 190 Federal Wage Determinations for Highway Construction ADDENDUM #1 • Page 1191 11 1 ELEC0076 -002 09/01/2013 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER $ 37.71 22.47 ELECTRICIAN $ 34.28 22.47 ELEC0112 -005 07/01/2013 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA 1 WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER $ 38.90 17.35 ELECTRICIAN $ 37.05 17.29 ELEC0191 -003 06/01/2013 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES 11 Rates Fringes CABLE SPLICER $ 42.91 17.39 ELECTRICIAN $ 39.01 17.39 ELEC0191 -004 07/01/2013 1 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes !■ CABLE SPLICER $ 39.50 17.30 ELECTRICIAN $ 35.91 17.30 11 11 1 1 11 WA140001 Modification 1 191 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 .. _, _.. _. ._... _ Pa 1 192 ' ENGI0302 -003 06/01/2013 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) i Zone 1 (0 -25 radius miles): ' Rates Fringes Power equipment operators: Group 1A $ 37.39 16.65 Group IAA $ 37.96 16.65 I Group 1AAA $ 38.52 16.65 Group 1 $ 36.84 16.65 Group 2 $ 36.35 16.65 Group 3 $ 35.93 16.65 Group 4 $ 33.57 16.65 Zone Differential (Add to Zone 1 rates): ' Zone 2 (26 -45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, ' Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300. tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft ' in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge ' type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments ' GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type WA140001 Modification 1 192 Federal Wage Determinations for Highway Construction ADDENDUM #1 11 Page 1193 11 1 GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - overhead, bridge,type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe- 3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders - overhead under 6 yards; Loaders -plant feed; Locomctives -all; Mechanics -all; Mixers - asphalt plant; Motor patrol graders- finishing; Piledriver (other than crane mount); Roto - mill,roto - grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes -over 75 hp; Transfer material service machine - shuttle buggy, blaw knox - roadtec; Truck crane oiler /driver -100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loader - elevating type, belt; Motor patrol grader- nonfinishing; Plant oiler- asphalt, crusher; Pumps- concrete; Roller, plant mix or multi -lift materials; Saws- concrete; Scrpers- concrete and carry -all; Service engineer- equipment; Trenching machines; Truck Crane 11 Oiler /Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; ' Concrete finish mahine -laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift - permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other 11 than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator 11 11 11 1 WA140001 Modification 1 193 Federal Wage Determinations for Highway Construction ADDENDUM #1 _ . . Page 1 194 ' Category B Projects: 95% of the basic hourly reate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. ' 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site I safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima 1 11 1 1 WA140001 Modification 1 194 Federal Wage Determinations for Highway Construction ADDENDUM #1 - Pa ge 1 195 1 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Lcaders- overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers - asphalt plant; Motor patrol graders- finishing; Piledriver (other than crane mount); Rotc - mill,roto - grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes -over 75 hp; Transfer material service machine - shuttle buggy, blaw knox - roadtec; Truck crane oiler /driver -100 tons and over; Truck Mount portable conveyor; Yc Yo Pay dozer 1 1 1 WA140001 Modification 1 195 Federal Wage Determinations for Highway Construction ADDENDUM #1 . Page 1196 GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D -9 and under; Forklift -3000 lbs. and ' over with attachments; Horizontal /directional drill locator; Outside hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loader - elevating type, belt; Motor patrol grader- nonfinishing; Plant oiler- asphalt, crusher; Pumps- concrete; Roller, plant mix or multi -lift materials; Saws- concrete; Scrpers- concrete and carry -all; Service engineer- equipment; Trenching machines; Truck Crane Oiler /Driver under 100 tons; Tractors, backhoe 75 hp and under ' GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine -laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift - permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with ' attachments; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: ' 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. 1 HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the 1 level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H -2 Class "C" Suit - Base wage rate plus $.25 per hour. H -3 Class "B" Suit - Base wage rate plus $.50 per hour. H -4 Class "A" Suit - Base wage rate plus $.75 per hour. 1 WA140001 Modification 1 196 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 1197 ' ENGI0302 -038 06/01/2013 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): 1 Rates Fringes Power equipment operators: GROUP lA $ 37.39 16.65 GROUP IAA $ 37.96 16.65 GROUP lAAA $ 38.52 16.65 GROUP 1 $ 36.84 16.65 GROUP 2 $ 36.35 16.65 GROUP 3 $ 35.93 16.65 GROUP 4 $ 33.57 16.65 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) = $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9 HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self- propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type WA140001 Modification 1 197 Federal Wage Determinations for Highway Construction ADDENDUM #1 . .Page 1 198 ' GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer /deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; ' Piledriver (other than crane mount); Roto -mill, roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off -road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine - shuttle buggy, Blew Knox- Roadtec; Truck Crane t oiler /driver -100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill ' locator; Outside Hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loaders - elevating type, belt; Motor patrol grader - nonfinishing; Plant oiler- asphalt, crusher; ' Pump- Concrete; Roller, plant mix or multi -lfit materials; Saws- concrete; Scrapers, concrete and carry all; Service engineers- equipment; Trenching machines; Truck crane oiler /driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 1 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts /boom trucks, 10 tons and ' under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger - mechanical; Power plant; Pumps - water; Rigger and Beliman; Roller -other than plant mix; Wheel Tractors, t farmall type; Shotcrete /gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. ' 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. ' 3. Marine projects (docks, wharfs, etc.) less than $150,000. WA140001 Modification 1 198 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page X199 HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. 1 1 1 1 1 1 1 1 1 1 1 1 WA140001 Modification 1 199 Federal Wage Determinations for Highway Construction ADDENDUM #1 - - - Page 1200 1 ENGI0370 -002 06/01/2013 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), ' COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN ' AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes Power equipment operators: GROUP 1 $ 25.56 12.85 GROUP 2 $ 25.88 12.85 GROUP 3 $ 26.49 12.85 ' GROUP 4 $ 26.65 12.85 GROUP 5 $ 26.81 12.85 GROUP 6 $ 27.09 12.85 ' GROUP 7 $ 27.36 12.85 GROUP 8 $ 28.46 12.85 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 1 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho ' Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck ' Hand; Fireman & Heater Tender; Hydro- seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and ' chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler- Driver (CLD required) & Cable Tender, Mucking Machine 1 1 1 1 WA140001 Modification 1 200 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 1201 1 GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable- concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self - propelled); Railroad Power Tamper Operator (self - propelled); Railroad Tamper Jack Operator (self - propelled; Spray Curing Machine (concrete); Spreader Box (self - propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A- frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer /Tractor (up to D -6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze - crete, flow - crete, pump - crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front -end, under 4 yds. R /T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R /T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re- screening); Vacuum Drill (reverse circulation drill under 8 inch bit) 1 1 1 WA140001 Modification 1 201 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 1202 1 GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes -(25 tons & under), all attachments including clamshell, ' dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self - propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker ' GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes ' & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self - propelled with 1 blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front -end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber - tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, ' super sucker; Lime Batch Tank Operator (REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) 1 GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning /Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front -end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator 1 1 1 WA140001 Modification 1 202 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 1203 GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front -end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. * ENGI0701 -002 01/01/2014 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND 1 WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 1 Rates Fringes Power equipment operators: (See Footnote A) GROUP 1 $ 38.25 13.70 GROUP 1A $ 40.16 13.70 GROUP 1B $ 42.08 13.70 GROUP 2 $ 36.56 13.70 GROUP 3 $ 35.54 13.70 GROUP 4 $ 34.56 13.70 GROUP 5 $ 33.43 13.70 GROUP 6 $ 30.34 13.70 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 1 1 1 1 1 WA140001 Modification 1 203 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 1204 ' For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located ' in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the 1 identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. 1 All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. 1 For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG 1 All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. 1 1 1 1 WA140001 Modification 1 204 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 1205 1 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and /or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and /or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER /WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE. BOOM CRANE: 90 through 199 tons and /or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth - moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi- engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES- EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); 1 WA140001 Modification 1 205 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 1206 GROUP 3: BULLDOZERS,: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing I or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES- EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; .RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self - loading, paddle wheel, auger type, finish and /or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi - engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing 11 Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF - PROPELLED: Compactor Operator, with blade; Compactor Operator, multi - engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K -17 or 11 similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick 1 Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; 1 Diesel - Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller - Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; 11 FLOATING EQUIPMENT: Diesel - electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel - Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel - electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface WA140001 Modification 1 206 Federal Wage Determinations for Highway Construction ADDENDUM #1 11 Page 1 207 1 Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator, single engine, single scraper; Self- loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR - RUBBERED TIRED: Tractor operator, rubber - tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator 1 1 1 1 1 1 WA140001 Modification 1 207 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 1 208 GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and /or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller- Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing 11 mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and /or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: 1 Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING I EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and /or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi - Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat 1 wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self - propelled; Pulva -mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self - propelled construction job site; TRACTOR- RUBBER TIRED: Tractor operator, rubber - tired, 50 hp flywheel and under; Trenching 11 machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey WA140001 Modification 1 208 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 1209 GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self - propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler- Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self - propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator 1 1 1 1 1 WA140001 Modification 1 209 1 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 1 210 IRON0014 -005 07/01/2013 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, 1 GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES 1 Rates Fringes IRONWORKER $ 31.60 21.35 I IRON0029 -002 07/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER $ 34.12 21.35 1 IRON0086 -002 07/01/2013 YAKIMA, KITTITAS AND CHELAN COUNTIES I Rates Fringes IRONWORKER $ 31.60 21.35 I IRON0086 -004 07/01/2013 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES 11 Rates Fringes IRONWORKER $ 38.14 21.35 1 1 1 I 1 WA140001 Modification 1 210 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 211 1 LAB00001 -002 06/01/2013 ZONE 1: Rates Fringes Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN,SKAGIT, SNOHOMISH,THURSTON AND WHATCOM COUNTIES GROUP 1 $ 22.19 9.85 GROUP 2 $ 25.41 9.85 GROUP 3 $ 31.76 9.85 GROUP 4 $ 32.53 9.85 GROUP 5 $ 33.06 9.85 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 18.73 9.85 GROUP 2 $ 21.47 9.85 GROUP 3 $ 23.51 9.85 GROUP 4 $ 24.08 9.85 GROUP 5 $ 24.49 9.85 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA 1 ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 1 1 WA140001 Modification 1 211 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 1212 11 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) 1 GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter 11 Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper - Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and 1 Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); I High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder - Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller - Power; Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; ' Powderman; Re- Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line). • i WA140001 Modification 1 212 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 1213 LAB00238 -004 06/01/2013 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1 $ 22.00 10.65 GROUP 2 $ 24.10 10.65 GROUP 3 $ 24.37 10.65 GROUP 4 $ 24.64 10.65 GROUP 5 $ 24.92 10.65 LABORER (SPOKANE) GROUP 1 $ 21.70 10.65 GROUP 2 $ 23.80 10.65 GROUP 3 $ 24.07 10.65 GROUP 4 $ 24.34 10.65 GROUP 5 $ 24.62 10.65 Zone Differential (Add to Zone 1 rate): $2.00 1 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. 1 Zone 2: 45 radius miles and over from the main post office. 11 1 1 1 1 1 1 WA140001 Modification 1 213 Federal Wage Determinations for Highway Construction ADDENDUM #1 11 ' __ _ _ ... Page 1214 LABORERS CLASSIFICATIONS 1 GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer /Cleaner (detail cleanup, such as, but not 1 limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean -up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of ' concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean -up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header ' Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right -of -way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include ' all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by ' hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non - mechanical; Driller Tender (when required to move and ' position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo -crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal ' culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual 11 mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) 1 WA140001 Modification 1 214 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 1215 1 GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line); Miner Class "D ", (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 - Pcwderman LAB00238 -006 06/01/2013 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 24.10 10.65 1 LAB00335 -001 06/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 28.65 10.05 GROUP 2 $ 29.25 10.05 GROUP 3 $ 29.69 10.05 GROUP 4 $ 30.07 10.05 GROUP 5 $ 26.15 10.05 GROUP 6 $ 23.73 10.05 GROUP 7 $ 20.53 10.05 1 WA140001 Modification 1 215 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 1216 I Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 -- 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ' ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the ' respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ' ZONE 4: More than 50 miles but less than 80 miles from the ' respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch ' Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter, Tender; Change -House Man or Dry Shack Man; Choker Setter,; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form ' Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material ' Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; 11 Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker, (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Sp Clary Power Spreader and similar types; Clean- up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; ' Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender» Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an ' irritating nature (including cement and lime); Tool Operators (includes but hot limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; ' Vibrating Screed; Tampers; Sand Blasting (Wet); Stake - Setter; Tunnel - Muckers, Brakemen, Concrete Crew, Bullgang (underground) WA140001 Modification 1 216 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 1217 GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber - mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)- applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive - Tunnel; Powderman- Tunnel; Shield Operator- Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers 1 LAB00335 -019 09/01/2013 Rates Fringes Hod Carrier $ 30.47 10.05 1 PAIN0005 -002 07/01/2013 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 28.00 14.33 1 PAIN0005 -004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES 11 Rates Fringes PAINTER $ 20.82 7.44 WA140001 Modification ca o n 1 217 Federal Wage Determinations for Highway Construction ADDENDUM #1 II _. _. . . __ . Page 1218 II PAIN0005 -006 07/01/2013 - ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); I CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES II Rates Fringes II Painters: Application of Cold Tar Products, Epoxies, Polyure II thanes, Acids, Radiation Resistant Material, Water and Sandblasting $ 26.79 10.41 Over 30' /Swing Stage Work $ 22.20 7.98 II Brush, Roller, Striping, Steam - cleaning and Spray $ 21.69 10.41 Lead Abatement, Asbestos II Abatement $ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 II feet. PAIN0055 -002 07/01/2013 II . CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes I Painters: Brush & Roller $ 21.01 8.83 High work - All work 60 I ft. or higher $ 21.61 8.83 Spray and Sandblasting $ 21.76 8.83 PAIN0055 -007 07/01/2013 1 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT I STRIPER $ 33.41 10.36 1 WA140001 Modification 1 218 Federal Wage Determinations for Highway Construction ADDENDUM #1 I Page 1219 11 PLAS0072 -004 06/01/2013 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes 11 CEMENT MASON /CONCRETE FINISHER ZONE 1 $ 26.01 12.14 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528 -001 06/01/2013 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, 1 KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES 11 Rates Fringes Cement Masons: CEMENT MASON $ 36.63 14.55 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 37.13 14.55 TROWLING MACHINE OPERATOR ON COMPOSITION $ 37.13 14.55 PLAS0555 -002 06/01/2012 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes 1 Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION /POWER MACHINERY AND SUSPENDED /HANGING SCAFFOLD $ 30.58 17.76 CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD $ 30.58 17.76 CEMENT MASONS $ 29.98 17.76 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS $ 31.18 17.76 1 WA140001 Modification 1 219 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 _ P age 1 220 I Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 I Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, II SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall II ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. I ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. 1 ZONE 5: More than 80 miles from the respective city hall I TEAM0037 -002 06/01/2013 I CLARK, COWLITZ, KLICKITAT,' PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean)'„ SKAMANIA, AND WAHKIAKUM COUNTIES II i Rates Fringes II Truck drivers: ZONE 1 GROUP 1 $ 26.90 13.75 GROUP 2 $ 27.02 13.75 1 GROUP 3 $ 27.15 13.75 GROUP 4 $ 27.41 13.75 GROUP 5 1 $ 27.63 13.75 II GROUP 6 $ 27.79 13.75 GROUP 7 $ 27.99 13.75 Zone Differential (Add to ,Zone 1 Rates): 1 Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 I I Zone 5 - 2.75 I BASE POINTS: ASTORIA, THE PALLES, LONGVIEW AND VANCOUVER 1 ZONE 1: Projects within 30 miles of the respective city hall. 1 ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. II ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the II respective city hall. , ZONE 5: More than 80 miles from the respective city hall. II WA140001 Modification 1 i 1 1 220 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 1221 11 TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w /load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and /or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0 -10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck /Hydra -lift or Retracting Crane; 11 Challenger; Dumpsters or similar equipment all sizes; Dump Trucks /Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi - trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver - Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck /Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self - Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic - Welder -Body Repairman; Utility and Clean -up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi - Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck WA140001 Modification 1 221 Federal Wage Determinations for Highway Construction ADDENDUM #1 11 - - - - - Page I 222 ' GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. II yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift 'Truck (mechanical tailgate) II TEAM0174 -001 06/29/2012 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, II MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wabikiakum County west to the Pacific Ocean), PIERCE,, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES I Rates Fringes Truck drivers: I ZONE A: GROUP 1. $ 31.68 16.23 GROUP 2• $ 30.84 16.23 GROUP 3• $ 28.03 16.23 II GROUP 4 $ 23.06 16.23 GROUP 5 $ 31.23 16.23 II ZONE B (25 -45 miles from center of listed cities *): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities *): Add $1.00 per hour to Zone A rates. II *Zone pay will be calculated from the city center of the following listed cities:, I BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT U TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS II GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk II Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four - Wheeled power tractor with trailer and similar I top- loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof I with 16 yards to 30 yards capacity: 1 Over 30 yards $.15 per dour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and ',Heavy Duty Trailer; Road Oil I - Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity II 1 WA140001 Modification 1 222 Federal Wage Determinations for Highway Construction ADDENDUM #1 II Page 1223 1 GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, D Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four - wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and /or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and D similar equipment; Team Driver; Tractor (small, rubber - tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. D LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self - contained breathing apparatus or a supplied air line. 11 1 11 1 1 WA140001 Modification 1 223 Federal Wage Determinations for Highway Construction ADDENDUM #1 P a 1 g e 1 224 II TEAM0690 -004 01/01/2013 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, I FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS,', WALLA WALLA, WHITMAN AND YAKIMA COUNTIES II Rates Fringes Truck drivers: (AREA 1: I SPOKANE ZONE CENTER: Adams,Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties I AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties 1 AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: I GROUP 1 $ 20.17 14.44 GROUP 2 $ 22.44 14.44 GROUP 3 $ 22.94 14.44 I GROUP 4 $ 23.27 14.44 GROUP 5 $ 23.38 14.44 GROUP 6 $ 23.55 14.44 GROUP 7 $ 24.08 14.44 I GROUP 8 $ 24.44 14.44 AREA 2 GROUP 1 $ 21.77 14.44 GROUP 2 $ 24.31 14.44 I GROUP 3 $ 24.42 14.44 GROUP 4 $ 24.75 14.44 GROUP 5 $ 24.86 14.44 I GROUP 6 $ 25.02 14.44 GROUP 7 1 $ 25.56 14.44 GROUP 8 $ 25.88 14.44 II Zone Differential (Add to 'Zone 1 rate: Zone 2 + $2.00) BASE POINTS: Spokane,_ Pasco, Lewiston II Zone 1: 0 -45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office 1 TRUCK DRIVERS CLASSIFICATIONS U GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material I GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, I rubber - tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with II WA140001 Modification 1 i 224 Federal Wage Determinations for Highway Construction ADDENDUM #1 Page 225 Hydraullic System; Fork Lift (3001 - 16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck - Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a 11 chemical spash suit or fully encapsulated suit with a self - contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. 11 WA140001 Modification 1 225 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Pa 1 226 ' NOTE: Trucks Pulling Equipment Trailers: shall receive $.15 /hour over applicable truck rate 1 ' WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. 1 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after 1 award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . 1 ' The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage 1 determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non - union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than 1 "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198 -005 07/01/2011. The first four letters , PLUM„ indicate the international union and the four- digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, ' 07/01/2011, following these characters is the effective date of the most current negotiated rate /collective bargaining agreement which would be July 1, 2011 in the above example. ' Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 1 0000/9999: weighted union wage rates will be published annually each January. 1 1 WA140001 Modification 1 226 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 Page 1 227 1 Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non -union data. Example: SULA2004 -007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. 1 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination 1 * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter 1 * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) 1 and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the 1 Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations 1 Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 1 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator 1 U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the 1 WA140001 Modification 1 227 Federal Wage Determinations for Highway Construction ADDENDUM #1 P a g e 1 1 228 interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the lissue. ' 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the ' Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor ' 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 1 1 1 1 1 1 1 1 1 1 WA140001 Modification 1 228 Federal Wage Determinations for Highway Construction ADDENDUM #1 1 State of Washington 1 Department of Labor & Industries Prevailing Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 I Was State Prevailing Wage 1 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 1 , calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: I 1/6/2014 I ` J ! � LL4 i r ' t -i, -' txq i��t � � h U k,4:1�' � t:t'F'�'' "` s:.. , : ''";1i" , !,.. ounty Trade. Job Classification 'Wage ' ; N . o {, te ' t om ' "f Yakima Asbestos Abatement Workers Journey Level $17.83 1. I Yakima Boilermakers Journey Level $62.34 5N 1C Yakima Brick Mason,. ,, Journey Level $42.38 ` 5A 1M Yakima Building Service Employees Janitor $9.32 1 1 Yakima Building Service Employees Shampooer $11:14 1 Yakima Building Service Employees Waxer $9.32 1 Yakima Building Service Employees Window Cleaner $9.32. 1 I Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters , Journey Level $29.72 , .- 1 1 Yakima Cement Masons' Journey Level $38.15 "7B 1N Yakima Divers & TenderS, Diver $100.28 5D 1M 8A I Yakima Divers &Tenders Diver On Standby $56.68 5D 1M Yakima Divers &, Tenders ) Diver Tender $52.23 5D 1M Yakima Divers & Tenders Surface Rcv &Rov Operator $52.23 5D 1M I Yakima Divers & Tenders) Surface Rcv & Rov Operator Tender $48 67 5A 1B Yakima Dredge Workers 1 Assistant Engineer $53.00 5D 3F I Assistant Mate Yakima Dredge Workers (Deckhand) $52.58 5D 3F I Yakima Dredge Workers Boatmen $52.30 5D 3F Yakima Dredge Workers' Engineer Welder $54.04 5b ' 3F I Yakima Dredge Workers Leverman, Hydraulic $55 17 5D 3F Yakima Dredge Workers Mates $52.30 5D 3F Yakima Dredge Workers ! Oiler $52.58 5D 3F I . Yakima Drywall Applicator Journey Level $39.28 5D 1M Yakima Drywall Tapers Journey Level $32.51 7E 1P I Electrical Fixture Yakima Maintenance Workers Journey Level .$43.32 1 S. 64TH AVENUE ROADWAY WIDENING 229 1 1 Yakima Electricians - Inside Cable Splicer $56.36 5A 1E Yakima Electricians — ,Inside Journey Level - • $54,45, , 5A _ 1E Yakima Electricians - Inside Welder $58.27 5A 1E Yakima Electricians —Motor Shop , Craftsman • ` $15.37 1 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - : Cable Splicer , Construction, $66.43 5A 4A E 1 lectricians - Powerline Yakima Construction Certified Line Welder $60.75 5A 4A Yakima Electricians - Powerline erson P $42.36 5A 4A Ground ii • Construction Yakima Electricians - Powerline Heavy Line Equipment Construction Operator $60.75 5A 4A Yakima Electricians Powerline Construction Journey Level Lineperson $60.75 5A 4A Yakima Electricians Powerline Line Equipment Operator $51.05 5A 4A 1 Construction Yakima Electricians - Powerline Pole Sprayer poe Construction $60.75 5A 4A Yakima Electricians - Powerline 1 Construction Powderperson $45.39 5A 4A Yakima Electronic Technicians Journey Level $23.40 1; Yakima Elevator Constructors Mechanic $77.70 7D 4A Yakima Elevator Constructors Mechanic In•Charge $84.24 7D 4A Yakima Fabricated Precast Concrete Craftsman - In- Factory 1 Products Work Only $9'32 1 Yakima Fabricated Precast Concrete Journey Level " - In- Factory Products Work Only $9'32 1 Yakima Fence Erectors Fence Erector $13.79 1 Yakima Flaggers Journey Level $24.62 1 Yakima Glaziers Journey Level $22.43 61 1B 1 Yakima Heat & Frost Insulators And - Asbestos Workers Journey Level $25.32 • 1 1 Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers & Mason 1 Tenders Journey Level • $34.42 7A 2Y Industrial Power Vacuum Yakima Journey Level $9.32 1 — 1 Cleaner Yakima Inland Boatmen Journey Level $9.32 1 Inspection /Cleaning /Sealing Yakima Of Sewer & Water Systems By Cleaner Operator, Foamer 1 Remote Control Operator $9'73 1 Inspection /Cleaning /Sealing Yakima Of Sewer & Water Systems By Grout Truck Operator $11.48 1 '1 Remote Control Inspection /Cleaning /Sealing Yakima Of Sewer & Water Systems By Head Operator $12.78. 1 I Remote Control S. 64T1-1 AVENUE ROADWAY WIDENING 230 1 Inspection /Clean ing /Sealing I Yakima Of Sewer & Water Systems By Technician $9.32 1 Remote Control.' Inspection/Cleaning/Sealing I Yakima Of Sewer & Water Systems By Tv Truck Operator $10.53 1 Remote Control Yakima Insulation Applicators: Journey Level $39.28 .. ,5D 1M -, 1 Yakima Ironworkers Journeyman $53.19 7N 10 Yakima , - ; Laborers , ,j Air, Gas Or Electric $33.44 , .7A, 2Y • , . Vibrating Screed , 1 Yakima Laborers Airtrac Drill Operator $34.42 7A 2Y Yakima Laborers Ballast Regular Machine $33.44 - 7A 2Y I Yakima Laborers Batch Weighman $31.40 7A 2Y Yakima Laborers Brick Pavers $33.44 7A > 2Y , Yakima Laborers Brush Cutter $33.44 7A 2Y 1 Yakima , Laborers Brush Hog Feeder $33.44 , , 7A• 2Y Yakima Laborers Burner $33.44 7A 2Y I Yakima Laborers , Caisson Worker $34:42 7A 2Y Yakima Laborers Carpenter Tender $33.44 7A 2Y Yakima Laborers Cement Dumper, paving $34.01 ' ' 7A 2Y 1 Yakima Laborers Cement Finisher Tender $33.44 7A 2Y Yakima Laborers Change House Or Dry Shack $33.44 ' 7A' 2Y 1 Yakima Laborers Chipping Gun (under 30 $33.44 7A 2Y Lbs.) II Yakima Laborers Chipping Gun(30 Lbs. And $34.01 7A 2Y ' Over) .. ' Yakima Laborers Choker Setter $33.44 7A 2Y I Yakima Laborers Chuck Tender $33.44 7A 2Y Yakima Laborers Clary Power Spreader $34.01 7A 2Y Yakima , Laborers Clean -up L • $33.44 7A 2Y , , Yakima Laborers Operator $34.01 7A 2Y I Yakima . Laborers Concrete Form Stripper $33.44 7A. 2Y Yakima Laborers Concrete Placement Crew $34.01 7A 2Y Yakima Laborers Concrete Saw $34.01 7A 2Y I Operator /core Driller Yakima Laborers Crusher Feeder $31.40 7A 2Y Yakima Laborers j Curing Laborer $33.44 7A 2Y 1 Demolition: Wrecking & Yakima Laborers Moving (incl Charred $33 44 7A 2Y Material) 1 Yakima Laborers Ditch Digger $33.44 7A ' 2Y Yakima Laborers Diver $34.42 7A 2Y I Yakima Laborers Drill Operator (hydraulic,diamond) $34.01 7A 2Y S. 64TH AVENUE ROADWAY WIDENING 231 1 Yakima Laborers Dry Stack Walls $33.44 7A 2Y Yakima Laborers Dump Person . $33.44 7A 2Y 1 Yakima Laborers Epoxy Technician $33.44 7A 2Y Yakima Laborers Erosion Control Worker $33.44 7A 2Y 1 Yakima' Laborers Faller & Bucker Chain Saw $34.01 7A 2Y Yakima Laborers Fine Graders $33.44 ' 7A 2Y Yakima Laborers Firewatch $31.40 7A 2Y 1 Yakima Laborers Form Setter $33.44 ` 7A 2Y Yakima Laborers Gabian Basket Builders $33.44 7A 2Y 1 Yakima , Laborers General Laborer $33.44 7A 2Y Yakima Laborers Grade Checker & Transit Person $34 42 7A 2Y 1 Yakima Laborers Grinders $33.44 7A 2Y Yakima Laborers Grout Machine Tender $33.44 7A 2Y Yakima Laborers Groutmen $34.01 7A 2Y ' 1 (pressure)including Post Tension Beams Yakima Laborers Guage and Lock Tender $34.52 7A 2Y m 1 Yakima Laborers Guardrail Erector $33.44 7A 2Y Yakima Laborers Hazardous Waste Worker (level A) $34 42 7A 2Y 1 Yakima Laborers Hazardous Waste Worker (level B) $34 01 7A 2Y Yakima Laborers Hazardous Waste Worker (level C) $33.44 7A 2Y Yakima Laborers High Scaler $34.42 7A 2Y Yakima Laborers Jackhammer $34.01 7A _ 2Y 1 Yakima Laborers Laserbeam Operator $34.01 7A 2Y Yakima . Laborers Maintenance Person $33.44 7A 2Y 1 Yakima Laborers Manhole Builder- mudman $34.01 7A 2Y Yakima Laborers Material Yard Person $33.44 7A 2Y 1 Yakima Laborers Motorman -dinky Locomotive $34.01 7A 2Y Yakima Laborers Nozzleman (concrete Pump, 1 Green Cutter When Using Combination Of High Pressure Air & Water On $34.01 7A 2Y Concrete & Rock, Sandblast, 1 Gunite, Shotcrete, Water Bla Yakima Laborers Pavement Breaker $34.01 7A 2Y Yakima Laborers Pilot Car $31.40 7A 2Y 1 Yakima Laborers Pipe Layer(lead) $34.42 7A 2Y Yakima Laborers Pipe Layer /tailor $34.01 7A 2Y 1 Yakima Laborers Pipe Pot Tender $34.01 7A 2Y Yakima Laborers Pipe Reliner $34 01 7A 2Y Yakima Laborers Pipe Wrapper $34.01 7A 2Y 1 S. 64TH AVENUE ROADWAY WIDENING 232 III 1 Yakima Laborers Pot Tender $33 44 7A 2Y 1 Yakima Laborers Powderman $34 42 7A 2Y Yakima Laborers Powderman's Helper $33.44 7A 2Y I Yakima Laborers Power Jacks $34.01 7A 2Y - Yakima Laborers Railroad Spike Puller Power $34.01 7A 2Y I Yakima Laborers Raker Asphalt $34.42 7A 2Y Yakima Laborers Re-timberman $34.42 7A 2Y Remote Equipment • 1 Yakima Laborers 'Operator $34.01 7A 2Y Yakima Laborers Rigger /signal Person $34 01 7A 2Y Yakima Laborers I Rip Rap Person $33:44 .. 7A 2Y I Yakima Laborers Rivet Buster $34.01 7A 2Y Yakima Laborers 1 Rodder $34.01 7A 2Y 1 Yakima Laborers 1 Scaffold Erector $33 44 7A 2Y Yakima Laborers Scale Person $33.44 7A 2Y Yakima Laborers ■ Sloper (over 20 ") $34.01 7A 2Y Yakima Laborers Sloper :Sprayer $33.44' - 7A 2Y Yakima Laborers Spreader (concrete) $34.01 7A 2Y 1 Yakima Laborers Stake Hopper $33.44 - 7A , 2Y Yakima Laborers Stock Piler $33.44 7A 2Y Tamper & Similar Electric, 1 Yakima Laborers $34.01 7A 2Y Air & Gas Operated Tools Yakima Laborers Tamper (multiple & Self- $34.01 7A 2Y propelled) 1 Timber Person - Sewer Yakima Laborers $34.01 7A 2Y (lagger, Shorer•& Cribber) 1 Toolroom Person (at Yakima Laborers Jobsite) $33.44 7A 2Y Yakima _ ` , Laborers Topper $33.44 ' < 7A 2Y I Yakima Laborers Track Laborer $33.44 7A 2Y Yakima Laborers Track Liner (power) $34.01 7A 2Y Yakima Laborers Traffic Control Laborer $33.29 7A 1H 8R Yakima _ Laborers Traffic Co'ntrol.Supervisor $33.29" 7A ' - 11-I 8R Yakima Laborers Truck Spotter $33.44 7A 2Y I Yakima Laborers Tugger Operator $34.01' 7A 2Y Yakima Laborers Tunnel Work Miner $34.52 7A 2Y 11 Yakima Laborers Vibra tor ' tor $34.01 7A 2Y 1 Yakima Laborers Vinyl Seamer $33.44 7A 2Y Yakima Laborers Watchman $28.66 7A 2Y I Yakima Laborers Welder $34.01 7A 2Y Yakima Laborers Well Point Laborer $34.01 7A 2Y Yakima Laborers Window Washer /cleaner $28.66 7A 2Y 1 Laborers - Underground Sewer & Water General Laborer & Topman Yakima $33 44 7A 2Y S. 64TH AVENUE ROADWAY WIDENING 233 1 1 Yakima Laborers - Underground Sewer & Water Pipe Layer $34.01 7A 2Y 1 Yakima. Landscape Construction Irrigation Or Lawrr Sprinkler Installers $9.32 1 Landscape Equipment 1 Yakima Landscape Construction Operators Or Truck $15.45 1 Drivers Yakima Landscape Construction, Landscaping Or Planting Laborers'' $ 1 Yakima Lathers Journey Level $38.68 5D 1M 1 Yakima Marble Setters Journey Level $42.38 SA 1M Yakima Metal Fabrication (In Shop) Fitter $12.00 1 • Yakima' 'Metal Fabrication (In Shop) La borer $10.31 1 1 Yakima. Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 Yakima Metal Fabrication (In Shop) Welder $11.32 1 1 Yakima, Millwright Journey Level $26.05 1 Yakima Modular Buildings Journey Level $14.11 1 1 Yakima Painters Journey Level $29.36 6Z • 1W Yakima Pile Driver Journey Level $50.30 5D 1M Yakima Plasterers Journey Level • $49.29 7g 1R 1 Playground & Park Equipment Yakima Installers Journey Level $9.32 1 III Yakima Plumbers & Pipefitters Journey Level ' $74 29 6Z 1g Yakima Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P Yakima ' Power'Equipment Operators Assistant Engineer , $50.22 7A 3C 8P 1 Yakima Power Equipment Operators Barrier Machine (zipper) $53.00 7A 3C 8P Yakima Power Equipment Operators Batch Plant Operator, Concrete $53.00 7A 3C 8P 1 Yakima Power Equipment Operators Bobcat $50.22 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote $50.22 74 3C 1 8P Demolition Equipment Yakima Power Equipment Operators Brooms $50.22 7A 3C 8P Yakima Power Equipment Operators Bump Cutter $53.00 7A 3C 8P .1 Yakima , Power Equipment Operators Cableways $53 49 7A 3C 8P Yakima Power Equipment Operators Chipper $53.00 7A 3C 8P Yakima Power Equipment Operators Compressor $50.22 7A 3C 8P 1 Concrete Pump: Truck Yakima Power Equipment Operators Mount With Boom $53.49 7A 3C 8P 1 Attachment Over 42 M - Yakima Power Equipment Operators Concrete Finish Machine laser Screed $50.22 7A 3C 8P Concrete Pump - 1 Yakima Power Equipment Operators Mounted Or Trailer High Pressure Line Pump, $52.58 7A 3C 8P Pump High Pressure. 1 S. 64TH AVENUE ROADWAY WIDENING 234 1 1 Concrete Pump. Truck I Yakima Power Equipment Operators Mount With Boom $53 00 7A 3C 8P Attachment Up To 42m , Yakima Power Equipment Operators , Conveyors $52.58,, 7A , 3C 8P Cranes: 20 Tons Through Yakima Power Equipment Operators 44 Tons With $53.00 7A 3C 8P Attachments I 1 Cranes: 100 Tons Through ' 199 Tons, Or 150' Of Yakima Power Equipment Operators $54.04 7A 3C 8P Boom (Including Jib With I Attachments) Cranes: 200 Tons To 300 Yakima Power Equipment Operators Tons, Or 250' Of Boom (including Jib With $54 61 7A 3C 8P Attachments) Cranes: 45 Tons Through l 99 Tons, Under 150' Of Yakima Power Equipment Operators $53.49 7A 3C 8P Boom (including Jib With Attachments) 1 Cranes* : And Under A -frame -10 Tons Yakima Power Equipment Operators $50.22 7A 3C 8P Crane: Friction 100 Tons. Yakima Power Equipment Operators $54.61 - 7A 3C 8P 1 . , ° Through 199 Tons Cranes: Friction Over 200 Yakima Power Equipment Operators $55.17 7A 3C 8P Tons I Cranes: Over 300 Tons Or Yakima Power Equipment Operators 300' Of Boom (including $55.17. 7A 30 8P' Jib With Attachments) 1 Cranes: Through 19 Tons Yakima Power Equipment Operators With Attachments A - frame $52.58 7A 3C 8P Over 10 Tons I Yakima Power Equipment Operators Crusher $53.00 7A 3C 8P Yakima Power Equipment Operators Deck Engineer /deck Winches (power) $53.00 7A 3C 8P 1 p • - Derricks, On Building Yakima Power Equipment Operators Work $53.49 7A 3C 8P Yakima Power Equipment Operators Dozers D -9 & Under $52.58 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $52.58 7A 3C 8P Yakima Power Equipment Operators Drilling Machine $53.00 7A 3C 8P Elevator And Man -lift: Yakima Power Equipment Operators Permanent And Shaft $50.22 7A 3C 8P 1 Type , 1 Finishing Machine, Yakima Power Equipment Operators Bidwell And Gamaco & $53.00 7A 3C 8P Similar Equipment 1 Forklift: 3000 Lbs And Yakima Power Equipment Operators Over With Attachments $52.58 7A 3C 8P Forklifts: Under 3000 Lbs. 1 Yakima Power Equipment Operators $50.22 7A 3C 8P With Attachments i S. 64TH AVENUE ROADWAY WIDENING 235 1 1 Grade Engineer. Using Yakima Power Equipment Operators Blue Prints, Cut Sheets, $53.00 7A 3C 8P 1 Etc Yakima Power Equipment Operators Gradechecker /stakeman $50.22 . 7A 3C 8P Yakima Power Equipment Operators Guardrail'Punch $53.00 7A 3C 8P 1 Hard Tail End Dump Yakima. Power Equipment Operators Articulating Off Road $53.49 7A 3C 8P 1 Equipment 45 Yards. & Over Hard Tail .End Dump 1 Yakima Power Equipment Operators Articulating Off road Equipment Under 45 $53.00 7A 3C 8P Yards Yakima Power Equipment Operators Horizontal /directional 1 Drill Locator $52.58 7A 3C 8P Yakima Power Equipment Operators Horizontal /directional 1 Drill Operator $53.00 7A 3C 8P Yakima Power Equipment Operators Hydralifts /boom Trucks Over 10 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators Hydralifts /boom Trucks, 1 $50.22 7A 3C 10 Tons And Under 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. I & Over $54.04 7A 3C 8P Loader, Overhead, 6 Yakima Power Equipment Operators Yards. But Not Including 8 $53.49 7A 3C 8P 1 Yards Yakima Power Equipment Operators Loaders, Overhead Under 6 Yards $53 00 7A 3C 8P 1 Yakima Power Equipment Operators Loaders, Plant Feed $53.00 7A 3C 8P Yakima Power Equipment Operators Loaders. Elevating Type Belt $52.58 7A 3C 8P Yakima Power Equipment Operators Locomotives, All $53.00 7A • 3C 8P Yakima • Power Equipment Operators Material Transfer Device $53.00 7A 3C 8P Mechanics, All (leadmen - 1 Yakima Power Equipment Operators $0.50 Per Hour Over $54.04 7A 3C 8P Mechanic) - Yakima Power Equipment Operators Motor Patrol Grader Non- finishing $52.58 7A 3C 8P Yakima Power Equipment Operators Motor Patrol Graders, 1 Finishing $53.49 7A 3C 8P Mucking Machine, Mole, Yakima Power Equipment Operators Tunnel Drill, Boring, Road $53.49 7A 3C 8P 1 Header And /or Shield Oil Distributors, Blower Yakima Power Equipment Operators Distribution & Mulch $50.22 7A 3C 8P 1 SeedingOperator Outside Hoists (elevators Yakima Power Equipment Operators And Manlifts), Air $52.58 7A 3C 8P 1 Tuggers,strato S. 64TH AVENUE ROADWAY WIDENING 236 1 1 1 Overhead, Bridge Type I Yakima Power Equipment Operators Crane 20 Tons Through $53.00 7A 3C 8P 1 44 Tons Yakima Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $54.04 7A 3C 8P Yakima Power Equipment Operators Overhead, Bridge Type: $53.49 7A 3C 8P 45 Tons Through 99 Tons - — — • — 1 Yakima Power Equipment Operators Pavement Breaker $50.22 7A 3C 8P I - Pile Driver (other Than Yakima - Power Equipment Operators - $53.00 7A 3C 8P ' • Crane Mount) Plant Oiler - Asphalt, Yakima Power Equipment Operators $52.58 7A 3C 8P Crusher Yakima Power Equipment Ope Posthole.Digger, rators , $50.22 7A.' ' ' 3C 8P `Mechanical _• • Yakima Power Equipment Operators Power Plant $50.22 7A 3C 8P 1 Yakima Power Equipment Operators Pumps - Water $50.22 7A 3C 8P Yakima Power Equipment Operators Quad 9, Hd 41, D10 And $53 49 7A 3C 8P Over Quick Tower - No Cab, Under Yakima Power Equipment Operators 100 Feet In Height Based To $50222 , 7A 3C 8P Boom - Remote Control Operator Yakima Power Equipment Operators On Rubber Tired Earth $53.49 7A 3C 8P Moving Equipment Yakima Power Equipment Operators Rigger r And Bellman $50.22 7A 3C 8P Yakima Power Equipment Operators Rollagon $53.49 7A 3C 8P 1 Yakima .Power Equipment Operators Roller, Other Than Plant - Mix $50.22. 7A 3C 8P Yakima Power Equipment Operators Roller, Plant Mix Or Multi lift Materials $52.58 7A 3C 8P • 1 Yakima Power Equipment Operators Roto -mill, Roto- grinder $53.00' 7A 3C, 8P Yakima Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P 1 Yakima Power Equipment Operators Scraper, Self Propelled Under 45 Yards $53.00 7A 3C 8P Yakima Power Equipment Operators Scrapers - Concrete & Carry All $52.58 7A 3C 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 1 45 Yards And Over $53.49 7A 3C 8P 1 Yakima Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 8P 1 Yakima Power Equipment Operators Shotcrete /gunite 1 Equipment $50.22 - 7A 3C 8P Shovel , Excavator, Yakima Power Equipment Operators Backhoe, Tractors Under $52.58 7A 3C 8P 1 1 15 Metric Tons. Shovel, Excavator, Yakima Power Equipment Operators Backhoe. Over 30 Metric $53.49 7A 3C 8P j Tons To 50 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, $53.00 7A 3C 8P S. 64TH AVENUE ROADWAY WIDENING 237 1 Backhoes, Tractors. 15 To 30 Metric Tons 1 Shovel, Excavator, • Yakima .Power Equipment Operators' Backhoes: Over 50 Metric . $54.04 7A 3C 8P Tons To 90 Metric Tons 1 Shovel, Excavator, Yakima Power Equipment Operators Backhoes: Over 90 Metric $54.61 7A 3C 8P Tons 1 Yakima Power Equipment Operators Slipform, Pavers $53.49 7A 3C 8P Spreader, Topsider & Yakima Power Equipment Operators Screedman $53.49 7A 3C 8P 1 Yakima Power Equipment Operators Subgrader Trimmer $53.00 7A 3C 8P Yakima Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P I Tower Crane Over 175'in Yakima . Power" Equipment dperators Height, Base To'Boom $54.61 7A 3C 8P Yakima Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $54.04 7A 3C 8P Transporters, All Track Or Yakima Power Equipment Operators Truck Type $ 53.49 7A 3C 8P 1 Yakima Power Equipment Operators Trenching Machines $52.58 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler /driven 1 100 Tons And Over $53.00 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler /driver Under 100 Tons $52.58 7A 3C 8P Truck Mount Portable 1 Yakima Power Equipment Operators $53.00 7A 3C 8P Conveyor . Yakima Power Equipment Operators Welder $53.49 7A 3C 8P 1 Yakima Power Equipment Operators Wheel Tractors, Farmall Type $50.22 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $53.00 7A 3C 8P 1 Power Equipment Operators Yakima Asphalt Plant Operators $53.49 7A 3C 8P Underground Sewer & Water Power Equipment Operators - Yakima Assistant Engineer $50.22 7A 3C 8P 1 Underground Sewer & Water Power Equipment Operators - Yakima Barrier Machine (zipper) $53.00 7A 3C 8P Underground'Sewer & Water Yakima Power Equipment Operators Batch Plant Operator, 1 Underground Sewer & Water Concrete $53.00 7A 3C 8P Yakima Power Equipment Operators Bobcat U 1 nderground Sewer & Water $50.22 7A 3C 8P Yakima Power Equipment Operators Brokk - Remote $50.22 7A 3C 8P Underground Sewer & Water Demolition Equipment — — Yakima Power Equiprrient Operators Brooms 1 Underground Sewer & Water $50.22 7A 3C 8P Power Equipment Operators - Yakima Bump Cutter $53.00 7A 3C 8P 1 Underground Sewer & Water Yakima Power Equipment Operators- Cableways Underground Sewer & Water Y $53.49 7A 3C 8P Yakima ' Power Equipment Operators- Chipper Underground Sewer & Water pp $53.00 7A 3C 8P S. 64TH AVENUE ROADWAY WIDENING 238 1 1 PowerEquipment Operators- I Yakima Underground Sewer &Wate Water Compressor $50.22 7A 3C 8R Power Equipment Operators- Concrete Pump: Truck Yakima Mount With Boom $53.49 7A 3C 8P Underground Sewer & Water Attachment Over 42 M Yakima Power Equipment Operators- Concrete .Finish. Machine - Underground Sewer & Water laser Screed $50.22 7A 3C 8P I I Concrete Pump - Yakima P ower Equipment Operators- Mounted Or Trailer High Underground Sewer & Water Pressure Line Pump, $52.58 7A 3C 8P I Pump High Pressure. Concrete Pump: Truck ' . PowerEquipment Operators - : . Yakima Mount With Boom $53.00 7A 3C 8P Underground Sewer & Water a - Attachment ; Up.To 42m • Power Equipment Operators Yakima Conveyors $52.58 7A 3C 8P Underground Sewer & Water Cranes: 20 Tons Through Yakima Power Equipment Operators - 44 Tons With $53.00 7A 3C 8P Underground Sewer & Water - - . , , Attachments ' Cranes: 100 Tons Through Power Equipment Operators 199 Tons, Or 150' Of Yakima $54.04 7A 3C 8P Underground Sewer & Water Boom (Including Jib With I Attachments) Cranes: 200 Tons To 300 Yakima Power Equipment Operators- Tons Or 250' Of Boom Underground Sewer &.Water (including Jib With $54.61 7A 3C 8P I Attachments) .. , Cranes: 45 Tons Through Yakima Power Equipment Operators- 99 Tons, Under 150' Of $53.49 7A 3C 8P Underground Sewer & Water Boom (including Jib With Attachments) Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons Underground Sewer & Water And Under $50.22 7A 3C 8P Yakima Power Equipment Operators- Cranes: Friction 100 Tons Underground Sewer & Water Through 199 Tons $54.61 7A 3C 8P Yakima Power Equipment Operators- Cranes: Friction Over 200 Underground Sewer &Water Tons' $55.17 7A 3G 8P ' Cranes. Over 300 Tons Or Power Equipment Operators - Yakima 300' Of Boom (including $55.17 7A 3C 8P Underground Sewer & Water Jib With Attachments) I Power Equipment Opera Underground Sewer Cranes: Through 19 Tons Yakima & Water With Attachments A-frame $52.58 7A ' 3C . 8P Over 10 Tons power Equipment Operators- ' Yakima Underground Sewer & Crusher $53.00 7A 3C 8P Power Equipment Operators- Deck Engineer /deck Yakima $53.00 7A 3C 8P u Undergrond Sewer & Water • Winches (power) , • I Yakima Power Equipment Operators- Derricks, On Building Underground Sewer & Water Work $53 49 7A 3C 8P Power Equipment Operators- 111 Yakima Dozers D -9 & Under. $52.58 7A 3C 8P Underground Sewer & Water S. 64TH AVENUE ROADWAY WIDENING 239 1 1 Yakima Power Equipment Operators- Drill Oilers. Auger Type, Underground Sewer & Water Truck Or Crane Mount $52.58 7A 3C 8P 1 Yakima Power Equipment Operators- Underground'Sewer.& Water Drilling Machine $53.00 7A 3C 8P Elevator And Man -lift: 1 Yakima Power Equipment Operators- Permanent And Shaft Underground Sewer & Water $50.22 7A 3C 8P Type Finishing Machine, 1 Yakima Power.Equipment Operators- Bidwell And Gamaco & Underground Sewer & Water $53.00 7A 3C 8P Similar Equipment Yakima Power Equipment Operators- Forklift: 3000 Lbs And 1 Underground Sewer & Water Over With Attachments $52.58 7A 3C 8P Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. Underground Sewer & Water With Attachments $50.22 7A 3C 8P 1 Grade Engineer: Using Yakima Power Equipment Operators - Underground Sewer & Water glue Prints, Cut Sheets, $53.00 7A 3C 8P Etc 1 Yakima Power Equipment Operators - Underground Sewer &Water Gradechecker /stakeman $50.22 7A 3C 8P Yakima Power Equipment Operators - Underground Sewer & Water Guardrail Punch $53.00 7A 3C 8P Power Equipment Operators- Hard Tail End Dump Yakima; Underground Sewer & Water Articulating Off- Road $53.49 7A 3C 8P 1 Equipment 45 Yards. & Over Power Equipment Operators- Hard Tail End Dump Yakima Underground Sewer & Water Articulating Off -road $53.00 7A 3C 8P 1 Equipment Under 45 Yards Yakima Power Equipment Operators- Horizontal/directional' Underground Sewer& Water Drill Locator $52.58 7A 3C 8P 1 Yakima Power Equipment Operators- Horizontal /direction Underground Sewer & Water Drill Operator $53.00 7A 3C 8P Yakima Power Equipment Operators- Hydralifts /boon Trucks Over 1 Underground Sewer & Water 10 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators- Hydralifts /boom Trucks, 10 Underground Sewer & Water Tons And Under $50.22 7A 3C 8P Yakima Power Equipment Operators Loader, Overhead 8 Yards. Underground Sewer & Water & Over $54.04 7A 3C 8P Loader, Overhead, 6 Yakima Power Equipment Operators Yards. But Not Including 8 $53.49 7A 3C 8P 1 Underground Sewer & Water Yards Yakima Power Equipment Operators- Loaders, Overhead Under 6 1 Underground Sewer & Water Yards $53.00 7A 3C 8P Yakima Power Equipment Operators Loaders, Plant Feed Underground Sewer & Water $53.00 7A 3C 8P Yakima Power Equipment Operators Loaders: Elevating Type 1 Underground Sewer & Water Belt $52 7A 3C 8P • Yakima Power Equipment Operators- Locomotives, All 1 Underground Sewer & Water $53.00 7A 3C 8P Yakima Power Equipment Operators - Underground Sewer &Water Material Transfer Device $53.00 7A 3C 8P Yakima Power Equipment Operators- Mechanics, All (leadmen - 1 Underground Sewer & Water $0.50 Per Hour Over $54.04 7A 3C 8P S. 64TH AVENUE ROADWAY WIDENING 240 1 1 Mechanic) Yakima Power Equipment Operators- Motor Patrol Grader - Underground Sewer & Water .Non- finishing $52.58 7A 3C 8P I Yakima Power Equipment Operators- Motor Patrol Graders, Underground Sewer & Water Finishing $53 49 7A 3C 8P Power, Equipment Operators Mucking Machine, Mole, Yakima Tunnel Drill, Boring, Road $53.49 7A 3C 8P I Underground Sewer & Water Header And /or Shield Power Equipment Operators- Oil Distributors, Blower Yakima Distribution & Mulch $50.22 7A 3C 8P Underground Sewer & Water Seeding Operator Outside Hoists (elevators . Power Equipment Opera Yakima And Manlifts), Air $52.5 7A 3C 81D Underground Sewer & Water 1 1 Tuggers,strato Overhead, Bridge Type Power Equipment Operators- Yakima Crane' 20 Tons Through $53.00 7A 3C 8P Underground Sewer & Water 1 44 Tons Power Equipment Operators O verhead, Bridge Type: Yakima $54.04 7A 3C 8P Underground Sewer & Water 100 Tons And Over I Power Equipment Operators- Overhead, Bridge Type: Yakima Underground Sewer & Water 45 Tons Through 99 Tons $53.4 7A 3C 8P Power'Equipment Operators - ' Yakima Underground Sewer& Water Pavement Breaker $50.22 7A 3C 8P Power Equipment Operators- Pile Driver (other Than Yakima Underground Sewer & Water Crane Mount) $53.00 7A • 3C 8P Power Equipment Operators- Underground Sewer &Water Plant Oiler Asphalt, Crusher Yakima $52.58 7A 3C 8P Power Equipment Operators Posthole Digger, 1 Yakima $50.22 7A 3C 8P Underground Sewer & Water Power Equipment Operators - M echanical Yakima Power Plant $50 22 -7A 3C 8P Underground Sewer '& Water Power Equipment Operators - Yakima Underground Sewer &Water Pumps - Water $50.22 7A 3C 8P Power Equipment Operators- Quad 9, Hd 41, D10 And Yakima $53.49 7A • 3C 8P Underground Sewer &:Water Over Yakima Power Equipment Operators- Quick Tower No Cab, Underground Sewer &Water Under 100 Feet In Height $50.22 7A 3C 8P Based To Boom Power Equipment Operators Remote Control Operator On Yakima Rubber Tired Earth Moving $53.49 7A 3C 8P Underground Sewer & Water Equipment Power Equipment Operators ■ Yakima Rigger And Bellman $50.22 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators - Underground Sewer & Water Rollagon $53.49 7A 3C 8P Power Equipment Operators- Roller, Other Than Plant I Yakima $50.22 7A 3C 8P Underground Sewer & Water Mix Power Equipment Operators- Roller, Plant Mix Or Multi - Yakima - $52.58 7A 3C 8P Underground Sewer & Water lift Materials Power Equipment Operators - Yakima Underground Sewer & Water Roto -mill, Roto - grinder $53.00 7A 3C 8P S. 64TH AVENUE ROADWAY WIDENING 241 1 Yakima Power Equipment Operators - Underground Sewer & Water Saws Concrete $52.58 7A 3C 8P Yakima Power Equipment Operators- Scraper, Self Propelled Underground Sewer & Water Under 45 Yards $53.00 7A 3C 81 Yakima Power Equipment Operators= Scrapers - 'Concrete & 1 Underground Sewer & Water Carry All $52.58 7A 3C 8P Yakima Power Equipment Operators- Scrapers, Self- propelled: 1 Underground Sewer & Water 45 Yards And Over $53.49 7A 3C 8P Yakima Power Equipment Operators- Service Engineers - Underground Sewer & Water Equipment $52.58 7A 3C 8P Yakima Power Equipment Operators- Shotcrete /gunite 1 Underground Sewer & Water Equipment $50.22 7A 3C 8P Power Equipment Operators Yakima . Shovel ,Excavator, Backhoe, 1 Tractors Under 15 Metric $52.58 7A 3C 8P Underground Sewer & Water Tons. Power Equipment Operators- Shovel, Excavator, Yakima Backhoe: Over 30 Metric $53.49 7A 3C 8P 1 Underground Sewer & Water Tons To 50 Metric Tons Power Equipment Operators- Shovel, Excavator, Yakima Backhoes, Tractors: 15 To $53.00 7A 3C 8P 1 Underground Sewer & Water 30 Metric Tons Power Equipment Operators- Shovel, Excavator, Yakima Backhoes: Over 50 Metric $54.04 7A 3C 8P 1 Underground Sewer & Water Tons To 90 Metric Tons Power Equipment Operators- Shovel, Excavator, Yakima Backhoes: Over 90 Metric $54.61 7A 3C 81 1 Underground Sewer & Water Tons Yakima Power Equipment Operators- 1 Underground Sewer & Water Slipform Pavers $53.49 7A 3C 8P Yakima Power Equipment Operators- Spreader, To & Underground Sewer & Water Screedman $53.4 7A 3C 8P 1 Yakima Power Equipment Operators - Underground Sewer & Water Subgrader Trimmer $53.00 7A 3C 8P Yakima Power Equipment Operator's- Tower Bucket Elevators $52.58 7A - 3C 8P 1 Underground Sewer& Water Yakima Power Equipment Operators- Tower Crane Over 175'in Underground Sewer & Water Height, Base To Boom $54.61 7A 3C 81 Yakima Power Equipment Operators- Tower Crane Up To 175' 1 Underground Sewer & Water In Height Base To Boom $54.04 7A 3C 8P Yakima Power Equipment Operators- Transporters, All Track Or 1 Underground Sewer & Water Truck Type $53.49 7A 3C 8P Power Equipment Operators - Yakima Trenching Machines $52.58 7A 3C 8P 1 Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler /driver - Un round Sewer & Water 100 Tons And Over $53.00 7A 3C 8P Yakima Power Equipment Operators- Truck Crane Oiler /driver 1 Underground Sewer& Water Under 100 Tons $52.58 7A 3C 8P Yakima Power Equipment Operators- Truck Mount Portable 1 Underground Sewer & Water Conveyor $53.00 7A 3C 81 Yakima Power Equipment Operators- Welder $53.49 7A 3C 8P S. 64TH AVENUE ROADWAY WIDENING 242 1 1 I Underground Sewer & Water 1 Yakima Power Equipment Operators Wheel Tractors, Farmall Underground Sewer & Water Type $50.22 7A 3C 8P Power Equipment Operators- 1 Yakima - Yo Pay Dozer $53.00 7A 3C 8P Underground Sewer &Water Power Line Clearance Tree Yakima Journey Level In Charge $43.76 5A 4A Trimmers 1 Power Line Clearance Tree Yakima Spray Person . $41.51. - 5A 4A Trimmers- ' Yakima Power Line Clearance Tree Trimmers Tree Equipment Operator $43.76 5A 4A Power Line Clearance Tree - Yakima Tree Trimmer $39.10 5A 4A 1 Trimmers Yakima Power Line Clearance Tree Tree Trimmer Trimmers Groundperson $29.44 5A 4A 1 Yakima Refrigeration & Air Conditioning Mecli'anics Journey Level $28.11 1 Yakima Residential Brick Mason Journey Level $29.00 1 1 Yakima Residential Carpenters Journey Level $17.14, ' 1 Yakima Residential Cement Masons Journey Level $11.86 1 1 Yakima Residential Drywall Applicators { Journey Level $18.00' 1 Yakima Residential Drywall Tapers Journey Level $17.00 1 II Yakima Residential'Electricians Journey Level $21.98 1 Yakima Residential Glaziers Journey Level $22.43 61 1B Residential Insulation 1 Yakima applicators Journey Level $14.38 1 Yakima Residential Laborers Journey Level $11.02 1 Yakima Residential Marble Setters Journey Level $29.00 - 1 1 Yakima Residential Painters Journey Level $16.32 1 Residential.Plumbers & ' Yakima Pipefitters Journey Level $20.55 1 1 Yakima Residential Refrigeration & Journey Level $28.11 1 Air Conditioning Mechanics 1 Yakima Residential'Sheet Metal" Journey Level (Field or Workers I Shop) $37.82 5A 1X Yakima Residential Soft Floor Layers Journey Level $17.55 1 1 Yakima Residential Sprinkler Fitters (Fire Protection) + Journey Level $9.32 1 Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $9.32 1 Yakima Residential Terrazzo /Tile Journey Level $17.00 1 Finishers 1 Yakima Residential Tile Setters Journey Level $16.78 1 Yakima Roofers Journey Level - $12.00 1 1 Journey Level (Field or Yakima Sheet Metal Workers Shop) $51.91 5A 1X S. 64TH AVENUE ROADWAY WIDENI 243 1 11 Yakima Sign Makers & Installers (Electrical) Journey Level $14.65 1 II Yakima' sign Makers & Installers (Ni n- Electrical) Journey Level $14.65 — 1 ■ Yakima, Soft Floor Layers Journey Level $23.11 5A 1N D Yakima Solar Controls For Windows Journey Level $9.32 1 Yakima Sprinkler Fitters (Fire Journey Level $26.36 1 11 Protection) Yakima Stage Rigging.Mechanics (Non Structural)' Journey Level $13.23 1 Yakima Stone Masons Journey Level $42.38 5A 1M - Yakima: Street And Parking Lot Sweeper Workers Journey Level $9.32 1 1 Assistant Construction Yakima. Surveyors $52.58 7A 3C 8P Site Surveyor Yakima Surveyors Chainman $52.06 7A 3C 8P 11 Construction Site Yakima Surveyors Surveyor $53.49 7A 3C 8P 1 Telecommunication' Yakima Journey Level $20.00 1 Technicians Yakima Telephone Line Construction - Outside Cable Splicer $36.01 5A 2B 1 • Yakima' Telephone Line Construction - H ole Digger /Ground - - - Outside Person • $20.05 5A 2B Telephone Line Construction Yakima (Repairer Installer Re 1 Outside ( P ) $34.50 5A 26 ■ Yakima Telephone Line Construction - Special Aparatus Installer Outside I $36.01 5A 2B 1 Yakima Telephone Line Construction Special Apparatus _ ■ Outside Installer II $35.27 5A 2B 1 Yakima Telephone Line Construction Telephone Equipme ■ Outside Operator (Heavy) $36.01. 5A 2B Yakima Telephone Line Construction - Telephone Equipment 1 Outside Operator (Light) $33.47 5A 2B Telephone Line Construction - Yakima Telephone Lineperson $33.47 5A 2B 1 Outside Yakima Telephone Line Construction Television Ground person $19.04 5A 2B Outside P Yakima Telephone Line Construction - Television 1 Outside Lineperson /Installer $25'27 5A 2B Telephone Line Construction - Tel System Yakima $30.20 5A 2B 1 Outside Technician Telephone Line Construction - Yakima Outside Television Technician $27.09 5A 2B Yakima Telephone Line Construction - 1 Outside Tree Trimmer $33.47 5A 2B Yakima Terrazzo Workers Journey Level $33.05 5A 1M 1 Yakima Tile Setters Journey Level $33.05 5A 1M S. 64TH AVENUE ROADWAY WIDENING 244 1 i 1 Tile, Marble & Terrazzo I Yakima Journey Level $28.97 5A 1M Yakima Traffic Finishers Control Stripers Journey Level $42.33 7A 1K Yakima Truck Drivers j ., Asphalt,Miz $14.19 1 1 Yakima Truck Drivers I Dump Truck & 1 Trailer(c.wa -760) $37.56 61 2G Yakima Truck Drivers, Dump Truck(c.wa-760) $37.56 61 2G I Yakima Truck Drivers Other Trucks(c.wa -760) $37.56 61 2G Yakima . Truck Drivers 1 Transit Mixer - ' $38.96 1 1 Yakima Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $25.44 1 Yakima Well Drillers & Irrigation, Oiler $9.32 1 1 Pump Installers Yakima Well Drillers & Irrigation Well Driller $18.00 1 Pump Installers 1 1 1 1 1 1 1 1 1 1 1 1 S. 64TH AVENUE ROADWAY WIDENING 245 1 1 Washington State Department of Labor and Industries 1 Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) 1 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 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, 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 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 1 determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330 1 1 • 1 1 1 S. 64TH AVENUE ROADWAY WIDENING 246 1 WSDOT's ' Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered 1 non- standard and therefore covered by the prevailing wage law, RCW 39.12 Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column ' should be considered to I 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 ITEM DESCRIPTION YES NO 1 1 Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin 1 Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2 See Std. Plans 3 Prefabricated steel grate supports and welded grates, ' metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. X 4. Concrete Pipe - Plain Concrete pipe and reinforced 1 concrete pipe Class 2 to 15 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 ' pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5 X 7 Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe 1 for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5 1 1 1 S. 64TH AVENUE ROADWAY WIDENING 247 1 1 1 1 ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type 9 Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans Welding of aluminum shall be X in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges X 11. Minor Structural Steel Fabrication - Fabrication of minor steel 1 Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or X boring of holes See Contact Plans for item description and shop drawings 12 Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans Welding of aluminum shall be in X accordance with Section 9- 28.14(3). 13 Concrete Piling -- Precast - Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs See Std Plans 15 Precast Drywell Types 1, 2, and with cones and adjustment Sections X See Std. Plans 16 Precast Catch Basin - Catch Basin type 1, 1 L, 1P, and 2 With adjustment sections See Std Plans. X 1 Supplemental to Wage Rates 1 08/31/2013 Edition, Published August 1st, 2013 S. 64TH AVENUE ROADWAY WIDENING 248 1 1 1 ITEM DESCRIPTION 1 YES NO ' 17 Precast Concrete Inlet'- with adjustment sections, See Std._ Plans X ll 1 1 X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std Plans X X ' 19 Precast Grate Inlet Type 2 with extension and top units. ._ See Std. Plans 1 X X I 70 Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X X I 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X I requirements. Shop drawings are to be provided for approval X prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities I Vaults. 1 X X 23. Valve Vault - For use with underground utilities. X I See Contract Plans for details. x 24 Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete I Barrier Only new state approved barrier may be used as X permanent barrier. 1 1 X 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in I size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing 1 X I Fabrication at other locations may be approved, after facilities X inspection, contact HQ., Lab. I 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 X 1 to be used I I Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 1 S. 64TH AVENUE ROADWAY WIDENING 249 1 1 1 1 ITEM DESCRIPTION YES NO 111 27. Precast Railroad Crossings - Concrete Crossing Structure x Slabs. 28 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete 1 Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be x provided for approval prior to casting girders. See Std Spec. Section 6 -02 3(25)A 30 Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used Shop Drawing to be provided X for approval prior to casting girders See Std. Spec Section 6 -02 3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders See Std. Spec Section 6 -02 3(25)A. 1 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders See Std. Spec Section 6- 02.3(25)A 33. Monument Case and Cover X See Std Plan 1 Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 S. 64TH AVENUE ROADWAY WIDENING 250 1 1 1 1 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure 9 9 fabricated from steel tubing meeting AASHTO -M -183. See Std. 1 Plans, and Contract Plans for details The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 1 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans Shop drawings for X ' approval are required prior to fabrication. 36 Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details The steel structure X shall be galvanized after fabrication in accordance 1 with AASHTO -M -111. 37. Steel Sign Post - Fabric'ated 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 Supplemental to Wage Rates 08/31/2013 Edition, Published August 1st, 2013 1 S. 64TH AVENUE ROADWAY WIDENING 1 251 1 a 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 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 44 Guardrail components � 1 Y # Gust Standard End Sec Sec 45 Aggregates /Concrete mixes Covered by WAC 296 - 127 -018 46. Asphalt Covered by WAC 296 - 127 -018 47 Fiber fabrics 11 48 Electrical wiring /components x 49. Treated or untreated timber pile 50 Girder pads (elastomeric bearing) 51. Standard Dimension lumber 52 Irrigation components 1 1 1 Supplemental to Wage Rates pp 9 08/31/2013 Edition, Published August 1st, 201.3 S 64TH AVENUE ROADWAY WIDENING 252 11 1 1 1 ITEM DESCRIPTION YES NO 53. Fencing materials x 54. Guide Posts x 55. Traffic Buttons ' 56 Epoxy ?X 1 57. Cribbing X 58. Water distribution materials x 1 59 Steel "H" piles 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. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.0110(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' 08/31/2013 Edition, Published August 1st, 2013 S. 64TH AVENUE ROADWAY WIDENING 253 1 WSDOT's List of State Occupations not applicable to Heavy and P PP Y 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. 1 • Electrical Fixture Maintenance Workers • Electricians - Motor Shop 1 • 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) 1 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 08/31/2013 Edition, Published August 1st, 2013 1 S. 64TH AVENUE ROADWAY WIDENING 254 1 1 Washington State Department of Labor and Industries 9 p Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296- 127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of ' gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to Sand, ' gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions I a They deliver or discharge any of the above - listed materials to a (a) Y 9 Y public p 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 t (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 1 from demolished structures, clean -up materials, etc ) (d) They work in a materials production facility (e g , batch plant, borrow pit, ' rock quarry, etc ,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. ' (e) They deliver concrete to a public works site regardless of the method of incorporation ' (f) They assist or participate in the incorporation of any materials into the public works project. 1 i 1 Supplemental to Wage Rates 1 08/31/2013 Edition, Published August 1st, 2013 S. 64TH AVENUE ROADWAY WIDENING 255 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 Toad, 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. 1 (4) Workers are not subject to the provisions of chapter 39 12 RCW when they deliver materials to a stockpile. 11 (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section, nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. 1 [Statutory [ ry Chapter 39.12 RCW, RCW 43 22 051 and 43 22 270 08 -24 -101, § 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority Chapters 39 04 and 39 12 RCW and RCW 43 22 270 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92 ] 1 1 1 1 1 1 SOUTH 64TH AVE ROADWAY WIDENING 256 1 1 1 CONTRACT PROVISIONS 1 Special Provisions 1 Required Contract Provisions Fed. Aid Const. Contracts 1 Contract Form 1 Performance Bond Form 1 Informational Certificate of Insurance Informational Additional Insured Endorsement • Minimum Wage Affidavit Form 1 1 1 1 1 1 1 1 1 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima S. 64 Avenue Roadway Widening Nob Dill Blvd. to Tieton Drive City of Yakima Project No. 2311 1 Federal Aid No. STPUS 4591(002) 1 and that the plans, specifications and contract governing the work embraced in this improvement, and the 1 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 SOUTH 64TH AVE ROADWAY WIDENING 257 1 -' , . ITEM PROPOSAL BID SHEET I 64 Avenue Roadway Widening 1 Nob Hill Boulevard to Tieton Drive I Federal Aid No STPUS- 4591(002) City Project No 2311 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT I NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPCC PLAN 1 1 -07.15 1 LS 5 b D z/5-0 0. a° I MOBILIZATION 2 1097 1 LS g /9t, /,- 0 /96,/.sue TRAFFIC CONTROL SUPERVISOR I 1-10.5 1 LS ZSoo s a ZSDa." FLAGGERS AND SPOTTERS I 4 1-10.5 500 HR 3 /,.S / S 750. °0 OTHER TRAFFIC CONTROL LABOR 5 1 -10.5 400 HR 3/• ---5-° /z 600 °� I 6 CONSTRUCTION SIGNS CLASS 'A' 200 SF o� QO 1 -10.5 /600. CLEARING AND GRUBBING I 7 2 -01.5 1 LS /o, o00 /O� pao 0 ° REMOVAL OF STRUCTURE AND OBSTRUCTION 8 2 -02.5 1 LS 2 2 c Z z o O ° I SAWCUT 9 2 -02.5 500 LF Z. oo /Dbo . oc I 10 ROADWAY EXCAVATION INCL. HAUL 2-03.5 5,400 CY , ° ° 3 2 (/6.0 .o UNSUITABLE FOUNDATION EXCAVATION I 11 2 -03.5 100 CY o0 S. s o 5 _ EMBANKMENT IN PLACE 12 2 -03.5 3,970 CY 2 7 5 /0 9/7. t 13 SOIL TESTING 1 LS e � yoao °o 2-03.5 Si aao • I 14 HAULING AND DISPOSING OF CONTAMINATED MATERIAL, 2-03.5 1 DOL $25,000 00 $ 25,000 00 STRUCTURE EXCAVATION CLASS B INCL. HAUL 15 2 09 5 40 CY p o 0 I 6 Z 7 20 . 60 CRUSHED SURFACING BASE COURSE 16 4-04.5 2,700 TON ©v 00 2 a Sy, 000. I 17 ASPHALT TREATED BASE 5 -04.5 2 ' 000 TON o0 6 0. °C 120,000. HMA CL 1/2" PG 64 -28 I 18 5 -04.5 1,100 TON 7g o� B 8° DO PLANING BITUMINOUS PAVEMENT 19 7 -04 5 I 880 SY j, 6'o i 3 Z a. 00 S. 64TH AVENUE ROADWAY WIDENING 259 (1 OF 3) ADDENDUM #2 1 1 OPOS BID HEET 64 th ITEM Avenue Road way Wi 1 Nob Hill Boulevard to Tieton Drive Federal Aid No STPUS- 4591(002) City Project No 2311 1 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 20 SOLID WALL PVC STORM SEWER PIPE, 12 IN. DIAM. 70 LF I e0 7 -04 5 ! 5/S D° 3/5 21 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM 1,660 LF 5-o oa 7 -04 5 Z 2. 37.350 , I 22 DRAINAGE SWALE 112 LF oo 4b° 7 -04 5 86 , �3 9 (0 0 23 REPAIRING / REGRADING 8" HDPE DRAIN PIPE 300 LF oa 1 7 -045 Z2. s (..7Sc7. 24 CATCH BASIN TYPE 1 15 EA 00 O° 1 7 -05 5 25 CATCH BASIN TYPE 1L , 4 EA / 300. /gSao, o0 on 7 -05 5 / Soo. 4, 0 oo , 1 26 CATCH BASIN TYPE 2 - 72" 1 EA 00 0 0 7 -055 s‘ 4 /06. c-/Voo. ADJUST MANHOLE .� 1 27 5 EA 00 . 7 -05 5 , 39S. /975 28 CRUSHEDSURFACING TOP COURSE (for Trench Backfill) 630 TON o C, s0 7 -085 Zo. /Z boo. 1 29 SHORING OR EXTRA EXCAVATION CLASS B 200 LF Do 06 7 -08 5 /. z dz. 1 30 EROSION / WATER POLLUTION CONTROL 1 DOL $4,000 00 $4,000 00 8 -01 5 31 IRRIGATION CROSSING . 1 LS 00 I 8 -03 5 37 0o. 3 7 00 00 32 CEMENT CONCRETE TRAFFIC CURB & GUTTER 4,410 LF °O 8 -045 io.s `1G 3a3 1 33 10 -FOOT GALVANIZED CHAIN LINK FENCE 1 LS o° 00 8125 ZZ, 000. 2Z, ooca, REMOVING & RESETTING CHAIN LINK FENCE, TYPE 3 1 34 a 120 LF o0 ma 8 -125 I 3o• a oo. 35 CHAIN LINK FENCE, 4 FOOT 53 LF o0 00 8 -12.5 3 ZoI Sf, 1 36 END, GATE, CORNER AND PULL POST FOR CHAIN LINK FENCE 4 EA co o 0 8 -12 5 y5 . / S ov 1 37 CEMENT CONCRETE SIDEWALK - 4 INCH THICK 1,590 SY oo :o 8 -14 5 3P. Co V�o 38 CEMENT CONCRETE SIDEWALK - 6 INCH THICK 60 SY oo °o 1 8- { `/ /. ZV60• S 6 4TH AVENUE ROADWAY WIDENING 261 (2 OF 3) ADDENDUM #2 1 I ITEM PROPOSAL BID SHEET , 64 Avenue Roadway Widening 1 Nob Hill Boulevard to Tieton Drive Federal Aid No STPUS= 4591(002) 1 City Project No 2311 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLAR DOLLARS 1 39 CEMENT CONC CURB RAMP TYPE PARALLEL A 4 po EA o O 8 -145 IS:� 000. DETECTIBLE WARNING SURFACE _ 1 40 8 -145 20 , SF Z o.�' 'o0 41 QUARRY SPALLS 6 CY n I 8 -15 5 /1)o o 42 PERMANENT SIGNING 1 LS 8 -21 5 � 73-0- o 0 751) 1 43 PAINT LINE 7,500 LF °° 8 -22.5 . 2 6, / 9So. 44 PAINTED TRAFFIC ARROW 12 EA '96' 822.5 3.7, o° 799'. 45 PAINTED CROSSWALK LINE 320 SF 1 8225 „.5"5" „.5"5” i7�, o0 46 ILLUMINATION SYSTEM 1 LS ©o co I 8 -20 5 82 000_ g zooa • 47 REPAIR OR REPLACEMENT 1 DOL $ 15,000 00 $ 15,000 00 8 -30 5 1 • ©(.1 Total: 8z 32 1 - 1 l • . 1 • 1 S. 64TH AVENUE ROADWAY WIDENING 263 (3 OF 3) ADDENDUM #2 . , i ' Washington Stag Subcontractor List Department of Transportation Subcontractor in compliance with RCW 39 30 060 as amended To Be Submitted with the Bid Proposal ' ' Project Name S. 64th Avenue Roadway Widening - Nob Hill Blvd. To Tieton Drive ' 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. 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 P Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name To the extent the Project includes one or more categories of work referenced in RCW 39.30.060. and no ' subcontractor is listed below to perform such work. the bidder certifies that the work will either (i) be performed by the bidder itself. or (ii) be performed by alower tier subcontractor who will not contract directly with the bidder, 1 Subcontractor Name Work to be performed 414 KAt Thr/.J l /A/i4pex/ 5 ii<FRif Subcontractor Name Work to be performed Subcontractor Name • Work to be performed 1 I Subcontractor Name Work to be performed 1 Subcontractor Name ' Work to be performed 1 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. SR DOTForm 271 -015 EF Revised 08/2012 • I " 1 BID BOND FORM 1 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 Tess than five percent of the total bid Sign Here N/A 1 BID BOND ' I KNOW ALL MEN BY THESE PRESENTS: That we, - Granite Construction Company as principal, and Federal Insurance company 1 _, 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 DOW'S, for the payment of I which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents I The condition of this obligation] is such that if the Obligee shall make any award to the Principal for S. 64th Avenue Roadway Widening - Nob Hill Blvd. to Tieton Drive 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 I performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this 1 bond. SIGNED, SEALED AND DATED THIS _ 20th s AY OF Athuary ,20 14 1 Granite Construction Company CIL - / Carter Rohrbough P er' i•al t' - ^as ington Region Federal Insurance Company iffill / Ashley Stinson, Attorney-in-Fact Surety 1 N/A N/A 20 N/A Received return of deposit in the sum of $ / 1 H N/A 1 1 - - , - i r; r . S . o. • { 11 1 SOUTH 64TH AVE ROADWAY WIDENING 265 1 ACKNOWLEDGMENT 1 State of California 1 County of Santa Cruz On January 20, 2014 before me, Eric A. Popien, 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 1 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 1 paragraph is true and correct. WITNESS my hand and official seal. .� ERIC A. POPIEN (411,11M Commission # 2048452 i Notary Public - California z 2 ' %► �.. Santa Cruz County .. I M Comm. Ex ires Nov 8, 2017 Signature �/ • (Seal) Eric A. P i n, Notary Public 1 1 1 1 1 1 1 ' 1 { JI I 1 ' Chubb 1 = POWER: I Federal Insurance Company Attn: Surety Department ,.. Surety OF Vigilant insurance Company 15 Mountain Vlew Road 1 ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents,. That FEDERAL INSURANCE :COMPANY, an Indiana corporation, VIGILANT INSURANCE I COMPANY, a New York corporation and PACIFIC INDEMNITY' COMPANY, a Wisconsin corporation do each hereby constitute and appoint Jigisha Desal, John D. Gilliland, Catherine Gustayson, Cynthia P. Johnson, Kathleen d'L Schreckengost, Ashley Stinson anllllan Tse of Watsonville, California -- _..__ I each as their true and lawful- Attorney-In- Fact to execute under such.desgnation 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 bail :bonds) given or executed in the course of business on behalf of Granite.Construbtion Incorporated and all Subsidiaries alone or in joint venture — • r , in connection.with.bids; proposals or.contracts to or with the United.States of America, any State or political subdivision thereof. or- any person, fine or corporation. And the.execution of such bondor obligation by such 'Attorney- in- Fact irr the Company's.nanie and on its behalf as surety thereon or otherwise, under its corporate seal, in I pursuance of the authority 'herebyconferred shall, upon delivery. thereof, be valid and binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and.affixed their corporate seals on this 10 day or-April, 2013. ..e.....e,,, )awn M. Chloros;.Assistant Secretary avid B. Norris; Jr., Vice pr e 1 STATE OF NEW JERSEY se. County of Somerset I On this 10th day of April,. 2013 before me, a Notary Public of New Jersey, Rersonally carat Dawn M. Chloros, to me known to be'Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies whist executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duty sworn, did depose and say that lit is Assistant Seueta,' of FEDERAL INSURANCE COMPANY, I VIGILANT INSURANCE COMPANY, and.PACIFIC INDEMNITY COMPANY and knows the - corporate seals. thereat, that the seals affixed to the foregoing Power of Attorney are such corporate seals' and were thereto affixed by'authority of the By- Laws of said Companies; and that he signed said Prnrer.of Attorney as Assistant 'Secretary of saki - Companies by like authority; and that he it acquainted with David 8. Norris, Jr., and knows him to be Vice President of said Companies; and -that the signature of Oavid.8, No Jr., subscriibed to 'paid Power of Attomey'is:in the'genuine handwriting of David B.. Norris, Jr., and was thereto subscribed by authority of said By Laws and in deponent's presence. I Notarial Seat ,. " KATHERINE J.'ADELAAR NOTARY ; ? , PURUCQF NEW JERSEY :,.k 'iN} No 23166115 tgd ' ieof<e----- yv� 1b 201 N. �� CERTIFICATION I Eztractfrom the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY' All powers of attorney for and on 'behalf of the Company may and shall be executed In the name and on behalf of the Company, either by the Chairman or the President Or a Vice :President or- an;Assistant Vice P jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature ofsuch.oflcers maybe 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:affiixed by facsimile to -any power of attorney or.to any certificate relating thereto appointing Assistant or Attorneys- in Fail for purposes onty of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof and .any suchpower of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power. so executed and certified'by such facsimile signature and facsimile seal shall tie valid and binding 'upon the Company.with respect to any bond or undertaking to which it Is attached.' 1, 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 ofthe Sy- Laws of the Comp ,. anies Is true and correct, , -_ ' 1 (ii) -the Companies are duty licensed end authorized.to transact surety business in MI $0 of the United.States of America and the District , , i , I of Columbia and'are authorized by the U.S. Treasury Department: further, Federal and Vigilant are licensed in.Puerto Rico•anif the i ' ` U.S. Virgin Islands, and' Federal is licensed in Americ Samoa Guam, and each of the-Provinces of Canada except Prince l:otvards } i ! ( _ island; and i (iiij the foregoing Power of Attorney is true, correct and in full force and effect, � ' , \ ' ' � 1 Given under my hand and seals of said Companies al Warren, NJ this January 20, 2014 ` , f I ' / 1 r � may, j , l .. ' ' eau,µ* ' `� w�'warog+- i 1 1 1 ' i' '► • Dawn M. Chloros,-Assistant Secretary I IN THE EVENT YOU WISH TO NOTIFY -US OF'A •CLAIM;, VERIFY THE AUTHENTICITYOF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS :LISTED ABOVE, OR BY Telephone (908) 903- 3493 . Fax -(908) 903- 3656 e-mail: surety@ chubb.com 1 I Form 1 5 -16- 01 548 - U (Rev. 10 02) CORP CONSENT , 1 ' PROPOSAL S. 64th Avenue Roadway Widening I ,�- Nob Hill Boulevard to Tieton Drive City Project No. 2311 I The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. 1 A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: I CASH 0 IN THE AMOUNT OF 1 CASHIER'S CHECK 0 DOLLARS CERTIFIED CHECK N 0 ($ )PAYABLE TO THE CITY TREASURER PROPOSAL BOND 0 IN THE AMOUNT OF 5% OF THE BID 1 ** Receipt is hereby acknowledged of addendum(s) No.(s) 1 (one) , 2 (two) & SI - IAT IRE OF 0 • - IZEi► OFF CIAL(s) 1 J51 *.S‘G49 Carter Rohrhrn►gh - P W , ' ington Regjnn pv �' FIRM NAME Grant= Cons ction Company I P � (ADDRESS) 80 Pond Road 509.248.8376 Yakima, WA. 98901 I PHONE NUMBER , ' S TATE OF WASHINGTON CONTRACTORS LICENSE NUMBER GRANICC916DL 1 FEDERAL 19 1 4 1 0 1 5 11 19 1 5 1 x 1 9 1 1 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 I Bidders for building construction jobs (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 1 1 SOUTH 64TH AVE ROADWAY WIDENING 267 1 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 Y 9 Y 9 P this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal 1 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 2 — day of cu?d , 20 1 Signature: Printed Name: Carter Roh o • ugh - VP Washington Region 1 Phone #: 509.248.8376 Email Address: ceyin.ladwig@qcinc.com 1 I � 1 1 SOUTH 64TH AVE ROADWAY WIDENING - 269 1 ' NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: ' 1. That the 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 1 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 a.m to 5.00 p m , Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General All information will be treated confidentially and caller anonymity will be respected. 1 1 1 1 1 1 1 SOUTH 64TH AVE ROADWAY WIDENING 271 1 1 1 1 1 1 1 Local Agency Certification for Federal -Aid Contracts 1 DOT Form 272 -040A EF Follows i th s page 1 1 1 1 1 1 1 1 1 SOUTH 64TH AVE ROADWAY WIDENING , 273 1 Local Agency Certification for Federal -Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or t employee of any Federal) agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this ' certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. 1 1 SR DOT Form 272 -040A EF 07/2011 1 M SOUTH 64TH AVE ROADWAY WIDENING' 275 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows. (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin Such action shall include, but not be limited to the following employment, upgrading, demotion, or transfer; recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No 11246 of September 24, 1965, and of the rules, regulations, and relevant�orders of the Secretary of Labor *(5) The contractor will furnish all information and reports required by Executive Order No 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation, to ascertain compliance with such rules, regulations, and orders "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with 1 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 SOUTH 64TH AVE ROADWAY WIDENING 277 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 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 1 federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. 1 In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and t women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. 1 1 1 1 1 1 1 1 SOUTH 64TH AVE ROADWAY WIDENING 279 1 RESOLUTION NO. D ' 48 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and 1 WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- 1 cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED1BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. • ADOPTED BY THE CITY COUNCIL this . t day of ,c.,�e1 , 1983. 0 0 a Mayor 1 ATTEST: 1 City Clerk 1 1 SOUTH 64TH AVE ROADWAY WIDENING 281 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unlessl it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington In all cases, the compliance of a bidder, contractor or ' subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions All bidders and all contractors and subcontractors performing or to perform work on projects subject ' to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps 1 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' 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 1 him in his efforts to meet his goal. d The contractor shall participate in training programs in the area, especially those funded by the 1 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. 1 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. SOUTH 64TH AVE ROADWAY WIDENING 283 The contractor shall make specific efforts and constant personal g p p o al (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. 1 j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth 1 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 1 discriminatory effect. n The contractor shall make certain that all facilities and company activities are non - segregated 1 o The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. 1 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 1 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 1 1 SOUTH 64TH AVE ROADWAY WIDENING 284 1 1 1 1 1 1 1 Local Agency Disadvantaged Business Enterprise Utilization Certification 1 DOT Form 272 -056A EF 1 Follows this Sheet 1 1 1 1 1 1 1 1 1 rt. SOUTH 64TH AVE ROADWAY WIDENING, 285 1 Local Agency Disadvantaged Business Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged 1 Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall consider as non - responsive and shall reject any bid proposal that does not contain a DBE Certification which properly demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for in the proposed contract. The Bidder must submit good faith effort documentation only in the event the bidder's efforts to solicit sufficient DBE participation has I been unsuccessful. The successful bidders Disadvantage Business Enterprise Utilization Certification shall be deemed a part of the resulting contract. Information on certified firms is available from OMWBE, telephone 360 - 664 -9750 or Toll Free 1=866- 208 -1064. Granite Construction Company certifies that the Disadvantaged Business Enterprise (DBE) I (Box 1) Name of Bidder Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and is awarded the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards Goal" is listed. (If necessary, use additional sheet.) I Column 1 Column 2 * Column 3 Column 4 '* Project Role Amount to Name of DBE (Prime, Joint Venture, Certificate Number Subcontractor, Description of Work be Applied 1 Manufacturer, Regular Dealer) Towards Goal D.S/ Z 03403 Pveue- Sv5iv' u I 2. 1 3 - 4. 1 5. _ , 1 6 7. 1 8. 1 9 , 1 10. Disadvantaged Business Enterprise Subcontracting Goal: 7 DBE Total $ /� z° R #. I Box 2 Box 3 Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity, Wash. State Dept. of Transportation, on each contract. ** See the section "Crediting DBE Participation Toward Meeting the Goal" in the Contract Document. I "'* The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of the amounts listed shall prevail and the total will be revised accordingly Participation in excess of the goal amount will be considered voluntary or race - neutral participation. I SR DOT Form 272 -056A EF 07)2011 1 SOUTH 64TH AVE ROADWAY WIDENING 287 1 1 1 1 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document 1 DOT Form 422 -031A EF 1 Follows this Sheet 1 1 1 1 1 1 1 1 1 111 1 1 SOUTH 64TH AVE ROADWAY WIDENING 289 Jan 30 14 01 Alicia Patterson 5098776677 p.2 01/30/2014 THU 12:23 FAX 509 576 7056 Granite Construction 0002/002 I I Washington State 1 Department of Illameportatien • • Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), 1 confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder Is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided In the bidder's Disadvantagedt Busingi E ' Utiliratinn Certification. 1 ConlractTltle: S. 64th Avenue Roadvay Widening - Nob Hi11 Blvd, to Tieton Drive Bidder's Business Name: Granite Construction ConlOanv D E's•Business Name: G gArr6Rsoio.s G � ' ,oar. . >9 1 , DBE Signature: :!) L DSE'e Title: 7 ices, GI�'R7 • Dale: 436 %C? +� The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection_ See contract provision; Dlsevantaged Business Enterprise Condition of Award Participation. I Guete,s AAR) srRrpr Gar? - i6RS �RUA Siatwgtar. Description of Work: Amount to be Applied Towards Goat: co 030 , ®° • DOT Ferro evl 00/2a11 SOUTH 64111 AVE ROADWAY WIDENING 291 • • 1 1 I , ' BIDDER CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: Granite Construction Company , �' certifies that: (BIDDER) 1 It intends to use the following listed construction trades in the work under the contract 1 01 r ol 4.up - rtj Oel urns 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 1 Conditions, those trades being: OPFi n es , /-)94 .ova Tplpl,L ppJ pis and; 2 It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid 1 Conditions Carter Rohrbo 1 (Signature of Authorized Representative of Bidder) VP Washingto region 1 1 - SOUTH 64TH AVE ROADWAY WIDENING 293 1 SUBCONTRACTOR CERTIFICATION 1 Subcontractors' Certification is not required at the time of bid This Certification must be completed by each 1 subcontractor prior to award of any subcontract. certifies h t a t . (SUBCONTRACTOR) 1 It intends to use the following listed construction trades in the work under the subcontract 1 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 i 1 and, 2 It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. 1 1 (Signature of Authorized Representative of Subcontractor) 1 1 1 1 SOUTH 64TH AVE ROADWAY WIDENING 295 1 1 1 Contractor and Subcontractor or Lower Tier Subcontractor Certification 1 for Federal -Aid Projects 1 DOT Form 420 -004 EF Follows this Sheet 1 1 1 1 1 1 1 1 1 1 1 1 1 SOUTH 64TH AVE ROADWAY WIDENING 297 411111► Contractor and Subcontractor or ' •® Was hington State Lower Tier Subcontractor i®epartn,ent of Transportation Certification for Federal -Aid Projects (Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects) Contract Number Federal -Aid Number State Route Number Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor The contract documents for this subcontract include as part of the subcontract a special ' provision entitled "Required Federal -Aid Provisions ", the "Required Contract Provisions Federal -Aid Construction Contracts (FHWA 1273) ", and the minimum wage rates. I certify the above statement to be true and correct. Company Signature Date Title Contractor Certification To be completed and signed by the contractor ' 1 A written agreement has been executed between my firm and the above subcontractor. 2. 1 1 A written agreement has been executed between d etween (the subcontractor) and the above lower tier subcontractor. All documents required by the special f provision entitled "Required Federal -Aid Provisions" are included in the agreement for (1) or (2) marked above. I certify the above statements under Contractor Certification to be true and correct. Company Signature Date Title DOT Form 420 -004 EF Revised 03/2008 SOUTH 64TH AVE ROADWAY WIDENING 299 MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid Failure to submit the certification will render the bid non responsive Compliance and Enforcement ' Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable) Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, ' with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from 1 compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. 1 In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can 1 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 1 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 1 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 1 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 1 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 1 SOUTH 64TH AVE ROADWAY WIDENING 301 It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive 9 9 9 P 9 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 Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the 1 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 SOUTH 64TH AVE ROADWAY WIDENING 302 BIDDERS CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents. A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. 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 5% of the total amount bid and may be shown in dollars or on a percentage basis C. BIDDER'S CERTIFICATION D. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder E. DBE UTILIZATION CERTIFICATION DOT Form 272 -056 EF ' F. DBE WRITTEN CONFIRMATION DOCUMENT DOT Form 422 -031A. Required for all DBE's listed on DBE Utilization Certification The following forms must be received prior to the Contract being executed: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her Surety Company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. 1 Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. D. E- VERIFY COMPLIANCE DECLARATION Refer to Section 1-02.151 A signed E- Verify Compliance Declaration must be submitted or on file with the City E. DOT Form 420 -004EF (Only required on Federal -Aid Contracts) Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA -1273. 1 1 1 1 SOUTH 64TH AVE ROADWAY WIDENING 303 1 1 1 1 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2012 Standard Specifications 1 1 1 1 1 1 1 1 1 1 1 1 1 1 O ® ' 1 M 111111 M 11M1 I MN 1 ME = ME 7' 14' 11' 14' 5.5' . 2. rF.ro? man..? u�? swatc�r�aa• �;: nar :�x ;�:.ay;�:.�;��yT;u� "„��ra .a: w:5ti:�;e :..�ir.:su.��� P �` e; �� a �� • w;, utsa;_ trwa- ur��cr .r >, xxns. - a.. Diu. �a. �sara« m�va ^:�:.d.s•.x= ;a.�,� ° ^:�:- p�,.� _..�;. ... 0.17' H \A A 0.5' C S B C 0.33' ATB TYPICAL SECTION S. 64th Avenue - Nob Hill Blvd. to Tieton Drive APPROVED 1 -8 -2014 CITY OF YAKIMA - ENGINEERING DIVISION 1 TYPICAL SECTION 1 P1 NOTE JOINTS MAY BE FORMED DURING 10' - p" INSTALLATION USING A RIGID DIVIDER OR 12" BETWEEN JOINTS (Zyp) SAW CUT AFTER CONCRETE CURES TO 12 MINIMUM STRENGTH. 12" 12" - "MI I -----111- l i, ON/SZA # 3 BARS (TYP) EXTRUDED CURB z 10 TAPER 12" TO ZERO 2 1/2" -6 -- 5" 2 1/2" 1/2" R 1/2" R ,.....00 0 10 1 EXPANSION JOINT 1 "R-� . • • 1 " —`o a A 36" #3REBAR @10'OC. • wm_ �• ,...:- . ;•.T • .. } : "• CURB TERMINAL END a CEMENT CONCRETE EXTRUDED CURB FLOW LINE 25" 11" 1/2" R 1/2" R 9/16" FLOW .« . a . • LINE 1/2" R 16" R " `• • • d . 112" R ,_ CEMENT CONCRETE VALLEY GUTTER 1 13" 1 �r III CEMENT CONCRETE ROLLED CURB NOTES: III 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2. EXCAVATION LIMITS ARE 6" BEHIND AND 6" IN FRONT FOR REMOVING AND REPLACING EXISTING CURB & GUTTER. 3. ROLLED CURB MAY BE PERMITTED ALONG RESIDENTIAL ROADWAYS ONLY AND MUST BE APPROVED BY THE CITY ENGINEER. og Yitt City Of Yakima City of Yakima - Standard Detail � Engineering Divisio 61( � ,2g NorthSe�ondSheet CEMENT CONCRETE CURB R1 Yakima, Washington NOT TO SCALE Revision 11 -2008 1 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. Milk El 4 FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING SEE PLANS COLD JOINT I �. S = 0.02 ft/ft inii ....116 0 0.33' CEMENT CONCRETE SEE PLANS COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) COLD JOINT s =o.o2rvft /� 4" STANDARD SECTION V. 0.5' CEMENT CONCRETE COMPACTED I 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 1 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. / of - � City Of Yakima City of Yakima - Standard Detail P; r , g g En ineerin Division I �' I CEMENT CONCRETE SIDEWALK R5 . ; 129 North Second Street � ',,," Yakima, Washington NOT TO SCALE Revision 03 -2011 r 1 2" NPS,SCH. 40, 2 1 3/8" O.D TENON 8'(TYP) —` OR AS SPECIFIED ADJUSTABLE FOR 1 1/4" THROUGH 2" PIPE ADJUSTABLE FOR 1 1/4" THROUGH 2" PIPE ,-- 30 o 1 IT) II __ -� /g ■� `� / 1 DAVIT ARM 6063 -T6 ALUM. TAPERED 6" X 3 1/2" X 188" WALL, SATIN GROUND FINISH, Il RESIDENTIAL LUMINAIRE ARTERIAL LUMINAIRE 80 GRIT RADIUS =5' -9" TANKO LIGHTING - COBRA HEAD BETA LED #STR- LWY- 3M- 08- C -UL -SV SLIPOVER JOINT, -SHAFT INSERTED E W- 3870 -2501 M- 50- 1 -T3 -FL 1 -2 -5 BG 12" INTO DAVIT ARM, (2) 5/8" X 7" LG. S/S HEX HEAD BOLTS, -NUTS, { 1 FLATS & LOCK WASHERS LOCK 3' MAX. THE ASSEMBLY Ipasil ELIMINATE ALL SLACK HANDHOLE INSULATED GROUNDING BUSHING M BOND INSTALL COMPLETE WITH BOLT COVERS QUICK DISCONNECTS (STD 2" NOM. GROUT PAD WITH SPEC 9 -29 7) 1 J -BOX / 1/2" DRAIN HOLE 6063 -T6 ALUM SHAFT TAPERED FLUSH w/ SIDEWALK 8" X 6" X .250 WALL SATIN - -� O GROUND FINISH, 80 GRIT 1" MAX 'a=11� 4" X 6" FLUSH HANDHOLE 1 I 1 • C/W S/S HARDWARE & • Z 1 1 " CHAMFER 1 I I ° GROUND WIRING pi °q 11 • v 1 ,4 CAST ALUM SHOEBASE (COMPLETE) , #4 HOOPS AT 1' -0" p p =pp .11 = Y =11 �11gp CENTERS a b � l 4 • STREET LIGHT BASE SHALL Il - • I ° < — — ; t 1 a BE FLUSH WITH SIDEWALK �� �� - AND /OR CURB 4 IP ° 2" SCHD 40 PVC CONDUIT ° '," c ° - ., - d° O °• �] C., sr SIDEWALK o: EIGHT #7 BARS a ° CURB �� 0 f/ •E III VENLY SPACED 4 '' ° a° • ` d ° 4 ° PORTLAND CEMENT ° S a. ° 1\ • CONCRETE CL. 3000 (SEE ° • - °. POLE FOUNDATION DETAIL) ° a _ POLE PLACEMENT ADJACENT TO 5/8" x 10'-0" COPPER-CLAD 3' .. � SIDEWALK — II"- GROUND WIRE SQUARE OR ROUND OR AS APPROVED BY CITY ENGINEER 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 SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE. 11 5 SERVICE PEDESTALS SHALL BE METERED 6 LUMINAIRE SHALL BE LEVELED IN BOTH DIRECTIONS AFTER POLE IS PLUMBED 11 ... "p ®f. . City Of Yakima City of Yakima - Standard Detail ., « •` P , Engineering Division ' \ L).'% ; › g STREET LIGHT El II ,' . � ° . e . 1 29 N orth Second Street ` . "" '''`/ Yakima, Washington NOT TO SCALE FINISHED GRADE i 4 BACKFILL AND CONDUIT BEDDING MATERIAL SHALL BE COMPACTED CRUSHED SURFACING TOP COURSE. N X6' 6" 4 moo gRa no & °0 ° °O ii \ ›4. _ • • 0 n ° Ooa, � 'o o • 4i . O° Oo c0 ° .•n 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. °F City Of Yakima City of Yakima - Standard Detail '7_1( : � � 0 � ` Engineering Division �� g g CONDUIT THE � a � 129 North Second Street TRENCH SECTION E 5 4.4 Yakima, Washington NOT TO SCALE Revision 7 -2011 CLASS 3000 CEMENT 1 1/2" CLASS "G" ASPHALT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" ASPHALT PAVEMENT 12" + + + + + + + + + + + + + + + + + + + + ++ + �,, `' + + + + + + + + + + + + + + + + + + + ++ + + + + + + + + + + + + ++ + + + + + + + + + + + + + + + i SUBGRADE ' s\\ , , �� \ ���' PLACE AND COMPACT CRUSHED # SURFACING TOP COURSE _11V. � �% � 6 .��� ,�, /. GROUT ALL JOINTS WITH NON - GYPSUM , 4 GROUT. 4 \ SMOOTH INSIDE BARREL PAVED AREAS ll 1 CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION. SLOPE 1/4 INCH PER FOOT AWAY FROM GRAVEL SURACING 10 COVER. 12" he-- alliiiia - .. SUBGRADE s , & • Y� / \7 � %% GROUT ALL JOINTS . CON f `>›, i WITH NON - GYPSUM _ , 11� -A CRETE PERIMETER SEAL -,� \ � , 1 GROUT. �� ADJUSTMENT RINGS \ SHALL EXTEND 6 BELOW SMOOTH INSIDE BARREL ,'� \ 1t 1 I UNPAVED AREAS li 1 fop City Of Yakima City of Yakima - Standard Detail 1 �, �:� Engineering Divisi 61� % , 1� MANHOLE ADJUSTMENT S3 / � 129 North Second Street 0 Yakima, Washington NOT TO SCALE Revision 11 -2010 SEE DETAIL R24 FOR TRENCH PATCHING ,y EXCAVATION PAYMENT LINE FOR PIPES 15 INCHES AND UNDER I.D. + 30 INCHES NATIVE MATERIAL SHALL BE USED FOR • BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. dog '>• 4, v ra Q \� CRUSHED SURFACING TOP COURSE SHALL BE • USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. o 'N t 1; Fr $� UNSUITABLE FOUNDATION MATERIAL SHALL BE W < .\f/ REPLACED WITH GRAVEL BACKFILL FOR SUITABLE EARTH FOUNDATION FOUNDATIONS CLASS B. (SEE NOTE) -1-1 Cit Of Yakima � .; Y ' City of Yakima - Standard Detail Ai Engineering Division 1 ' % ��' 129 North Second Street TYPICAL TRENCH SECTION S4 � 0 Yakima, Washington NOT TO SCALE Revision 05 -2010 ° z , NOTES ° .� ` PIPE ALLOWANCES 0 .��� 1 As acceptable altematives to the rebar shown in the PRECAST BASE g ,j 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 DIAMETER be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the g REINFORCED OR 12" knockouts. 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 * 12 „ with Standard Specification 9 -04.3. (STD. SPEC. 9 3. The maximum depth from the finished grade to the lowest pipe invert 44001 . SOLID WALL PVC shall be 5' "'p' (STD. SPEC. 9-05.12(1)) 1Y' 4. The frame and grate may be installed with the flange down, or integrally PROFILE WALL PVC (STD. SPEC. 9 15" cast into the adjustment section with flange up. s a 5 The Precast Base Section may have a rounded floor, and the walls may 1Y CORRUGATED POLYETHYLENE y y STORM SEWER PIPE be sloped at a rate of 1:24 or steeper. %ISO 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 �'L ` ' 6 liN \ \ \ / /� \ \ G RS�� of wesy • C. O 9953 D R #3 BAR EACH CORNER / ' #3 BAR EACH CORNER I 'c 6 fs ; � NA L i S T EQ� axii 18" MIN. I 1 8 \ #3 BAR HOOP EACH SIDE \y #3 BAR HOOP CATCH BAS TYPE 1 �'�� STANDARD PLAN B- 5.20 -01 SHEET 1 OF 1 SHEET I 0 APPROVED FOR PUBLICATION O #3 BAR EACH WAY _ Pasco Bakotich 111 06 -16 -11 (SEE NOTE 1) $MTE GESIGN BIGINEER MW PRECAST BASE SECTION ALTERNATIVE PRECAST BASE SECTION 7 Washington SW* Department of Transportation 1E11 11111 NMI SIN ® ® ® ® 111111 I= 111111 MIN 111111 11111 11111 =1 II= 11111 =I - = ® - • • N • - OM = s = a = M ® M MN o 4 4 NOTES U ; PIPE ALLOWANCES 1. As acceptable altematives to the rebar shown in the PRECAST BASE g ... ' � ��� 4 4f SECTION, fibers (placed according to the Standard Specifications), or M 4 �� 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 knockouts. o REINFORCED OR 18„ FRAME AND VANED GRATE 2. The knockout shall not be greater than 26 ", in any direction. Knockouts 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. (STD. SPEC. 9 05.20) 18 4 • 3. The maximum depth from the finished grade to the lowest pipe invert --2,.. (S SPEC. soy 12(1)) 21" shall be 5'. 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. 945.12(2)) tr110 * 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 EACH 6" HEIGHT INCREMENT, SPACED EQUALLY RECTANGULAR ADJUSTMENT SECTION #3 BAR EACH CORNER #3 BAR HOOP 18" MIN. .2-11 ''1., "- ■ 4S 4, K''' Th, R a 11111111111111111;•00 't 'S , o OZ 16 NI 1 44% -... : i l l ... 1110) -; U -0.' 0 �I o ' P R S , y � , �l STEP �� Gt��� OS _I S 7 0NAL E a � � #3 BAR y TWO #3 BAR / � X68 EACH CORNER / 5pp HOOPS / ,� REDUCING SECTION EACH SIDE 1 � \ y CATCH BASIN TYPE 1L I� . / y STANDARD PLAN B- 5.40 -01 \ #3 BAR SHEET 1 OF 1 SHEET A 'e , EACH WAY APPROVED FOR PUBLICATION Pasco Bakotich III 06 -16-11 (SEE NOTE 1) STACIE aEG1641ENGINC". PRECAST BASE SECTION ALTERNATIVE PRECAST BASE SECTION 7 WmWnOran Sim. Depanm.ni of Transportation • o NOTES V_ 6 1 No steps are required when height is 4' or less. 0 2. The bottom of the precast catch basin may be sloped to facilitate cleaning. m 3. The rectangular frame and grate may be installed with the flange up or down. 1 The frame may be cast into the adjustment section. ;IN IN 4. Knockouts shall have a wall thickness of 2" minimum to 2.5° maximum. Provide \ a 1.5° minimum gap between the knockout wall and the outside of the pipe. After • the pipe is installed, 811 the gap with joint mortar in accordance with Standard Specification 9-04.3. CATCH BASIN FRAME AND VANED GRATE OR MANHOLE RING AND COVER H z 4'' CATCH BASIN DIMENSIONS II I RECTANGULAR ADJUSTMENT SECTION CATCH MIN. MIN. MAXIMUM MINIMUM *- OR CIRCULAR ADJUSTMENT SECTION BASIN WALL BA KNOCKOUT DISTANCE -. DIAMETER THICKNESS THICKNESS SE SIZE BETWEEN • • w • . KNOCKOUTS ��� - FLAT SLAB TOP 48" 4" 6" 36" 8" z 54" 4.5" 8" 42" 8" 60" 5" 8" 48° 8" o _ SEE TABLE 72" 6° 8" 60° 12" • MORTAR (FYP.) 84" 8" 12" 72" 12" o - ,r7 I , 96" 8" 12" 84" 12" . - • .. ° -,, .") STEPS OR 120" 10" 12" 96" 12" LADDER 144" 12' 12" 108" 12" PIPE ALLOWANCES -1g. CATCH C PE MATERIAL WITH MAXIMUM INSIDE DIAMETER gR r 6 ' 1 BASIN CONCRETE ALL CPSSP SOLID PROFILE g4 p1 WASy 9 ' DIAMETER METAL WALL WALL VT a��� ��cn Z 1O PVC() PVC® d _ Pie N . N i REINFORCING STEEL (f YP.) 48" 24° 30" 24' 30" 30" g GRAVEL BACKFILL FOR 54" 30" 36" 30" 36" 36" " • PIPE ZONE BEDDING O � 4535 O .. e , i . -- air ='" ' ' T B a "0" RING •� ,� I 60" 36° c�' 15TE � N �e6 sr ..r:,. . i: ;. ir�i,�.:{�:'� •�n • f•�•yP 42" 36° 42" 42" R pp 72" 42" 54" 42" 48" 48" e €q SEPARATE BASE INTEGRAL BASE 84° 54° 60° 54" 48" 48" PRECAST PRECAST WITH RISER (oe " - 7T ONLY) 96" 60" 72" 60" 48° 48" CATCH BASIN TYPE 2 120" 66" 84" 60" 48" 48" STANDARD PLAN B- 10.20 -01 144" 78" 96" 60' 48" 48" SHEET 1 OF 1 SHEET Q Corrugated Polyethylene Storm Sewer Pipe (Standard Specification 9- 05.20) APPROVED FOR PUBLICATION 13 (Standard Specification 9- 05.12(1)) Pasco Bakof/ch III 02 - - ® (Standard Specification 9-05.12(2)) _ STATE DESIGN ENGINEER GATE T wo.hlnpaen SD= Deportment of rwnsponotlrn ® NIB WE ® EMI ® ® ®M ® ® 121111 MI =III MI Me MIN all IIIIIII NE 1=1 1E11 EN 111111 111111 SIMI SIM MN MI NMI •1111 1111111 INS EN MN EN 11M1 11•1 0 NOTES re 1 1: 1 Bolt-down capability is required on all frames, grates, and covers, unless specified o 7 i-1 otherwise in the Contract. Provide 2 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 5ff - 11 NC x 2" Allen zi 1G= MOld I M - — — — — — — — — head cap screw by being tapped, or other approved mechanism. Location of bolt- down holes varies by manufacturer. z in I 2. For frame details, see Standard Plan B-30.10. AND NOTE 1 _ g -- --- 3. Refer to Standard Specification 9-05.15(2) for additional requirements. 1 6 , to A b R >- r. re 0 gRe -- -- - - -------2 - -- --- - - - - - - - - -- _ -- 0 N k= FLOW I r4 TOP 1 NI 1 i . 1 ■ TOP lo SECTION 0 - • i 1 1 , ■‘.1■ i i L 24' 1 : ' i l l:A l 1. , DIRECTION ' - u- •1_, lt 4e. d 7 OR 8 EQUAL SPACES 0 9 wAs#, - J... C.,‘" A ,-- • . 11P 1 NI &V4g , e• - ' 11 TION OF FLOW t g no N.e,2)xt. .1 'gill ... - 0'4.A DV II / A ;,. N FrAVAI'AII'AII'Ar*Alr'N ,d& e43& (4 0 . 94535 0 g .. clo .1, 4 . r 8v- , ill 8 T &VMa da‘a ATW4 t 1mi SECTION 0 4 t RECTANGULAR VANED GRATE 1111°' STANDARD PLAN B-30.30-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION Pasco Bakotich 111 -04/26/12 ISOMETRIC STATE DESIGN ENGINEER DATE AIM WO Wooh 14 10. Slots Deportment of Transporlation PIPE ARCH NOTES g PIPE ARCH DIMENSIONS (INCHES) THICKNESS 1. The diameter of the end section of Design B shall match the inside 6. The reinforced edges of the following size End Sections shall be 3 DIMENSION A B H L W T S ECTION 9 9 9 y (INCHES) SKIRT (INCHES) SLOPE diameter of the concrete pipe. supplemented with galvanized steel stiffener angles: Y TOL. TOL TOL. TOL TOL. SPAN RISE STEEL ALUM. t 1" ' t 1" t 1 1/2" t 2" t 2" (H V) 2 17 13 0064 0060 7 9 6 19 30 40 1 PC 2 1/2 1 2. Skirt sections shall be made in one piece for round pipe with a 60" thru 72" diameter pipe 2" x 2" x 1/4" angle OS 21 15 0 064 0.060 7 10 8 23 36 46 1 PC 2 1/2 1 diameter of 12" to 24" inclusive and for pipe arches with a rise 78" and 84" diameter pipe, and 24 28 18 20 0.064 0 064 0 060 8 0075 . 9 12 14 6 6 28 42 52 1 PC. 2 1/2 . 1 32 48 58 1 PC 2 1n 1 of 13" to 20" inclusive. Skirt sections for larger sizes of pipes may be multiple pieces in conformance with the tabulated values shown. 77" x 52" & 83" x 57" pipe arch 2 1/2" x 2 1/2" x 1/4" angle g 35 24 0,079 0075 10 16 6 39 60 70 1 PC. 2 1/2 1 The above galvanized angles shall be attached by 3/8" galvanized 42 29 0079 0.105 12 18 8 46 75 85 2 PC 2 1/2 1 3. Design A end sections for 42" thru 84" diameter and 49" x 33" thru nuts and bolts. 49 33 0.109 0 105 13 21 9 53 85 103 2 PC 2 in 1 83" x 57" arch with annular corrugations and all helically corrugated 57 38 0 109 1 0.138 0105 18 26 12 63 90 1 114 3 PC 21/2 1 pipe arch include one foot of pipe length as a connector section. 7 Galvanized stee! angle reinforcement will be placed under the 64 43 0 109 0.138 0 105 18 30 12 70 102 I 130 3 PC 2 1/2 1 The connector section shall be attached to the end section by welds, center panel seams on the 72" thru 84" diam. pipe and 77" x 52" 71 47 0 109 0.138 0135 18 33 12 77 114 146 3 PC 2 1/2 1 rivets or bolts and shall be the same thickness as the end section. & 83" x 57" pipe arch End Sections. 77 52 0 109 0.138 -- 18 38 12 77 126 152 3 PC 1 3/4 1 8. 83 57 0109 0.138 - 18 39 12 77 138 158 3 PC. 1 1/2 . 1 4. Design C may be used in lieu of Design A for all metal pipe sizes As an alternative to the connector lug and threaded rod used on except as noted Coupling bands may be any acceptable type for 12" thru 24" culvert pipe, the attachment may be made with a P I P E the pipe specified. 1" wide strap, 16 gage galvanized steel fastened with a 1/2" diam., DIMENSIONS (INCHES) END 6" long galvanized bolt and one squarehead nut. PIPE THICKNESS ' A B H L W T SECTION 5. Multiple panel skirts shall have 2" lap seams tightly joined by 3/8" DIAM. (INCHES) SKIRT SLOPE (INCHES) TOL. TOL. TOL. TOL stainless steel rivets or galvanized bolts on 6" max. centers. STEEL ALUM. t 1" MAX. t 1" t 1 1/2" t 2" t 2" (H i i PIPE - i = 12 0.064 0.060 6 6 6 21 24 34 1 PC. 2 1/2 1 w 0 w 0 15 0.064 0.060 7 a 6 26 30 40 1 PC. 2 12 1 a a PIPE < rn CONNE ¢ y 18 0.064 0.080 8 10 6 31 36 46 1 PC. 212.1 a = PIPE SECTION - a = 21 0.064 0.060 9 12 6 36 42 52 1 PC. 2 12 . 1 w t- fu w f CONNECTOR LUG a '- n 24 0.064 0075 10 13 6 41 48 58 1 PC. 2 12 . 1 THREADED ROD - (SEE NO a O THREADED ROD a O 30 0 079 0.075 12 16 8 51 1 60 70 2 PC 2 12 1 i�9 _ _ 36 0.079 0.105 14 19 9 60 I 72 94 2 PC. 2 1n . 1 '\ END SECTION / _,, \ - END SECTION / �\ - END SECTION 42 0 109 0.105 16 22 11 69 84 106 2 PC. 2 12 . 1 48 0.109 0.105 18 27 12 78 90 112 2 PC 2 12.1 FOR 12" THRU 24" PIPE FOR 30" THRU 84" PIPE FOR 42" THRU 84" PIPE AND 54 0.109 - 18 30 12 84 102 122 2 PC. 2 12 1 AND 17" x 13" THRU AND 35" x 24" THRU 49" x 33" THRU 83" x 57" PIPE ARCH 60 0 109 0.138 - 18 33 12 87 114 134 3 PC 1 3/4 . 1 28" x 20" PIPE ARCH WITH 83" x 57" PIPE ARCH WITH WITH ANNULAR END CORRUGATIONS, AND ALL 66 0.109 0.138 - 18 36 12 87 120 142 3 PC. 1 12.1 ANNULAR END CORRUGATIONS ANNULAR END CORRUGATIONS HELICAL END CORRUGATED PIPE AND PIPE ARCH 72 0.109 0.138 -- 18 39 12 87 126 146 3 PC. 1 1/3 1 TYPE 1 TYPE 2 TYPE 3 78 0.109 0.138 - 18 42 12 87 132 152 3 PC. 1 1/4 1 84 0.109 0.138 - 18 45 12 1 87 1 138 158 3 PC. 1 1/8 . 1 DESIGN A A CONNECTION TO METAL PIPE 911. DIAM z i w z OR I H-H OE. n T 6 m T PIPE = SPAN CONCRETE PIPE - 1" MINIMUM LAP - E - AFTER EXPANSION w ~' ' : S (SEE NOTE 6) B ' , . 13" Q o. O r � � W i, ,II T , M . ( a le � / SEIE R EE6 EDGE LESS THAN 30" DIAM. 7" �{y -� '� OP 1W1Sy J� 8 w C REINFORCED EDGE ) iii 9� ® NO _ ( ) SMOOTH GALVANIZED STEEL �'� {, c- . _C, i T 30 DIAM. AND OVER, 13 . " '� ^- 1 ' r RIIMMEIMEIN GALVANIZED 1.."3„..1 J ` � qE� .� ;� OR ALUMINUM PIPE �ff) = STEEL OR _ �" M r ALUMINUM SKIRT m -7 4 R 6 k 8 ra l/ i PIVOT BOLT EXPANDER LUG ..o t:_'e C- k G 6 A W A EXTENSION A W A I EXTENSION DESIGN B - P ° ,r, �P e n a 1 k CONNECTION TO CONCRETE PIPE 7 0NdL E w INLET END ONLY e 3 PIPE - ELEVATION PIPE & PIPE ARCH - PLAN PIPE ARCH - ELEVATION I EXPIRES JULY 1, 2007 1 6 FILL SLOPE PIPE COUPLING BAND, SHOP BOLTED TO FLARED PIPE W ? L _ END SECTION WITH 3/8" BOLTS AT 6" ON CENTER a FLARED END SECTIONS MAXIMUM OR EQUIVALENT RIVETED OR WELDED - a ./ ' 't>y4dF SLOPE CONNECTION. FOR USE WITH ALL SIZES OF PIPE �, i TOE PLATE EXTENSION - WHEN REQUIRED, AND PIPE ARCH WITH ANNULAR ENDS. a O STANDARD PLAN B- 70.60 -00 GALVANIZED STEEL OR ALUMINUM, SAME .. SHEET 1 OF 1 SHEET L GAGE AS SKIRT, LAPPED 2 ", FASTENED Wt END SECTION i APPROVED FOR PUBLICATION ( 3/8" S.S. OR AL. RIVETS OR GALVANIZED / 1 \ _ ! \ BOLTS ON 12" MAX. CENTERS PIPE J �� DESIGN C Harold J. Peterfeso 06 -01 -06 srxrt DERON ENGINEER DATE CONNECTION TO METAL OR CONCRETE PIPE Washington Saito Department of Transportation O SECTION A OUTLET ONLY 0 111111 MOM 1111111 MEM ME 1111111 MEM Mal MI MOM MIMI 11M11 MIMI M1111 111111 111111 OM MIMI MI • 1E111 111111 INS MI MI MN =II • an MI am lam IMO MB Eli IIIII ..1 =II FACE OF CURB VARIES 12" TO 24" FACE OF CURB <— FACE OF CURB FACE OF CURB VARIES 6 1/2" 8 1/2" VARIES FROM 6" TO 0 ", 1" 10" TO 22" 1" - MAINTAIN 111 6V SLOPE (SEE CONTRACT) 5 1/2" 1" VARIES 1„ R j ON SIDE OF CURB MATCH ROADWAY C 1 R. - 1 R. MATCH ROADWAY 1/Y' R _ ., 1" R. 7 MATCH ROADWAY MATCH ROADWAY \ SLOPE \ \ it SLOPE ,, 12" R / // SLOPE -A r R. \ I D 1 C ROADWAY - c 1 " 6 / „ Ic � 5/ . f r \ 1 ROADWAY ROADWAY ROADWAY 1l2" R. 1@" R. - 1/2" R. % / W N D r Ce • . c o • 6 1 • .- a 1 ° m Y 11 111/2, \ 1' - 6.. 0 1._6" __ DUAL -FACED CEMENT CONCRETE CEMENT CONCRETE DEPRESSED CURB SECTION TRAFFIC CURB AND GUTTER TRAFFIC CURB AND GUTTER AT CURB RAMPS AND ' DRIVEWAY ENTRANCES 6" 1/2" R. - 1" R CEMENT CONCRETE it CEMENT CONCRETE O 6" CURB RAMP, LANDING, 6 J NOTE [ A W ALK O CONR CRPATH ETE 1/2' R. " - 1�� R. E i ONTRANCE R DRIVEWAY VARIES 1 See Standard Plan F -30.10 for Curb Expansion and FROM — Contraction Joint spacing. 6" Its 3/8" PREMOLDED JOINT FILLER 1 FLUSH WITH GUTTER PAN AT CURB ((WHEN ADJACENT TO CEMENT I —, D RI VV 3/8" PREMOLDED tO AT E - 1/2" VERTICAL LIP CONCRETE SIDEWALK) JOINT FILLER AT DEWWAY AY EE ENTRANCE CEMENT CONCRETE PEDESTRIAN CURB CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES J CI 0 ' ' L. 8 ' P� FACE OF CURB FACE OF CU RB ��i" �� OF WASry .�� $$$ 1:111. 8 LL VARIES 12 " TO 24 " —FACE OF CURB FACE OF CURB ��e / T o A T6' $ 21 III m VARIES 7 1/4" /-,' '- g 1" 10" TO 22" _ 1" 6 1/2" (SEE CONTRACT) 3" 4 k 8 5 1/2" 1" /� 1112 "R 4 �� 0 p, 32350 1 o .ti gi \ i 1/2" R. - % R 1/2" R -\ _� �'J, 81:06::0:1- I STB aG \' _ /0 r F,` ,, . ROADWAY 7 p • ~ h ■ � \ROADWAY m �' / ROADWAY - ROADWAY •Uti< --t____ , p I J N J' o 'v o 0 0 CEMENT CONCRETE CURBS °• D ° v 1 1 STANDARD PLAN F- 10.12 -02 1 3/4" r 1 3/4" 8 1/4" 8 1/4" SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 06 -16 -11 DUAL -FACED CEMENT CEMENT CONCRETE MOUNTABLE CEMENT STATE DESIGN ENGINEER GATE T Washington state Department of Transportation CONCRETE TRAFFIC CURB TRAFFIC CURB CONCRETE TRAFFIC CURB -" c 13' - 0 1/4" D z 5' -03/4" z 5'- 03/4" to 3/8" PREMOLDED JOINT FILLER L 2 j i e it - i L:L lr ? a s s j . h! I • .� , i,I 5' - 0" R \\ \ B CEMENT CONCRETE • !~ \ CURB AND GUTTER '\ 5" % \\ 5.. \ I \ / \_ RECTANGULAR FRAME AND GRATE - NOT GUTTER PAN y INCLUDED IN CURB AND GUTTER BID ITEM NOTES PLAN VIEW 1 The intent of this design is to facilitate the compaction of Hot _ CENTERLINE OF FRAME FACE OF CATCH BASIN GUTTER PAN Mix Asphalt pavement adjacent to a drainage structure. FURS F� & GRATE - SEE NOTE 2 2 The centerline of the drainage structure may differ from the I centerline of the frame and grate. 2' - 10 1/2" VARIES _ 1' 6" - 2' - 10 12" 6 1/2" 13" 6 1/2" (1.08') FACE OF CURB 5 1/2" 1" / _ SLOPE THE GUTTER PAN DOWN TO 5 1/2" 1" MATCH THE RECTANGULAR FRAME \ 1/2" R. 1i� ROADWAY 112" R. —\ ROADWAY �' o \ RECESS TOP 1/2 R. ROADWAY - c \ ° 1.. R 1 SLOPE 1/2" R. ROADWAY % r - ° 1 ' i : . = :' v'p . ° 3" 1 'f R m 5 TOP OF .y ° o -/-- � — / , > o s ; 1; ,'"`7 • t W C L • 7' % . r 1 %. 1 \ r % ' , a' a F % ti4i ? ?c :.: :r :::. oa n ' a r ADJUSTMENT SECTION -NOT INCLUDED SECTION 0 %f' , .„ "` �. TD` , . s. c IN CURB AND GUTTER BID ITEM • DRAINAGE STRUCTURE -NOT INCLUDED �. 41� � v 0 +/''6' 24035 D° . € i D 4 IN CURB AND GUTTER BIDITEM % <° 1 STE 1' N f / r. NAL�� i i t s .f^ I'Y t «.'K. 1 5'2 S �p i a{ TV I i,' g I EXPIRES JULY 27, 2007 I 8S6 SECTION O �! ,, �r 4 ' t,i ar a -4. , , - r #r / , -- , r ,' 1 : `I` CEMENT CONCRETE -, . T } a , r i 1 ` ,1 1 CURB AND GUTTER PAN r% s i ts t \ i l gr ` 4 *I, , a. px,:* s ., a. � # , ,, , % � k , -, 15 - >a STANDARD PLAN F- 10.16 -00 ./...' , ISOMETRIC VIEW £ aA - -- ip f x v f , ? + - _ , SHEET 1 OF 1 SHEET ti 4 r - a a r y53 'x4 J APPROVED FOR PUBLICATION a' `' "E i �. '� v4 � ' - "' �r - .k -- r Kevin J. Dayton 12 -20 -06 " \ `� . - - ' A S .V.: 9` „- ' 1k , STATE DESIGN ENGINEER DATE / - � Wi Washington Slots DOponmont Of Ttansponmion ® ® ® 1111111 ® ® ® ® ® 1111111 ME am ma ima ma am NM Mil ® - - - - ® - - - - i • S i NOTES 4' - "M. - 4' - ' MIN. - A 1 Provide a separate Curb Ramp for each marked or unmarked crosswalk. SEE CONTRACT T PLANS SEE CONTRACT PLANS 3!8" EXPANSION JOINT (TYP.) - I PEDESTRIAN CURB - 318" EXPANSION JOINT (TYP.) ^ PEDESTRIAN CURB - Curb Ramp location shall be placed within the width of the associated SEE STANDARD PLAN F -30.10 SEE NOTE 9 SEE STANDARD PLAN F -30.10 LANDING SEE NOTE 9 crosswalk, or as shown in the Contract Plans. LANDING 2. Where "GRADE BREAK" is called out, the entire length of the grade � I�_ break between the two adjacent surface planes shall be flush. " sIDEwALK 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurte- CURB AND GUTTER -' _ SIDEWALK / O nances in front of the Curb Ramp or on any part of the Curb Ramp or .` a o Landing. 4. See Contract Plans for the curb design specified. See Standard Plan 4' - 0" MIN. (iYP.) ^ 4 ___ 11 CURB 8 GUTTER ` : F -10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and _��� SEE CONTRACT PLANS � CURB RAMP CURB RAMP CURB RAMP DETECTABLE WARNING SURFACE Pedestrian Curb details. DETECTABLE WARNING SURFACE - 4' - 0" MIN. (TYP.) - SEE STANDARD PLAN F-45.10 5. See Standard Plan F - 30.10 for Cement Concrete Sidewalk Details. FACE OF CURB IS SEE STANDARD PLAN F-45.10 SEE CONTRACT PLANS 11 See Contract Plans for width and placement of sidewalk. d DEPRESSED CURB 8 GUTTER FACE OF CURB i DEPRESSED CURB 8 GUTTER 6. The Bid Item "Cement Concrete Curb Ramp Type " does not include c CROSSWALK CROSSWALK the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian o Curb, or Sidewalks. z 7 The Curb Ramp maximum running slope shall not require the ramp length LL 0E'' PLAN VIEW DETECTAB WARNING SURFACE - PLAN to exceed 15 feet to avoid chasing the slope indefinitely when connecting TYPE PARALLEL A SEE STANDARD PLAN F-45.10 T YPE PARALLEL B >- to steep grades. When applying the 15 -foot max. length, the running slope o 4' O'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 c Specifications 8-14. COUNTER SLOPE TOP OF 9. Pedestrian Curb may be omitted if the ground surface at the back of the MAX ROADWAY �\�\\� 2.0% MAX — 5.p % M Curb Ramp and/or Landing will be at the same elevation as the Curb � ■.e® Ramp or Landing and there will be no material to retain. w DEPRESSED CURB 8 GUTTER - CEMENT CONCRETE PEDESTRIAN < LANDING .SEE STANDARD PLAN F -10.12 CURB - SEE NOTE 9 > AND NOTE 6 SECTION O 15' -0" MAX. 4' -0" MIN SEE NOTE 7 SEE CONTRACT PLANS LEGEND SIDEWALK — — SLOPE IN EITHER DIRECTION _ 15' - 0" MAX. 4' -(1' MIN 15' - 0" MAX. GRADE BREAK SEE NOTE 7 SEE CONTRACT PLANS SEE NOTE 7 :t. n O. GRADE BREAK 8.3% MAX �->_ 2.0% MAX SIDEWALK GRADE BREAK GRADE BREAK a� ������ \- 8.3 %MAX. ` 2 0% MAX. s.3% MAX. CURB RAMP PEDESTRIAN CURB - Hill — �'--'� ���� ssow LANDING SEE NOTE 9 4 ATRtC� `v } 3/8" E STANDARD PLAN FJ010 SS) a C CURB RAMP LANDING CURB RAMP a .. 04 WAS/it -� /6 C 3/8" EXPANSION JOINT (TYP.) - SECTION O W U r $ SEE STANDARD PLAN F -30.10 sa vo e SECTION O q fj \ � y % z � y s w .f 3 4363 O Q ` R 3 A f' , B C/ ST G V' "CEMENT CONCRETE CURB RAMP TYPE c e PARALLEL B" PAY LIMIT - SEE NOTE 6 S• ONAL �� g li ' "CEMENT CONCRETE CURB RAMP TYPE Y 3 3 PARALLEL A" PAY LIMIT ^ SEE NOTE 6 PARALLEL CURB RAMP \� STANDARD PLAN F- 40.12 •02 _` .��� / � ^" � SHEET 1 OF 1 SHEET / APPROVED FOR PUBLICATION /- /` / ___, — Pasco Ba 6/2 %f3 STATE DGN WE VIEW ISOMETRIC VIEW /\ _ TYPE PARALLEL A PAY LIMIT TYPE PARALLEL B PAY LIMIT WI Washington Sal. o.Pert...ntof T,e,vaertmlen A NOTES A 1 The Detectable Waming Surface shall extend the full width of B LL the curb ramp (exclusive of flares) or the landing. re t ,. 7 r e - i. sil t. - CURB RAMP, LANDING, PASS THROUGH OR WALKWAY O O 41.2 DETECTABLE WARNING i S URFACE - SEE NOTE 3 2. The edge of the Detectable Waming Surface shall be placed w u, along the back of the curb line. ,L,, . V k - I _ - E n . � MIN. MA X \ ' V A - o" MIN. - 3. The rows of truncated domes in a Detectable Waming Surface s + x a f k � rs } A 1.80" 2.40" PLACE AT BACK Y ALL APPLICATIONS shall be parallel with the direction of wheel chair travel. A �' - '� 1 ''` t i fi - i 8 B 0.65" — OF CURB LINE " } I d , x I - M1 p SEE NOTE 2 1 4. See Standard Plans for sidewalk and curb ramp details. ■ 3 1 �. s h 9 �-) + C 0.45" 0.90" 1 s k k TRUNCATED DOME D 0.9" 1 1.40" I 5. If a curb is not present, place the Detectable Waming Surface at : w � 4; .:.-",'41.,,, T ;., E or 0.2" the edge of the pavement r , " SECTION O �P;:;: _il .r �.�:"_,.a,. --° _ 6. If a curb ramp is required, the location of the Detectable Waming Surface must be at the bottom of the ramp and within the required TRUNCATED DOME SPACING .w +', SEE STANDARD SPECIFICATIONS FOR CURB AND GUTTER --► LANDING, PASS -THROUGH MATCH TO WIDTH OF CURB RAMP, distance from rail. SEE NOTE 3 COLOR OF SURFACE OR WALKWAY WIDTH OF PASS TRUNCATED DOME DETAILS DETECTABLE WARNING SURFACE DETAIL WIDTH OF PASS 6 THROUGH - (TYP.) r / THROUGH - (TYP.) CURB RAMP 5' - 0" LANDING LANDING , . I 'l) 2 , _ D ' WAKLWAY ■ �� a MIN. WIDTH OF WALKWA CURB RAMP -, DET URF ' BACK OF CURB L 5 Ina ` �- BLE WARNING - SE NOTES 2 _ --_-_-.7.------1 i SURFACE (TYP.) p ' BACK OF CURB ` BACK OF CURB � 2 M ' SEE NOTES 2 & 5 BACK OF CURB DETECTABLE WARNING - SEE NOTES 2 & 5 OF WALKWAY SEE NOTES 2 & 5 SURFACE - SEE NOTE 3 WID OR PATH (TYP.) DETECTABLE WARNING WIDTH OF CURB RAMP 1 SURFACE - SEE NOTE 3 ��'lll l DiM o ISLAND PASS- THROUGH SINGLE DIRECTION CURB RAMP PERPENDICULAR CURB RAMP o z DETECTABLE WARNING PATH OR DETECTABLE WARNING MEDIAN PASS THROUGH w SURFACE WALKWAY SURFACE (TYP.) ill > 6 FENN ^ l a WIDTH OF CURB RAMP, _...-- PAVEMENT EDGE ilk SHOULDER - I - O �C � Q OP eW2rs AS o � ° LANDING, OR WALKWAY ��� r� 2 NM DETECTABLE WARNING f /4 Q ffl CURB RAMP LANDING CURB RAMP SURFACE - SEE NOTE 6 X IIIIMIB Tn ` O q � q_. lil En WIDTH R J,;OI ST8 � . c ;N. ; lassToralk SHARED - USE PATH CONNECTION THROUGH NA L $ g :611'1 I I I I IMI� ■I - I I I I 4. ii,I,I,I,Ita 11111111 ROUNDABOUT SPLITTER 1M1 1 1 1 1 i.���1 1 1 1 1 ISLAND / 2 DETECTABLE WARNING SURFACE BACK OF CURB rte DETECTABLE WARNING SURFACE RAIL io SEE NOTES 2 & 5 - SEE NOTE 3 STANDARD PLAN F- 45.10 -00 WIDTH OF LANDING PATH OR SHEET 1 OF 1 SHEET MIM WALKWAY APPROVED FOR PUBLICATION PARALLEL CURB RAMP PEDESTRIAN RAILROAD CROSSING Pasco Bakotich 111 06 - - AM. STATE DESIGN ENSSEER DATE T WmM �nI S ngton St t. D.P. or TrompooNon PLACEMENT GUIDELINES -„ 111111 ® ® 11131111 ® ® 111111 ® ® 11111 NM 111111 1111111 S INN 1111111 an MO 11M1 ME NM I ! Me ME N M - OM M s - - _ MN 111111 .1111 IIIIII W W W NOTES 1 12' MIN. - 1 SHOULDER _ 12' i 12' MIN. 1 1 Refer to the Sign Specification Sheet of the MIN. SHOULDER 6' 1 S IGN 1 SIGN _ SHOULDER 6' - /- SIGN Contract for the 'V' and W distances. MIN. MIN. i , , 2. The minimum vertical distance from the N , �\ � \ bottom of the sign to the ground shall not -N. \ , \ be less than 7' for signs located within the EDGE OF EDGE OF °�� Design Clear Zone. TRAVELED i TRAVELED EDGE OF WAY Z V WAY ` V TRAV WAY .- (7' MIN.) (7' MIN.) (T V MIN.) FILL SLOPES 1 r STEEPER 6H.1V SLOPE v �, THAN 6H:1V OR FLATTER SLOPE BREAK ° ' SLOPE BREAK -Y '2�'. SLOPE BREAK -/ `�, / �'x'•v Vii:., $ SIGN INSTALLATION SIGN INSTALLATION MULTIPLE SIGN POST INSTALLATION 3 w IN FILL SECTION ON STEEP FILL SLOPES IN FILL SECTION re Q f m W 1 W I W 1 . 3' '1 -. 1 ' D MIN ! SIGN 12' MIN - 12' MIN. - MAJOR SIGN SHOULDER 6' SIGNORY SHOULDER - / MIN. '�; , 'IN kIX i s \N \� \` \ \ 0" MIN. ` \1 :� 0" MIN. N. EDGE OF 1 EDGE OF } \,. f 3.. MAX. ���: \� i- 3 "MAX - �� �� } EDGE OF � —T TRAVELED Z� V TRAVELED V TRAVELED V WAY (7' IN.) WAY Z (7' MIN ) WAY �- (8' MIN) ! I SUPPLEMENTAL V SECONDARY 1 5' MIN. PLAGUE I (5' MIN.) SIGN TRAFFIC BARRIER �/ / ^ '' ' J�;1;u,�,, J �/, /.`i "0 V. SLOPE BRE - ;.f� SLOPE BREAK 'V SIGN INSTALLATION SIGN WITH SUPPLEMENTAL GUIDE OR DIRECTIONAL SIGN WITH BEHIND TRAFFIC BARRIER PLAQUE INSTALLATION SECONDARY SIGN INSTALLATION ON 9 IN FILL SECTION EXPRESSWAYS AND FREEWAYS 9 ttV. J ' 4 4 , ,,E $ � 1. OF iV1Sy .1 c2 . j, 8 o W 1 W W /V BACKSLOPE D' �; S 1 12' FLATTER THAN 3H:1V T MIN. .a f - � _ 2' i 12 MIN 9 . , V G "d MIN. 1 - SIGN / - 1 12' MIN. STEEPER THAN 3H:1V 2' MIN. O, .`� , C 25335��,0 g a 1 3 i i - SHOULDER 1 4' SIGN _ SHOULDER 1 4' 1 t 1 STE G \' 3 \ MIN. 1 / d 1 ! MIN. 1 ,,- SIGN r /ONAL vs "gd dIza DITCH � �� DITCH \ \ �; NI\ 9, 1 S t I EXPIRES AUGUST 9 20091 8 x �� �� V \ ,I`- BACKSLOPE EDGE OF EDGE OF EDGE OF N ' 1 TRAVELED 1 `\ ' '' \ I GROUND MOUNTED WAY -�--' V (7' MIN.) TRAVELED TRAVELED WAY Z " �i WAY } -- SIGN PLACEMENT V i (T MIN.) 1 (7' MIN.) ! STANDARD PLAN G- 20.10 -00 1 Jr , , \, 1 i SHEET 1 OF 1 SHEET ! l �• , \� \ ^," - APPROVED FOR PUBLICATION CURB SLOPE BREAK •�,• y °/ /�/Y/^.11‘ ii fly ,;.,Jn „�7, SLOPE BREAK -� Pasco Bakotich 111 09 -20 -07 STATE DESIGN ENGINEER DATE SIGN INSTALLATION SIGN INSTALLATION MULTIPLE SIGN POST INSTALLATION Washington sroi. Depornnont of Transporialion WA IN CURB SECTION IN DITCH SECTION IN DITCH SECTION NOTES 10' MAX. • 1000' MAX. PULL POST - SPACED HOG RINGS (TYP.) All concrete BRACE POST TENSION WIRE @ 1000' MAX. SPACED © 24 " MAX. post bases shall be 1 O" END OR CORNER (BRACE) to' MAX. MAx (TYP.) minimum diameter 0 LINE POST - SPACED TENSION WIRE PULL POST TENSION WIRE BRACE POST CO @ 10' MAX. r BRACE TENSION KNUCKLED SELVAGE POST WIRE (TYP.) 2. Along the top and bottom, using Hog ,0 Rings, fasten the Chain Link Fence .= 6.•Sr.' .':- vv- d.' :- vv'v.- vvvvdv.=vavadvvvv. -. - =v .. ■. • Fabric to the Tension Wire within the E :•�. � �•: limits of the first full fabric weave. o.o ... . • � ••• TIE WIRE : ::'• •• 3. Details are illustrative and shall not > TENSION WIRE '� :::: = TENSION WIRE - U (TYP)) •�! : : :: (9 TENSION WIRE limit hardware design or post selec- N •• I1 • : • ? :v' ° _ TIE WIRE :;I � :• tion of any particular fence type. • r ; . r m ♦ FABRIC BAND (TYP.) • 11: :.• F ABRIC BAND (TYP.) r �� SPACED @ 14" MAX. .� TIE WIRES (TYP.) - STRETCHER BAR (TYP.) '•�: � ❖,• STRETCHER BAR (TYP.) u f • - Ziil• STRETCHER . y . TN. v /y 'WY 'O cw /r7v.i /.�7i II ./ ` `yv\v, v. y r www , wh, w /rfV /V1' i` V /VV / ryr7 , BAR • TENSION WIRE �i -� a a KNUCKLED SELVAGE CHAIN LINK (111111. HOG RINGS (TYP) •! ' ° a (TYP.) FENCE FABRIC TENSION WIRE L r POST �� FABRIC SPACED @ 24" MAX. . i in , II. ° / CONCRETE POST ' \/ T BASE (TYP.) SPACED 15" MAX. �+ -' TYPE 3 \� t ,. L" 10' MAX. 1 500' MAX PULL POST - SPACED HOG RINGS (TYP.) m%\ END OR CORNER (BRACE) POST I O TENSION WIRE L 10' MAX (TYP) I Q 500' MAX. SPACED © 24" MAX. �) LINE POST - SPACED I BRACE KNUCKLED TENSION WIRE • TENSION WIRE PULL POST 10' MAX. POST TENSION WIRE SELVAGE (TYP BRACE POST O METHOD OF FASTENING 1 .,�. :•'•' ❖:❖:❖: • :.. ;.... ..: •• .. I ......... .. ....... .........:. S TRETCHER BAR TO POST TIE WIRE = TENSION WIRE MAO I:.: TENSION WIRE I • f''' w • I •• TENSION WIRE W STRETCHER ° = i ❖• TIE WIRE �� 8 •I V$ .,1 (TYP.) :• :,I : : a 0 ::•• (TYP STRETCHER • ��'. � 4 L :: BAR (TYP.) I (�� :•: FABRIC BAND (TYP.) tt � FABRIC BAND (TYP.) , ••• :�i gip• • :� •� I i :P: • • :• : I, :❖::• :O O y1s: -- = ATRI C .Litilit =• -• Q m • a I o_ = a KNUCKLED SELVAGE CHAIN LINK ? /W4N(TYP.) FENCE FABRIC � - ' '� 3 g t, CONCRETE POST •o ,. �, y �, ., W BASE (TYP.) y ifil Lea f ,, c� O . 39363 O N S g t 4 TYPE 4 .0 F c IST7 0 � _13 , , ONA Q''' € g 91/2" 5 S �. POST AND RAIL SPECIFICATIONS F L 1 5/8" g e 1 ` PIPE ROLL FORMED CHAIN LINK FENCE TYPES 3 AND 4 POST NOM. SIZE (SCH 40) SECTION WEIGHT N ST ANDARD PLAN L- 20.70 -02 I.D. (lb /ft) SHEET 1 OF 2 SHEETS END, CORNER, OR PULL POST 2 1/2" DIAM. O 5.10 1 FENCE LINE APPROVED FOR PUBLICATION Pasco Bakotich III 06/21/12 FABRIC LOOP LINE OR BRACE POST 2" DIAM. O 1.85 - 2 SIDES O O STATE DESIGN ENGINEER GATE Washington State Department of Transportation ® ® ® ® ® ® ® ® ® ® ® ® ® ® ® ® ® ® ® IIIIIIIIIMIIII.I/IIVIIIIIIIIIIIIIIIIIIIEIIM MM. IIIIIIIIIIMMIIIIIIIIIIIIIIIII 0 ct 0 Yr O EYE BOLT ti EYE NUT EYE BOLT m NI TENSION WIRE / TURNBUCKLE 1.' 0 TENSION WIRE )t t ILA FABRIC BAND . STRETCHER BAR ��� , LL V l \ / \� I/ \./ TENSION WIRE \ > -��I i i < FABRIC BAND (TP . . • ��\ ,4I I; /\ /\ _ /\ STRETCHER BAR (TYP.) END OR CORNER (BRACE) POST PULL POST (AT END OR CORNER) DETAIL OA DETAIL OB TENSION WIRE TIE WIRE - SPACED — I,ntI (4) 14° MAX. (TYP.) \/ \/\,f�\1/ .`° EYE BOLT \/\ N °o EYE NUT o ° oo O /� TURNBUCKLE � o°'" m' — �� o TURNBUCKLE � a ^_ TENSION WIRE //\\ \ l / 11�\ m Q p A a RIC � TENSION WIRES �\ ,,,I, \ /��� ..1.,� 4. � (g AS//, lill§ 6 g � .( / \ \ �� a EYE BOLT I \��� / ( \'" ���. I ' "S t HOG RING - SPACED II '.� TENSION WIRES 'd ,---- 24' MAX. ' l 3936 /Al FABRIC BAND (TYP.) / /./ '\/ O� ,P� �� 2 3. [ C 3 V v .\ /.\ S " , 0NAL .t _ /\ /\ STRETCHER BAR (TYP.) 4 BRACE POST PULL POST (WITHIN RUN) CHAIN LINK FENCE TYPES 3 AND 4 DETAIL O DETAIL O STANDARD PLAN L- 20.10 -02 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 1I1 06/21/12 STATE DESIGN ENGINEER DATE Wi Washington Stet. Deportment of Transportation NOTES it LONGITUDINAL BUFFER SPACE = B MINIMUM TAPER LENGTH = L (FEET) SIGN SPACING = X (1) ~ 1 A Protective Vehicle is recommended regardless if a Truck 2 POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 LANE WIDTH POSTED SPEED (MPH) RURAL HIGHWAYS 60/ 65 MPH 800' 3 Mounted Attenuator (TMA) is available; a work vehicle may m LENGTH B (FEET) 155 200 250 305 360 425 495 570 (FEET) 25 30 35 40 45 50 55 60 65 70 RURAL ROADS 45 1 55 MPH 500' t be used. When no TMA is used, the Protective Vehicle a 10 105 150 205 270 450 500 550 - - - RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' ± shall be strategically located to shield workers, with no z w 11 115 165 225 294 495 550 605 660 - - RURAL ROADS, URBAN ARTERIALS, specific Roll-Ahead Stopping Distance. BUFFER DATA RESIDENTIAL & BUSINESS DISTRICTS 25 130 MPH 200 t (2) 12 125 180 245 320 540 600 660 720 780 ebo 2. Extend device taper (U3) across shoulder -- recommended. TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) URBAN STREETS 25 MPH OR LESS 100' t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 3. Portable Changeable Message Sign (PCMS) 1 VEHICLE TYPE LOADED WEIGHT CHANNELIZING DEVICE SPACING — recommended. in 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 LBS. (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE POSTED SPEED IN TAPER IN TANGENT AT -GRADE INTERSECTIONS, AND DRIVEWAYS. 4. Traffic Safety Drums for all tapers on high speed roadway SERVICE TRUCK, (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- (MPH) (FEET) (FEET) - recommended. FLAT BED, ETC. FIN ACCORDANCE RECOMMENDATION) 50170 40 80 (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. 5. Transverse Devices in closed lane every 1000' i O ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. 35 / 45 30 60 - recommended. (DRY PAVEMENT ASSUMED) 25/30 20 40 6. Channelizing Device spacing for the downstream taper option shall be 20' O.C. W20 7 Use advanced notice for any overwidth loads prior to lane RIGHT LANE closure for altenative routes if applicable — recommended. W4 CLOSED COMPLIANCE DATE 12/24 -2L AHEAD W20 B. For signs size refer to Manual on Uniform Traffic Control ROAD Devices (MUTCD) and WSDOT Sign Fabrication Manual M55 -05. END ' G20-2A OR f WORK DOWNSTREAM TAPER TO SHOW 11 ROAD WORK END OF WORK AREA - SEE NOTE 6 AHEAD 100' I O B L X _ X X SEE NOTE 2 - N . i% ///' ",% "i %/ SEE NOTES • ® " p p a • ® .//4 /,,, WORK AREA , %/j ® ,,///,‘//, " %X 0 % /, '// I N ® ® _ FOR LOCAL AGENCY USE ONLY 7 . NOT FOR USE ON STATE ROUTES FA FA ° w ° ° ® ,E J. 771)4',4, a N N q f, .! o e wasy A ' S l —.Al W5 . , 51. i "� h T ° !. [� W ROAD � NARROWS o 3so � g ki ma c/',. ` 0 ' i S T Oa:// ' \? i $ s loNAL F:'-'' l;- a ss . LEGEND 1 EXPIRES AUGUST 9, 2007 g m A ze. 8 LATERAL BUFFER - 4' TEMPORARY LANE - 12' MIN. -I WORK AREA a SIGN LOCATION SINGLE LANE CLOSURE ° D ° CHANNELIZING DEVICES WITH ENCROACHMENT EXISTING _ EXISTING LANE EXISTING LANE EXISTING -. .- .- _ SHOULDER 2 , SHOULDER �IMN PROTECTIVE VEHICLE - RECOMMENDED STANDARD PLAN K- 24.20 -00 PCMSI PORTABLE CHANGEABLE MESSAGE SIGN SHEET 1 OF 1 SHEET e7 n N)i> ARROW PANEL APPROVED FOR PUBLICATION V' EXISTING EDGE STRIPE Ken L. Smith 02 -15-07 EXISTING LANE STRIPE STATE DESIGN ENGINEER DATE SECTION 0 A TEMPORARY TRAFFIC CONTROL DEVICE. 7 Washington State Deportment of Tronsporlolian Mill liM M M NM 111111 111111 111111 11111 Mg •1111 111111 1111111 =II IMO 111M1 111111 1111111 011111 MI 1 NM OM MI MO E MS MI 1 I NM MO MI NM N MI MI ERGO Assembly 8 ej J 1 RECESSED LETTERING B (1) SPECIAL CORED (GARAMOND FONT) CAST GASKET GROOVE FOR P 00 ber • CKHOLE FOR MULTIPLE / j,li 2' X 1 SLOTTED 1 5/16 r • • PICKING OPTIONS HOLES (4) PLACES I I III Design Features , � /, h` . � Qk Y +►jt �� • i 1/2' RECESSED LETTERING f 11 N EOPRENE GASKET et. . �r - Materials It " �`" - ( :, i (GARAMOND EON) Cover A ;�+ ` ',:.','.. : 24' s4' Ductile Iran (80- 55 -06) CJ : , �1f �1 A Frame r � ( Gray Iron (CL35B) ~ t 1 st '-j.1; 1 1/ (.--f) te2' ` , �<, ''� ,�. 4 28 1/4' III de j! j' N:I -- rU � � /� - - - - - I Heavy Design Duty Load (1) LOCKING DETAIL) CUSTOM LOGO -Open Area (Sly DETAIL iJ � __, ■ 1 1/2- R ECESSED LETTERING 1 Coating B ...J (GARAMOND FONT) Undipped PLAN VIEW COVER SECTION B -B FRAME SECTION B -B - ✓Designates Machined Surface Certification - ASTM A536 1 ' , r � / / /J� f'" , (IN (INS T TALL ED DURINT NG ASSEMBLY) - -, r �(INSTALLED DURI - Country of Origin: USA 3 a/e° %�0!, ,A. '''• Major Components COVER SECTION A -A ��' LC00370500 P SAFETY CATCH Ali �i'r LF240603401 HINGE & GASKET VIEW AT 90° Ili? / 26 1/4• _ . 120 • ,,,1 e ` : i "te \ Drawing Revision F 1 s /1s' /�; / �; REMOVAL + 01/14/2008 Designer JIJ 4 . 7 " . : i1 ��` 03/0512012 Revised By: SDC di AT 120° r b \ Disclaimer LOCKING VIEW )j Weights (Ibs. /kg) dimensions (inches /mm) i and draHnngs provided for your guidance. We reserve the right to modify specifications without ' prior notice. CONFIDENTIAL. This drawing is the property of EJ GROUP, Inc., and embodies confidential information registered marks, patents, trade secret Information, HINGE POSITONS and /or know how that is the property of EJ GROUP, Inc. Copyright © 2011 EJ GROUP, Inc. All rights reserved. FRAME SECTION A -A Contact 800 626 4653 ejco.com / ®...\ 24" ERGO Assembl - „s � . y N..' J 1 "0140/ 111 Product Number 1' RECESSED LETTERING* (1) SPECIAL CORED B (GARAMOND FONT) 00370501L01 CAST GASKET GROOVE FOR PICKHOLE FOR MULTIPLE R , ,y� 11r F� 2' X 1 SLOTTED SLOTTED 1 5/18.-1 5/18.-1 NEOPRENE GASKET ■ Design Features PICKING OPTIONS s ` HOLES (4) PLACES / z. F Cover t 2° EESSm ILETTING* tNY' � Ductile Iron (80- 55 -06) �. t/ ( G*RAMON D FO rT NQ 1 Frame A V �� °��` A , 2 a' ss' Materials Gray Iron (CL35) ;l l I l `� • 1 1/2 261/a- Design Load Heav Dut Y Y -Open Area (1) LOCKING CAM ' 't ; . : n/a (SEE DETAIL) ^• I" : �� � !/ CUSTOM LOGO ___ \ * ,, �' T Y�/ 1 t/2 RE CESSED LETTERING , Undipped -Coating B � ( FONT) - /Designates Machined Surface PLAN VIEW COVER SECTION B -B FRAME SECTION B -B Certification -ASTM A536 -ASTM A48 NEOPRENE Rn',f���� (INS TALLED DURING 6 ASSEMBLY) - �_I f - Country of Origin:USA 3 s /e' �, { , ' �' ' � Major Components COVER SECTION A -A /` iv. LC00370501 4 SAFETY CATCH +— �� f LF240603401 it HINGE & GASKET VIEW AT 90° , . .. 26 1/4. 1• .. I r j17fr ' Drawing Revision f 1 8/16• / //t % \ ' 01/14/2008 Designer' JIJ %Ar. :- ?)ta s A l REMOVAL 02/13/2012 Revised By DJH l. I �i -11\ AT 120 LOCKING VIEW mill1� Disclaimer � �._ j Weights {tbs.Ikg} dimensions (inches/mm) and drawtpgs provided for your guidance. We reserve thettight to modify specifications without prior notice. CONFIDENTIAL: This drawing is the property HINGE POSITONS of EJ GROUP, Inc., and embodies confidential information registered marks, patents, trade secret information, and /or know how that is the property of EJ GROUP, Inc. FRAME SECTION A -A Copyright © 2011 EJ GROUP, Inc. AlI rights reserved. Contact 800 626 4653 ejco.com ® 111111 111111 111111 lalll ® 11111 E 11111 11111 11111 MN 111E1 NM 111111 MIN EMI 11111 111111 f • ' STR- LWY -3 -HT L Streetl - . Type . Med R ev. Da 8/11/11 • I etaLED Catalog #. STR - LWY - 3M - HT - D - - - - Light Engine r Housing r By Others 1 r.. 26.8' I / I [681mm) Latches Cover (Tool -less Entry) 10.6" [269mm] u Notes: 1 4.7' Product Family Optic Mounting # of LEDs I LED Voltage Color Drive Factory- Installed Options ( x 10 ) Series Options Current Please type additional options in manually on the lines provided above. I STR LWY 3M HT' 0 07 D 0 UL 0 SV 0 700 0 43K 4300K Color Temperature° 0 08 Universal Silveri 700mA 0 DIM 0-10V Dimmings 0 Og 120 -277V 0 BK (Standard) 0 F Fusee' UH Blacks 0 525 0 HL Hi /Low (175/350/525, dual circuit inpu I D Universal 0 BZ 525mA 0 N No Quick Disconnect Harness or Leveling Bubble 347 480V Bronzes 0 350 0 PD Power Door 0 PB 350mA 0 R NEMA Photocell Receptacle' Platinum 0 SC Door Safety Tether I Bronze' 0 UTL Utility Option OWH White3 For additional options, see IP66 spec sheet. I Footnotes 1 IESNA Type III Medium distribution 8. l This option not available with all multi -level options. Refer to 13 All connections between door and fixture are shipped unconnected 2. Horizontal tenon mount multi -level spec sheet for more information from the factory, door release spring included to open door I 3. Light engine portion of extrusion is not painted and will remain 9. When code dictates fusing use time delay fuse automatically when the latches are released natural aluminum regardless of color selection 10 Refer to multi level spec sheet for availability and additional 14. Photocell by others 4. Color temperature per fixture; 6000K standard, minimum 70 CRI information 15. Stainless steel aircraft cable 5. Control by others 11 Sensor not included 16. Includes exterior wattage label that reflects watts for the drive 6. Refer to dimming spec sheet for availability and additional 12 Standard product features unless N option is specified current selected. The ability to exceed the selected drive current information will be disabled. 7 Can't exceed the specified drive current. Consult factory if exceeding the drive current is necessary C LED PERFORMANCE SPECS • 1 Total Total Total Total Total , ° Hriprs . 50 Hous Lumen # of . I Deli Lu - ® Initial Delivered Lumens 0 ®® system Watts LEDs Typ -1 • e.; Maintenance .? Current Current Current Current Current ,@'25° C:-'^ c ., '° e'IILMetlium @ 6000K . Type III Medium @ 4300K Rating 120 -480V @ 1 20V @ 240V @ 277V @ 347V @ 480V 7 . `- '••. ` ' 1•, Factor ', tit;,:; g Ratin g 1 ) , i.3ar, ;rs _` .. ", , .M @ 15 ° ,C,( 5 9 � :nee. 1 1 • 350mA Fixture Operating at 25° C (77° F) 70 ;a " 07 :ry;d r. =," ®®® I 80 5 887 07 ©©® 75 0.67 0.38 0.35 0.25 0:20 '>1150 000 ` , , ;' . •; ,;, ". 7 259'. 08 `''w: ='> '` +. ® ®® 6 690 08 ©©© 86 0.77 0.42 0.39 0.28 0.22 > 150 000 >; n:e x ' +" , 99 % I : u 90 8,105: 09 ?, ^', ~©EI© 7 470 09 if':rr'r;Y.U, - a; ©EI© 96 0. 84 0.46 0.42 0.31 0.24 > 150'000 r" :: ` 525mA Fixture Operating at 25° C (77° F) 70 i .' ,8,943 07': , , 8422 07 MEIN 117 0.99 0.53 0.47 0.37 0.29 "'140,000: I 80 10,1621 08 " "_ .MEIN 9,366 08 1111111 135 1.13 0.59 0.53 0.42 0.32 136 000 93% 90 11,347, 09 MMEI 10,458 09 EMU 149 1.27 0.65 0.58 0.47 0.35 .132,000 700mA (Standard) Fixture Operating at 25° C (77° F) 70 T'' ' 11,178' 07 ' : MEIN 10 302 07 FINN 162 1.35 0.69 0.61 0.49 0.36 ' 115 000 • ' ' • I 80 `.' 12,703' 08 :.. ` MEIN 11 707 08 HUE 188 1.55 0.79 0.69 0.55 0.41 110 000 91% 90 ' 14,184'' 09 ' MMN 13,073 09 11110 210 1.69 0.86 0.76 0.62 0.45 107 000 ' For recommended lumen maintenance factor data see TD TD =13 " For more information on the IES BUG (Backlight- Uplight- Glare) Rating visit www.iesna org/ PDF/ Erratas /TM- 15- 07BusRatinosAddendum pdf 1 NOTE. All data subject to change without notice. �: © 2011 BetaLED ®, a division of Ruud Lighting • 1200 92nd Street • Sturtevant, WI 53177 • 800 - 236 -6800 • www.betaLED.com a, , f r Made in the U.S.A. of U.S. and imported parts. LED Meets Buy American requirements within the ARRA. By 0.000 lIGITM° I I ' STR , L W ' -3M -HT LEDiay® St Ty 11 Medium Rev .Date:.8/t )1 • General Description Finish ' Fixture housing is all aluminum construction. Standard fixture utilizes terminal block for Exclusive Colorfast DeltaGuard ®finish features an E-Coat epoxy primer with an ultra power input suitable for #2 - #14 AWG wire and operates at 700mA. Drive current is field durable silver powder topcoat, providing excellent resistance to corrosion, ultraviolet switchable. Fixture is designed to mount on 1.25" (32mm) IP (1.66 "[42mm] 0.D ) and/ degradation and abrasion. Bronze, black, white and platinum bronze powder topcoats are or 2" (51mm) IP (2.375" [60mm] 0 D ) horizontal tenon (minimum 8" [203mm] in length) also available. The finish is covered by our 10 year limited warranty and is adjustable +/- 5° to allow for fixture leveling (includes two axis T-Ievel to aid in this Il process) Fixture carries a limited five year warranty Fixture and finish are endurance tested to withstand 5,000 hours of elevated ambient salt fog conditions as defined in ASTM Standard B 117 Electrical Modular design accommodates varied lighting output from high power, white, 6000K Testing & Compliance ( +/- 500K per full fixture), minimum 70 CRI, long life LED sources. Optional 4300K UL listed pending in the U.S. and Canada for wet locations. Consult factory for CE Certified ( +/- 300K per full fixture) also available. 120 -277V 50/60 Hz, Class 1 LED drivers are products. Meets CALTrans 611 Vibration Testing and GR -63 -CORE Section 4 4 1/5.4.2 standard. 347 -480V 50/60 Hz option is available. LED drivers have power factor >90% and Earthquake Zone 4 Certified to ANSI C136.31 -2001 brdge and overpass vibration THD <20% at full load. Quick disconnect harness suitable for mate and break under load standards. Dark Sky Friendly IDA Approved RoHS Compliant. II provided on power feed to driver for ease of maintenance. Units provided with integral 10kV surge suppression protection standard. Surge protection tested in accordance with Product qualified on the Design Lights Consortium ( "DLC ") Qualified Product List ( "QPL ") IEEE /ANSI 062.41.2. C u) US le Patents i U.S. and international patents granted and pending. BetaLED is a division of Ruud Lighting, Inc. For a listing of Ruud Lighting, Inc. patents, visit www.usoto.ciov e Field- Installed Accessories Bird Spikes for Light Engine , , , Bird Spikes Kit for Housing No Photo 1.25" IP Pipe Sealing Kit ' � , 1 r 0 XA- BRDSPK90 `, %' ;. ,, j\ .' ❑XA- BRDSPKHSG Available ❑ XA- XIL1251P -t 1 Photometrics LEDway® EPA & Weight Calculations - 1504 26 2 000. 150° 120' 100' 80' 60' 40' 20' o ' 20' 40' 60' 80' 100' 120' Approximate 100' 30.5 Weight 120 a ' 1897 B0 550 24.4 70 LED fixture 21.0 Ibs. (9.5kg) 120 ,, 171 1 20° 60' ,�• =l� 18.3 — 40, 20 I„' i„\\ , `��I� , ,f.,,O -'�1."l 12.2 EPA 1 Horizontal Tenon Mount . ` 11111111=1111111111,11 6 1 fixture 0.706 III 90° pi . 90 ° - 20' CURB IN ,, �rA!'rj 6 m EPA . ' ` --- "" -�j �� "�` 40, ,,,2 12 2 Round External Mount / Square Internal Mount - " 6 111111 'I" 0° 60' ■,\ Horizontal Tenons with Fixture(s) PT- 1H /PD -1H4 Single 0.928 ,,,', 24.4 30.5 24 4 18.3 12.2 6.1 Om 6.1 12.2 18 3 '4 30.5 18.3 PT - 2H(90)/PD 2H4(90) 90 Twin PT-2H(180)/PD-2H4(180) 180° Twin 1.267 -__ 1 746 C andlepower Trace: Vertical plane through PT - 3H(90)/PD 3H4(90) 90° Triple' 1.932 30° horizontal angle of maximum candlepower. I Position of ve ical plane I PT 3H(120) 120° Triple 1 712 of maximum candlennwer. Independent Testing Laboratories certified test. Report No. PT - 4H(90)/PD 4H4(90) 90° Quad 2.336 ITL64365. Candlepower trace of 6000K, 40 LED LEDway sofootcandle plot of 6000K, 90 LED LEDway Streetlight Streetlight luminaire with IESNA Type III Medium distribution. luminaire with IESNA Type III Medium distribution mounted at Luminaire with 6,267 initial delivered lumens operating at 25' (8m) A.F.G. Luminaire with 14,184 initial delivered lumens 1 Add 5 Ibs. (2 3kg) for transformer in 347 -480V fixtures 700mA. All published luminaire photometric testing performed operating at 700mA. Initial FC at grade. when multi -level options are selecte 1 to IESNA LM -79 -08 standards. 11 ° r • NOTE. All data subject to change without notice. •.' © 2011 BetaLED ®, a division of Ruud Lighting • 1200 92nd Street • Sturtevant, WI 53177 • 800 - 236 -6800 • www.betaLED.com Made in the U.S.A. of U S. and imported parts. LED* Dm Made Buy American requirements within the ARRA. 1 Ouazite 1 SPECIFICATIONS /DATA 13" x 24" PC Style (Stackable) Assembly 1 3/8 -16 UNC STAINLESS STEEL i HEX HEAD BOLT �/ 1 W/ WASHER (3 / I O 2 ) 1 1/4 ' / Z5 X19) 1 ''< Q � ;; -r � 1/2" (13) X 4" (102) PULL SLOT SKID RESISTANT SURFACE I 3/8 -16 UNC CARRIAGE BOLT '-'- COWS (Blank unless logo is specified) DESIGN/ DESCRIPTION PART NO. WEIGHT # TEST LOAD # ANSI TIER* ® W/2 Bolts PC1324CA00 23 (10 4 kg) 5,000 / 7,500 5 COVER roo f: Gasketed w/2 Bolts PC1324CG00 23 (10 4 kg) 5,000 / 7,500 5 isselloo.itoloic P (6 9 1 No Bolts PC1324WA00 23 (10.4 kg) 5,000 / 7,500 5 • Gasketed covers and bolt grommets must be used with a gasketed box. Gaskets reduce the inflow of fluids but do not make the enclosure water tight. tg �, (4 ( 3 3, 1 3 ./PI 11 1/4" 1/2" (286) (13) • 1 I 1 BOX 1/2" 1 (13) B I 2X 4" (102) X 4" (102) 1 MOUSEHOLES (PC1324BB only) 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 PC1324BAl2 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 Mouseholes I ® Solid Bottom PC1324DAl2 60 (27.2 ko) 12 1/2" (318 mm) N/A 5,000 / 7,500 5 Solid Bottom w /Gasket 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 Dimensions & weights in parentheses are metric equivalent. 1 * Loadings comply with ANSI /SCTE 77 (see page 9). 1 APRIL 2008 LENOIR CITT, INC. 26 Change Order =° City of Yakima Change Order Number 1 Project: (Name) S. 64th Avenue Roadway Widening Change Order Date March 31, 2014 (Address) Nob Hill Blvd. to Tieton Drive Contract Number 2311 To: (Contractor) [ Construction Inc. 80 Pond Road Contract Date March 4, 2014 Yakima, WA. 98901 • L 1 You are directed to make the following changes in this Contract: South end of project remove and rebuild the first 225 feet by 37 feet with complete roadway section • Add CO #1 -16 CSBC, 285 Tons @ $20.00 Ton for $5,700 00 • Add CO #1 -17 ATB, 209 Tons @ $60 00 Ton for $12,540 00 • Add CO #1 -18 HMA, 107 Tons @ $78 00 Ton for $8,346 00 • Add CO #1 -19 Planing, 925 SY @ $1 50 SY for $1,387 50 • Add CO #1 -27 Adjust Manhole, 1 Each @ $395 00 for $395 00 • Add CO #1 -47 Roadway Excavation including haul by FA Estimated for $3,400 00 Total this change order +$31,768.50 This is to be considered as much a part of the contract documents as if it was included in the original contract. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was $ 823,328.00 Net change by previous Change Orders .$ 0.00 The Contract Sum prior to this Change Order ,. $ 823,328.00 The Contract Sum will be:, Increased ❑ Decreased ❑ Unchanged by this Change Order $ 31,768.50 The New Contract Sum including this Change Order will be . . . . . $ 855,096.50 The Contract Time will be: lit Increased ❑ Decreased ❑ Unchanged by 2 working days The New Contract Time will be 72 working days Contractor A. rovalR cc in ded Approved By . P y� y +.��►_ ✓�% Construction Supervisor B /or2124/,0.f'i /S.C�L Date 3. 3I �f Title �� Title Director of Engineering and Utilities By / Project Manager Date 7l'/3 //�O/V Date 3-3/ - l " / — / `I Date Based on Original to: ❑ Contractor Copies to: ❑ Region ❑ Construction Administrator DOT Form 570-001 EF ❑ OSC Accounting ❑ City Engineering 64 Avenue Roadway Widening — Nob Hill to Tieton City Project No. 2311 Federal Aid No. STPUS - 4591(002) Change Order No. 1 Justification Once work on the project began, it was noticed that there was a 225 -foot stretch of severely stressed pavement immediately south of the project limits. It was determined that this pavement needed to be included in the project. It was hoped that this pavement could just be ground to a depth of 2 inches and overlaid with hot mix asphalt. As they ground the pavement, they broke through to the base course (the existing asphalt depth was only about 2.5 inches thick). It is therefore necessary to reconstruct the pavement. Granite Construction Company agreed to perform this additional work at the contract bid prices. Except for roadway excavation that will be paid for on force account, a thin layer of asphalt is to be removed in places. The estimated co st of this additional work is $31,768.50, as shown below: • Planing Bituminous Pavement: 925 SY @ $1.50 /SY = $1,387.50 • Roadway Excavation Incl. Haul: FA Est. @ = $3,400.00 • Crushed Surfacing Base Course: 285 Ton @ $20/Ton = $5,700.00 • Asphalt Treated Base: 209 Ton @ $60/Ton = $12,540.00 • Hot Mix Asphalt Cl. '/2 In. PG 64 -28: 107 Ton @ $78/Ton = $8,346.00 • Adjust Manhole: 1 Each $395 /Each = $395.00 Total: $31,768.50 Z - 2.013 — ® 15 =� Change Order '.I y . lk „; 5)I City of Yakima °” Change Order Number 2 Project (Name) S. 64th Avenue Roadway Widening Change Order Date June 4, 2014 (Address) Nob Hill Boulevard to Tieton Drive Contract Number 2311 To (Contractor) Granite Construction Co. 80 Pond Road Contract Date March 4, 2014 Yakima, WA 98901 L J The total quantity of Structure Excavation Class B Incl. Haul that t was required on this project was significantly more (994 CY) than was listed in the bid proposal (40 CY). Since this quantity overrun is greater than 25% of the proposal quantity, the contract is to be modified as detailed in Section 1 -04.6. You are directed to make the following changes to this Contract: • Delete Item #15: Structure Excavation Class B Incl. Haul, 40 CY @ $68 /CY. • Add Item CO #2 -1: Structure Excavation, Class B Incl. Haul, 994 CY @ $29.65/CY. i Total amount of this change order is $26,752J10 This Change Order is to be considered as much a part of the Contract Documents as if it was included in the original contract. 1 i Not valid until signed by both the Approving Authority and Contractor Signature of the Contractor indicated agreement herewith, i any adjustment on the Contract Sum or Contract Time The original Contract Sum was I $ 823,328.00 Net change by previous Change Orders i $ 31,768.50 The Contract Sum prior to this Change Order $ 855,096.50 The Contract Sum will be ,,'H Increased ❑ Decreased ❑ Unchanged by this Change Order $ 26,752 10 The New Contract Sum including this Change Order will be g 881,848.60 The Contract Time will be ❑ Increased ❑ Decreasednchanged by working days The New Contract Time will be 72 working days Contractors Ap • : . fRecom • - • •,- d " j Approved By 1B i —v �s� 1 6 U L i : ( U' k Title 1}2 .�:'�i�r7,, /�. ; Date 6 6, Ki 1 --i Title Dlt?E iCib?.--- 6.4467/.JEFALIP•16: �'� "�' C., L 1 t C . l Date 07, � By // 1 / i i — iDate 17_'(p / iDace _G - /L ) _ /`t -- d :::,,.:1 o,, Original t pi o• ❑ Contractor Copes to ❑ Region ❑ Construction Administrator oar ' ; >n nu er OSC Accounting ❑ City Engineering i 64 Avenue Roadway Widening — Nob Hill to Tieton City Project No. 2311 Federal Aid No. STPUS - 4591(002) 1 I Change Order No. 2 Justification The total quantity of Structure Excavation Class B! Including Haul required to install the storm sewer system on this project was 'significantly more than was listed on the bid proposal sheet. In accordance with Section 1 -04.6 of the 2012 version of the Standard Specifications for Road, Bridge and Municipal Construction, the price was renegotiated with the Contractor. The renegotiated price lowered' the Bid Proposal price from $68 /cubic yard to $29.65 /cubic yard. This price was determined by reviewing the WSDOT's unit bid analysis for this type of work done in the South Central Region from May 2011 to May 2014. The calculated cost, based on the actual time that it took to perform this work, by force account is $31,162.15, as is shown on the attached force account worksheet I , CITY OF YAKIMA FORCE ACCOUNT WORKSHEET PROJECT NO 2i11 DATE. 1 PRIME CONTRACTOR. Granite Construction Co SUB- CONTRACTOR. { DESCRIPTION Structure Excavation Class B IncludingjHaul LABOR / CLASSIFICATION HOURS WORKE[ WAGE ;TAXES BENIFITS AMOUNT REG.' O.T. RATE 114 19% Bob Shewood/ operator 51 I $43 00 j $31 1 19 $16 65 $3,353 34 Bill Deweese/ operator 51 1 $43 00 j $311 19 $16 65 $3,353 34 Dusty Brownell! operator 51 } $43 00 $311 19 $16 65 $3,353 34 labor /pipelayer - 51 j $23 51 $170 14 $9 93 $1,875 58 } j } I TOTAL I $11,935 59 L & I INS ( 2 351 $479 40 SUBTOTAL j $12,414 99 O & P @ 29% $3,600 35 LABOR OTAL 1 $16,015 34 EQUIPMENT HOURS WORKE[ RENTAL ' AMOUNT REGi RATE Backhoe 51 $40 70 $2,075 70 2006 pickup 31 # $15 67 $485 77 Flatbed 41 1 $35 87 $1,470 67 Front end loaded 51 ; $54 31 $2,769 81 Excavator 51 $112 08 $5,716 08 SUBTOTAL $12,518 03 O &P @21% $2,62879 EQUIPMENT TOTAL $15,146.82 { MATERIALS i AMOUNT INVOICE NUMBER f $0 00 SUBTOTAL $0 00 O &P @21% $000 MATERIALS TOTAL $0 00 LABOR, EQUIP MATERIALS S31,162.15 CONTR.IMARKUP ON SUB @ 12% under $25 000 GRANDjTOTAL $31,162 15 AGENCY REP CONTRACTOR REP } 4