Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2009-132 Low Impact Development Manual and Demonstration Project Agreement with Yakima County
RESOLUTION NO. R-2009-132 A RESOLUTION authorizing the City Manager to enter into an Interlocal Agreement with Yakima County for development of a Low Impact Development Manual and Demonstration Project and to sign other documents pertaining to the project. WHEREAS, the City and County have enjoyed a strong and effective partnership and cooperation through the Regional Stormwater Policy Group; and, WHEREAS, the County applied for Washington State Department of Ecology FY2010 Water Quality Financial Assistance funds to create a regional Low Impact Development (LID) technical guidance manual and LID demonstration project; and WHEREAS, the City has supported this grant proposal, provided a City -owned site for the demonstration project, and has committed to provide a proportionate share of the local match required; and WHEREAS, the County was awarded a total eligible grant amount of $301,900, of which 75% ($226,400) is paid by Ecology and the remainder must be locally matched and equally divided between the City and County; and WHEREAS, this Agreement is entered into by and between the Parties pursuant to Chapter 39.34 of the Revised Code of Washington, which provides for inter -local cooperation for the public good; and, WHEREAS, a low impact development manual will provide much needed guidance for municipal and private entities endeavoring to use a stormwater management strategy that will lead to less pollution of our local water bodies; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute the attached and incorporated "INTERLOCAL AGREEMENT FOR DEVELOPMENT OF A LOW IMPACT DEVELOPMENT MANUAL AND DEMONSTRATION PROJECT" between the City of Yakima and Yakima County and to sign other documents pertaining to the project. ADOPTED BY THE CITY COUNCIL this 6th day of October ATTEST: /OstIrniadkJ City Cle 09. dler, Mayor INTERLOCAL AGREEMENT BETWEEN THE CITY OF YAKIMA AND YAKIMA COUNTY FOR DEVELOPMENT OF A LOW IMPACT DEVELOPMENT MANUAL AND DEMONSTRATION PROJECT THIS AGREEMENT is entered into between Yakima County, a municipal corporation of the State of Washington, hereinafter referred to as the `County, and the City of Yakima, hereinafter referred to as "Yakima' or the "City", and, WHEREAS, the County and City have enjoyed a strong and effective partnership and cooperation through the Regional Stormwater Policy Group; and, WHEREAS, the County applied for Washington State Department of Ecology ('Ecoloty) FY2010 Water Quality Finandal Assistance funds to create a regional Low Impact Development (UD) technical guidance manual and UD demonstration profit; and, WHEREAS, the City has supported this grant proposal, provided a City -owned site for the demonstration project and has committed to provide a proportionate share of the loci match r aired; and, WHEREAS, the County was awarded a total eligble grant amount of $301,900, of which 75% ($226,400) is paid by Ecology and the remainder must be locally matched and equally divided between the City and County; and, WHEREAS, This Agreement is entered into by and between the Parties pursuant to Chapter 39.34 of the Revised Code of Washington, which provides for interlocal cooperation for the pubic good; NOW, THEREFORE, in consideration of the covenants and agreements contained herein and performed by the parties hereto, it is agreed as follows: 1. Purpose. The purpose of this Agreement is to define the responsibilities and cooperation between the City and County ("Parties") related to execution of the Centemia t Clean Water Program Funding Agreement CFing Agreement") between the State of Washington Department of Ecology and Yakima County for the Yakima UD Manual and Demonstration Project, and enumerate other related provisions that contrbxite to the mutual benefit of the parties to this Agreement. A draft Funding Agreement is attached as Exhibit AN and is referred th as such in this agreement. Z Duration of This Agreement shall become effective when: • The Functrng Agreement is signed by both the County and Ecology; and, • This ILA is signed by the City and the County. This Agreement shall continue until completion of all tasks described in the Funding Agreement, or terminated by either party in accordance with Section 16 of this Agreement 3. Grant Administration and Cost Sharing. The grant must be administered by Yakima County as the grant recipient. Yakima County Public Services Accot rrting CAc counting") shad ensure maintenance of project records; Page 1 of 8 Interlaced Agreement between the Gay of Yakima eyed Yakima County - LtD project submittal of payment vouchers, fiscal forms and progress reports; compliance with applicable procurement and interlocal agreement requirements and shall submit all invoice requests and supportive documentation to the Financial Manager of Ecology. Accounting will ensure that grant match is computed based on grant administration guidelines and that all grant -elide costs incurred by the Parties are shared equally and transparently. Expenses incurred by either party may indude, but are not Jknited to, consultants, contractors, staff time, supplies or equipment. Both parties will submit expenses and supporting documentation to Accounting. Expenses submitted by both parties for personal salary, equipment and vehicle expenses shall be direct hourly expenses plus indirect expenses, but will .not include additional overhead expenses. Accounting shall determine grant eligibility. Non - eligible items will be refined to the source. Accounting shall submit 100% of each grant eligible invoice or expense to Ecology monthly. Ecology, upon acceptance, will return 75% of the invoice amount, which will then be returned to the County as the gram recipient. The County will pay the City for their services outlined in this ILA at 75% grant eligible and 12.5% required County match. The remaining 25% of expense shall be divided equally between the City and County. If the expense is a County expense, then the County will mvolce 12.5% of the expense to the City. Accounting shall track the amount of match for each Party after every bitting and reconcile any difference with an invoice or check to the City. A detailed statement showing all transactions shall aaompany any invoice to the City, as well as a detailed statement shall accompany any invoice by the City. Supporting documentation for expenses submitted for payment from the Parties shall require verification signed by an employee designated by that Patty as the technical specialist and having knowledge that the wait was actually performed. Supporting documentation shall include verification that the work was performed according g to the task definitions in the scope of work and °Fundiing Agreement* with Ecology. Each party shall contain cost to those estimated in the Funding Anent, except under Task 4, where costs are uncertain urs bids are received from responsive contractors. Parties must mutually agree, in writing, to any costs that may exceed estimated task costs contained the Funding Agreement before commitment for expenditures. In the case of Task 4, expenses may exceed 50% (363,850) beyond the Funding Agreement amount before mutual agreement, in writing is required. Expenses in excess of Funding Agreement task costs incurred by one testy without prior written agreement of the other shall be the sole respansibllty of the incurring Party. 4. tbli of the Pants. The bad Party for each of the tasks identified in the °Funding Agreement° is as foU®ws: Task Tide Lead 1 Project Administration/Management Yakima County 2 Consultant Sefton for UD Manual Yakima County 3 Regional Low Impact Development Guidance Yakima County Manual Page 2of8 Interfocal Agreement between the City or Yakima and Yakima County — LID Project 4 Design & Construct UD Demonstration Project City of Yakima 5 Monitor UD Demonstration BMP Performance Yakima County 8 Analyze Data and Prepare Report documentation Yakima County 7 Public Awareness Yakima County The City of Yakima shall provide assistance b the County for the following • Task 2 - Provide staff to serve on the selection committee; • Task 3 - Provide review of UD Manual drafts and other intemrediate.products; • Task 5 - Provide weather data, staff and equipment (water truck) for artificial storm events; analyze samples, provide laboratory quality assurance data; review Quality Assurance Project Plan, and other coordination required to execute Task 5. Maintain project site in accordance with manufacturer recommendations. • Task 8 - Review draft reports. • Task 7 - Cooperatively plan pubic outreach efforts. Identify requirements, review and coordinate design and placement of Pubic Information signs or other public outreach efforts. The County shall provide assistance to the City for the following: • Task 4 - Review designs, plans and assist with construction inspection. For Task 5, the County shalt: a) In accordance with Standard Methods, collect and deliver to the City's Wastewater Laboratory discharge samples from the UD Demonstration Project to be tested for biochemical oxygen demand, total suspended solids, total petroleum hydrocarbons, fecal cdiforms, copper, lead and zinc; a total of twenty- four (24) samples per event; three (3) events per year. b) Ensure all samples are accompanied with the proper Chain -of -Custody forms. Information to include: • Date of request • Date of sample • Sample identification • Type of preservation used (if any) • Test requested Page 3 of 8 4derlocat Agreement between the City d Yakima and Yakima Coady - UD Project • Names(s) and signature(s) of individuals(s) collecting and delivering the samples to the lab; and • Time delivered to the lab. c) Provide the City with a schedule of sampling events to be conducted on the UD Demonstration Project prior to the commencing of such sampling events. The sampling event must accommodate the Lab's schedule and may need to be rescheduled as a result in an attempt to prevent overtime expenses. d) Deliver samples to the City's Wastewater Laboratory no later than 1:00 p.m. on either Monday or Tuesday of the week of the sampling event e) Provide up to twenty four (24) water samples per event for three (3) events per year for a total of 72 samples per year. f) Be assessed the current rate on record in accordance with 7.60.105 E. (2) of the City of Yakima's Municipal Code for Laboratory Testing Fees as well as any applicable Lab staff overtime expenses. g) No more than twenty four (24) samples may be defrvered per testing event h) Reimburse the City for lab services provided by the City when billed with invoices from the City. i) Provide the City with copies of the County's submitted uwoices to the State. For Task 5, the City shall: a) Provide sample containers prior to sampling event and provide Chain -of -Custody forms. b) Ensure all samples received from the County are accompanied with the proper Chain -of -Custody forms and will provide the following: • Time samples arrived; • Conditions of samples/observations; and, • Name and signature of individual receiving the samples into the lab. c) Ensure testing of all samples is performed in accordance with Standard Methods. d) Ensure the names(s) and signatures(s) of all individuals(s) performing the testing are included with the results on the appropriate bench sheet e) Submit results with the bled invoices to the County for laboratory services rendered by the City. Page 4 of 8 Intertocal Agreement between the Cay of Yakima and Yakima County - UD Project 5. Administration. This Agreement shall be administered by the City's Wastewater Division Manager and the County's Public Services Surface Water Management Division, consistent with Section 3 above and the provisions of this Agreement. 6. No Third Partv Rights. This Agreement is entered into for the sole benefit of the City and the County. It shall confer no benefits or rights, direct or indirect, on any third parties. No person or entity other than the City and the County may rely upon or enforce any provision of this Agreement. 7. Insurance. Each Party shall obtain and maintain in full force and effect for the term of this agreement, at its own expense, comprehensive general liability and automobile insurance policies for bodily injury, to indude death and property damage, including coverage for owned, hired or non -owned vehicles, as applicable, for the protection of the Party, its elected and appointed officials, officers, agents, employees and volunteers. The policies shall be primary policies, issued by a company authorized to do business in the State of Washington, or in City or County Risk Pod and providing single limit general liability coverage of $2,000,000 and separate automobile coverage of $1,000,000 or the limit of (lability contained in State law, whichever is greater. If either Party is unable to obtain insurance as required by this paragraph, the Parties shall cooperate on amending this Section to require types and levels of insurance that are available. The certificates shah provide that the other Parties shall receive thirty (30) days written notice of c anoellation or material modification of the insurance contract at the address meted below. Each Party shall provide certificates of insurance to the other Parties prior to the performance of any obligation under this Agreement If requested, complete copies of insurance policies shall be provided to the other Parties. Each Party shall be financially responsible for their own deductibles, self-insurance retentions, self-insurance or censured risks 8. Dispute Resolution. In the event of a dispute between the Parties regarding their respective rights and obligations pursuant to this Agreement, the disputing Parties shall first attempt to resolve the dispute by negotiation. If a dispute is not resolved by negotiation, the exclusive dispute resolution process to be utilized by the Parties shall be as follows: Step 1. Upon failure of those individuals designated by each Party to negotiate on its behalf to reach an agreement or resolve a dispute, the nature of the dispute shall be put in writing and submitted to City's CEO and the County Public Services Director, who shall meet and attempt to resolve the issue. If the issue in dispute is resolved at this step, there shah be a written determination of suet resolution, signed by City's CEO and the County Public Services Director, which determination shalt be binding on the parties. Resolution of an issue at this step requires concurrence of both parties' representative. If not resolved in thirty (30) days, this issue may be taken to Step 2. Step 2. Upon failure of the City's CEO and the County Public Services Director to negotiate on its behalf to reach an agreement or resolve a dispute as provided in Step 1, the nature of the dispute shad be put in writing and submitted to the respective officials of the RSPG, who shah meet and attempt to resolve the issue. If the issue in dispute is resolved at this step, there shall be a written determination of such resolution, signed by City's CEO and the County Public Services Director, which determination shall be binding on the parties. Resolution of an issue at this step requires concurrence of both parties' representatives. If not resolved in thirty (30) days, this issue may be taken to Step 3. Page 5of8 rntetiocat Agreement between the Cay of Yakima and vakona County — UD Project Step 3. to the event a dispute cannot be resolved at Step 2, the Parties shall submit the matter to mediation. The Parties shall attempt to agree on a mediator. In the event they cannot agree, the Parties shall request a list of five (5) mediators for the American Arbitration Association, or such other entity or firm providing mediation services to which the Parties may further agree. Unless the disputing Parties can mutually agree to one mediator from the list provided, each Party shall strike a name in tum, until only one name remains. The order of striking names shall be determined by lot. Any common costs of mediation shall be borne equally by the disputing Parties, who shall each bear their own costs thereof. If the issue is resolved at this step, a written determination of such resolution shall be signed by both Parties. Resolution of an issue at this step requires concurrence by both Parties. Sten 4. if any dispute is not settled in Step 3, either Party may request binding arbitration. The Parties shall agree, within ten (10) days, on an arbitrator who shall be an attorney licensed to practice Iaw in Washington (or a retired attorney) or a retired Washington judge, to resolve the dispute. If they am unable to agree on an arbkrator within ten (10) days, then each Party shall appoint an arbitrator. The two arbitrators shall choose a third. If the choice of the second or third arbitrator is not made within ten (10) days of the choosing of the prior arbitrator, then either Party may apply to the presiding judge of the judicial district of Yakima County to appoint the required arbitrator. The arbitrator(s) shall proceed according to the Washington statutes governing arbitration and the award of the arbitrator(s) shall have the effect therein provided. The arbitration shall take place in Yakima County. Costs of a single or any third arbitrator shall l be shared equally by the Parties. Each Party shall pay their own arbitrator. The arbitrators may allow discovery, as provided by Washington law and may grant any remedy or relief which the arbitrators) deem just and equitable and within the scope of the agreement of the Parties, including, but not limited to, specify performance of any obligation created under the agreement, any interim or provisional ref that is reoessary to pittect the rights or property of the Parties, or imposition of sanctions for abuse or frustrations of the arbitration process: Parties may mutually agree in writing to waive any of the above steps, or to enter into alternate processes or additional processes. 9. an tion and Hold Harmless. Each party hereto agrees to be responsble and assume liability in the performance of this Agreement for its own wrongful and/or negligent acts or omissions and those of its officers, agents or employees to the fullest extent allowed by law. The provisions of this Section shall survive the termination or expiration of this Agreement Nothing contained in this Section or this Agreement shall create a liability or a right of indemnification in any third party. 10. Non -Discrimination. During the performance of this Agreement, the Parties shall not discriminate in violation of any applicable federal, state and/or local Iaw or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status, disabiTity, honorably discharged veteran or military status, pregnancy, sexual orientation, and any other classification protected under federal, state, or local law. This provision shall indude but not be fsnited to the following: employment, upgrading, demotion, transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of services under this Agreement Page 8 of 8 litteslocei Agreement between the Cay of Yakima and Yatdme County— UC Project 11. Attorney Fees. In the event any Party shall institute arbitration as set forth in this Agreement (or any otter dispute resolution proceeding) against any other Party to this Agreement, in any way arising out of, connected with or relating to this Agreement, the prevailing Party in that arbitration (or any other dispute resolution proceeding) shall be entitled to recover, in addition to all other appropriate relief, the prevailing Party's costs and reasonable attorney fees incurred in that arbitration (or any other dispute resolution proceeding), said amount to be set by the arbitrator (or courts) before which the matter is tried, heard or decided. 12. Inteeratlon. This Agreement contains all of the terms and conditions agreed on by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Agreement, are deemed to exist or to bind either of the parties. 13. Modifications. The parties may modify this Agreement but no proposed changes or modifications shall have validity or become binding on either party unless such changes or modifications are in writing and executed by both parties. 14. Severabilitv. If a court of competent jurisdiction holds any part, term or provision of this Agreement illegal, or invalid in whole or in part, the validity of the remaining provisions shall not be affected, and the parties' rights and obligations shall be construed and enforced as if the Agreement did not contain the particular provision held invalid. If any provision of this Agreement is in direct eonfet with any statutory provision of the State of Washington, that provision which may conflict shall be deemed inoperative and null and void insofar as it may conflict, and shall be deemed modified to conform to such statutory provision. 15. Waiver. The waiver by either party of any term or condition of this Agreement shalt not operate in any way as a waiver of any other condition, obligation or term or prevent either party from enforcing such provision. 16. Termination. The parties may terminate this Agreement, with or without cause, by written notice from either party to the other party thirty (30) days in advance of the termination. In the event of termination, the amount of compensation shall be for services rendered through the termination date. 17. Survival. Any provision of this Agreement which imposes an obligation after expiration or termination of this Agreement shall survive the expiration or termination and shall bind the parties. 18. Notices. Unless otherwise stated herein, all notices and demands are required in written form and sent to the parties at their addresses as follows: TO CITY: R. A. Zais, Jr., City Manager City of Yakima 129 North Second Street Yakima, WA 98901 TO COUNTY: Vern M. Redifer, PE Yakima County Public Services Director 128 North Second Street Yakima, WA 98901 Page 7of8 Worland anent between the City of Yakima end Yakima County - UD Prole t 19. Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. 20. Corrrpllance with Law. All Parties to this Agreement shall comply with all applicable federal, state and local laws, rules and regulations in carrying out the teens and conditions of this Agreement 21. Fllino. Copies of this Agreement shalt be filed with the Yakima County Audtor pursuant to RCW 39.34.040 and with the City Cleric of Yakima. CITY OF YAKIMA /0-9-09 Dated ATTEST: x,� CITY CONTRAC f WO: � 814 RESOLUTION NO. Notices! Agreement between the City of Yakima and Yakima County — UD Prosect BOARD OF YAKIMA COUNTY COMMISSIONERS Dated _ Latta, Cornmissioner / /zo/a1 Dated K4• J. -'r = , Commissioner Co •,1,•, the Board of County Commissioners for Yakima County, Washington Dated Attest Z = Christina ''''�i 1 i /511111110 `\,`�` Page 8 of 8 • BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. ( 3 For Meeting of: October 6, 2009 ITEM TITLE: Consideration of Resolution Authorizing Execution of an Interlocal Agreement with Yakima County for Development of a Low Impact Development Manual and Demonstration Project and authorization for the City Manager to sign other documents pertaining to the project: SUBMITTED BY: Scott Schafer, Wastewater Division Manager Randy Meloy, Stormwater Engineer CONTACT PERSON/TELEPHONE: Randy Meloy, 576-6606 SUMMARY EXPLANATION: In October 2008 Yakima County Public Services, with input from the City of Yakima, applied for a grant from the Department of Ecology's FY2010 Water Quality"Financial Assistance Program in the amount of $301,900. The purpose of the grant is to produce a Low Impact Development manual for the City of Yakima and Yakima County as well as to construct a demonstration project on J Street in the City of Yakima that will feature three different permeable pavements. Ecology has informed Yakima County the grant application has been approved. Negotiations are currently underway between Ecology and Yakima County on the final Grant Agreement document. This grant has a 25% match requirement. Yakima County and the City of Yakima Stormwater Utility will each cover $37,737 plus any construction cost overruns while Ecology will provide the remaining $226,425. The manual and demonstration project will both be completed in 2010. Testing of stormwater runoff from the demonstration project will continue for five years after construction. Resolution X Ordinances Other (Specify) Grant Document Contract X Mail to (name and address): Department of Ecology Phone: Funding Source: Revenue shall be credited to S tormwater Utility Fund 441 APPROVED FOR SUBMITTAL: y City Manager STAFF RECOMMENDATION: Adopt the resolution. BOARD/COMMISSION RECOMMENDATION: 1111 COUNCIL ACTION: iv 02— City 2 City of Yakima Engineering Division J St. Low Impact Development (LID) Demonstration Project Construction Contract Specifications & Bid Documents City Project Number 2291 129 North Second Street Yakima, WA 98901 Phone (509) 575-6111 Fax (509) 576-6314 January 2010 Ei7 /fco, ; 129 North Second Street Yakima, 'Wasfiin2 orr 98901 Phone: (509) 57566[11 e Fax (0ti;) 576-6305 February 16, 2010 Rachel A Roberts RP&E Construction, Inc. 1542 Smithson Rd. Ellensburg, WA 98926 Re J St. Low Impact Development Demonstration City Project No 2291 Dear Rachel The City Manager of the City of Yakima has authorized an award of the contract for the above referenced project to your company on the basis of your low bid submitted on February 9th, 2010 in the amount of $179,063 13 This letter is official notification of the award of the contract to your company by the City of Yakima. Enclosed is one set of the specifications, proposal and contract documents for your information Also enclosed are three copies of the contract and a performance bond form. Please sign and return all copies of the contract form to this office, along with the fully executed performance bond and certificate of insurance, within ten (10) calendar days. We have also included a Liability Certificate Checklist for your and your surety's convenience When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer and Contractor Please contact Bruce Floyd, Construction Supervisor, of our office within ten (10) days of this date to schedule a pre -construction conference, and to discuss various forms and documentation that must be completed and turned into him at the Pre -construction Conference The Notice to Proceed will also be discussed at the Pre -construction Conference. Bruce's office phone is 575-6138. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, Randy Meloy, P E. Surface Water Engineer encl cc Bruce Floyd, Construction Supervisor Brett Sheffield, Chief Engineer Randy Meloy, Surface Water Engineer Susie Lorance, Contract Specialist City Clerk Edna Pettyjohn, Finance File = I I I = M 1 MIIII BID SUMMARY J ST. LOW IMPACT DEVELOPMENT DEMONSTRATION PROJECT CITY PROJECT NO. 2291 ENGINEERS ESTIMATE RP&E CONSTRUCTION, INC. BELSAAS & SMITH CONSTRUCTION, INC. GRANITE NORTH - WEST, INC. ITEM Bid Security ii 5% BOND 5% BOND NO. ITEM CITY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNR PRICE AMOUNT UNIT PRICE AMOUNT 1 MOBILIZATION 1 LS $ 16012.90 $ 16,012.90 $ 16000.00 $ 16000.00 $ 1800000 $ 1800000 2 SPCC PLAN 1 LS $ 500.00 $ 500.00 $ 200.00 $ 200.00 $ 500.00 $ 500 00 3 CLEARING AND GRUBBING 1 LS $ 800.00 $ 800.00 $ 1200.00 $ 1200.00 $ 2000.00 $ 2000 00 4 ROADWAY EXCAVATION INCL. HAUL 754 CY $ 15.00 $ 11,310.00 $ 13.00 $ 9802.00 $ 12.00 $ 9048 00 5 CATCH BASIN TYPE 1L 3 EA $ 1,500.00 $ 4.500.00 5 650.00 $ 1950.00 $ 1100.00 $ 330000 6 SOLID METAL COVER FOR CATCH BASIN TYPE 1L 3 EA $ 300.00 $ 900.00 5 260.00 $ 780.00 5 219.00 $ 657.00 7 SAMPLING CATCH BASIN 6 EA $ 500.00 $ 3,000.00 S 650.00 5 3900.00 $ 740.00 $ 4400 00 8 CIRCULAR FRAME AND COVER FOR SAMPLING CATCH BASIN 6 EA $ 500.00 $ 3000.00 $ 230.00 $ 1380.00 5 219.00 $ 1314.00 9 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 1075 LF $ 25.00 $ 26875.00 S 4.00 $ 4300.00 $ 6.65 $ 7148.75 10 12" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN 43 LF $ 40.00 $ 1720.00 - $ 18.00 $ 774.00 $ 19.00 $ 817.00 11 24" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN 40 LF $ 50.00 $ 2,000.00 5 41.00 $ 1640.00 $ 43.25 $ 1730.00 12 6 IN. CORRUGATED POLYETHYLENE STORM SEWER PIPE 120 LF $ 40.00 $ 4800.00 $ 9.00 $ 1080.00 $ 17.20 $ 2064.00 13 12 IN. CORRUGATED POLYETHYLENE STORM SEWER PIPE 217 LF $ 42.00 $ 9114.00 - $ 13.00 $ 2821.00 S 20.45 $ 4437.65 14 INFILTRATION TRENCH CLEANOUT 2 EA $ 300.00 $ 600.00 $ 600.00 $ 1200.00 $ 570.00 $ 1140.00 15 DRAIN ROCK 55 CY $ 30.00 $ 1650.00 $ 36.00 $ 1980.00 $ 42.00 $ 2310.00 16 CRUSHED SURFACING TOP COURSE 11 TON $ 16.00 $ 176.00 5 45.00 $ 495.00 $ 37.00 $ 407.00 17 CRUSHED SURFACING BASE COURSE 206 TON $ 16.00 $ 3296.00 - - $ 21.00 $ 4326 00 S 30.00 $ 6180.00 18 ASTM C-33 SAND 167 CY $ 35.00 $ 5845.00 -' $ 75.00 $ 12525.00 $ 30.00 $ 5010.00 19 1 12"-212" WASHED. CRUDSHED STONE 53 CY $ 50.00 $ 2650.00 $ 51.00 $ 2703.00 $ 85.00 $ 4505.00 20 2 12" - 3 12" SUBBASE COURSE AGGREGATE 112 CY $ 50.00 $ 5600.00 $ 51.00 $ 5712.00 $ 45.00 $ 5040.00 21 BASE COURSE AGGREGATE 26 CY $ 3000 $ 780.00 $ 51.00 $ 1326.00 $ 80.00 $ 208000 22 BEDDING COURSE AGGREGATE 21 CY $ 40.00 $ 840.00 5 51.00 $ 1071.00 S 95.00 $ 1995.00 23 POROUS CONCRETE PAVEMENT 3000 SF $ 2.80 $ 8400.00 - $ 5.00 $ 15000.00 $ 2 50 $ 7500 00 24 PLANING BITUMINOUS PAVEMENT 1160 SY $ 2.00 $ 2320.00 $ 7.00 $ 8120.00 $ 7.00 $ 812000 25 HMA CL 1/2 IN. PG 64-28 177 TON $ 100.00 $ 17700.00 $ 125.00 $ 22125.00 $ 118.00 $ 20886 00 26 POROUS ASPHALT PAVEMENT 3000 SF $ 190 $ 5700.00 $ 4.00 $ 12000.00 $ 3.60 $ 10800.00 27 TOPSOIL TYPE C 42 CY $ 28 00 $ 1176.00 - 5 30.00 $ 1260.00 $ 50.00 $ 2100.00 28 5% AMENDED TOPSOIL TYPE C 41 CY $ 35 00 $ 1435 00 $ 34.00 $ 1394.00 $ 50.00 $ 2050 00 29 10% AMENDED TOPSOIL TYPE C 43 CY $ 42.00 $ 1806 00 $ 37.00 $ 1591.00 $ 50.00 $ 2150 00 30 CEMENT CONCRETE TRAFFIC CURB AND GUTTER 600 LF $ 20.00 $ 12000.00 $ 13.00 $ 7800.00 $ 10.00 $ 6000.00 31 PAINT LINE 648 LF $ 0.15 $ 97 20 $ 1.00 $ 648.00 $ 0.80 $ 518 40 32 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 8000.00 $ 8000.00 $ 800.00 $ 800.00 $ 12456.30 $ 12456.30 33 CONSTRUCTION SIGNS CLASS A 377 SF $ 9.00 $ 3393.00 $ 12.00 $ 4524.00 $ 12.00 $ 4524.00 34 PERMEABLE PAVER 3000 SF $ 3.60 $ 10800.00 $ 675 $ 20250.00 $ 8.00 $ 24000.00 rrnnti ,il<d „o P.no ,1 v CITY ENGINEERS REPORT ,- -� CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON FEBRUARY 9, 2010. ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. I RECOMMEND THE CONTRACT BE AWARDED TO: _= 1 - 1 ,'�� •. 411 • �":� I '�i .1 1'; J ST. LOW IMPACT DEVELOPMENT DEMONSTRATION AWARD MADE BY CITY MANAGER RP&E CONSTRUCTION, INC. ', Pr • NIIIIII• , , 1111 PROJECT NO. 2291 DATE: FEBRUARY 11, 2010 DATE CITY ENGINEER DATE CITY MANAGER FILE: JSTLow Inert oeakpvsMo«mwroo-22s11Cirys,MENcmegssOdsunnenes SHEET 1 of 4 1 =111 M MI = I M 1 U E M M M NM M BID SUMMARY J ST. LOW IMPACT DEVELOPMENT DEMONSTRATION PROJECT CITY PROJECT NO. 2291 ENGINEER'S ESTIMATEINC. RP&E CONSTRUCTION, BELSAAS & SMITH CONSTRUCTION, INC. GRANITE NORTH- WEST, INC. ITEM Bid Security 5% BONi 5% BOND 51: BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 35 STRUCTURE EXCAVATION CLASS B INCL HAUL 263 CY $ 15.00 $ 3945 00 $ 25.00 $ 6575 00 $ 3.00 $ 789.00 36 SHORING OR EXTRA EXCAVATION CLASS B 1309 SF $ 2.00 $ 2618 00 S 0 .10 $ 130.90 S 0 10 $ 130 90 37 GRAVEL BACKFILL FOR DRAIN 16 CY $ 30.00 $ 480 00 44 U.. S 51.00 $ 816.00 $ 65 00 $ 1040 00 38 ADJUST MANHOLE 1 EA $ 500.00 $ 500.00 $ 400.00 $ 400.00 $ 500 00 $ 500 00 39 ADJUST VALVE BOX 4 EA $ 500.00 $ 2000.00 $ 350.00 $ 1400.00 $ 350 00 $ 1400 00 40 ADJUST CLEANOUT 1 EA $ 500.00 $ 500.00 $ 350 00 $ 350 00 $ 350 00 $ 350 00 41 ROADSIDE CLEANUP 1 FA $ 5,000.00 $ 5.000.00 $ 5000 00 $ 5000.00 $ 5000 00 $ 5000 00 42 16 MIL IMPERMEABLE LINER 1930 SY $ 8 00 $ 15440 00 Y 3 00 $ 5790 00 $ 4 00 $ 7720 00 43 CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE 189 SY $ 5 00 $ 945 00 5 2 00 S 378 00 $ 4 00 $ 756 00 44 CONSTRUCTION GEOTEXTILE FOR SEPARATION 1290 SY $ 5 00 $ 6450.00 0 1 00 $ 1290.00 S 1 00 $ 1290 00 PROJECT TOTAL $216,674.I0 •194.806.90 5204,204.00 IL ' "' CITY OF YAKIMA -. !I' ,_: :- • Ili � tihl1 : l J ST. LOW IMPACT DEVELOPMENT DEMONSTRATION PROJECT NO. 2291 DATE: FEBRUARY 11, 2010 FILE. J SI Low trrpacl Development Demonstr 22911CityenglENGimagesl6idSummaries SHEET 2 of 4 M 111111 MN N I = E M M I NM = BID SUMMARY J ST. LOW IMPACT DEVELOPMENT DEMONSTRATION PROJECT CITY PROJECT NO. 2291 ENGINEERS ESTIMATE WEST COAST CONSTRUCTION CO.. INC. COLUMBIA ASHPHALT AND GRAVEL, INC. PARAGON NORTHWEST, LLC ITEM Bid Security 5% BOND 5% BOND 5% BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 MOBILIZATION 1 LS $ 16012.90 $ 16.012.90 $ 33000.00 $ 33000.00 $ 26015.00 $ 26015.00 $ 18500.00 $ 18500.00 2 SPCC PLAN 1 LS $ 500.00 $ 500 00 $ 500.00 $ 500 00 $ 375.00 $ 375 00 $ 1000.00 $ 1000.00 3 CLEARING AND GRUBBING 1 LS $ 800.00 $ 800 00 $ 1500.00 $ 1500 00 $ 2500.00 $ 2500 00 $ 1250.00 $ 1250.00 4 ROADWAY EXCAVATION INCL. HAUL 754 CY $ 15.00 $ 11,31000 $ 15.00 $ 11310.00 $ 19.00 $ 14326 00 $ 12.00 $ 9048.00 5 CATCH BASIN TYPE 1L 3 EA $ 1,500.00 $ 4,50000 $ 1200.00 $ 3600.00 $ 830.00 $ 2490.00 $ 1100.00 $ 3300.00 6 SOLID METAL COVER FOR CATCH BASIN TYPE 1L 3 EA $ 300.00 $ 900.00 $ 220.00 $ 660.00 $ 345.00 $ 1035.00 $ 220.00 $ 660.00 7 SAMPLING CATCH BASIN 6 EA $ 500.00 $ 3.000.00 $ 800.00 $ 4800.00 $ 570.00 $ 3420.00 $ 1000.00 $ 6000.00 8 CIRCULAR FRAME AND COVER FOR SAMPLING CATCH BASIN 6 EA $ 500.00 $ 3000.00 $ 220.00 $ 1320.00 $ 345.00 $ 2070.00 $ 250.00 $ 1500.00 9 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 1075 LF $ 25.00 $ 26875.00 $ 17 00 $ 18275.00 $ 9 50 $ 10212.50 $ 4.00 $ 4300.00 10 12" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN 43 LF $ 40.00 $ 1720.00 $ 50 00 $ 2150.00 $ 27 00 $ 1161.00 $ 11.00 $ 473.00 11 24" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN 40 LF $ 50.00 $ 2,000.00 $ 100.00 $ 4000.00 $ 51.00 $ 2040.00 $ 40.00 $ 160000 12 6 IN. CORRUGATED POLYETHYLENE STORM SEWER PIPE 120 LF $ 40.00 $ 4800.00 $ 25.00 $ 3000.00 $ 6.50 $ 780.00 $ 5.00 $ 600 00 13 12 IN CORRUGATED POLYETHYLENE STORM SEWER PIPE 217 LF $ 42.00 $ 4918.00 $ 23.00 $ 4991.00 $ 11.00 $ 2387.00 $ 10.00 $ 2170 00 14 INFILTRATION TRENCH CLEANOUT 2 EA $ 300.00 $ 600.00 $ 1000.00 $ 2000.00 $ 428.00 $ 856.00 $ 1500 00 $ 3000 00 15 DRAIN ROCK 55 CY $ 30.00 $ 1650.00 $ 40 00 $ 2200.00 $ 42 00 $ 2310.00 $ 38 00 $ 2090.00 16 CRUSHED SURFACING TOP COURSE 11 TON $ 16.00 $ 176.00 $ 34.00 $ 374.00 $ 48.00 $ 528.00 $ 15.00 $ 165.00 17 CRUSHED SURFACING BASE COURSE 206 TON $ 16.00 $ 3296.00 $ 23 00 $ 4738.00 $ 50 00 $ 10300.00 $ 15 00 $ 3090.00 18 ASTM C-33 SAND 167 CY $ 35.00 $ 5845.00 $ 40.00 S. 6680.00 $ 59.00 $ 9853.00 $ 35 00 $ 5845.00 19 1 12"-2 12" WASHED, CRUDSHED STONE 53 CY $ 50.00 $ 2650.00 $ 50.00 $ 2650.00 $ 47.00 $ 2491.00 $ 25.00 $ 1325.00 20 2 12" - 3 12" SUBBASE COURSE AGGREGATE 112 CY $ 50.00 S. 5600.00 $ 76.00 $ 8512.00 $ 47.00 $ 5264.00 $ 25.00 $ 2800.00 21 BASE COURSE AGGREGATE 26 CY $ 30.00 S 780.00 $ 76 00 $ 1976.00 $ 82.00 $ 2132.00 $ 15.00 $ 390.00 22 BEDDING COURSE AGGREGATE 21 CY $ 40.00 $ 840.00 $ 91.00 $ 1911.00 $ 92.00 $ 1932.00 $ 50.00 $ 1050.00 23 POROUS CONCRETE PAVEMENT 3000 SF $ 2.80 $ 8400.00 $ 2.60 $ 7800.00 $ 15.40 $ 46200.00 $ 3.00 $ 9000.00 24 PLANING BITUMINOUS PAVEMENT 1160 SY $ 2.00 $ 2320.00 $ 9.00 $ 10440.00 $ 7.80 $ 9048.00 $ 10.00 $ 11600.00 25 HMA CL. 1/2 IN PG 64-28 177 TON $ 100.00 $ 17700.00 $ 134.00 $ 23718.00 $ 90.00 $ 15930.00 $ 125.00 $ 22125.00 26 POROUS ASPHALT PAVEMENT 3000 SF $ 1.90 $ 5700.00 $ 4.00 $ 12000.00 $ 9.00 $ 27000.00 $ 4.50 $ 13500.00 27 TOPSOIL TYPE C 42 CY $ 28.00 $ 1176.00 $ 29.00 $ 1218.00 $ 42.00 $ 1764.00 $ 30.00 $ 1260.00 28 5% AMENDED TOPSOIL TYPE C 41 CY $ 35.00 $ 1435.00 $ 35.00 $ 1435.00 $ 42.00 $ 1722.00 $ 30.00 $ 1230.00 29 10% AMENDED TOPSOIL TYPE C 43 CY $ 42.00 $ 1806.00 $ 40.00 $ 1720.00 $ 42.00 $ 1806.00 $ 30.00 $ 1290.00 30 CEMENT CONCRETE TRAFFIC CURB AND GUTTER 600 LF $ 20.00 $ 12000.00 $ 14.50 $ 8700 00 $ 10.50 $ 6300 00 $ 12.00 $ 7200.00 31 PAINT LINE 648 LF $ 0.15 $ 97.20 $ 2.00 $ 1296 00 $ 0.66 $ 427.68 $ 1.00 $ 648.00 32 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS $ 8000.00 $ 8000.00 $ 3700.00 $ 3700 00 $ 2000.00 $ 2000.00 $ 1500.00 $ 1500.00 33 CONSTRUCTION SIGNS CLASS A 377 SF $ 9.00 $ 3393.00 $ 6.00 $ 2262.00 $ 12.50 $ 4712.50 $ 4150.00 $ 1564550.00 34 PERMEABLE PAVER 3000 SF $ 3.60 $ 10800 00 5 700 $ 21000.00 $ 6 50 $ 19500.00 $ 6.50 $ 19500.00 K" 1 r Po Al ` - ",4 s, Alrill...I .;iJ Ir yrr a4a - "`^...v.%�" �5 6 _ ' CITY OF YAKIMA J ST. LOW IMPACT DEVELOPMENT DEMONSTRATION PROJECT NO. 2291 DATE: FEBRUARY 11, 2010 FILE J Si Low Impact Development Demonsir 22911CiyenglENCimegeslBidSummaries SHEET 3 of 4 BID SUMMARY J ST. LOW IMPACT DEVELOPMENT DEMONSTRATION PROJECT CITY PROJECT NO. 2291 ENGINEER'S ESTIMATE WEST COAST CONSTRUCTION CO., INC. COLUMBIA ASHPHALT AND GRAVEL, INC. PARAGON \11RTI1- WEST III BEM Bid Security 5% BOND 5% BOND 5% BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 35 STRUCTURE EXCAVATION CLASS B INCL. HAUL 263 CY $ 15.00 $ 3945.00 $ 15.00 $ 3945.00 $ 25.00 $ 6575.00 $ 12.00 $ 3156 00 36 SHORING OR EXTRA EXCAVATION CLASS B 1309 SF $ 2.00 $ 2618 00 $ 2.00 $ 2618.00 $ 0.01 $ 13.09 $ 1000.00 51309000 00 37 GRAVEL BACKFILL FOR DRAIN 16 CY $ 30.00 $ 480.00 $ 50.00 $ 800.00 $ 35.00 S 560.00 $ 15.00 $ 240 00 38 ADJUST MANHOLE 1 EA $ 500.00 $ 500.00 $ 350.00 $ 350.00 $ 665.00 S 665.00 $ 300.00 $ 300.00 39 ADJUST VALVE BOX 4 EA $ 500.00 $ 2000.00 $ 250 00 5 1000.00 $ 325.00 $ 1300.00 5 200.00 $ 800 00 40 ADJUST CLEANOUT 1 EA $ 500.00 $ 500.00 5 350.00 $ 350 00 $ 250 00 $ 250.00 $ 200.00 $ 200.00 41 ROADSIDE CLEANUP 1 FA $ 5,000.00 $ 5,000.00 $ 5000.00 $ 5000.00 5 5000 00 $ 5000.00 $ 5000.00 $ 5000.00 42 16 MIL IMPERMEABLE LINER 1930 SY $ 8 00 S 15440 00 $ 2.50 $ 4825.00 $ 2 45 $ 4728.50 $ 3.30 $ 6369.00 43 CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE 189 SY 5 500 S 945 00 $ 1.00 $ 189.00 $ 2.25 $ 425.25 $ 4.00 $ 756.00 44 CONSTRUCTION GEOTEXTILE FOR SEPARATION 1290 SY $ 5.00 $ 6450.00 $ 1.00 $ 1290.00 $ 1.05 $ 1354.50 $ 3.00 $ 3870.00 PROJECT TOTAL 5216.674.10 5235.803.00 S261.'5a02 63,063.250.00 ::-;;'," , �'A II IIh n ,f . CITY OF YAKIMA J ST. LOW IMPACT DEVELOPMENT DEMONSTRATION PROJECT NO. 2291 DATE: FEBRUARY 11, 2010 FILE: J St Lar 6rsscl Development Dammar 22911C8yu'g6NGimpesBidSuamrriu SHEET 4 of 4 Dr+Pji neer Alm 1{� CO R Y��li TY i7n nGONO�# /' P?p VE /?n� ��rij� CiLiIfiI ih'1L1�'f OF . j1YrilriViril1 J'UiLi'ii,vi�iitrla� ija�r 'vi i✓�ii��. William;: R. Cook, Director Engineering Division 129 North Second Street Yakima, Washington 98901 Phone: (509) 575-6111 • Fax (509) 576-6305 ADDENDUM NO. 1 rrci -a r r F }JAN 2 5 REC 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for J St. Low Impact Development (LID) Demonstration Project CITY OF YAKIMA PROJECT NUMBER 2291 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Standard Specifications: Special Provisions Section: Section 5-04.2A2a Asphalt Binder is deleted and replaced with the following: Asphalt Binder: a. Asphalt Binder shall be WSDOT 9-02.1(4) and PG 64-28 with the following modifications: 1) Asphalt cement shall be between 5.75 to 6.5% by weight of total mix. 2) Draindown: 0.3% maximum. Tested in accordance with ASTM D6390-05. Section 5-04.2B Subbase is deleted and replaced with the following: B. Subbase: Aggregate Discharge Subbase for pavement section shall consist ofthe following: 1. 0.50 foot layer of crushed surfacing base course. 2 0.33 feet of 1 '/2" — 2 '/2" washed, crushed stone and gradation modified with 0-2% passing U.S. No. 200 sieve resting on construction geotextile for separation. 3. ` 0.50 foot layer of ASTM C-33 sand resting on a 16 —mil impermeable liner. Addendum 1 Page 1 of 6 1991 1 1 1 1 1 1 AGGREGATE MATERIALS This 1 1" — 2 1/2" washed, crushed stone aggregate shall consist of washed, crushed, open -graded stone and meet the following gradation chart. ASTM Sieve Size Percent Passing (By Weight) 2 1/2 inch 100 - 100 1 1/2 inch 0-2 '/ inch 3/8 inch --- No. 8 --- No. 200 0-2 4. Aggregates for 1 '/2" — 2 '/2" Washed, Crushed Stone shall meet the following test requirement; fracture, by weight and noted as follows. a. The fracture requirements for the aggregates are at least two fractured faces on 75 percent and at least one fractured face on 90 percent of the material retained on each specification sieve, 1 1/2" and above; if that sieve retains more than 5 percent of the total sample. 5 Aggregates for drain rock shall meet the requirements of 9-03.12(5). Section 5-04.4 Measurement and Section 5-05.5 Payment are deleted in their entirety and replaced with the following: ' Measurement Section 5-04.4 is supplemented with the following: 1 1 1 1 1 1 1 Porous asphalt pavement will be measured by the square foot. ASTM C-33 sand will be measured by the cubic yard of sand actually placed. Drain rock will_be measured by the cubic yard of rock actually placed. 1 1/2 " - 2 1/2" washed, crushed stone will be measured by the cubic yard of stone actually placed.' 16 mil impermeable liner will be measured by the square yard. Payment Section 5-04.5 is supplemented with the following: .Payment will be rnade in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: "Porous Asphalt Pavement", per square foot. "ASTM C-33 Sand", per cubic yard. "Drain Rock", per cubic yard. "1 1/2" — 2 '/" Washed, Crushed Stone", per cubic yard. "16 mil Impermeable Liner", per square yard. The unit contract price per square foot, per square yard or per cubic yard for the various bid items above shall be full pay for furnishing all labor, tools, equipment and materials required to construct the porous asphalt pavement section. Addendum 1 Page 2 of 6 1/21/10 ITEM 2. Proposal Item Proposal Bid Sheets: Remove all prior Item Proposal Bid Sheets and replace with the attached two (2) pages of Item Proposal Bid Sheets, labeled "Addendum No. l ", dated January 21, 2010. The Item Bid Proposal Sheets have been modified to reflect changed bid items. Bid items, units or quantities that have been changed are in bold type. ITEM 3. Plan Sheet Plan sheet RS1: Delete plan sheet RS 1 and replace with the attached plan sheet RS1, labeled "ADDENDUM #1". The porous asphalt pavement section has been modified. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior" to bid opening. APPROVED: Brett H. Shefiieid, P.E. Chief Engineer Addendum 1 Page 3 of 6 Date • 1/21/10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID .SHEET City of Yakima .1 St. LID Demonstration Project City Project No. 2291 ITEM NO. PROPOSAL ITEM PAYMENT SECTION Q Ty UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 MOBILIZATION 1-09 7 1 LS SPCC PLAN 1-0715 1 LS 3 CLEARING AND GRUBBING 2-01.5 1 LS 4 ROADWAY EXCAVATION INCL HAUL 2-03.5 754 • CY' 5 CATCH BASIN TYPE IL 7-05.5 3 EA 6 SOLID METAL COVER FOR CATCH BASIN TYPE IL 7-05.5 3 EA 7 SAMPLING CATCH BASIN 7-05.5 6' EA 8 CIRCULAR FRAME AND COVER FOR SAMPLING CATCH BASIN 7-05.5 6 EA 9 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 7-04.5 ] 075 LF 10 12" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 7-04.5 43 LF 11 24" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 7-04.5 40 LF 12 6 IN. CORRUGATED POLYETHYLENE STORM SEWER PIPE - 7-04.5 120 LF 13 12 IN. CORRUGATED POLYETHYLENE STORM SEWER PIPE 7-04.5 917 LF 14 INFILTRATION TRENCH CLEANOUT 7-05.5 2 EA 15 DRAIN ROCK 7-08.5 55 CY 16 CRUSHED SURFACING TOP COURSE 4-04.5' - - 11 TON 17 CRUSHED SURFACING BASE COURSE 4-04.5 242 TON 18 ASTM C-33 SAND 7-08.5 ] 67 CY 19 1 1/2" - 2 1/2" WASHED, CRUSHED STONE 7-08.5 53 CY 20 2 ''/2' -3 '/2"SUBBASE COURSE AGGREGATE 7-08.5. 1 1 J CY • •)1 COURSE AGGREGATE 7-08.5 96 26 CY -)7BEDDING COURSE AGGREGATE 7-08.5 21 CY 23 POROUS CONCRETE PAVEMENT 5-05.5 3000 SF Addendum 1 Page 4 of 6 1/21/10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (TEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS ' 24 PLANING BITUMINOUS PAVEMENT 5-04.5 160 SY 25 HMA CL. '/z IN PG 64-28 5-04.5 _ ] 77 TON 26 POROUS ASPHALT PAVEMENT 5-04.5 3000 SF 27 TOPSOIL TYPE C • 8-02.5.5 42 CY �$ 5% AMENDED TOPSOIL TYPE C 8-02.5 41 CY 29 10% AMENDED TOPSOIL TYPE C 8-02.5 43 CY 30 'CEMENT CONCRETE TRAFFIC CURB AND GUTTER 8=04.5 600 LF 31 PAINT LINE 8-22.5 648 LF 32 PROJECT TEMPORARY TRAFFIC CONTROL 1-10.5 ] LS 33 CONSTRUCTION SIGNS CLASS A 1-10.5 377 SF 34 PERMEABLE PAVER 6-09.5 3000 SF 35 STRUCTURE EXCAVATION CLASS B INCL. HAUL 2-09.5 263 CY 36 SHORING OR EXTRA EXCAVATION CLASS B 2-09.5 1309 _ SF 37 GRAVEL BACKFILL FOR DRAIN 7-05.5 ] 6 CY 38 ADJUST MANHOLE 7-05.5 1 EA 39 ADJUST VALVE BOX 7-05.5 4 EA 40 ADJUST CLEANOUT 7-05.5 1 EA 41 ROADSIDE CLEANUP 2-01.5 1 FA 55,000 $5,000 42 16 MIL IMPERMEABLE LINER ' 5-04.5 1930 SY 43 CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE 2-12.5 ] 89 SY 44 CONSTRUCTION GEOTEXTILE FOR SEPARATION 2-12.5 ] 290 SY Addendum 1 TOTAL Page 5 of 6 1/21/10 END OF ADDENDUM NO. 1 Addendum 1 Page 6 of 6 1/21/10 SAW CUT IF BORDERING EX ASPHAL MATCH EXISTING EX PAVEMENT OR SURFACING ,ARIES 3' .5 15 CEMENT CONCRETE TRAFFIC CURE AND GUTTER' MATCH EXISTING Ul 0.20' ROADWAY EXOA✓ATIG2 INCL. 'RAU'L 0 20' HMA CL. 1/2" PG 64-28 CONSTRUCTION G_GTEX-ITE PCR SEPARATION' 5 18" r 1 ROADWAY EXCAVATION „ 1 INCL. HAUL (VARIES) ° POROUS CONCRETE PAVEMENT STA. J 11+25 TO J 12+25 STA. J 15+25 TO J 16+25 SAW CUT IF BORDERING EX ASPHALT MATCH EXISTING EX. PAVEMENT OR SURFACING 0 20' ROADWAY EXCAVATION INCL. HAUL C 20' HMA CL. 1/2" PC 61 28 16 MIL (MIN.) IMPERMEABLE LINER UNDER PIPE AND ALL PAVED SURFACES, WRAPPED TO TOP OF PAVEMENT GRAVEL BACKFILL FOR DRAIN 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE EXISTING SURFACING 0 20' PLANING BITUMINOUS PAVEMEN 0.20' HMA CL 1/2" PG 64 25 J/ J 0.17' CRUSHED SURFACING TEPP COURSE (COMPACTED DEP-H) J ROAWAY EX. INCL. HALL VARIES VARIES ROADWAY EXC INC'_. HAUL 0.50' POROUS CONCRETE PAVEMENT 0.68' CRUSHED SURFACING BASE COURSE 0.50' ASTM C-33 SAND 6 ROADWAY EXCAVATION INCL. HAUL (VARIES) 1 6 PERMEABLE PAVERS STA. J 10+25 TO J 11+25 STA. J 13+25 TO J 14+25 SAW CUT IF BORDERING EX. ASPHALT MATCH EXISTING EX PAVEMENT OR SURFACING 3' 16 MIL (MIN.) IMPERMEABLE LINER UNDER PIPE AND ALL PAVED SURFACES, WRAPPED TO TOP OF PA"EMENT —GRAVEL BACKFILL FOR DRAIN 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 15' A1/ 10 'CURB CUTS (FLUSH WITH PAVEMENT) STA. J 10+90 TO J 10+95 STA. J 11+90 TO J 11+95 STA. J 12+90 TO J 12+95 STA. J 13+65 TO J 13+75 STA J 14+15 TO J 14+20 STA. J 14+60 TO J 14+70 STA. J 15+07 TO J 15+40 VARIES ROADWAY EXC INCL HAUL PERMEABLE PAVERS 0 20' 0.17' BEDDING COURSE AGGREGATE 0.23' BASE COURSE AGGREGATE 058' 1 1/2" - 2 1/2' SUE -BASE COURSE AGGREGATE 0.50' ASTM C-33 SAND 0 0 20' ROADWAY EXCAVATION INCL. HAUL 0.20' HMA CL. 1/2" PG 64-28 T 6' CONSTRUCTION GEOTEXTILE FOR SEPARATION 16 MIL (MIN ) IMPERMEABLE �LLINER UNDER PIPE AND ALL PAVED SURFACES, WRAPPED TO TOP OF PAVEMENT GRAVEL BACKFILL FOR DRAIN 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE ROADWAY EXCAVATION INCL. HAUL (VARIES) POROUS ASPHALT PAVEMENT STA. J 12+25 I0 J 13+25 STA. J 14+25 TO J 15+25 I I I 11 /ARIES ROADWAY EXC INCL HAUL 0.35' POROUS ASHPALT PAVEMENT 0 50' CRUSHED SURFACING I '1 BASE COURSE I 0 33' 1 1/2"-2 1/2" WASHED, CRUSHED STONE 0 50' ASTM 0-33 SAND 12 VARIES 7I J7 DITCH 90110M 1 \ /ARIES 1 1 I VARIES "00, 50, OR 100 AMENDED SOIL 6' ( ) tll� CONSTRUCTION GEOTEXTILE FOR SEPARATION MIN., \..1�\ �1L . 16 MIL (MIN.) IMPERMEABLE MEMBRANE 2' 1 2' ROADWAY EXCAVATION INCL. HAUL (VARIES) GRAVEL BACKFILL FOR DRAIN 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE "ROADSIDE DITCH SOIL AMENDMENT % STA TO STA LIMITS 0 J 12+25 TO J 13,25 AND J 15+30 TO J 16-25 5 J 11+25 TO J 12+25 AND J 14-25 TO J 15:13 10 J 10+25 TO J 11+25 AND J 13+25 TO J 14+25 ROADWAY SECTION A STA. J 10+25 TO STA. J 16+25 0 j co L C Uw 15' \, 15 MATCH EXISTIN EXISTING ROADWAY 0.20' PLANING BITUMINOUS PAVEMENT 0.20' HMA CL. 1/2" PG 64-26 ROADWAY SECTION 3 STA. J "16+25 TO STA. J 16+73 0 w 0 a_ z 0 co z 0 w D D f'— w or: L 2 w U 0) O 0) 0) 10 U A� m C 2 Horizontal = NONE CITY OF YAKIMA PROJECT NO. 2291 w z 0 z 11 0 0 a) z 0 U w >- D O RS1 RS1 /\,/ 3' VARIES 15' 10 I I �11 1 J _ -,\ 52. PAVEMENT AND SURFACING L i8' ,, 7 CONSTRUCTION GEOTEXTILE FOR SEPARATION 1 I I I ® p 6 ROADWAY EXCAVATION INCL. HAUL (VARIES) 1 6 PERMEABLE PAVERS STA. J 10+25 TO J 11+25 STA. J 13+25 TO J 14+25 SAW CUT IF BORDERING EX. ASPHALT MATCH EXISTING EX PAVEMENT OR SURFACING 3' 16 MIL (MIN.) IMPERMEABLE LINER UNDER PIPE AND ALL PAVED SURFACES, WRAPPED TO TOP OF PA"EMENT —GRAVEL BACKFILL FOR DRAIN 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 15' A1/ 10 'CURB CUTS (FLUSH WITH PAVEMENT) STA. J 10+90 TO J 10+95 STA. J 11+90 TO J 11+95 STA. J 12+90 TO J 12+95 STA. J 13+65 TO J 13+75 STA J 14+15 TO J 14+20 STA. J 14+60 TO J 14+70 STA. J 15+07 TO J 15+40 VARIES ROADWAY EXC INCL HAUL PERMEABLE PAVERS 0 20' 0.17' BEDDING COURSE AGGREGATE 0.23' BASE COURSE AGGREGATE 058' 1 1/2" - 2 1/2' SUE -BASE COURSE AGGREGATE 0.50' ASTM C-33 SAND 0 0 20' ROADWAY EXCAVATION INCL. HAUL 0.20' HMA CL. 1/2" PG 64-28 T 6' CONSTRUCTION GEOTEXTILE FOR SEPARATION 16 MIL (MIN ) IMPERMEABLE �LLINER UNDER PIPE AND ALL PAVED SURFACES, WRAPPED TO TOP OF PAVEMENT GRAVEL BACKFILL FOR DRAIN 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE ROADWAY EXCAVATION INCL. HAUL (VARIES) POROUS ASPHALT PAVEMENT STA. J 12+25 I0 J 13+25 STA. J 14+25 TO J 15+25 I I I 11 /ARIES ROADWAY EXC INCL HAUL 0.35' POROUS ASHPALT PAVEMENT 0 50' CRUSHED SURFACING I '1 BASE COURSE I 0 33' 1 1/2"-2 1/2" WASHED, CRUSHED STONE 0 50' ASTM 0-33 SAND 12 VARIES 7I J7 DITCH 90110M 1 \ /ARIES 1 1 I VARIES "00, 50, OR 100 AMENDED SOIL 6' ( ) tll� CONSTRUCTION GEOTEXTILE FOR SEPARATION MIN., \..1�\ �1L . 16 MIL (MIN.) IMPERMEABLE MEMBRANE 2' 1 2' ROADWAY EXCAVATION INCL. HAUL (VARIES) GRAVEL BACKFILL FOR DRAIN 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE "ROADSIDE DITCH SOIL AMENDMENT % STA TO STA LIMITS 0 J 12+25 TO J 13,25 AND J 15+30 TO J 16-25 5 J 11+25 TO J 12+25 AND J 14-25 TO J 15:13 10 J 10+25 TO J 11+25 AND J 13+25 TO J 14+25 ROADWAY SECTION A STA. J 10+25 TO STA. J 16+25 0 j co L C Uw 15' \, 15 MATCH EXISTIN EXISTING ROADWAY 0.20' PLANING BITUMINOUS PAVEMENT 0.20' HMA CL. 1/2" PG 64-26 ROADWAY SECTION 3 STA. J "16+25 TO STA. J 16+73 0 w 0 a_ z 0 co z 0 w D D f'— w or: L 2 w U 0) O 0) 0) 10 U A� m C 2 Horizontal = NONE CITY OF YAKIMA PROJECT NO. 2291 w z 0 z 11 0 0 a) z 0 U w >- D O RS1 RS1 {F ! .^jf- ;fr.. OF n i.Fi';` NDN 7T 'f� 'C T % T '7'E' O/ fY �� �%i..%� _I_ e 1 E.�� i r�J .. , :i. SIJ %'�.f�!'`Q_.,.:.(� t�f3 � �l!-:.�• 'T William. K. Cook, Direci.or Engineering Division 129 North Second Street Yakima, Washington 98901 Phone: -(509) 575-6111 Fax (509) 576-6305 ADDENDUM NO. 2 ;J1 101e iRE \\\Ijt TO THE BID DOCUMENTS & SPECIFICATIONS FOR i HE CITY OF YAKIMA, WA for J St. Low. Impact Development (LID) Demonstration Project CITY OF YAKIMA PROJECT NUMBER 2291 TO -THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows. ITEM 1. Standard Specifications; Special Provisions Section: Section 5-05.3(6) Subgrade is deleted and replaced with the following: Subgrade Section 5-05 3(6) is supplemented with the following: The subgrade beneath the porous concrete pavement shall consist of a 16 MIL impermeable liner, a 0.5 foot ASTM C-33 sand layer, construction geotextile for separation on top of this, and then a '0 50 foot layer of crushed surfacing base course. The sand layer shall be installed to the depths and grade as shown :n the Plans. The crushed surfacing base course -shall be installed in lifts not to exceed 0.5 feet and be compacted using a vibratory smooth -drum roller The first sentence of Section 5-04.2A2a is deleted and replaced with the following: Asphalt Binder shall be WSDOT 9-02.1(4) and PG 64-28 with the following modifications. r• ITEM 2: Proposal Item Proposal Bid Sheets: Remove all prior Item Proposal Bid Sheets and replace with the attached two (2) pages of Item Proposal Bid Sheets, labeled "Addendum No. 2", dated January 25, 2010. The Item Bid Proposal Sheets have been modified to reflect changed bid items Addendum 2 Page lrof 5 1/25/10 ,?04 ITEM 3. Plan Sheet Plan sheet RS1: Delete plan sheet P.S 1 and replace with the attached plan sheet RS 1, labeled "ADDENDUM #2". The porous concrete pavement section has been modified. This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: Brett HSheffield, P.E. Chief Engineer Date Addendum 2 Page 2 of 5 1/25/10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET City of Yakima St. LID Demonstration ]Project City Project No. 2291 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS - 1 MOBILIZATION 1-09 7 1 LS 2 SPCC PLAN 1-07 15 1 LS 3 CLEARING AND GRUBBING 2-01.5 1 LS 4 ROADWAY EXCAVATION INCL HAUL 2-03.5 754 CY 5 CATCH BASIN TYPE IL 7-05.5 3 EA 6 SOLID METAL COVER FOR CATCH BASIN TYPE 1L 7-05.5 — 3 EA 7 SAMPLING CATCH BASIN 7-05.5 6 EA 8 CIRCULAR FRAME AND COVER FOR SAMPLING CATCH BASIN 7-05.5 6 EA 9 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAINPIPE 7-04.5 1075 LF — 10 12" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE - 7-04.5 43 LF 11 24" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 7-04.5 40 LF 12 6 IN CORRUGATED POLYETHYLENE STORM SEWER PIPE 7-04.5 120 LF i 13 12 N CORRUGATED POLYETHYLENE STORM SEWER PIPE 7-04.5 217 LF 14 INFILTRATION TRENCH CLEANOUT 7-05.5 - 2 EA 15 DRAIN ROCK 7-08.5 55 CY 16 CRUSHED SURFACING TOP COURSE 4-04.5 - - 11 TON 17 CRUSHED SURFACING BASE COURSE s 4-04.5 206 TON 18 ASTM C-33 SAND 7-08.5 167 CY 19 11/2"-21/2" WASHED, CRUSHED STONE 7-08.5 53 CY 20 2'A" —3 'A" SUBBASE COURSE AGGREGATE 7-08.5 - 112 CY 21 BASE COURSE AGGREGATE - 7-08.5 26 CY 22 BEDDING COURSE AGGREGATE 7-08.5 21 CY- 23 POROUS CONCRETE PAVEMENT 5-05.5 3000 SF Addendum 2 Page 3 af'5 1/25/10 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY - FJ \' T UNIT PRICE DOLLARS AMOUNT - DOLLARS 24 PLANING BITUMINOUS PAVEMENT 5-04.5 160 SY 25 HMA CL. ''A IN PG 64-28 - 5-04.5 177 TON 26 POROUS ASPHALT PAVEMENT 5-04.5 3000 SF 27 •TOPSOIL TYPE C 8-02.5.5 42 CY 28 5% AMENDED TOPSOIL TYPE C 8-02.5 41 CY 29 10% AMENDED TOPSOIL TYPE C 8-02.5 43 CY 30 CEMENT CONCRETE TRAFFIC CURB AND GUTTER 8-04.5 600 LF 31 PAINT LINE 8-22.5 648 LF 32 PROJECT TEMPORARY TRAFFIC CONTROL 1-10.5 1 LS 33 CONSTRUCTION SIGNS CLASS A 1-10.5 377 SF 34 PERMEABLE PAVER 6-09.5 3000 SF 35 STRUCTURE EXCAVATION CLASS B INCL. HAUL 2-09.5 263 CY 36 SHORING OR EXTRA EXCAVATION CLASS B 2-09.5 1309 SF 1 37 GRAVEL BACKFILL FOR DRAIN 7-05.5 ] 6 CY - 38 ADJUST MANHOLE 7-05.5 1 EA 39 ADJUST VALVE BOX 7-05.5 4 EA 40 ADJUST CLEANOUT 7-05.5 1 EA 41 ROADSIDE CLEANUP 2.01.5 I FA 85,000 85,000 42 16 MIL IMPERMEABLE LINER 5-04.5 1930 SY 43 CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE 2-12.5 189 SY 44 CONSTRUCTION GEOTEXTILE FOR SEPARATION 2-12.5 - 1290 SY Addendum 2 TOTAL Page 4 of 5 1/25/10 * END OF ADDENDUM NO. 1 * Addendum 2 Page 5 of 5 1/25/10 SFW CUT G BORDERING EX. ASPHALT MATCH EXISTING EX. PAVEMENT OR SURFACING 0 20' ROADWAY EXCAVATION INCL. HAUL 0.20' HMA CL. 1/2" PG 64-28 61 ROADWAY EXCAVATION INCL. HAUL (VARIES) POROUS CONCRETE PAVEMENT STA. J 11+25 TO J 12+25 STA. J 15+25 TO J 16+25 SAW' CUT IF 9ORDERING EX. ASPHALT MATCH EXISTING— EX. PAVEMENT OR SURFACING H VARIES 3' 18" 15'_11,/ CONSTRUCTION GEOTEY TILE FOR SEPARATION 16 MIL (MIN.) IMPERMEABLE LINER UNDER PIPE AND ALL PAVED SURFACES, WRAPPED TO TOP OF PAVEMENT GRAVEL BACKFILL FOR DRAIN \_4" PERFORATED CORRUGATED POLYETHTLENE UNDERDRAIN PPE , / 5' CEMENT CONCRETE TP,AFFIC CURB AND GUTTER` MATCH EXISTING EXISTING SURFACING 0.20' PLANING BITUMINOUS PAVEMENT 0.20' HMA CL. 1/2" PG 64 28 2 0.17' CRUSHED SURFACING TOP COURSE (COMPACTED DEPTH) ROPWAY EX INCL HAUL I j VARIES ROADWAY EXC. INCL. HAUL 0.68' POROUS CONCRETE PAVEMENT 0.50' CRUSHED SURFACING BASE COURSE 0.20' ROADWAY EXCAVATION INCL. HAUL 0.20' HMA CL. 1/2" PG 64-28 EX. PAVEMENT AND SURFACING 1 CONSTRUCTION GEOTEXTILE FOR SEPARATION ROADWAY EXCAVATION INCL. HAUL (VARIES) PERMEABLE PAVERS STA. J 10+25 TO J 11+25 STA. J 13+25 TO 14+25 SAW CUT IF BORDERING EX. ASPHALT MATCH EXISTING EX. PAVEMENT OR SURFACING VARIES 3' 16 MIL (MIN.) IMPERMEABLE LINER UNDER PIPE AND ALL PAVED SURFACES, WRAPPED TO TOP OF PAVEMENT GRAVEL BACKFILL FOR DRAIN \4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 15' V 1% ®l1 0.50' ASTM C-33 SAND DITCH BOTTOM VARIES `\ I VARIES *'0%, 5%, OR 10% AMENDED SOIL "—CONSTRUCTION GEOTEXTILE FOR SEPARATION 16 MIL (MIN ) IMPERMEABLE MEMBRANE CURB CUTS (FLUSH WITH PAVEMENT) STA. J 10+90 TO J 10+95 STA. J 11+90 TO J 11+95 STA. J 12+90 TO J 12+95 STA. J 13+65 TO J 13+75 STA. J 14+15 TO J 14+20 STA J 14+50 TO J 14+70 STA. J 15+07 TO J 15+40 I I VARIES ROADWAY EXC. INCL. HAUL PERMEABLE PAVERS 0 20' 0.17' BEDDING COURSE AGGREGATE 0 23' BASE COURSE AGGREGATE 0.58' 1 1/2" - 2 1/2" SUB -BASE COURSE AGGREGATE 0.50' ASTM C-33 SAND C 0.20' ROADWAY EXCAVATION INCL. HAUL 0.20' HMA CL. 1/2" PG 64-28 EX PAVEMENT AND SURFACING CONSTRUCTION GEOTEXTILE FOR SEPARATION RG+E1 W. Y EY,_^VGTION INCL. HAUL (VARIES) POROUS ASPHALT PAVEMENT STA. J 12+25 TO J 13+25 STA. J 14+25 TO J 15+25 16 MIL (MIN.) IMPERMEABLE LINER UNDER PIPE AND ALL PAVED SURFACES, WRAPPED TO TOP OF BLVEUENT RAVEL BACKFILL FOR DRAIN 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE VARIES IIl ROADWAY EXC. INCL. HAUL 0.35' POROUS ASHPALT PAVEMENT X50' CRUSHED SURFACING BASE COURSE 1 1/2"-2 1/2" WASHED, CRUSHED STONE 0 50' ASTM C-33 SAND 2' ROADWAY EXCAVATION, INCL. HAUL (VARIES) 2' I \ GRAVEL BACKFILL FOR DRAIN 4" PERFORATED CORRUGATED -ROADSIDE DITCH SOIL AMENDMENT % 0 5 10 POLYETHYLENE UNDERDRAIN PIPE STA. TO STA. LIMITS J 12+25 TO J 13+25 AND J 15+30 TO J 15+25 J 11+25 TO J 12+25 AND J 14+25 TO J 15+13 J 10=25 TO J 11+25 AND J 13+25 TO J 14+25 ROADWAY SECTION A STA. J 10+25 TO STA. J 16+25 cN 0 co .� 55 c o 4— o T 1 U z E O W0 12 CITY OF YAKIMA PROJECT NO. 2291 15' C EXISTING ROADWAY MATCH EXISTING --\\\_________ � 020 PLANING BITUMINOUS Li- JEMENT 0.20' 41/.0 CL. 1/2" PC 54-25 =ROADWAY SECTION 3 STA. J 16+25 TO STA. J 16+73 Horizontal = NONE W z 0 II (B U 93 N D __'_._T, ]; OF CC 1f11J .): AND `i�'i M C ir'_Ti_E.. �°' 1 ^=ii mil-�-i.., �4i i�'!.ii.: [.i ifl =i. jt _� "_�?����/ <fc. .:J i_. <� ` . R. CJS ,Director Engineering Division 129 North Second Street Yakima, Washington 9890! Phone: (509) 575-6111 Fax (509) 576-6305 ADDENDUM NO. 3 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for J St. Low Impact Development (LID) Demonstration Project CITY OF YAKIMA .PROJECT NUMBER 2291 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Bid Opening: The Bid Opening date has been moved to Tuesday, February 9, 2010 at 2:OOpm. ITEM 2. Proposal Item Proposal Bid Sheets: Remove all prior Item Proposal Bid Sheets and replace with the attached two (2) pages of Item Proposal Bid Sheets, labeled "Addendum No. 3", dated January 28, 2010. The Item Bid Proposal Sheets have been modified to reflect changed bid items. • 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: --di-al-44 C' 5 I'9.fi i Brett H. Sheffield, P E Date Chief Engineer Addendum 3 Page 1 of 3 1/28/10 Yakirer 142 ;Are='aty 1994 TEM PROPOSAL BID SHEET City of Yakima J St. LID Demonstration Project City Project No. 2291 ITEM - NO. - PROPOSAL ITEM - PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT IDOLLARS 1 1vIOBILIZATION 1-09 7 I LS 2 SPCC PLAN 1-07 IS 1 LS 3 CLEARING AND GRUBBING 2-01.5 1 LS 4 ROADWAY EXCAVATION INCL HAUL 2-03.5 e 754 CY 5 CATCH BASIN TYPE 1L 7-05.5 3 EA .- 6 SOLID METAL COVER FOR CATCH BASIN TYPE 1 L 7-05.5 3 EA 7. SAMPLING CATCH BASIN 7-05.5 6 EA 8 CIRCULAR FRAME AND COVER FOR SAMPLING CATCH BASIN 7-05.5 6 EA 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE9 7-04.5 1075 LF 10 12" PERFORATED CORRUGATED POLYETHYLENE UNDERDRA IN PIPE 7-04.5 , 43 LF 11 24" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 7-04.5 40 LF 1 6 EN CORRUGATED POLYETHYLENE STORM SEWER PIPE 7-04.5 120 LF 13 12 IN CORRUGATED POLYETHYLENE STORM SEWER PIPE 7-04.5 217 LF 14 INFILTRATION TRENCH CLEANOUT 7-05.5 2 EA 15 DRAIN. ROCK 7-08.5 55 CY 16 CRUSHED SURFACING TOP COURSE 4-04.5 11 TON 17 CRUSHED SURFACING BASE COURSE 4-04.5 206 TON 18 ASTM C-33 SAND 7-08.5 167 CY 1 1 1/2" — 2 1/2" WASHED9, CRUSHED STONE 7-08.5 53 CY 20 2 '''A" — 3 'A SUBBASE COURSE AGGREGATE 7-08.5 ] 1 CY 21 BASE COURSE AGGREGATE 7-08.5 26 CY �2 BEDDING COURSE AGGREGATE 7-08.5 21 CY 23 I5-05.5 POROUS CONCRETE PAVEMENT 3000 SF Addendum 3 Page 2 of 3 1/28/10 ITEM NO: PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT ',DOLLARS �4 PLANING BITUMINOUS PAVEMENT 5-04.5 1160 SY �5 HMA CL. '/1 IN PG 64-28 5-04.5 177 TON �6 POROUS ASPHALT PAVEMENT • 5-04.5 3000 SF 77 TOPSOIL TYPE C 8-02.5.5 42 - CY 28 5% AMENDED TOPSOIL TYPE C 8-02.5 41 CY 29 10% AMENDED TOPSOIL TYPE C 8-02.5 43 CY 30 CEMENT CONCRETE TRAFFIC CURB AND GUTTER 8-04.5 600 LF 31 PAINT LINE 8-22 648 LF • 32 PROJECT TEMPORARY TRAFFIC CONTROL 1-10.5 1 LS 33 CONSTRUCTION SIGNS CLASS A 1-10.5 377 SF 34 ' PERMEABLE PAVER 6-09 5 3000 SF 35 STRUCTURE EXCAVATION CLASS B INCL. HAUL 2-09.5 263 Cl' 36 SHORING OR EXTR.A EXCAVATION CLASS B 2-09.5 1309 SF 37 GRAVEL BACKFILL FOR DRAM 7-05.5 16 CY 38 ADJUST MANHOLE 7-05.5 1 EA 39 ADJUST VALVE BOX 7-05 5 - 4 EA 40 ADJUST CLEANOUT 7-05.5 1 EA 41 ROADSIDE CLEANUP - 2-01.5 1 FA 85,000 85,000 42 16 MIL IMPERMEABLE LINER 5-04.5 1930 SY 43 CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE •j 2-12.5 89 SY 44 CONSTRUCTION GEOTEXTILE FOR SEPARATION 2-12.5 ] 290 SY Addendum 3 TOTAL 10 END OF ADDENDUM NO. 3 • Page 3 of 3 1/28/10 City Of Yakima J St. Low Impact Development (LID) Demonstration Project City Project No. 2291 CONTENTS CITY OF YAKIMA J St. LID Demonstration Project City Project No. 2291 SECTION PAGE INVITATION TO BID 5 STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2006 Standard Specifications 7 CONTRACT PROVISIONS General Special Provisions and Contract Special Provisions 78 Project Description 80 1-02 Bid Procedures and Conditions 82 1-03 Award and Execution of Contract 86 1-04 Scope of Work 87 1-05 Control of Work 88 1-07 Legal Relations and Responsibilities to the Public 92 1-08 Prosecution and Progress 101 1-09 Measurement and Payment.. 105 1-10 Temporary Traffic Control 106 2-01 Clearing, Grubbing, and Roadside Cleanup 107 2-02 Removal of Structures and Obstructions 107 2-03 Roadway Excavation and Embankment 107 5-04 Hot Mix Asphalt 108 5-04 Porous Asphalt Pavement 108 5-05 Porous Concrete Pavement 124 5-06 Permeable Paver Paving System 125 7-05 Manhole, Inlets, Catch Basins and Dry Wells 132 8-01 Erosion Control and Water Pollution Control 133 8-02 Roadside Restoration 133 9-03 Aggregates 134 9-14 Erosion Control and Roadside Planting 135 STANDARD PLANS 135 Contract Form 143 Performance Bond Form 145 Informational Certificate of Insurance 147 Informational Additional Insured Endorsement 149 Minimum Wage Affidavit Form 151 PREVAILING WAGE RATES Prevailing Wage Rates 153 3 PROPOSAL Proposal Form 167 Item Proposal Bid Sheet 169 Bid Bond Form 171 Non-Collusion Declaration 173 Non-Discrimination Provision 175 Subcontractor List 177 Women and Minority Business Enterprise Policy 179 Council Resolution 180 Affirmative Action Plan 181 Bidders Certification 183 Materially and Responsiveness 185 Proposal Signature Sheet 187 Bidders Check List 189 PLANS & DETAILS Traffic Control Plans Attached Construction Plans Attached 4 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 February 2, 2010 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA J St. LID Demonstration Project City Project No. 2291 This project consists of making improvements to J Street in Yakima, Washington. The work shall consist of resurfacing the eastbound lane with new hot mix asphalt, replacing the westbound lane with permeable asphalt pavement, permeable concrete pavement, and permeable pavers, installing a drainage system, constructing a compost amended roadside ditch with varying levels of compost and other work. All work is to be in accordance with the plans and specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $20.00 for each set, non refundable. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 6th day of January, 2010 (SEAL) Deborah J. Kloster CITY CLERK PUBLISH: January 12, 2010 January 19, 2010 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2008 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1-03, AWARD AND EXECUTION OF CONTRACT April 7, 2008 1-03.1 Consideration of Bids This section is supplemented with the following new sub -section. 1-03.1(1) Tied Bids After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be determined by drawing as described in this Section. Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful". The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders that submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to draw. SECTION 1-04, SCOPE OF THE WORK April 7, 2008 1-04.4(1) Minor Changes The first sentence in the first paragraph is revised to read: Payments or credits for changes amounting to $15,000 or less may be made under the bid item "Minor Change." 1-04.5 Procedure and Protest by the Contractor In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 calendar days. The second sentence in the fifth paragraph is revised to read: The determination will be provided within 14 -calendar days after receipt of the Contractor's supplemental written statement (including any additional information requested by the Project Engineer to support a continuing protest) described in item 2 above. SECTION 1-05, CONTROL OF WORK April 7, 2008 1-05.1 Authority of the Engineer The fourth paragraph is revised to read: At the Contractor's risk, the Project Engineer may suspend all or part of the Work according to Section 1-08.6. 1-05.12 Final Acceptance The second paragraph is revised to read: The Contractor agrees that neither completion nor final acceptance shall relieve the Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency against any claim or loss resulting from the failure of the Contractor (or the subcontractors or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, materialpersons, or any other person who provides labor, supplies, or provisions for carrying out the Work or for any payments required for unemployment compensation under Title 50 RCW or for industrial insurance and medical aid required under Title 51 RCW. SECTION 1-06, CONTROL OF MATERIALS August 3, 2009 1-06.2(2)A General Tables 1 and 2 are revised to read: Table 1 Estimated Percent of Work Within Specification Limits Estimated Percent Within Specification Upper Quality Index Qu or Lower Quality Index QL n=10 n=12 Limits (Pu or PO n=3 n=4 n-5 n=6 n=7 n=8 n=9 n=11 n=14 100 1.16 1.49 1.72 1.88 1 99 2.07 2.13 2.20 2.28 99 - 1.46 1 64 1.75 1.82 1 88 1.91 1.96 2 01 98 - 1.43 1.58 1.66 1.72 1.75 1 78 1.81 1.84 97 1.15 1 40 1.52 1.59 1.63 1.66 1.68 1.71 1.73 96 - 1.37 1.47 1.52 1.56 1.58 1.60 1.62 1.64 95 1 14 1.34 1.42 1 47 1.49 1.51 1.52 1.54 1.55 94 - 1.31 1.38 1 41 1.43 1.45 1.46 1 47 1.48 93 1.13 1 28 1.33 1.36 1.38 1.39 1.40 1.41 1.41 92 1.12 1.25 1 29 1.31 1 33 1.33 1.34 1.35 1.35 91 1 11 1.22 1.25 1.27 1.28 1 28 1.29 1 29 1.30 90 1.10 1 19 1.21 1.23 1.23 1.24 1 24 1.24 1.25 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 89 1.09 1.16 1.18 1.18 1.19 1.19 1 19 1.19 1.20 88 1.07 1.13 1.14 1.14 1.15 1.15 1.15 1.15 1.15 87 1.06 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.11 86 1.04 1.07 1.07 1.07 1.07 1.06 1.06 1.06 1.06 85 1.03 1.04 1.03 1.03 1.03 1.03 1.02 1.02 1.02 84 1.01 1.01 1.00 0.99 0.99 0.99 0.99 0.98 0.98 83 0.99 0.98 0.97 0.96 0.95 0.95 0.95 0.95 0.94 82 0.97 0.95 0.93 0.92 0.92 0.92 0.91 0.91 0.91 81 0.95 0.92 0.90 0.89 0.88 0.88 0.88 0.87 0.87 80 0.93 0.89 0.87 0.86 0.85 0.85 0.84 0.84 0.84 79 0.91 0.86 0.84 0.82 0.82 0.81 0.81 0.81 0.80 78 0.88 0.83 0.81 0.79 0.79 0.78 0.78 0.77 0.77 77 0.86 0.80 0.77 0.76 0.75 0.75 0.74 0.74 0.74 76 0.83 0.77 0.74 0.73 0.72 0.72 0.71 0.71 0.70 75 0.81 0.74 0.71 0.70 0.69 0.69 0.68 0.68 0.67 74 0.78 0.71 0.68 0.67 0.67 0.65 0.65 0.65 0.64 73 0.75 0.68 0.65 0.64 0.63 0.62 0.62 0.62 0.61 72 0.73 0.65 0.62 0.61 0.60 0.59 0.59 0.59 0.58 71 0.70 0.62 0.59 0.58 0.57 0.57 0.56 0.56 0.55 70 0.67 0.59 0.56 0.55 0.54 0.54 0.53 0.53 0.52 69 0.64 0.56 0.53 0.52 0.51 0.51 0.50 0.50 0.50 68 0.61 0.53 0.50 0.49 0.48 0.48 0.48 0.47 0.47 67 0.58 0.50 0.47 0.46 0.45 0.45 0.45 0.44 0.44 66 0.55 0.47 0.45 0.43 0.43 0.42 0.42 0.42 0.41 65 0.51 0.44 0.42 0.40 0.40 0.39 0.39 0.39 0.38 64 0.48 0.41 0.39 0.38 0.37 0.37 0.36 0.36 0.36 63 0.45 0.38 0.36 0.35 0.34 0.34 0.34 0.33 0.33 62 0.41 0.35 0.33 0.32 0.32 0.31 0.31 0.31 0.30 61 0.38 0.30 0.30 0.30 0.29 0.28 0.28 0.28 0.28 60 0.34 0.28 0.28 0.25 0.25 0.25 0.25 0.25 0.25 59 0.31 0.27 0.25 0.23 0.23 0.23 0.23 0.23 0.23 58 0.30 0.25 0.23 0.20 0.20 0.20 0.20 0.20 0.20 57 0.25 0.20 0.18 0.18 0.18 0.18 0.18 0.18 0.18 56 0.20 0.18 0.16 0.15 0.15 0.15 0.15 0.15 0.15 55 0.18 0.15 0.13 0.13 0.13 0.13 0.13 0.13 0.13 54 0.15 0.13 0.10 0.10 0.10 0.10 0.10 0.10 0.10 53 0.10 0.10 0.08 0.08 0.08 0.08 0.08 0.08 0.08 52 0.08 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 51 0.05 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 9 (continued) Table 1 (continued) Estimated Percent of Work Within Specification Limits Estimated Percent Within Specification Limits (Pu or PL) Upper Quality Index Qu or Lower Quality Index QL n=15 to n=17 n=18 to n=22 n=23 to n=29 n=30 to n=42 n=43 to n=66 n=67 to 00 100 2.34 2.39 2.44 2.48 2.51 2.56 99 2.04 2.07 2.09 2.12 2.14 2.16 98 1 87 1.89 1.91 1.93 1.94 1.95 97 1.75 1.76 1.78 1.79 1 80 1.81 96 1.65 1.66 1.67 1.68 1.69 1 70 95 1.56 1.57 1.58 1.59 1.59 1 60 94 1.49 1.50 1.50 1 51 1 51 1.52 93 1.42 1.43 1.43 1.44 1.44 1.44 92 1.36 1.36 1.37 1.37 1.37 1.38 91 1.30 1.30 1.31 1.31 1.31 1.31 90 1.25 1.25 1.25 1.25 1 26 1.26 89 1 20 1.20 1.20 1.20 1 20 1.20 88 1.15 1 15 1.15 1.15 1.15 1.15 87 1.11 1.11 1.11 1.11 1.11 1.11 86 1 06 1.06 1.06 1.06 1.06 1.06 85 1.02 1 02 1.02 1.02 1.02 1.02 84 0.98 0.98 0.98 0.98 0.98 0.98 83 0 94 0.94 0.94 0.94 0.94 0.94 82 0.91 0 90 0.90 0.90 0.90 0.90 81 0.87 0.87 0.87 0.87 0.87 0.87 80 0 83 0.83 0.83 0.83 0 83 0.83 79 0.80 0.80 0.80 0.80 0.80 0.79 78 0.77 0.76 0.76 0.76 0.76 0.76 77 0.73 0 73 0.73 0.73 0.73 0.73 76 0.70 0.70 0.70 0 70 0.70 0.70 75 0.67 0.67 0.67 0.67 0.67 0.66 74 0.64 0.64 0.64 0.64 0.64 0.63 73 0 61 0.61 0.61 0.61 0.61 0 60 72 0.58 0 58 0.58 0.58 0.58 0.57 71 0 55 0.55 0.55 0.55 0.55 0.54 70 0 52 0.52 0 52 0.52 0 52 0.52 69 0.49 0.49 0 49 0.49 0 49 0.49 68 0.47 0 46 0.46 0.46 0.46 0.46 67 0.44 0 44 0.43 0.43 0.43 0.43 66 0.41 0.41 0.41 0 41 0.41 0.40 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 65 0.38 0 38 0.38 0.38 0.38 0.38 64 0.36 0 35 0.35 0.35 0.35 0.35 63 0.33 0.33 0.33 0.33 0.33 0.32 62 0.30 0.30 0.30 0.30 0 30 0 30 61 0.28 0.28 0.28 0.28 0.28 0.28 60 0.25 0.25 0.25 0.25 0.25 0.25 59 0.23 0.23 0.23 0.23 0.23 0.23 58 0.20 0.20 0.20 0.20 0.20 0.20 57 0.18 0.18 0.18 0.18 0.18 0.18 56 0.15 0.15 0.15 0.15 0.15 0.15 55 0.13 0.13 0.13 0.13 0.13 0.13 54 0.10 0.10 0.10 0.10 0.10 0.10 53 0.08 0.08 0.08 0.08 0.08 0.08 52 0.05 0.05 0.05 0.05 0.05 0.05 51 0.03 0.03 0.03 0.03 0.03 0.03 50 0.00 0.00 0.00 0.00 0.00 0.00 11 3 4 Note: 1f the value of (Pu + PE) - 100 does not correspond to a (Pu + Pi) - 100 valve in this table. 5 use the next smaller (Pu + - 100 value. 6 (continued) Table 2 - Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits fora Given Factor (Pu + Pi.) - 100 Category n=10 n=12 n=15 n=18 n=23 n=30 n=43 n=87 n=3 n=4 n=5 n8 n=7 n=8 n=9 to to to to to to to to n=11 n=14 n=17 n=22 n=29 n=42 n=86 1.05 100 100 100 100 100 100 100 100 100 100 1.04 1D0 90 97 95 96 96 08 97 97 07 97 1 D3 100 98 98 94 02 93 93 94 95 95 06 96 1.02 09 97 94 91 89 90 91 92 93 93 94 04 1.01 100 100 100 98 95 92 89 87 88 89 00 91 92 92 83 1.00 80 75 78 80 82 83 84 85 86 87 88 80 90 01 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 80 00 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 83 68 72 74 76 77 78 70 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 70 81 82 83 84 86 87 0.95 59 65 88 71 72 74 75 76 78 79 80 82 83 84 88 0 94 58 63 67 CO 71 72 73 75 78 78 79 80 82 83 85 0.83 57 62 65 67 89 71 72 73 75 76 78 79 80 82 84 0.92 55 80 63 88 88 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 86 68 69 70 72 74 75 76 78 79 81 0.90 53 57 81 63 65 68 67 80 71 72 74 75 77 78 80 0.89 51 56 59 62 63 65 68 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 85 66 68 70 71 73 74 76 78 0.87 49 53 57 59 81 62 63 65 87 68 70 71 73 75 77 0.86 48 52 55 58 59 81 62 84 66 87 69 70 72 74 76 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Table 2 - Pay Factors (continued) PAY FACTOR tlb Minimum Required Percent of Work Within Specification Limits for a Given Pay Factor (Pu + PL) - 100 Category n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 to n=12 to n=15 to n=18 to n=23 to n=30 to n=43 to n=87 to n=11 n=14 n=17 n=22 n=29 n=42 n=68 m 0.85 48 51 54 56 58 60 61 82 84 66 87 89 71 72 75 0.84 45 49 53 55 57 58 80 51 83 05 66 88 70 71 73 0.63 44 48 51 54 56 57 58 80 82 64 65 87 69 70 72 0.82 43 47 50 53 54 56 57 59 81 82 64 88 67 69 71 0.81 41 46 49 51 53 55 56 58 59 61 63 84 66 68 70 0'80 40 44 48 50 52 54 55 56 5B 60 62 83 65 67 69 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 BB 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 48 48 50 51 53 55 57 58 80 62 64 66 0'76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 ;�:•,✓r.+ Max 32 37 40 43 45 47 48 49 52 53 55 57 59 60 63 30 38 39 42 44 45 47 48 56 52 54 56 57 59 62 RE IiE28 ;GTt 27 34 33 38 37 41 39 43 42 44 43 46 45 47 46 49 48 51 50 53 52 55 53 56 55 58 57 61 60 25 32 36 38 40 42 43 45 47 49 51 52 54 58 59 ?"i+`.�. i .Y: "3.��• w^Yr; ,tai ...-�f:+.1°'�^,6jx,., ',1,51,,"",„ y"' y°'. :, d: 'e ',br✓' h< ;.. "fe,° Values,Less: i nan Those .Shown Atmve Reject Quality Levels Less Than Those Specified for a 0 75 Pay Factor Note: if the value of (Pu + PL) - 100 does not correspond to a (Pu + PL) - 100 value in this table, use the next sma©er (Pu + PL) - 100 value. 13 1-06.2(2)D Quality Level Analysis The content of this section is revised and moved to the following sub -sections: 1-06.2(2)D1 General The quality level calculations for HMA and other materials are completed using the formulas in Section 1-06 2(2)D4. For HMA the definition of the "x" value used in the calculations and the definition of the upper and lower specification limit are in Section 1- 06.2(2)D2. For other materials the definition of the "x" value used in the calculations and the definition of the upper and lower specification limit are in Section 1-06.2(2)D3. All other terms and variables are the same for all calculations. 1-06.2(2)D2 Hot Mix Asphalt x = difference between an individual test value and the job mix formula (JMF) USL = maximum allowable limit in Section 9-03.8(7) LSL = minimum allowable limit in Section 9-03.8(7) 1-06.2(2)D3 Other Materials x = individual test value USL = upper specification limit LSL = lower specification limit 1-06.2(2)D4 Quality Level Calculation The procedures for determining the quality level and pay factors for a material are as follows: 1 Determine the arithmetic mean Xm, for each specified material constituent: Xm = n where: E = summation of x n = total number test values 2. Compute the sample standard deviation, "S", for each constituent: nD<2-( x)2— S= n(n – 1) where. DC2 = summation of the squares of individual test values ( x)2 = summation of the individual test values squared 1/2 3. Compute the upper quality index, (QU), for each constituent: Qu = USL - Xm S 4. Compute the lower quality index, (QL), for each constituent: QL = Xm - LSL S 5. For each constituent determine Pu (the percent within the upper Specification limit which corresponds to a given Qu) from Table 1. If the USL is 100.00 percent or is not specified, Pu will be 100. For negative values of Qu, Pu is equal to 100 minus the table Pu (e.g. N = 15 and Qu = -0.5 will result in Pu = 30). If the value of Qu does not correspond exactly to a figure in the table, use the next higher value. 6. For each constituent determine PL (the percent within the lower Specification limit which corresponds to a given QL) from Table 1. If the LSL is zero or not specified, PL will be 100. For negative values of QL, PL is equal to 100 minus the table PL. If the value of QL does not correspond exactly to a figure in the table, use the next higher value. 7. For each constituent determine the quality level (the total percent within Specification limits): Quality Level = (Pu + PL) - 100 8. Using the quality level from step 7, determine the pay factor (PF;) from Table 2 for each constituent tested. 9. Determine the Composite Pay Factor (CPF) for each lot. CPF = f1(PF1) + f2(PF2) + ... + fi(PFi) Efi i =1toj where: fi = price adjustment factor listed in these Specifications for the applicable material where: j = number of constituents being evaluated 1-06.6 Sieves for Testing This section including title is revised to read: 1-06.6 Vacant SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC August 3, 2009 1-07.2(2) State Sales Tax: Work on State -Owned or Private Land The following new paragraph is inserted in front of the first paragraph: State Department of Revenue Rule 170 and its related rules apply for this section. 1-07.5(1) General The following new paragraph is inserted after the first paragraph: The Contractor shall be responsible to immediately report to the Engineer any deviation from the contract provisions pertaining to environmental compliance, including but not limited to spills, unauthorized fill in waters of the State including wetlands, water quality standards, noise, air quality, etc. 1-07.5(2) State Department of Fish and Wildlife The following new numbered item is inserted after number 8.: 9. Immediately notify the Engineer and stop all work causing impacts, if at any time, as a result of project activities, fish are observed in distress, or a fish kill occurs. 1-07.5(3) State Department of Ecology Number 4. is supplemented with the following: These include, but are not limited to petroleum products, hydraulic fluid, fresh concrete, sediments, sediment -laden water, chemicals, paint, solvents, or other toxic or deleterious materials. 1-07.8 High Visibility Apparel This section is revised to read: The Contractor shall require all personnel under their control (including service providers, Subcontractors and lower tier Subcontractors) that are on foot in the work zone and are exposed to vehicle traffic or construction equipment to wear the high visibility apparel described in this Section. The Contractor shall ensure that a competent person as identified in the MUTCD selects the appropriate high -visibility apparel suitable for the job -site conditions. High visibility garments shall always be the outermost garments. High visibility garments shall be in a condition compliant with the ANSI 107-2004 and shall be used in accordance with manufacturer recommendations. This section is supplemented with the following new sub -sections. 1-07.8(1) Traffic Control Personnel All personnel performing the Work described in Section 1-10 (including traffic control supervisors, flaggers, spotters, and others performing traffic control labor of any kind), shall comply with the following: 1. During daylight hours with clear visibility, workers shall wear a high -visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high visibility headwear requirements of WAC 296-155-305; and 2. During hours of darkness (1/2 -hour before sunset to 1/2 -hour after sunrise) or other low visibility conditions (snow, fog, etc.), workers shall wear a high - visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, high visibility lower garment meeting ANSI/ISEA 107-2004 Class E, and hardhats meeting the high visibility headwear requirements of WAC 296-155-305. 1-07.8(2) Non -Traffic Control Personnel All personnel, except those performing the Work described in Section 1-10, shall wear high visibility apparel meeting the ANSI/ISEA 107-2004 Class 2 or 3 standard. 1-07.9(1) General The following new paragraph is inserted to follow the sixth paragraph: The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 296-127-010, complies with all the requirements of RCW 39.12. This section is supplemented with the following: Listing Recovery Act (and Other) New Hire Opportunities With the Employment Security Department There are many talented people currently unemployed. As the signs on Contracting Agency projects advertise the Recovery Act is about creating jobs and putting people back to work. As a companion effort the Employment Security Department has been charged with giving people the opportunity to compete for these jobs. Their tool for doing so is WorkSource. WorkSource is a free service located across the State that screens, shortlists and refers qualified candidates. WorkSource employees are aware that the Contractor has other commitments as part of general business practices and as part of the Contract. Contractors may be subject to hiring commitments such as Equal Employment Opportunity or union commitments. However, utilizing WorkSource can be an essential effort as part of their various good faith efforts. WorkSource is a resource that is available across the State. Contractors who have been awarded WSDOT Contracts shall be prepared to discuss their recruitment plans and how WorkSource will be incorporated into that effort at the preconstruction conference. WorkSource has a simple process for requesting and reporting new hires. The Contractor may contact the ARRA Business Unit at 877-453-5906 (toll free) or ARRA@esd.wa.gov. There is additional information available on the website; https://fortress.wa.gov/esd/worksource/. 1-07.15 Temporary Water Pollution/Erosion Control This section is supplemented with the following: Stormwater or dewatering water that has come in contact with concrete rubble, concrete pours, or cement treated soils shall be maintained to pH 8.5 or less before it is allowed to enter waters of the state. If pH exceeds 8.5, the Contractor shall immediately discontinue work and initiate treatment according to the plan to lower the pH. Work may resume, with treatment, once the pH of the stormwater is 8.5 or less or it can be demonstrated that the runoff will not reach surface waters. High pH process water shall not be discharged to waters of the state. Unless specific measures are identified in the Special Provisions, high pH process water may be infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system. Water being infiltrated or dispersed shall have no chance of discharging directly to waters of the state, including wetlands or conveyances that indirectly lead to waters of the state. High pH process water shall be treated to within a range of 6.5 to 8.5 pH units prior to infiltration to ensure the discharge does not cause a violation of groundwater quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide a copy of permits and requirements for placing the material into a sanitary sewer system prior to beginning the work. Process water may be collected and disposed of by the Contractor off the project site. The Contractor shall provide a copy of the permit for an approved waste site for the disposal of the process water prior to the start of work which generates the process water. 1-07.15(1) Spill Prevention, Control and Countermeasures Plan This section is revised to read: The Contractor shall prepare a project -specific spill prevention, control, and countermeasures plan (SPCC Plan) that will be used for the duration of the project. The Contractor shall submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on-site construction activities may commence until WSDOT accepts an SPCC Plan for the project. The term "hazardous materials", as used in this Specification, is defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in but not limited to WAC 296-824 and WAC 296-843. Implementation Requirements The SPCC Plan shall be updated by the Contractor throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. All project employees shall be trained in spill prevention and containment, and shall know where the SPCC Plan and spill response kits are located and have immediate access to them. If hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. The Contractor shall supply and maintain spill response kits of appropriate size within close proximity to hazardous materials and equipment. The Contractor shall implement the spill prevention measures identified in the SPCC Plan before performing any of the following: 1. Placing materials or equipment in staging or storage areas. 2. Refueling, washing, or maintaining equipment. 3. Stockpiling contaminated materials. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order 1. Responsible Personnel Identify the name(s), title(s), and contact information for the personnel responsible for implementing and updating the plan, including all spill responders. 2. Spill Reporting List the names and telephone numbers of the federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. C. The drainage pathways from the site. D. Nearby waterways and sensitive areas and their distances from the site. 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or generated on-site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. B. Estimated maximum amount on-site at any one time. C. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. D. Decontamination location and procedure for equipment that comes into contact with the material. E. Disposal procedures. 5. Pre -Existing Contamination Describe any pre-existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract documents. Identify equipment and work practices that will be used to prevent the release of contamination. 6. Spill Prevention and Response Training Describe how and when all personnel (including refueling contractors and Subcontractors) will be trained in spill prevention, containment and response in accordance with the Plan. Describe how and when all spill responders will be trained in accordance with WAC 296-824. 7. Spill Prevention Describe the following items: A. Spill response kit contents and location(s) B. Security measures for potential spill sources. C Secondary containment practices and structures for all containers to handle the maximum volume of potential spill of hazardous materials. D. Methods used to prevent stormwater from contacting hazardous materials. E. Site inspection procedures and frequency. F. Equipment and structure maintenance practices. G. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum based products H. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. 8. Spill Response Outline the response procedures the Contractor will follow for each scenario listed below. Include a description of the actions the Contractor shall take and the specific, on-site, spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, and clean up and dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. B. Stormwater that has come into contact with hazardous materials. C. A release or spill of any pre-existing contamination and contaminant source described in 5, above. D. A release or spill of any unknown pre-existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. E. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor will be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond 9 Project Site Map Provide a map showing the following items: A. Site location and boundaries. B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. E. Hazardous materials, equipment, and decontamination areas identified in 4, above. F. Pre-existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor will use in the event of a release or spill. Payment Payment will be made in accordance with Section 1-04.1 for the following Bid item when it is included in the Proposal: "SPCC Plan", lump sum. When the written SPCC is accepted by WSDOT, the Contractor shall receive 50 -percent of the lump sum Contract price for the plan. The remaining 50 -percent of the lump sum price will be paid after the materials and equipment called for in the plan is mobilized to the project. The lump sum payment for "SPCC Plan" shall be full pay for: 1. All costs associated with creating the accepted SPCC Plan. 2. All costs associated with providing and maintaining the on-site spill prevention equipment described in the accepted SPCC Plan. 3. All costs associated with providing and maintaining the on-site standby spill response equipment and materials described in the accepted SPCC Plan. 4. All costs associated with implementing the spill prevention measures identified in the accepted SPCC Plan. 5. All costs associated with updating the SPCC Plan as required by this Specification. As to other costs associated with releases or spills, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or omissions. 1-07.16(2) Vegetation Protection and Restoration The last sentence in the first paragraph is revised to read: The Engineer will designate the vegetation to be saved and protected by a site preservation line, high visibility fencing, or individual flagging. This section is supplemented with the following new sub -section: 1-07.16(2)A Wetland and Sensitive Area Protection Existing wetland and other environmentally sensitive areas, where shown in the Plans or designated by the Engineer, shall be saved and protected through the life of the Contract. When applicable, a site preservation line has been established as a boundary between work zones and sensitive environmental areas. The Contractor shall install high visibility fence as shown in the Plans or designated by the Engineer in accordance with 8-01.3(1). The areas to be protected include critical environmental areas, buffer zones, and other areas of vegetation to be preserved. The Contractor shall keep areas identified by the site preservation lines free of construction equipment, construction materials, debris, and runoff. No access, to include but not limited to excavation, clearing, staging, or stockpiling shall be performed inside the protected area. 1-07.16(4) Archaeological and Historical Objects This section is supplemented with the following new sub -section: 1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains If human skeletal remains are encountered by the Contractor, they shall not be further disturbed. The Contractor shall immediately notify the Engineer of any such finds, and shall cease all work adjacent to the discovery, in an area adequate to provide for the total security and protection of the integrity of the skeletal remains. The Engineer may require the Contractor to suspend Work in the vicinity of the discovery until final determinations and removal of the skeletal remains is completed. If the Engineer finds that the suspension of Work in the vicinity of the discovery increases or decreases the cost or time required for performance of any part of the Work under this Contract, the Engineer will make an adjustment in payment or the time required for the performance of the Work in accordance with Sections 1-04.4 and 1- 08.8. 1-07.17(2) Utility Construction, Removal or Relocation by Others The first sentence in the second paragraph is revised to read: If the Contract provides notice that utility work (including furnishing, adjusting, relocating, replacing, or constructing utilities) will be performed by others during the prosecution of the Work, the Special Provisions will establish the utility owners anticipated completion. The first sentence in the third paragraph is revised to read: When others delay the Work through late performance of utility work, the Contractor shall adhere to the requirements of Section 1-04.5. 1-07.23 Public Convenience and Safety This section is revised to read: The Contractor shall be responsible for providing adequate safeguards, safety devices, protective equipment, and any other needed actions to protect the life, health, and safety of the public, and to protect property in connection with the performance of the Work covered by the Contract. The Contractor shall perform any measures or actions the Engineer may deem necessary to protect the public and property. The responsibility and expense to provide this protection shall be the Contractor's except that which is to be furnished by the Contracting Agency as specified in other sections of these Specifications. Nothing contained in this Contract is intended to create any third -party beneficiary rights in favor of the public or any individual utilizing the Highway facilities being constructed or improved under this Contract. 1-07.23(1) Construction Under Traffic The second sentence in the second paragraph is revised to read: The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. The fifth sentence in the second paragraph is revised to read: The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. The final paragraph in this section is deleted. 1-07.23(2) Construction and Maintenance of Detours Number 1. under the first paragraph is revised to read: Detours and detour bridges that will accommodate traffic diverted from the Roadway, bridge, sidewalk or path during construction, SECTION 1-08, PROSECUTION AND PROGRESS August 3, 2009 1-08.1 Subcontracting Item (2) in the first sentence of the seventh paragraph is revised to read: (2) Delivery of these materials to the Work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies hired by those commercial plants. 1-08.3(2)A Type A Progress Schedule This section is revised to read: The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work This section is supplemented with the following: When shown in the Plans, the first order of work on this project 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 are in place 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 The third sentence in the first paragraph is revised to read: A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the Contract specifically prohibits Work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 1-08.6 Suspension of Work The first paragraph is revised to read: The Engineer may order suspension of all or any part of the Work if: 1. Unsuitable weather that prevents satisfactory and timely performance of the Work; or 2. The Contractor does not comply with the Contract: or 3. It is in the public interest. 1-08.7 Maintenance During Suspension The first sentence in the fourth paragraph is revised to read: If the Engineer determines that the Contractor has pursued the Work diligently before the suspension, then the Contracting Agency will maintain the temporary Roadway (and bear its cost). The fifth paragraph is revised to read. The Contractor shall protect and maintain all other Work in areas not used by traffic All costs associated with protecting and maintaining such Work shall be the responsibility of the Contractor, except those costs associated with implementing the TESC Plan according to Section 8-01. The seventh paragraph is revised to read: After any suspension, the Contractor shall resume all responsibilities the Contract assigns for the Work. SECTION 1-09, MEASUREMENT AND PAYMENT April 7, 2008 1-09.9 Payments The first paragraph is supplemented with the following: For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction meeting. The second sentence in the third paragraph is revised to read: Unless otherwise provided in the payment clause of the applicable Specifications, partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Project Engineer's determination of the amount of Work performed, with consideration given to but not exclusively based on the Contractors lump sum breakdown. The third paragraph is supplemented with the following: The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.9(1) Retainage In the fourth paragraph, number 1, the reference to $20,000 is revised to read $35,000. SECTION 1-10, TEMPORARY TRAFFIC CONTROL August 3, 2009 1-10.1(2) Description The following new paragraph is inserted after the second paragraph: Unless otherwise permitted by the Contract or approved by the Project Engineer, the Contractor shall keep all existing pedestrian routes and access points (including sidewalks, paths and crosswalks) open and clear at all times. The second and third sentences in the third paragraph are revised to read: The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done on or adjacent to any Traveled Way until all necessary signs and traffic control devices are in place. 1-10.2(1) General The second sentence in the third paragraph is revised to read: Possession of a current TCS card and flagging card by the primary and alternate TCS is mandatory. 1-10.2(1)B Traffic Control Supervisor In number 1. under the third paragraph, the reference to the book Quality Guidelines for Work Zone Traffic Control Devices is revised to Quality Guidelines for Temporary Traffic Control Devices. In number 2. under the third paragraph, the second sentence is revised to read: Traffic control devices shall be inspected at least once per hour during working hours except that Class A signs need to be checked only once a week and nighttime lighting need to be checked only once a shift. 1-10.2(2) Traffic Control Plans The first sentence in the first paragraph is revised to read: The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle and pedestrian traffic In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised to "MUTCD, Part 6". 1-10.2(3) Conformance to Established Standards The second paragraph is revised to read: In addition to the standards of the MUTCD described above, the Contracting Agency has crashworthiness requirements for most workzone devices. The National Cooperative Highway Research Project (NCHRP) Report 350 has established requirements for crash testing. Workzone devices are divided into four categories. Each of those categories is described below: In the paragraph that begins with "Category 2", the second sentence is revised to read: Examples of this class are barricades, portable sign supports and signs. 1-10.3(1) Traffic Control Labor The second paragraph is revised to read: Vests and other high visibility apparel shall be in conformance with Section 1-07.8. 1-10.3(1)A Flaggers and Spotters The following is inserted after the fifth sentence of the second paragraph: Flagger station illumination shall meet the requirements of the MUTCD and these specifications. The Contractor shall provide portable lighting equipment capable of sufficiently illuminating a flagger and their station without creating glare for oncoming motorists, yet will meet the mobility requirements of the operation. The lighting stations shall be located on the same side of the roadway as the flagger and aimed either parallel or perpendicular to the traveled lanes to minimize glare. The lighting devices shall be located 5 to 10 feet from the edge of the travel lane with a mounting height of 15 to 25 ft above the ground. The flagger should be visible and discernable as a flagger from a distance of 1000 feet. The fourth sentence of the fourth paragraph is revised to read: The duties of a spotter shall not include flagging and the use of a flagging paddle while performing spotting duties is not allowed. 1-10.3(2)B Rolling Slowdown The first two paragraphs are deleted and replaced with the following: Rolling slowdown traffic control operations are not to be used for routine work that can be addressed by standard lane or shoulder closure traffic control. When a short-term roadway closure is needed for an infrequent, non -repetitive work operation such as a sign bridge removal, or utility wire crossing, the Contractor may implement a rolling slowdown on a multi -lane roadway, as part of an approved traffic control plan. The Contractor shall submit for approval a traffic control plan detailing the expected delay time, interchange ramp control and rolling slowdown distance. A portable changeable message sign shall be placed ahead of the starting point of the traffic control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the Work to avoid any expected backup of vehicles. A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least one traffic control vehicle will be used for every two lanes to be slowed, plus a control vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade. The traffic control vehicles shall enter the roadway and form a moving blockade to reduce traffic speeds and create a clear area ahead of the blockade in which to accomplish the work without a total stoppage of traffic. 1-10.3(2)C Lane Closure Setup/Takedown The following is inserted in front of item 1. of the first paragraph: A portable changeable message sign shall be established in advance of the operation, far enough back to provide warning of both the operation and of any queue of traffic that has formed during the operation. The second paragraph is revised to read: Once the lane is closed, the TMA/arrow board combination shall be replaced with an arrow board without attenuator. The second sentence of the third paragraph is revised to read: A truck -mounted attenuator with arrow board is required during the process of closing each additional lane and is to be replaced with an arrow board without attenuator after the lane is closed. 1-10.3(2)D Mobile Operations The first sentence of the first paragraph is revised to read: Where construction operations are such that movement along the length of a Roadway is continuous or near -continuous to the extent that a stationary traffic control layout will not be effective, the Contractor may implement a moving, or mobile, traffic control scheme. 1-10.3(3)A Construction Signs The third paragraph is revised to read: All existing signs, new permanent signs installed under this Contract, and construction signs installed under this Contract that are inappropriate for the traffic configuration at a given time shall be removed or completely covered in accordance with Section 8- 21.3(3). The seventh sentence of the fourth paragraph is revised to read: Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one to three days. The fourth paragraph is supplemented with the following: Tripod mounted signs in place more than three days in any one location, unless approved by the Engineer, shall be required to be post mounted and shall be classified as Class A construction signs. The fifth paragraph is revised to read: Where it is necessary to add weight to signs for stability, sand bags or other similar ballast may be used but the height shall not be more than 4 -inches above the Roadway surface, and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendations for sign ballasting. 1-10.3(3)B Sequential Arrow Signs The second and third sentences of the first paragraph are deleted. 1-10.3(3)C Portable Changeable Message Sign The second sentence of the first paragraph is deleted. 1-10.3(3)D Barricades The second paragraph is revised to read: Where it is necessary to add weight to barricades for stability, sand bags or other similar ballast may be used but the height shall not be more than 4 -inches above the Roadway surface and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendation for sign ballasting. 1-10.3(3)E Traffic Safety Drums The second paragraph is revised to read: Used drums may be utilized, provided all drums used on the project are of essentially the same configuration and the devices conform to Section 1-10.2(3). 1-10.3(3)G Traffic Cones This section including title is revised to read: 1-10.3(3)G Traffic Cones and Tall Channelizing Devices Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, install and maintain traffic cones or tall channelizing devices. Cones and tall channelizing devices shall be kept in good repair and shall be removed immediately when directed by the Engineer. Where wind or moving traffic frequently displaces cones, an effective method of stabilizing them, such as stacking two together at each location, shall be employed or heavier weighted bases may be necessary. 1-10.3(3)J Truck -Mounted Attenuator This section is supplemented with the following: A TMA may be used in lieu of a temporary impact attenuator when approved by the Engineer as part of a stage traffic control shift to protect an object such as blunt barrier end, or bridge pier column that is located within the work zone clear zone. This use of a TMA is restricted to a maximum of 3 days or approved extension by the Engineer. 1-10.3(3)K Portable Temporary Traffic Control Signal The first paragraph is revised to read: Where shown on an approved traffic control plan, the Contractor shall provide, operate, maintain and remove a portable temporary traffic control signal system to provide alternating one -lane traffic operations on a two-way facility. A portable temporary traffic control signal system shall be defined as two traffic control units that operate together. The system shall be trailer mounted, fully self-contained and designed so that it can be easily transported and deployed at different locations. The third sentence in the second paragraph is deleted. The following is inserted in front of the sixth paragraph: The Traffic Control Supervisor shall monitor and insure that the Portable Temporary Traffic Control Signal is fully operational and maintained as specified by the manufacturer. This Work may include cleaning and replacing lamps and other routine maintenance as needed. 1-10.4(2) Item Bids with Lump Sum for Incidentals The unit of measurement statement for "Portable Changeable Message Sign" is revised to read: "Portable Changeable Message Sign" will be measured by the hour for the time that each sign is operating as shown on an approved Traffic Control Plan. The unit of measurement statement for "Operation of Portable Changeable Message Sign" is deleted. The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised to read: No specific unit of measurement will apply to the lump sum item of "Portable Temporary Traffic Control Signal". 1-10.5(1) Lump Sum Bid for Project (No Unit Items) This section is revised to read: "Project Temporary Traffic Control", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Contract Work defined in Section 1-10, except for costs compensated by Bid Proposal items inserted through Contract Provisions as described in Section 1-10.4(3) 1-10.5(2) Item Bids with Lump Sum for Incidentals The unit of measure for "Portable Changeable Message Sign" is revised to "per hour" The bid item "Operation of Portable Changeable Message Sign" and the associated paragraph are deleted. The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to lump sum. The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: The lump sum Contract price shall be full compensation for all costs of labor, materials and equipment incurred by the Contractor in performing the Contract Work as described in Section 1-10 3(3)K, including all costs for traffic control during manual control, adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP April 7, 2008 2-01.3(1) Clearing Item 3 .is deleted The first sentence in Item 4 is revised to read: Follow these requirements for all stumps that will be buried deeper than 5 -feet from the top, side, or end surface of the embankment or any structure: 2-01.3(2) Grubbing Item 2. e, is revised to read: Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2-01.3(1) item 4. SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS April 7, 2008 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters The first sentence in 3. is supplemented with the following: For removal of bituminous pavement, asphalt planing equipment may be used in lieu of sawcutting provided that a clean vertical edge remains. SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT January 7, 2008 2-03.1 Description The first sentence in the first paragraph is revised to read: The Work described in this section, regardless of the nature or type of the materials encountered, includes excavating and grading the Roadway, excavating in borrow pits, excavating below grade, excavating channels and ditches, removing slide material, and disposing of all excavated material. 2-03.3(3) Excavation Below Grade The section title is revised to read: 2-03.3(3) Excavation Below Subgrade The first sentence in the fifth paragraph is revised to read: Compaction. If the density of the natural earth under any area of the Roadway is less than that required in Section 2-03.3(14)C, Method B, the Engineer may order the Contractor to perform any or all of the following: 2-03.3(14)M Excavation of Channels This section including title is revised to read: 2-03.3(14)M Excavation of Channels and Ditches Channel Excavation: Open excavations 8 -feet or more wide at the bottom, but excludes channels that are part of the Roadway. Ditch Excavation: Open excavations Tess than 8 -feet wide at the bottom, but excludes ditches that are part of the Roadway. Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance with Section 2-01. 2-03.4 Measurement The first sentence in the first paragraph is revised to read: Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and common borrow items will be measured by the cubic yard. The fourth sentence in the first paragraph is revised to read: For Roadway excavation, channel excavation and ditch excavation items, the original ground will be compared with the planned finished section shown in the Plans. 2-03.5 Payment The first paragraph is supplemented with the following: "Channel Excavation", per cubic yard. "Channel Excavation Incl. Haul", per cubic yard. "Ditch Excavation", per cubic yard. "Ditch Excavation Incl. Haul", per cubic yard. The first sentence in the second paragraph is revised to read. The unit Contract price per cubic yard for "Roadway Excavation", "Roadway Excavation Incl. Haul", "Roadway Excavation — Area ", "Roadway Excavation Incl. Haul — Area ", "Channel Excavation", "Channel Excavation Incl Haul", "Ditch Excavation" and "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for excavating, loading, placing, or otherwise disposing of the material. The second paragraph is supplemented with the following: When a bid item is not included in the proposal for channel excavation or ditch excavation all costs shall be included in roadway excavation. The third paragraph is revised to read: When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices shall apply, unless the Work differs materially from the excavation above Subgrade, then payment will be in accordance with Section 1-04.4. SECTION 2-10, DITCH EXCAVATION January 7, 2008 This section is deleted in its entirety. The section title is revised to read: 2-10 VACANT SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION August 3, 2009 All references in this division to "Engineer" are revised to "Project Engineer". 5-01.2 Materials The first sentence is revised to read. Materials shall meet the following requirements of the following sections: Reinforcing Steel is deleted from the materials list in the first paragraph. The section for Subsealing is deleted 5-01.3(1)A Concrete Mix Design for Concrete Patching Materials This section including title is revised to read: 5-01.3(1)A Concrete Mix Designs The Contractor shall use either concrete patching materials or Portland cement concrete for the rehabilitation of cement concrete pavement. Concrete patching materials shall be used for spall repair and dowel bar retrofitting and may be used for concrete panel replacement; Portland cement concrete is only allowed for concrete panel replacement. This section is supplemented with the following sub -sections: 5-01.3(1)A1 Concrete Patching Materials 1. Materials. The prepackaged concrete patching material shall conform to Section 9- 20. The aggregate extender shall conform to Section 9-03.1(4), AASHTO Grading No. 8. 2. Submittals and Mix approval. The Contractor shall use the Manufacturer's recommended proportions for the mix design to be submitted to the Project Engineer for the concrete patching material. The Contractor's submittal shall include the mix proportions of the prepackaged concrete patching material, water, aggregate extender, and the proposed sources for all aggregates. If not approved for use on the QPL, submit test data indicating compliance with Section 9-20. 5-01.3(1)A2 Portland Cement Concrete Portland cement concrete shall meet the requirements of Sections 5-05.3(1) and 5- 05.3(2) and be air entrained with a design air content of 5.5%. 5-01.3(1)B Equipment The third paragraph (Air Compressors) is deleted. The fifth paragraph (All equipment) is deleted. The section for Subsealing is deleted. 5-01.3(2)A Concrete Patching Material This section is revised to read: Acceptance shall be based on field verification of the prepackaged patching material, and that the amount of added water and aggregate extender complies with the mix design. 5-01.3(2)B Portland Cement Concrete The third paragraph is supplemented with the following: The lower Specification limit for Air Content shall be 3.0 -percent, and the upper Specification limit for Air Content shall be 7.0 -percent. The lower Specification limit for compressive strength shall be 1200 -psi less than that established in the mix design as the arithmetic mean of the 5 sets of 28 -day compressive strength cylinders, or 3000 -psi, whichever is higher. These compressive strength cylinders are to be cast at the same time as the flexural beams that were used to prequalify the mix design under Section 5- 05 3(1) There is no upper Specification limit for 28 -day compressive strength. The portion of this section dealing with Rejection of Concrete is moved to the following sub- section: 5-01.3(2)B1 Rejection of Concrete Rejection by the Contractor: The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material at no expense to the Contracting Agency. The replacement material will be sampled, tested and evaluated for acceptance. Rejection without Testing: The Project Engineer may reject any load that appears defective prior to placement. Material rejected before placement shall not be incorporated into the pavement. No payment will be made for the rejected materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected materials tested, a sample will be taken and both the air content and strength shall be tested by WSDOT. Payment for rejected material will be based on the results of the one sample, which was taken and tested. If the rejected material fails either test, no payment will be made for the rejected material and in addition, the cost of sampling and testing, at the rate of $250.00 per sample shall be borne by the Contractor. If the rejected material passes both tests the mix will be compensated for at actual invoice cost and the cost of the sampling and testing will borne by the Contracting Agency. 5-01.3(3) Subsealing This section including title is revised to read: 5-01.3(3) Vacant 5-01.3(4) Replace Portland Cement Concrete Panel The first paragraph is revised to read: Curing, cold weather Work, concrete pavement construction in adjacent lanes, and protection of pavement shall meet the requirements of Section 5-05.3(13) through Section 5-05 3(15). The reference to "epoxy coated" in the third paragraph is deleted. Under Placement tolerances for tie bars the second number 4 is revised to read: 4. Backfilling and compacting crushed surfacing base course. The last paragraph on page 5-5 of the Standard Specifications is revised to read: The Contractor shall place a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer along all existing concrete surfaces and between the bottom of the slab and treated bases prior to placing concrete. The second to the last paragraph of this section is deleted. 5-01.3(5) Partial Depth SpaII Repair The second paragraph is revised to read: A vertical saw cut shall be made to a minimum depth of 2.0 -inches around the area to be patched as marked by the Engineer. The Contractor shall remove material within the perimeter of the saw cut to a depth of 2.0 -inches, or to sound concrete as determined by the Engineer. The surface patch area shall be sand blasted and all loose material removed. All sandblasting residue shall be removed using dry oil -free air. The fourth paragraph is revised to read: SpaII repair shall not be done in areas where dowel bars are encountered. The fifth paragraph is revised to read: When a partial depth repair is placed directly against an adjacent longitudinal joint a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer shall be placed between the existing concrete and the area to be patched. 5-01.3(6) Dowel Bar Retrofit The reference to "epoxy -coated" in the second to the last paragraph of this section is deleted. 5-01.3(10) Pavement Smoothness The second paragraph is supplemented with the following: The smoothness perpendicular to the centerline will be measured with a 10 foot straight edge within the lanes. There shall be no vertical elevation differences of more than a 1/4 inch between lanes. 5-01.4 Measurement This section is revised to read: Replacement cement concrete panels will be measured by the square yard, based on the actual width and length of the surface area placed. Retrofit dowel bars will be measured per each for the actual number of bars used in the completed Work. No specific unit of measure will apply to the force account item of Partial Dept SpaII Repair. Sealing Existing Concrete Random Cracks will be measured by the linear foot, measured along the crack sealed. Sealing Transverse and Longitudinal Joints will be measured by the linear foot, measured along the line of the completed joint. Cement concrete pavement grinding will be measured by the square yard, based on the actual width and length of area ground. Extra passes to meet the Specifications or overlaps will not be measured. No specific unit of measure will apply to the force account item "Replace Uncompactable Material". 5-01.5 Payment The bid item "Testing Cement Concrete Pavement Slabs For Subsealing" and the associated paragraph are deleted. The bid item "Drill Hole For Subsealing" is deleted. The bid item "Pavement Subseal" is deleted. SECTION 5-04, HOT MIX ASPHALT August 3, 2009 5-04.1 Description The first paragraph is supplemented with the following. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives and foaming. 5-04.2 Materials The first paragraph is supplemented with the following: Warm Mix Asphalt Additive Recycled Asphalt Pavement 9-02.5 9-03.8(3)B The second sentence in the third paragraph is revised to read: If utilized, the amount of RAP shall not exceed 20 -percent of the total weight of the HMA. The following is inserted after the fourth sentence in the fourth paragraph: The substituted asphalt binder shall not exceed a one grade change for either of the design temperatures with a minimum pavement design temperature no lower than minus 28° C. The following paragraph is inserted after the fourth paragraph: The Contractor may use Warm Mix Asphalt (WMA) processes in the production of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. The reference to "pavement" in the fifth paragraph is revised to "HMA". 5-04.3(1) HMA Mixing Plant The following item is inserted to follow item 2: 3. Heating of Asphalt Binder. The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer. The asphaltbinder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. Existing items 3. and 4. are renumbered to items 4. and 5. respectively. 5-04.3(3) Hot Mix Asphalt Pavers The following is inserted at the beginning of the second paragraph: Prior to the use of any HMA paver the Contractor shall certify the paver is equipped with the most current equipment available from the manufacturer for the prevention of the segregation of the coarse aggregate particles. The certification shall list the make, model and year of the paver and any equipment that has been retrofitted to the paver. The third paragraph is deleted. All references to "Engineer" in the fifth paragraph are revised to "Project Engineer". This section is supplemented with the following sub -section: 5-04.3(3)A Material Transfer DeviceNehicle Direct transfer of HMA from the hauling equipment to the paving machine will not be allowed in the top 0.30 feet of the pavement section of hot mix asphalt (HMA) used in traffic lanes with a depth of 0.08 feet or greater. A material transfer device or vehicle (MTDN) shall be used to deliver the HMA from the hauling equipment to the paving machine. HMA placed in irregularly shaped and minor areas such as road approaches, tapers and turn lanes are excluded from this requirement. The MTDN shall mix the HMA after delivery by the hauling equipment and prior to Iaydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Project Engineer. 5-04.3(4) Rollers All references to "Engineer" in this section are revised to "Project Engineer". 5-04.3(5)A Preparation of Existing Surfaces The reference to "will" in the third sentence of the second paragraph is revised to "shall". 5-04.3(5)C Crack Sealing The reference to "U.S. No. 4-0" in the first sentence of the second paragraph is revised to "No. 4-0". 5-04.3(5)E Pavement Repair This section is revised to read: The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as staked. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Project Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Project Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift. The Project Engineer will determine the excavation depth, which may vary up to 1 -foot. The determination will depend on the location of material suitable for support of the pavement. The minimum width of any pavement repair area shall be 3 -feet unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed in a Contractor -provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(5)A. A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35 -foot compacted depth Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(6) Heating of Asphalt Binder This section including title is revised to read 5-04.3(6) Vacant 5-04.3(7)A Mix Design The content of this section is revised and moved to the following sub -sections: 5-04.3(7)A1 General The Contractor shall develop a mix design prior to the initial production of HMA and prior to the production of HMA each calendar year thereafter. The mix design aggregate structure and asphalt binder content shall be determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2) and 9-03.8(6). Mix designs that were developed during the calendar year prior to current year's production of HMA that have been issued a WSDOT mix design report will be accepted provided the Contractor submits a certification letter stating that the aggregate and asphalt binder have not changed. Changes to aggregate that may require a new mix design include the source of material or a change in the percentage of material from a stockpile greater than 5 -percent. Changes to asphalt binder that may require a new mix design include the source of the crude petroleum supplied to the refinery, the refining process and additives or modifiers in the asphalt binder 5-04.3(7)A2 Statistical or Nonstatistical Evaluation Mix designs for HMA accepted by statistical and nonstatistical evaluation shall be submitted to the Project Engineer on DOT form 350-042. For a mix design that was originally developed for another WSDOT contract the Contractor shall also submit DOT form 350-041 and include all changes to the job mix formula that have been approved on other contracts. 38 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall submit representative samples of the mineral materials that are to be used in the HMA production. The Contracting Agency will use these samples to conduct verification testing of the mix design in accordance with WSDOT Standard Operating Procedure 732 and to determine anti -strip requirements, if any, in accordance with WSDOT test method T 718. Verification testing of HMA mix designs proposed by the Contractor that include RAP will be completed without the inclusion of the RAP. Submittal of RAP samples is not required. A mix design report will be provided within 25 -calendar days after a mix design submittal has been received in the State Materials Laboratory in Tumwater. No paving shall begin prior to issuance of the mix design report or reference mix design report for that year. 5-04.3(7)A3 Commercial Evaluation Mix designs for HMA accepted by commercial evaluation shall be submitted to the Project Engineer on DOT form 350-042; only the first page is required. Verification of the mix design by the Contracting Agency is not required. The Project Engineer will determine anti -strip requirements for the HMA. Paving shall not begin before the anti -strip requirements have been provided to the Contractor. For commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5-04.3(8) Mixing The second paragraph is revised to read: When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the mix design or reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 -percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Project Engineer. This section is supplemented with the following: Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Project Engineer. 5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture The content of this section is revised and moved to the following sub -sections: 5-04.3(8)A1 General Acceptance of HMA shall be as provided under statistical, nonstatistical or commercial evaluation. Acceptance of HMA by statistical evaluation is administered under the provisions of Section 5-04.5(1) Quality Assurance Price Adjustments. Statistical evaluation will be used for a class of HMA when the Proposal quantities for that class of HMA exceed 4,000 -tons. Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal quantities for a class of HMA are 4,000 -tons or less. 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. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of statistical and nonstatistical evaluation. 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 may be made in accordance with Section 9-03.8(7). 5-04.3(8)A2 Aggregates For HMA accepted by statistical evaluation the gradation of aggregates will be included in the statistical calculations. The acceptance criteria for aggregate properties of sand equivalent, uncompacted void content and fracture will be their conformance to the requirements of Section 9-03.8(2). These properties will not be included in the statistical evaluation. Sampling and testing of aggregates accepted by commercial evaluation will be at the option of the Project Engineer. 5-04.3(8)A3 Sampling The random sampling of HMA will be by WSDOT Test Method T 716. Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with WSDOT FOP for WAQTC/AASHTO T 168. 5-04.3(8)A4 Definition of Sampling Lot and Sublot A lot is represented by randomly selected samples that will be tested for acceptance with a maximum of 15-sublots per lot; the final lot may be increased to 25-sublots. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75 a new lot will begin at the Contractor's request after the Project Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for statistical and nonstatistical evaluation shall be performed on the frequency of one sample per sublot. The sublots shall be approximately uniform in size with a maximum sublot size of 800 -tons. The quantity of material represented by the final sublot for either statistical or nonstatistical evaluation may be increased to a maximum of 2 -times the sublot quantity calculated. Should a lot accepted by statistical evaluation contain fewer than three sublots, the HMA will be accepted in accordance with nonstatistical evaluation. 5-04.3(8)A5 Test Results The results of all acceptance testing performed in the field and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 -calendar days after the specific test results have been posted to the website. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample will not be tested with the same equipment or by the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content and Va and the results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per sample. 5-04.3(8)A6 Test Methods Testing of HMA for compliance of Va will be by 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. 5-04.3(8)A7 Test Section - HMA Mixture For each class of HMA accepted by statistical evaluation the Contractor may request a test section to determine if the mixture meets the requirements of Sections 9-03.8(2) and 9-03.8(6). The test section shall be constructed at the beginning of paving and will be at least 600 -tons and a maximum of 1000 -tons or as approved by the Project Engineer. No further wearing or leveling HMA will be paved the day of or the day following the construction of the test section. The mixture in the test section will be evaluated as a lot with a minimum of 3 sublots required. 5-04.3(9) Spreading and Finishing The nominal compacted depth for HMA Class 3/4' and HMA Class 1/2" listed under the first paragraph is revised to read: HMA Class 3/4" and HMA Class 112" wearing course 0.30 -feet other courses 0.35 -feet 5-04.3(10)A General The second sentence in the third paragraph is revised to read: An exception shall be that pneumatic tired rollers shall be used for compaction of the wearing course beginning October 1st of any year through March 31st of the following year. The sixth sentence in the third paragraph is revised to read: Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B Control The content of this section is revised and moved to the following sub -sections: 5-04.3(10)61 General HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 -foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a minimum of 91.0 -percent of the reference maximum density as determined by WSDOT FOP for AASHTO T 209 The specified level of density attained will be determined by the statistical evaluation of tests taken in accordance with FOP for WAQTC TM 8 and WSDOT SOP T 729 on the day the mix is placed (after completion of the finish rolling). Each compaction lot will be divided into sublots with a maximum of 15-sublots per lot; the final lot may be increased to 25-sublots. Sublots will be uniform in size with a maximum of approximately 80 -tons per sublot; the final sublot of the day may be increased to 120 tons. The sublot locations within each density lot will be determined by the stratified random sampling procedure conforming to WSDOT Test Method T 716. For a lot in progress with a CPF Tess than 0.75 a new lot will begin at the Contractor's request after the Project Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Project Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)62 Cyclic Density The Project Engineer may also evaluate the HMA for low cyclic density of the pavement in accordance with WSDOT SOP 733. Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90.0 -percent of the reference maximum density. Any area tested for density under Section 5-04.3(10)61 will be included in this evaluation A $500 price adjustment will be assessed for any 500 -foot section with two or more density readings below 90.0 -percent of the reference maximum density. 5-04.3(10)63 Longitudinal Joint Density. The Project Engineer will evaluate the HMA wearing surface for low density at the longitudinal joint in accordance with WSDOT SOP 735. Low density is defined as less than 90 0 -percent of the reference maximum density. If 1 density reading, at either longitudinal joint, is below 90 0 -percent of the reference maximum density, a $200 price adjustment will be assessed for that sublot. 1 1 5-04.3(10)B4 Test Results The nuclear moisture -density gauge results of all compaction acceptance testing and the CPF of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. Determination of the relative density of the HMA with a nuclear moisture -density gauge requires a correlation factor and may require resolution after the correlation factor is known. Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined. For a sublot that did not meet the minimum of 91.0 -percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear moisture -density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. The core will be taken at approximately the same location as the nuclear moisture -density gauge test in the compaction sublot being challenged. Traffic control shall be provided by the Contractor as requested by the Project Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(11) Reject HMA The section heading is revised to read: 5-04.3(11) Reject Work The content of this section is revised and moved to the following sub -sections: 5-04.3(11)A General Work that is defective or does not conform to Contract requirements shall be rejected. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing The Project Engineer may, without sampling, reject any batch, Toad, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of 3 representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the statistical acceptance Specification. If the CPF for the rejected material is Tess than 0.75, no payment will be made for the rejected material, and in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75 the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 -percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Lots and Sublots 5-04.3(11)D1 A Partial Sublot In addition to the random acceptance sampling and testing, the Project Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location A minimum of 3 random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06 2(2). 5-04.3(11)D2 An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of 2 additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)D3 ALot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Project Engineer is satisfied that material conforming to the Specifications can be produced: a. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or b. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or c. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)D4 An Entire Lot An entire lot with a CPF of less than 0.75 will be rejected. The designated percentage reduction as defined in Section 1-06.2(2)B under Financial Incentive Paragraph 1, Item 3, shall be 25 -percent. 5-04.3(12)A Transverse Joints The first and second sentences of the second paragraph are revised to read: A temporary wedge of HMA constructed on a 50H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. 5-04.3(12)B Longitudinal Joints The first two paragraphs are revised to read: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The longitudinal joint in any 1 course shall be offset from the course immediately below by not more than 6 -inches nor less than 2 -inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. On one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Project Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot -lap joint is constructed. a. If a hot -lap joint is allowed at the center of the traffic lane, 2 paving machines shall be used; a minimum compacted density in accordance with Section 5-04.3(10)B shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted mix. The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan A40.10-00." 5-04.3(16) Weather Limitations The first sentence of the first paragraph is revised to read: HMA for wearing course shall not be placed on any Traveled Way beginning October 1st of any year through March 31st of the following year without written approval from the Project Engineer. The chart for Surface Temperature Limitation is revised to read: Surface Temperature Limitation Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55°F 45°F 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F 5-04.3(19) Sealing of Pavement Surfaces This section is revised to read: Where shown in the Plans, the Contractor shall apply a fog seal. The fog seal shall be constructed in accordance with Section 5-02.3. Unless otherwise approved by the Project Engineer, the fog seal shall be applied prior to opening to traffic. 5-04.3(21) Asphalt Binder Revision This section including title is revised to read: 5-04.3(21) Vacant 45 5-04.4 Measurement The measurement statement for Asphalt For Fog Seal is revised to read: Asphalt For Fog Seal will be measured by the ton as provided in Section 5-02.4 5-04.5 Payment The payment statement for Asphalt for Fog Seal is revised to read: Payment for "Asphalt for Fog Seal" is described in Section 5-02 5. 5-04.5(1) Quality Assurance Price Adjustments The table of Price Adjustment Factors is revised to read: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1'/2', 1", 3/4', %2', %" and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids, Va 20 The second paragraph is revised to read: A pay factor will be calculated for each sieve listed that is equal to or smaller than the maximum allowable aggregate size (100 -percent passing sieve), asphalt binder and percent air voids (Va). 5-04.5(1)B Price Adjustments for Quality of HMA Compaction This section is revised to read: For each compaction control lot with one or two sublots having all sublots attain a relative density that is 91 0 -percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 91.0 -percent of the reference maximum density the lot shall be evaluated in accordance with Section 1-06 2 to determine the appropriate CPF. Additional testing by either a nuclear moisture -density gauge or cores will be completed as required to provide a minimum of three tests for evaluation For each compaction control lot with three or more sublots, a Compaction Incentive Price Adjustment Factor (CIPAF) will be determined. The CIPAF equals the algebraic difference of the CPF minus 1.00 multiplied by 40 -percent. The Compaction Price Adjustment will be calculated as the product of CIPAF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 46 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 7-02, CULVERTS December 1, 2008 7-02.2 Materials The third paragraph is revised to read: Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall PVC culvert pipe, and corrugated polyethylene culvert pipe are acceptable alternates for Schedule A or B culvert pipe. In the chart for Culvert Pipe Schedules, for Schedule B, 15' — 25', the references in the column for Thermoplastic PE or PVC for "PVC" are revised to "PE or PVC". SECTION 7-05, MANHOLES, INLETS, CATCHBASINS, AND DRYWELLS August 3, 2009 7-05.2 Materials The referenced section for Precast Concrete Manhole is revised to 9-05.50(2). The referenced section for Precast Concrete Catch Basins is revised to 9-05.50(3). The referenced section for Precast Concrete Drywells is revised to 9-05.50(5). This section is supplemented with the following: Precast Concrete Inlets 9-05.50(4) SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL August 3, 2009 8-01.1 Description This section is revised to read: This Work consists of furnishing, installing, maintaining, removing and disposing of high visibility fence, and water pollution and erosion control items in accordance with these Specifications and as shown in the Plans or as designated by the Engineer. 8-01.2 Materials The following is inserted below the item "Erosion Control Devices 9.14.5": High Visibility Fence 9-14.5 8-01.3(1) General The following is inserted at the beginning of this section: The Contractor shall install a high visibility fence along the site preservation lines shown in the Plans or as instructed by the Engineer. Post spacing and attachment of the fence fabric to the posts shall be as shown in the Plans. The fence shall not be fastened to trees. Throughout the life of the project, the Contractor shall preserve and protect the delineated area, acting immediately to repair or restore any fencing damaged or removed The following is inserted at the beginning of the paragraph above the table: All sediment control devices including, but not limited to sediment ponds, perimeter silt fencing, or other sediment trapping BMP's shall be installed prior to any ground disturbing activity. The first sentence in the eighth paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice: The ninth paragraph is revised to read: If the Engineer, under Section 1-08 6, orders the Work suspended, the Contractor shall continue to control erosion, pollution, and runoff during the shutdown. 8-01.3(1)A Submittals The following is inserted after the first sentence: If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6-2 of the current edition of the WSDOT Highway Runoff Manual. 8-01.3(1)C Water Management The following is inserted at the beginning of this section: Unless site water is to be managed in accordance with the conditions of a waste discharge permit from a local permitting authority, site water shall be managed as follows: Item 2. "Process Water" is supplemented with the following new first paragraph: High pH process water or wastewater (non-stormwater) that is generated on-site, including water generated during concrete grinding, rubblizing, washout, and hydrodemolition activities, shall not be discharged to waters of the state including wetlands. Water may be infiltrated upon the approval of the Engineer. Off-site disposal of concrete process water shall be in accordance with Standard Specification 5- 01 3(11). 8-01.3(1)D Dispersion/Infilitration This section is revised to read: Water shall be conveyed only to dispersion or infiltration areas designated in the TESC Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate that if runoff leaves the area and enters waters of the State, turbidity standards are achieved. Water shall be conveyed to designated infiltration areas at a rate that does not produce surface runoff. 8-01.3(2)D Mulching The second paragraph is supplemented with the following: Wood strand mulch shall be applied by hand or by straw blower. 8-01.3(2)E Tacking Agent and Soil Binders The second sentence in the fourth paragraph is revised to read: Pam may be reapplied on actively worked areas within a 48-hour period. 8-01.3(6)D Wattle Check Dam The reference to Section 8-01.3(10) is revised to Section 9-14.5(5). 8-01.3(12) Compost Sock The last paragraph is deleted. 8-01.3(13) Temporary Curb The first paragraph is revised to read: Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer. 8-01.4 Measurement This section is supplemented with the following: High visibility fence will be measured by the linear foot along the ground line of the completed fence. 8-01.5 Payment This section is supplemented with the following: "High Visibility Fence", per linear foot. The unit contract price per linear foot for "High Visibility Fence" shall be full pay for all costs to obtain, install, maintain, and remove the fence as specified. Once removed, the fencing shall remain the property of the Contractor. SECTION 8-22, PAVEMENT MARKING April 6, 2009 8-22.3(2) Preparation of Roadway Surfaces This section is revised to read: All surfaces shall be dry, free of any loose debris and within the proper temperature range prior to striping. When required by the pavement marking manufacturer's installation instructions, remove pavement markings from pavement surfaces that will adversely affect the bond of new pavement marking material to the roadway surface according to Section 8-22.3(6). Remove all other contaminants from pavement surfaces that may adversely affect the installation of new pavement markings by sandblasting, shot-blasting, or sweeping. Air blast the pavement with a high-pressure system to remove extraneous or loose material. Apply materials to new HMA that is sufficiently cured according to the manufacturer's recommendations. Typically, Type D material applied to new HMA pavement requires a pavement cure period of 21 days. This cure period may be reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. For new Portland Cement Concrete surfaces remove curing compounds and laitance by an approved mechanical means. Air blast the pavement with a high-pressure system to remove extraneous or loose material. Apply materials to concrete that has reached a minimum compressive strength of 2,500 psi and that is sufficiently cured according to the manufacturer's recommendations. Typically, Type D material applied to Portland cement concrete pavement requires a pavement cure period of 28 days. This cure period may be reduced if the manufacturer performs a successful bond test and approves the reduction of the pavement cure period. After the pavement surface is clean and dry, apply primer as recommended by the manufacturer to the area receiving the pavement markings. Apply the primer in a continuous, solid film according to the recommendations of the primer manufacturer and the pavement markings manufacturer. 8-22.3(3) Marking Application The content of this section is deleted. This section is supplemented with the following new sub -sections: 8-22.3(3)A Marking Colors Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Transverse markings shall be white, except as otherwise noted in the Standard Plans. 8-22.3(3)B Line Patterns Solid line — a continuous line without gaps. Broken line — a line consisting of solid line segments separated by gaps. Dotted line — a broken line with noticeably shorter line segments separated by noticeably shorter gaps. 8-22.3(3)C Line Surfaces Flat Lines — Pavement marking lines with a flat surface. Profiled Marking — A profiled pavement marking is a marking that consists of a base line thickness and a profiled thickness which is a portion of the pavement marking line that is applied at a greater thickness than the base line thickness. Profiles shall be applied using the extruded method in the same application as the base line. The profiles may be slightly rounded provided the minimum profile thickness is provided for the length of the profile. See the Standard Plans for the construction details. 50 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse grooves. An embossed plastic line may also have profiles. See the Standard Plans for the construction details. 8-22.3(3)D Line Applications Surface line — a line constructed by applying pavement marking material directly to the pavement surface or existing pavement marking. Grooved line — A line constructed by grinding or saw cutting a groove into the pavement surface and spraying, extruding or gluing pavement marking material into the groove. Groove depth is measured vertically from the bottom of a 2 -foot or longer straight edge placed on the roadway surface to the ground surface. The groove depth is dependent upon the material used, the pavement surface and location. See these Standard Specifications, the project Plans and Special Provisions. 8-22.3(3)E Installation Apply pavement marking materials to clean dry pavement surfaces and according to the following: 1. Place material according to the manufacture's recommendations; 2. Place parallel double lines in one pass; 3. The top of pavement marking shall be smooth and uniform; 4. Line ends shall be square and clean; 5. Place pavement marking lines parallel and true to line; and, 6. Place markings in proper alignment with existing markings. When applying paint, Type A or Type C material, ensure that both the pavement surface and the air temperature at the time of application are not less than 50°F and rising. When applying Type B or Type D material, ensure that both the pavement surface and the air temperature at the time of application are not less than 40°F and rising. Ensure that the Type A thermoplastic material meets the manufacturers temperature specifications when it contacts the pavement surface. Two applications of paint will be required to complete all paint markings. The second application of paint shall be squarely on top of the first pass. The time period between paint applications will vary depending on the type of pavement and paint (low VOC waterborne, high VOC solvent, or low VOC solvent) as follows: Pavement Type Paint Type Time Period Bituminous Surface Treatment Low VOC Waterborne 4 -hours min., 48 -hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4 -hours min., 30 -days max. Cement Concrete Pavement Low VOC Waterborne 4 -hours min., 30 -days max. Bituminous Surface Treatment High and Low VOC Solvent 40 min. min., 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30 -days max. 51 Cement Concrete Pavement High and Low VOC Solvent 40 min. min., 30 -days max. Centerlines on 2 -lane Highways with broken line patterns, paint or plastic, shall be applied in the increasing mile post direction so they are in cycle with existing broken line patterns at the beginning of the project. Broken line patterns applied to multi -lane or divided Roadways shall be applied in cycle in the direction of travel. Where paint is applied on centerline on two-way roads with bituminous surface treatment or centerline rumble strips, the second paint application shall be applied in the opposite (decreasing mile post) direction as the first application (increasing mile post) direction. This will require minor broken line pattern corrections for curves on the second application. 8-22.3(3)F Application Thickness Pavement markings shall be applied at the following base line thickness measured above the pavement surface or above the groove bottom for grooved markings in thousandths of an inch (mils): Marking Material Application HMA PCC BST Groove Depth Paint -first coat spray 10 10 10 Paint- second coat spray 15 15 15 Type A - flat/transverse & symbols extruded 125 125 125 Type A - flat/long line & symbols spray 90 90 120 Type A - with profiles extruded 90 90 120 Type A - embossed extruded 160 160 160 Type A - embossed with profiles extruded 160 160 160 Type A — grooved/flat/long line extruded 230 230 230 250 Type B - flat/transverse & symbols heat fused 125 125 125 Type C-2 - flat/transverse & symbols adhesive 90 90 NA Type C-1 & 2 - flat/long line adhesive 60 60 NA Type C-1 - grooved/flat/long line adhesive 60 60 NA 100 Type D - flat/transverse & symbols spray 120 120 120 Type D - flat/transverse & symbols extruded 120 120 120 Type D - flat/long line spray 90 90 120 Type D - flat/long line extruded 90 90 120 Type D - profiled/long line extruded 90 90 120 Type D — grooved/flat/long line extruded 230 230 230 250 Liquid pavement marking material yield per gallon depending on thickness shall not exceed the following: 52 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Mils thickness Feet of 4" line/gallon Square feet/gallon 10 483 161 15 322 108 18 268 89 20 242 80 22 220 73 24 202 67 30 161 54 40 122 41 45 107 36 60 81 27 90 54 18 90 with profiles 30 10 120 40 13 120 with profiles 26 9 230 21 7 Solid pavement marking material (Type A) yield per 50 -pound bag shall not exceed the following: Mils thickness Feet of 4" line/50# bag Square feet/50# bag 30 - flat 358 120 45 - flat 240 80 60 - flat 179 60 90 - flat 120 40 90 - flat with profiles 67 23 120 - flat 90 30 120 - flat with profiles 58 20 125 - embossed 86 29 125 - embossed with profiles 58 20 230- flat grooved 47 15 All grooved lines shall be applied into a groove cut or ground into the pavement. For Type A or Type D material the groove shall be cut or ground with equipment to produce a smooth square groove 4 -inches wide. For Type C-1 material the groove shall be cut with equipment to produce a smooth bottom square groove with a width in accordance with the material manufacturer's recommendation. After grinding, clean the groove by 53 shot blasting or a method approved by Engineer. Immediately before placing the marking material clean the groove with high pressure air. 8-22.3(3)A Glass beads This section is renumbered as follows: 8-22.3(3)G Glass Beads The second sentence in the second paragraph is revised to read: For plastic pavement markings, glass bead type and application rate shall be as recommended by the marking material manufacturer. 8-22.3(4) Tolerances for Lines This section is revised to read: Allowable tolerances for lines are as follows: Length of Line — The longitudinal accumulative error within a 40 -foot length of broken line shall not exceed plus or minus 1 -inch. The broken line segment shall not be Tess than 10 feet. Width of Line — The width of the line shall not be less than the specified line width or greater than the specified line width plus 1/4 -inch Lane Width — the lane width, which is defined as the lateral width from the edge of pavement to the center of the lane line or between the centers of successive lane lines, shall not vary from the widths shown in the Contract by more than plus or minus 4 - inches. Thickness — a thickness tolerance not exceeding plus 10 -percent will be allowed for thickness or yield in paint and plastic material application. Parallel Lines — the gap tolerance between parallel lines is plus or minus 'A -inch. 8-22.3(5) Plastic Installation Instructions This section's title is revised to read: 8-22.3(5) Installation Instructions The following new sentences are inserted to follow the first sentence: The instructions shall include equipment requirements, approved work methods and procedures, material application temperature range, air and pavement surface temperature requirements, weather limitations, precautions, and all other requirements for successful application and material performance. Do not use materials with incomplete or missing instructions. SECTION 8-23, TEMPORARY PAVEMENT MARKINGS April 6, 2009 8-23.3(2) Beading and Tolerances This section's content is deleted. This section's title is revised to read: 8-23.3(2) Marking Application This section is supplemented with the following new sub -sections: 8-23.3(2)A Temporary Pavement Marking Paint Paint used for temporary pavement markings shall be applied in one application at a thickness of 15 -mils or 108 -square feet per gallon. Glass beads shall be in accordance with Section 8-22.3(3)G. 8-23.3(2)B Temporary Pavement Marking Tape Surface preparation and application of temporary pavement marking tape shall be in conformance with the manufacturer's recommendations. 8-23.3(2)C Temporary Raised Pavement Markers Surface preparation and application of temporary flexible raised pavement markers shall be in conformance with the manufacturer's recommendations. When temporary flexible raised pavement markers are used for bituminous surface treatment operations, the markers shall be installed with the protective cover in place. The cover shall be removed after spraying asphaltic material. Application of temporary raised pavement markers (other than temporary flexible raised pavement markers) shall conform to the requirements of Section 8-09.3. 8-23.3(2)D Tolerance for Lines Tolerance for lines shall conform to Section 8-22.3(4) SECTION 9-00, DEFINITIONS AND TESTS August 3, 2009 9-00 Definitions and Tests In regards to sieve sizes, all references in this division to "U.S" and "Square" are deleted. 9-00.4 Sieve Analysis of Aggregate This section including title is revised to read: 9-00 Sieves for Testing Purposes Test sieves shall be made either: (1) of woven wire cloth conforming to AASHTO Designation M 92 or ASTM Designation E 11, or (2) of square -hole, perforated plates conforming to ASTM Designation E 323. SECTION 9-03, AGGREGATES August 3, 2009 9-03 Aggregates In regards to sieve sizes, all references in this division to "U.S" and "Square" are deleted. 9-03.1(1) General Requirements The reference to ASTM C-1260 in the third, fifth, and sixth paragraphs is deleted. The following new paragraph is inserted after the sixth paragraph. The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 may be approved for use. The Contractor shall submit test results according to ASTM C 1567 through the Project Engineer to the State Materials Laboratory that demonstrate that the proposed fly ash when used with the proposed aggregates and portland cement will control the potential expansion to 0.20 percent or less before the fly ash and aggregate sources may be used in concrete. The Contracting Agency may test the proposed ASR mitigation measure to verify its effectiveness. In the event of a dispute, the Contracting Agency's results will prevail. 9-03.1(5)B Grading The table following the second paragraph is revised to read: Nominal Maximum Aggregate Size 3 2-1/2 2 1-'/2 1 3/4 1/2 % No. 4 3 '/z" 100 No. 4 No. 10 0 1" 100 --- --- 3" 93-100* 100 2 '/2" 92-100* 100 2" 76-90 90-100* 100 11/2" 66-79 71-88 87-100* 100 1" 54-66 58-73 64-83 82-100* 100 3/4" 47-58 51-64 55-73 62-88 87-100* 100 1/2" 38-48 41-54 45-61 57-83 81-100* 100 3/8" 33-43 35-47 39-54 43-64 60-88 86-100* 100 No. 4 22-31 24-34 26-39 29-47 34-54 41-64 48-73 68-100* No. 8 15-23 16-25 17-29 19-34 22-39 27-47 31-54 39-73 No 16 9-17 10-18 11-21 12-25 14-29 17-34 20-39 24-54 28-73 No 30 5-12 6-14 6-15 7-18 8-21 9-25 11-29 13-39 16-54 No 50 2-9 2-10 3-11 3-14 3-15 4-18 5-21 6-29 7-39 No. 100 0-7 0-7 0-8 0-10 0-11 0-14 0-15 0-21 0-29 No 200 0-2.0 0-2 0 0-2 0 0-2 0 0-2.0 0-2 0 0-2.0 0-2 0 0-2 5 * Nominal Maximum Size 9-03.4(2) Grading and Quality The table following the second paragraph is revised to read: Crushed Screening Percent Passing g/ - 4 5/»"- 8 '/2"- %"- %" — No. 4 - '/2" No. 4 No. 4 No. 4 No. 10 0 1" 100 --- --- --- --- 56 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3/4" 95-100 100 --- --- --- %" --- 95-100 100 --- --- 1/2" 0-20 --- 90-100 100 100 --- %" 0-5 --- 60-85 70-90 90-100 100 No. 4 --- 0-10 0-3 0-5 0-20 76-100 No. 10 --- 0-3 0-5 30-60 No. 200 0-1.5 0-1.5 0-1.5 0-1.5 0-1.5 0-10.0 fracture, by weight, min. 90 90 90 90 90 90 This section is supplemented with the following: Fine aggregate used for choke stone applications meeting the grading requirements of Section 9-03.1(2)B may be substituted for the No. 4 - 0 gradation. 9-03.6(3) Test Requirements The sentence above the last paragraph is revised to read: WSDOT Test Method T 718 Pass 9-03.8(2) HMA Test Requirements Under Mix Criteria, in the chart following number 4, "Modified Lottman Stripping Test" is revised to "Stripping Evaluation WSDOT Test Method T 718". 9-03.8(3)B Gradation - Recycled Asphalt Pavement and Mineral Aggregate This section is revised to read: The gradation for the new aggregate used in the production of the HMA shall be the responsibility of the Contractor, and when combined with recycled material, the combined material shall meet the gradation Specification requirements for the specified Class HMA as listed in Section 9-03.8(6) or as shown in the Special Provisions. The new aggregate shall meet the general requirements listed in Section 9-03.8(1) and Section 9-03.8(2). No contamination by deleterious materials will be allowed in the old asphalt concrete used. 9-03.8(7) HMA Tolerances and Adjustments Number 1. including the associated chart is revised to read: 1. Job Mix Formula Tolerances The constituents of the mixture at the time of acceptance shall conform to the following tolerances: 57 These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.17 Foundation Material Class A and Class B This section is revised to read: Foundation material Class A and Class B shall conform to the following gradations: Statistical Evaluation Nonstatistical Evaluation Commercial Evaluation Aggregate, percent passing 21/2" 98-100 95-100 1", 3/4", %2" and %" sieves ± 6% ± 6% ± 8% No. 4 sieve ± 5% ± 6% ± 8% No. 8 sieve ± 4% ± 6% ± 8% No. 200 sieve ± 2.0% ± 2 0% ± 3.0% Asphalt binder ± 0.5% ± 0.5% ± 0.7% Air Voids, Va 2.5% minimum and 5 5% maximum These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points, except the tolerance limits for sieves designated as 100% passing will be 99-100. 9-03.17 Foundation Material Class A and Class B This section is revised to read: Foundation material Class A and Class B shall conform to the following gradations: All percentages are by mass. 9-03.20 Test Methods for Aggregates This section is revised to read: The properties enumerated in these Specifications shall be determined in accordance with the following methods of test: Title Percent Passing Sieve Size Class A Class B 21/2" 98-100 95-100 2" 92-100 75-100 11/2" 72-87 30-60 3/4" 27-47 0-5 3/8" 3-14 --- No.4 0-5 --- All percentages are by mass. 9-03.20 Test Methods for Aggregates This section is revised to read: The properties enumerated in these Specifications shall be determined in accordance with the following methods of test: Title Test Method FOP for AASHTO T 2 for Standard Practice for Sampling Aggregates WSDOT FOP for AASHTO T 2 58 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Organic Impurities in Fine Aggregates for Concrete AASHTO T 21 Clay Lumps and Friable Particles in Aggregates AASHTO T 112 Resistance to Degradation of Small Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine AASHTO T 96 Material Finer than 0.075 mm (No. 200) Sieve in Mineral Aggregates by Washing AASHTO T 11 FOP for AASHTO for Determining the Percentage of Fracture in Coarse Aggregates WSDOT FOP for AASHTO TP 61 FOP for WAQTC/AASHTO for Sieve Analysis of Fine and Coarse Aggregates WAQTC FOP for AASHTO T 27/11 FOP for AASHTO T 176 for Plastic Fines in Graded Aggregates and Soils by Use of the Sand Equivalent Test f WSDOT FOP for AASHTO T 176 Method of Test for Determination of Degradation Value WSDOT T 113 Particle Size Analysis of Soils AASHTO T 88 Method of Test for Determination of the Resistance (R Value) of Untreated Bases, Subbases, and Basement Soils by the Stabilometer WSDOT T 611 9-03.21(1) General Requirements The first paragraph is supplemented with the following: The Contractor shall provide a certification that the recycled materials are in conformance with the requirements of the Standard Specifications prior to delivery. The certification shall include the percent by weight of each recycled material. This section is supplemented with the following sub -sections: 9-03.21(1)A Recycled Hot Mix Asphalt For recycled materials incorporating hot mix asphalt the Contractor shall verify the maximum bitumen content for the blended mix. The Contractor shall use WSDOT FOP for AASHTO T 308 (a statewide average of 0.70 may be used as a calibration factor) and WSDOT FOP for AASHTO T 329 or other tests approved by the Engineer to determine the total bitumen content. 9-03.21(1)B Recycled Portland Cement Concrete Rubble For recycled materials incorporating Portland cement concrete rubble the product supplier shall perform total lead content testing quarterly. Tests shall include a minimum 59 of five samples. Sample collection shall be conducted according to ASTM D 75. Total lead content testing will be conducted according to EPA Method 3010/6010. A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010 In addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be used and a test shall not exceed 5.0 ppm. The product supplier shall keep all test results on file. 9-03.21(1)C Recycled Glass Aggregates The product supplier shall perform total lead content testing quarterly. Tests shall include a minimum of five samples. Sample collection shall be conducted according to ASTM D 75. Total lead content testing will be conducted according to EPA Method 3010/6010. A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be used and a test shall not exceed 5.0 ppm. The product supplier shall keep all test results on file. 9-03.21(1)D Recycled Steel Furnace Slag The Contractor shall provide to the Engineer the steel furnace slag blends that will be used in the final product prior to use. Maximum Allowable Percent (by weight) of Recycled Material 60 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Hot Mix Asphalt Concrete Rubble Recycled Glass Steel Furnace Slag Fine Aggregate for Portland Cement Concrete 9-03.1(2) 0 0 0 0 Coarse Aggregates for Portland Cement Concrete 9-03.1(4) 0 0 0 0 Aggregate for Asphalt Treated Base (ATB) 9-03 6 Aggregates for Hot Mix Asphalt 9-03 8 See 5-04.2 0 0 20 Ballast 9-03.9(1) 20 100 15 20 Shoulder Ballast 9-03 9(2) 20 100 15 20 Crushed Surfacing 9-03 9(3) 20 100 15 20 Aggregate for Gravel Base 9-03.10 20 100 15 20 Gravel Backfill for Foundations — Class A 9-03.12(1)A 20 100 15 20 Gravel Backfill for Foundations — Class B 9-03.12(1)B 20 100 15 20 60 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Gravel Backfill for Walls 9-03.12(2) 0 100 15 20 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 0 100 15 20 Gravel Backfill for Drains 9-03.12(4) 0 100 100 0 Gravel Backfill for Drywells 9-03 12(5) 0 0 100 0 Backfill for Sand Drains 9-03.13 0 100 100 0 Sand Drainage Blanket 9-03.13(1) 0 100 100 0 Gravel Borrow 9-03.14(1) 20 100 100 20 Select Borrow 9-03.14(2) 20 100 100 20 Select Borrow (greater than 3 -feet below Subgrade and side slopes) 9-03.14(2) 100 100 100 20 Common Borrow 9-03.14(3) 20 100 100 20 Common Borrow - (greater than 3 -feet below Subgrade and side slopes) 9-03 14(3) 100 100 100 20 Foundation Material Class A and Class B 9-0317 0 100 100 20 Foundation Material Class C 9-0318 0 100 100 20 Bank Run Gravel for Trench Backfill 9-03 19 0 100 100 20 9-03.21(2) Recycled Hot Mix Asphalt This section including title is deleted in its entirety. 9-03.21(3) Recycled Portland Cement Concrete Rubble This section including title is deleted in its entirety. 9-03.21(4) Recycled Glass Aggregates This section including title is deleted in its entirety. 9-03.21(5) Steel Furnace Slag This section including title is deleted in its entirety. 61 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS August 3, 2009 This section is supplemented with the following new sub -sections: 9-05.50 Precast Concrete Drainage Structures 9-05.50(1) Fabrication Tolerances and requirements All precast concrete items shall meet the requirements of AASHTO M199, fabricated as shown on the Plans, and shall meet the tolerances and revisions as listed below: 1. The following information shall be legibly marked on each precast product (excluding rectangular and round adjustment sections). Marking shall be indented into the concrete, painted thereon with waterproof paint, or contained within a bar-coded sticker firmly attached to the product: a. Fabricator name or trademark. b. Date of manufacture. 2. Catch Basins (to include Type 1, Type 1 L, Type 1 P), and Concrete Inlets a. Knock -out wall thickness, measured at thinnest point, l'/2" to 2W b. Knock -out diameter, 5% plus/minus allowance c. Base thickness, measured at thinnest point, 4" with %2" minus tolerance. d. All other dimensions as shown on plans, 5% plus/minus allowance. 3. Catch Basin Type 2, and Manhole Type 1, 2, 3 a. Knock -out diameter, 5% plus/minus allowance. 4. Flat Slab Tops a Round or rectangular opening, 5% plus/minus allowance. 5. Rectangular or Circular Adjustment Sections a. Opening size or diameter, 5% plus/minus allowance. 6. Conical Sections a. Top opening diameter, 5% plus/minus allowance 7. Grate Inlets a Knock -out wall thickness, measured at thinnest point, 1'/2" to 2%2". b. Knock -out diameter, 5% plus/minus allowance. c. Opening size, 2'A % plus/minus allowance. 8. Drop Inlets a Knock -out diameter, 1" plus/minus allowance. 9-05.50(2) Manholes Precast concrete manholes shall meet the requirements of AASHTO M 199. The joints may be the tongue and groove type or the shiplap type, sufficiently deep to prevent lateral displacement. 62 1 1 1 1 1 1 1 1 1 When secondary synthetic fiber reinforcement is used in 48 -inch diameter by 3 -foot high eccentric or concentric cone sections the synthetic fiber shall meet the requirements of Section 9-05.50(9). A minimum of two hoops of W2 wire shall be placed in the 48 -inch end of each cone. No steel is required in the remainder of the cone. Precast manhole sections 48 -inch diameter, with no knock -outs, may be produced using no steel reinforcement. As an alternate to conventional steel reinforcement, producers shall use synthetic structural fibers meeting the requirements of Section 9-05.50(10). 9-05.50(3) Precast Concrete Catch Basins Precast concrete catch basins shall conform to the requirements of Section 9-05.50(1), except that the dimensions shall be as set forth in the Plan. When secondary synthetic fiber reinforcement is used to produce Type 1, Type 1L and Type 1P, Catch Basins, the synthetic fiber shall meet the requirements of Section 9- 05.50(9). A minimum amount of steel reinforcement shall be used to reinforce the area around the knockouts. Steel reinforcing shall consist of a No. 3 horizontal hoop reinforcing bar located above the knockouts, and a No. 3 vertical reinforcing bar in each corner, extending a minimum of 18 -inches below the top surface of the catch basin. Catch Basin Type 1 may be produced using structural synthetic fibers meeting the requirements of Section 9-05.50(10). Catch Basin Type 1 shall contain one hoop of No. 3 reinforcing bar around the top perimeter. Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 9-05.50(4) Precast Concrete Inlets Precast concrete inlets shall conform to the requirements of Section 9-05.50(1) except that the dimensions shall be as set forth in the Plans. 9-05.50(5) Precast Concrete Drywells Precast concrete drywells shall meet the requirements of Section 9-05.50(1). Seepage port size and shape may vary per manufacturer. Each seepage port shall provide a minimum of 1 square inch and a maximum of 7 square inches for round openings and 15 square inches for rectangular openings. The ports shall be uniformity spaced with at least one port per 8 -inches of drywell height and 15 -inches of drywell circumference. Precast Drywells may be produced using no steel reinforcement. As an alternate to conventional steel reinforcement, producers shall use synthetic structural fibers meeting the requirements of Section 9-05.50(10). 9-05.50(6) vacant 9-05.50(7) vacant 9-05.50(8) vacant 9-05.50(9) Synthetic Fibers for Precast Units The synthetic fiber, either nylon multifilament fibers or polypropylene fibrillated fibers, shall meet the requirements of ASTM C 1116 , Section 4.1.3 3 and ICC ES AC 32, Sections 4.1.1 and 4.1.2. Synthetic fibers shall be added at a minimum dosage rate of 1.0 pound of Nylon Multifilament fibers per cubic yard of concrete or 1.5 pounds of Polypropylene Fibrillated fibers per cubic yard of concrete and shall be thoroughly mixed with the concrete before placement in the forms. The synthetic fibers shall be a minimum of 0.75 -inches and a maximum of 2 -inches in length. 9-05.50(10) Synthetic Structural Fibers for Precast Units Synthetic fibers shall be monofilament or monofilament/fibrillated blend made of polyolefin, polypropylene or polypropylene/polyethylene blend, meeting the requirements of ATSM C 1116, Section 4 1.3, and ICC ES Acceptance Criteria 32, Sections 4.1 3 and 4.1 2. Additionally the vendor or manufacturer shall furnish an Engineering Report which provides test data in accordance with ASTM C 1018 and/or ASTM C 1399 from an ICC qualified commercial laboratory relating to the specification requirements. The vendor or manufacturer shall provide a letter of certification stating compliance with specifications and/or standard codes The fibers shall be a minimum of 2 inches in length, and have an aspect ratio (length divided by the equivalent diameter of the fiber) between 70 and 100 when the fibers are in their final phase. The fibers shall have a minimum tensile strength of 50 ksi, and a minimum modulus of elasticity of 600 ksi, when tested in accordance with ASTM D 3822. Precast drainage units shall have a minimum dosage rate of 3.75 lbs/cu yd. or more in order to obtain an Average Residual Strength (ARS) of 175 PSI when tested in accordance with ASTM C1018 and/or ASTM C1399. Fiber supplier shall submit independent laboratory data to support ARS results. SECTION 9-07, REINFORCING STEEL August 3, 2009 9-07.1(2) Bending The first paragraph is supplemented with the following: The dimensions shown in the Plans are out -to -out unless shown otherwise. This section is supplemented with the following: Hooked ends of steel reinforcing bars shall be standard hooks unless shown otherwise in the Plans. Standard hooks shall consist of a 90, 135 or 180 degree bend as shown in the Plans plus a minimum bar extension at the free end of the bar shown in the table below Seismic hooks shall consist of a 135 degree bend plus a minimum bar extension at the free end of the bar shown in the table below. Minimum Bar Extensions for Standard and Seismic Hooks 180° 135° Hook 90° Hook Hook Bar Size All Bars Seismic All Other Stirrups and All Other Hook Bars Ties Bars No. 3 2'/2" 3" 2 '/4" 2'/a" 4'/2" No. 4 2 '/z" 3" 3" 3" 6" No. 5 2 1/2" 3 3/4" 3 3/4" 3 3/4" 7 1/2" No. 6 3" 4 1/2" 4 '/2" 9" 9" No. 7 3 1/2" 5 '/4" 5 '/4" 10 1/2" 10 1/2" No. 8 4" 6" 6" 12" 12" No. 9 4 3/4" 13 3/4" No. 10 5 '/4" 15 1/4" No. 11 5 3/4" 17" No. 14 7" 20 1/2" No. 18 9 'A" 27 '/4" 9-07.1(3) Lengths The content of this section is deleted and replaced with the following: Net length is the length of bar along the bar centerline from end to end. Net lengths of bent bars shown in the "LENGTH" column of the bar list in the plans are rounded to the nearest inch. 9-07.3 Epoxy Coated Steel Reinforcing Bars The reference to ASTM A 06 in number 1. of the first paragraph is revised to ASTM A 706. 9-07.5 Dowel Bars (For Cement Concrete Pavement) The content of this section is deleted and replaced with the following subsections: 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) Epoxy Coated dowel bars shall be round plain steel bars of the dimensions shown in the Standard Plans. They shall conform to AASHTO M 31, Grade 60 or AASHTO M 255, Grade 60 and shall be coated in accordance with ASTM A 934. The thickness of the epoxy coating shall be 10 mils plus or minus 2 mils. In addition, the requirements of Section 9-07.3, Items 2, 3, 4, 5, 6, and 9 shall apply. 9-07.5(2) Corrosion Resistant Dowel Bars (For Cement Concrete Pavement) Corrosion resistant dowel bars shall be 1 '/2 inch outside diameter plain round steel bars 18 inches in length and meet the requirements one of the following types: A. Stainless Steel Clad dowel bars shall have a minimum 0.06 inches clad to a plain steel inner bar meeting the chemical and physical properties of AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. Stainless Steel clad shall meet the chemical properties of ASTM A 276, Type 316L. B. Stainless Steel Tube dowel bars shall have a minimum 0.06 in thick tube press -fitted onto a plain steel inner bar meeting the chemical and physical properties of AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. A lubricant/adhesive shall be used between the tube and the plain steel bar to fill any voids. Stainless Steel Tube material shall meet the chemical properties of ASTM A 276, Type 316L. C. Stainless Steel Solid dowel bars shall be ASTM A 276, Type 316L. D. Corrosion -resistant low -carbon; chromium plain steel bars for concrete reinforcement meeting all the requirements of ASTM A 1035. E. Zinc Clad dowel bars shall be of the dimension shown in the standard plans and shall have a minimum 0 04 inches A710 Zinc alloy clad to a plain steel inner bar meeting the chemical and physical properties of AASHTO M 31, Grade 60 or AASHTO M 255, Grade 60. A710 Zinc shall be composed of: ZN- 99 5 percent, by weight, minimum; CU — 0.1 — 0.25 percent, by weight; and Fe - 0.0020 percent, by weight, maximum. The surface of the finished cut -to -length corrosion -resistant low -carbon; chromium plain steel bars for concrete reinforcement meeting all the requirements of ASTM A 1035 dowels shall be provided with a hot -rolled, as -rolled finish including mill scale. The surface of all other finished cut -to -length dowels shall be provided with a smooth "ground" or "cold drawn" finish. Stainless Steel Clad and Tube Dowel bar ends shall be sealed with a patching material (primer and finish coat) used for patching epoxy -coated reinforcing steel as required in Standard Specification 9-07.3 item 6. 9-07.6 Tie Bars (For Cement Concrete Pavement) The first paragraph is revised to read. Tie bars shall conform to the requirements of the Standard Specifications for Deformed Billet Steel Bars for Concrete Reinforcement, AASHTO M 31, Grade 60 and shall be coated in accordance with AASHTO M 284 or corrosion -resistant uncoated low -carbon; chromium deformed steel bars for concrete reinforcement meeting all the requirements of ASTM A 1035. 9-07.10 Prestressing Reinforcement Strand The third sentence in the third paragraph is revised to read. The mill certificate and test report shall include the yield and ultimate strengths, elongation at rupture, modulus of elasticity, and the stress strain curve for the actual prestress reinforcing intended for use. The first sentence in the fourth paragraph is revised to read: For every 5 reels furnished, one sample, not less than 51,4 -feet long, shall be sent to the Engineer for testing. 9-07.11 Prestressing Reinforcement Bar The fifth and sixth paragraphs are revised to read: The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 for each bar The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance with Section 1-06.3 for all nuts and couplers confirming compliance with the specified strength requirement. For each heat of steel for high-strength steel bar, the Contractor shall submit two samples, each not less than 51A -feet long, to the Engineer for testing. 66 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 9-08, PAINTS August 3, 2009 This section including title is deleted in its entirety and replaced with the following: 9-08 PAINTS AND RELATED MATERIALS 9-08.1 Paint 9-08.1(1) Description Paints used for highway and bridge structure applications shall be made from materials meeting the requirements of the applicable Federal and State Paint Specifications, Department of Defense (DOD), American Society on Testing of Materials (ASTM), and Steel Structures Painting Council (SSPC) specifications in effect at the time of manufacture. The colors, where designated, shall conform to Section 9-08.1(8). 9-08.1(2) Paint Types 9-08.1(2)A Vinyl Pretreatment Vinyl pretreatment shall be a two -component basic zinc chromate -vinyl butyral wash primer conforming to DOD -P-15328 (Formula 117 for Metals) and SSPC Paint 27. Zinc chromate shall be the insoluble type. The paint shall be supplied as two components that are mixed together just prior to use. 9-08.1(2)B Galvanizing Repair Paint, High Zinc Dust Content Galvanizing repair paint shall conform to Federal Specification MIL -P-210358. 9-08.1(2)C Inorganic Zinc Rich Primer Inorganic zinc rich primer shall be a two component self -curing inorganic zinc -rich paint conforming to either AASHTO M 300 or SSPC Paint 20 Type I. 9-08.1(2)D Organic Zinc Rich Primer Organic zinc rich epoxy primer shall be a high performance two -component epoxy conforming to SSPC Paint 20 Type II. 9-08.1(2)E Epoxy Polyhamide Epoxy polyamide primer shall be a two -component VOC compliant epoxy system, conforming to MIL-DTL-24441. 9-08.1(2)F Primer, Zinc Filled Single Component, Moisture -Cured Polyurethane Zinc rich primer shall meet the following requirements: Vehicle Type: Moisture -cured polyurethane Pigment Content: 80% minimum zinc by weight in dry film Volume Solids: 60% plus or minus 3%. Minimum wt./gal.: 22.0 pounds. 9-08.1(2)G Intermediate and Stripe Coat, Single Component, Moisture - Cured Polyurethane Vehicle Type. Moisture -cured polyurethane Pigment: A minimum of 3.0 lbs. of micaceous iron oxide per gallon. Intermediate and any stripe coat shall meet the following requirements' Minimum volume solids 50%. A minimum of 3.0 lbs./gal. of micaceous iron oxide. The intermediate coating shall be certified by the manufacturer to be able to be recoated by the top coat in a minimum of 4 days. 9-08.1(2)H Top Coat Single Component, Moisture -Cured Polyurethane Vehicle Type. Moisture -cured aliphatic polyurethane Color: As specified in the Plans or Special Provisions The Top Coat shall meet the following requirements: The resin must be an aliphatic urethane. Minimum volume solids 50%. The top coat shall be a semi -gloss. 9-08.1(2)1 Rust Penetrating Sealer Rust penetrating sealer shall be a two component chemically -cured 100 percent solids epoxy with maximum VOC 1.7 pounds/gallon. 9-08.1(2)J Black Enamel The enamel shall conform to Federal Specification MIL PRF 2463D Type II Class II. 9-08.1(2)K Orange Equipment Enamel The enamel shall be an alkyd gloss enamel conforming to Federal Specification TT -E- 489, except that the Sag Index shall be seven minimum. The color, when dry, shall match that of Federal Standard 595, color number 12246. For factory application to individual items of new equipment, samples and testing of the enamel will not be required; however, the equipment manufacturer shall match the color specified and shall certify the quality of enamel used. 9-08.1(2)L Exterior Acrylic Latex Paint -White This paint shall conform to Federal Specification TT -P-96, Paint, Acrylic Emulsion, Exterior, except that the viscosity shall be 75-85 K.U. This paint may be used self -primed in multiple coats over salts treated wood and on interior and exterior masonry surfaces. 9-08.1(3) Working Properties The paint shall contain no caked material that cannot be broken up readily by stirring. When applied to a clean vertical surface, the paint shall dry without running, streaking, or sagging. 9-08.1(4) Storage Properties Paints manufactured under these Specifications shall show no skin over the surface after 48 hours in a partially filled container, when tested as outlined in Federal Test Method Standard No. 141. A slight amount of skin or gel formation where the surface of the paint meets the side of the container may be disregarded. Variable percentages of anti -skinning agents are shown in those formulas set forth above that are susceptible to undesirable skin formation. The manufacturer will be allowed to vary the amount of anti -skinning agent given in the formulas provided the above results are accomplished and provided the paint does not dry to a nonuniform or nonelastic film. 9-08.1(5) Fineness of Grinding The paint shall be ground so that all particles of pigment will be dispersed and be coated with vehicle, and the residue on a 325 sieve will not exceed 1 percent by weight of the pigment. Paint shall be homogeneous, free of contaminant, and of a consistency suitable for use under intended application. Finished paint shall be well ground, and the pigment shall be properly dispersed in the vehicle conforming to the requirements of the paint. Dispersion in vehicle shall be such that the pigment does not settle excessively, does not cake or thicken in the container, and does not become granular or curdled. 9-08.1(6) Test Methods Except as otherwise specified, all paints will be sampled and tested in the ready -mixed form. The test methods will be as specified in the Washington State Department of Transportation Materials Manual or the corresponding test method covered by Federal Test Method Standard No. 141 or as specified under AASHTO R-31. 9-08.1(7) Acceptance Except for batches of paint in total project quantities of 20 gallons or less which are accepted upon the manufacturer's certificate, the manufacturer shall not ship any batch of paint until the paint has been tested and released by the Washington State Department of Transportation State Materials Laboratory. This release will not constitute final acceptance of the paint. Final acceptance will be based on inspection or testing of job site samples as determined by the Engineer. Project quantities of 20 gallons or less of the above paint types will be accepted without inspection upon the manufacturer's notarized certificate. This certificate shall contain a statement by the manufacturer to the effect that the material meets the paint type Specification, and shall include a list of materials and quantities used. One copy of the certificate shall accompany the paint when shipped and one copy with a draw down sample of the paint shall be sent to the Materials Laboratory. The paint may be used at once without further release from the Materials Laboratory. 9-08.1(8) Standard Colors When paint is required to match a Federal Standard 595 color, the paint manufacturer or the Contractor may obtain a sample of the required color through the following internet link - http.//www.colorserver.net. When paint is required to match a WSDOT color (Washington Gray, Mt St Helens Gray, Mt Baker Gray or Cascade Green), the paint color shall conform to the Delta E deviation and CIELAB spectrophotometer analysis requirements specified in Section 9-08.3 for the corresponding color. Unless otherwise specified, all top or finish coats shall be semi -gloss, with the paint falling within the range of 35 to 70 on the 60 degree gloss meter. 9-08.2 Powder Coating Materials for Coating Galvanized Surfaces The powder coating system shall consist of two components, an epoxy primer coat and a polyester finish coat. The epoxy primer coat and the polyester finish coat materials shall be from the same manufacturer. The epoxy primer coat shall be an epoxy powder primer conforming to the following requirements: Property Specification Performance Requirement Adhesion ASTM D 3359 Method B 5B (no failure) Flexibility ASTM D 522 Method B Pass 1/8" mandrel bend Pencil Hardness ASTM D 3363 H Plus Specific Gravity ASTM D 792 1.25 minimum The polyester finish coat shall conform to American Architectural Manufacturers Association (AAMA) Specification 2604. Degassing additives may be added as necessary to prevent pin holes in the finish coat. The degassing additives shall be added in accordance with manufacturer's recommendations. The color of the powder coating system polyester finish coat shall be as specified in the Plans or Special Provisions. Repair materials shall be selected from one of the approved products listed in the current Qualified Products List and specified in the Contractor's powder coating plan as approved by the Engineer. 9-08.3 Pigmented Sealer Materials for Coating of Concrete Surfaces The pigmented sealer shall be a semi-opaque colored toner containing only methyl methacrylate -ethyl acrylate copolymer resins, toning pigments suspended in solution at all times by a chemical suspension agent, and solvent. Toning pigments shall be laminar silicates, titanium dioxide and inorganic oxides only. There shall be no settling or color variation. Tinting shall occur at the factory at the time of manufacturer and placement in containers, prior to initial shipment. Use of vegetable or marine oils, paraffin materials, stearates or organic pigments in any part of coating formulation will not be permitted. The Contractor shall submit a one -quart wet sample, a draw down color sample and spectrophotometer or colorimeter readings, taken in accordance with ASTM D 2244, for each batch. The calculated Delta E shall not exceed 1.0 deviation from the Commission Internationale de I'Eclairage (CIELAB) color measurement analysis method for each pigmented sealer color. For the respective color pigmented sealer shall conform to the following CIELAB analysis 70 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Color III/Obs L* a* b* Washington D65/10 degrees 62.59 0.98 5.23 Gray A/10 degrees 63.06 1.80 5.70 CWF/10 degrees 63.02 0.73 6.08 Cascade D65/10 degrees 36.62 -6.53 -0.89 Green A/10 degrees 35.82 -7.15 -2.53 CWF/10 degrees 36.34 -5.09 -1.18 Mt. Baker D65/10 degrees 45.94 1.38 4.46 Gray N10 degrees 46.40 1.70 5.05 CWF/10 degrees 46.46 1.07 5.48 Mt. St. Helens D65/10 degrees 56.07 2.15 6.68 Gray A/10 degrees 56.76 3.08 7.52 CWF/10 degrees 56.67 1.64 7.85 The one -quart wet sample shall be submitted in the manufacturer's labeled container with product number, batch number and size of batch. The companion draw down color sample shall be labeled with the product number, batch number and size of batch. The Contractor shall submit the specified samples and readings to the Engineer at least calendar days prior to the scheduled application of the sealer. The Contractor shall not begin applying pigmented sealer until receiving the Engineer's written approval of the pigmented sealer color samples. 9-08.4 Abrasive Blast Materials 9-08.4(1) Abrasive Blast Media Material used for field abrasive blasting shall conform to Military Specification MIL-A- 22262B(SH) as listed on QPL-22262-28 as maintained by the Department of the Navy. The Contractor shall provide the Engineer with certified test results from the abrasive blast media manufacturer showing that the abrasive blast material meets the Military Specification. The Contractor shall select the type and size of abrasive blast media to produce a roughened, sharp, angular surface profile conforming to the surface requirements specified by the manufacturer of the selected paint system. 9-08.4(2) Lead Abatement Additive Lead abatement additive shall be a granular chemical abrasive additive consisting of a complex calcium silicate designed to stabilize lead through multiple mechanisms, including, but not limited to, pH adjustment, chemical reactions and encapsulation. The additive shall be specifically designed and manufactured for lead paint abatement. 9-08.5 Surface Cleaning Materials 9-08.5(1) Bird Guano Treatment Bird guano treatment shall consist of a 5.25 percent sodium hypochlorite solution. 9-08.5(2) Fungicide Treatment Fungicide treatment shall consist of a 5.25 percent sodium hypochlorite solution 71 9-08.5(3) Water Water used for water jetting steel surface cleaning operations shall be clean, fresh water only, without any detergents, bleach, or any other cleaning agents or additives. Recycling of rinse water for water jetting operations is not allowed. 9-08.6 Filter Fabric Filter fabric for water jetting operations shall be a polypropylene, non -woven, needle - punched geosynthetic or equivalent material conforming to the following requirements: Property Specification Performance Requirement Grab Tensile Strength ASTM D 4632 100 pounds minimum Apparent opening size ASTM D 4751 #70 U S. sieve Permittivity ASTM D 4491 1.0 sec -1 or better 9-08.7 Single Component Urethane Sealant Single component urethane sealant shall conform to Federal Specification TT -S - 00230C Type II Class A. 9-08.8 Foam Backer Rod Foam backer rod shall be closed cell expanded polyethylene or polyurethane foam. SECTION 9-12, MASONRY UNITS August 3, 2009 9-12.4 Precast Concrete Manholes This section including title is revised to read: 9-12.4 Vacant 9-12.5 Precast Concrete Catch Basins This section including title is revised to read: 9-12.5 Vacant 9-12.6 Precast Concrete Inlets This section including title is revised to read: 9-12.6 Vacant 9-12.7 Precast Concrete Drywells This section including title is revised to read: 9-12.7 Vacant SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING August 3, 2009 9-14.4(4) Vacant This section including title is revised to read: 9-14.4(4) Wood Strand Mulch Wood strand mulch shall be a blend of loose, long, thin wood pieces derived from native conifer or deciduous trees with high length -to -width ratio. A minimum of 95% of the wood strand shall have lengths between 2 and 10 -inches, with a width and thickness between 1/16 and 3/8 -inches. The mulch shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood shavings shall not be used as mulch. 9-14.4(8) Compost This section is revised to read: Compost products shall be the result of the biological degradation and transformation of plant -derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173-350 WAC. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02-B, "Sample Sieving for Aggregate Size Classification". Fine Compost shall meet the following: Min. Max. Percent passing 2" 100% Percent passing 1" 95% 100% Percent passing 5/8" 90% 100% Percent passing 1/4" 75% 100% Maximum particle length of 6 inches Coarse Compost shall meet the following: Min. Max. Percent passing 3" 100% Percent passing 1" 90% 100% Percent passing 3/4" 70% 100% Percent passing 1/4" 40% 60% Maximum particle length of 6 inches 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08-A "Classification of Inerts by Sieve Size". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On -Ignition Organic Matter Method (LOI)". 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity". 6. Maturity shall be greater than 80% in accordance with U.S. Composting Council TMECC 05.05-A, "Germination and Root Elongation". 7. Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S. Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate". 8. The compost product must originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of "Type 2 Feedstocks," source -separated food waste, and/or biosolids may be substituted for recycled plant waste. The manufacturer shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may also evaluate compost for maturity using U.S. Composting Council TMECC 05.08-E "Solvita® Maturity Index". Fine Compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost shall score a 5 or above on the Solvita® Compost Maturity Test. This section is supplemented with the following new sub -sections: 9-14.4(8)A Compost Approval The Contractor shall either select a compost manufacturer from the Qualified Products List, or submit the following information to the Engineer for approval: 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department as per WAC 173-350 (Minimum Functional Standards for Solid Waste Handling). 3. The manufacturer shall verify in writing, and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173-350 and these specifications. An independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the analysis. 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as issued by the U.S. Composting Council. 9-14.4(8)B Compost Acceptance Seven days prior to initial application of any compost the Contractor shall submit a compost sample, a STA test report dated within 90 calendar days, and the list of feedstocks by volume for each compost type to the Engineer for review The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in section 9-14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be immediately removed from the project and replaced at no cost to the Contracting Agency. 9-14.5 Erosion Control Devices This section is supplemented with the following new sub -section: 9-14.5(8) High Visibility Fencing High visibility fence shall be UV stabilized, orange, high-density polyethylene or polypropylene mesh, and shall be at least four feet in height. Support posts shall be wood or steel in accordance with Standard Plan 1-10.10-00. 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 second sentence is revised to read: PAM shall be anionic and shall be linear, and not cross-linked. 9-14.5(3) Clear Plastic Covering This section is revised to read: Clear plastic covering shall conform to the requirements of ASTM D 4397, for polyethylene sheeting having a minimum thickness of 6 mils. 9-14.5(7) Coir Log The reference to Standard Plans in the second sentence of the first paragraph is revised to read Plans. SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES April 6, 2009 9-23.6 Admixture for Concrete This section including title is revised to read: 9-23.6 Chemical Admixtures for Concrete Acceptance of chemical admixtures will be based on Manufacturer's Certificate of Compliance. If required by the Engineer, admixtures shall be sampled and tested before they are used. A one -pint (500 milliliter) sample of the admixture shall be submitted to the WSDOT Headquarters Materials Laboratory for testing 10 days prior to use. Chemical Admixtures shall contain less than one percent chloride ion (CI-) by weight of admixture. This section is supplemented with the following new sub -sections. 9-23.6(1) Air Entraining Admixtures Air Entraining Admixtures shall meet the requirements of AASHTO M 154 or ASTM C 260. 9-23.6(2) Type A Water -Reducing Admixtures Type A Water -Reducing admixtures shall conform to the requirements of AASHTO M 194 Type A or ASTM C 494 Type A. 9-23.6(3) Type B Retarding Admixtures Type B Retarding admixtures shall conform to the requirements of AASHTO M 194 Type B or ASTM C 494 Type B. 9-23.6(4) Type C Accelerating Admixtures Type C Accelerating admixtures shall conform to the requirements of AASHTO M 194 Type C or ASTM C 494 Type C and only non -chloride accelerating admixtures shall be used 9-23.6(5) Type D Water -Reducing and Retarding Admixtures Type D Water -Reducing and Retarding admixtures shall conform to the requirements of AASHTO M 194 Type D or ASTM C 494 Type D. 9-23.6(6) Type E Water -Reducing and Accelerating Admixtures Type E Water -Reducing and Accelerating admixtures shall conform to the requirements of AASHTO M 194 Type E or ASTM C 494 Type E and only non -chloride accelerating admixtures shall be used. 9-23.6(7) Type F Water -Reducing, High Range Admixtures Type F Water -Reducing, High Range admixtures shall conform to the requirements of AASHTO M 194 Type F or ASTM C 494 Type F. 9-23.6(8) Type G Water -Reducing, High Range and Retarding Admixtures Type G Water -Reducing, High Range and Retarding admixtures shall conform to the requirements of AASHTO M 194 Type G or ASTM C 494 Type G. 9-23.6(9) Type S Specific Performance Admixtures Type S Specific Performance Admixtures shall conform to the requirements of ASTM C 494 Type S. When a Type S admixture is used a report on the performance characteristics of the Type S admixture shall be submitted along with the WSDOT concrete mix design (WSDOT Form 350-040). The report shall describe the performance characteristics and provide data substantiating the specific characteristics of the Type S admixture in accordance with ASTM C 494. 9-23.7 Air Entraining and Chemical Admixtures for Precast Prestressed Concrete This section including title is revised to read: 9-23.7 Vacant 9-23.9 Fly Ash This section is supplemented with the following: Fly ash that exceeds the available alkalies limits set in AASHTO M 295 Table 2 may be used if they meet the tests requirements of Section 9-03.1(1). The optional chemical limits in AASHTO M 295 Table 2 do not apply to fly ash used in Controlled Density Fill. SECTION 9-25, WATER April 6, 2009 9-25.1 Water for Concrete The first paragraph is revised to read: Water for concrete, grout, and mortar shall be clear, apparently clean, and suitable for human consumption (potable). If the water contains substances that cause discoloration, unusual smell or taste, or other suspicious content, the Engineer may require the Contractor to provide test results documenting that the water meets the physical test requirements and chemical limits described in ASTM C1602 for non - potable water. SECTION 9-33, CONSTRUCTION GEOSYNTHETIC August 3, 2009 In regards to sieve sizes, all references in this division to "U.S." and "Square" are deleted. SECTION 9-34, PAVEMENT MARKING MATERIAL August 3, 2009 9-34.2(1) High VOC Solvent Based Paint The reference to "Federal Standard 595a" in the first paragraph under Color -Yellow is revised to "Federal Standard 595". 9-34.2(2) Low VOC Solvent Based Paint The reference to "Federal Standard 595a" in the first paragraph under Color -Yellow is revised to :Federal Standard 595". 9-34.2(3) Low VOC Waterborne Paint The reference to "Federal Standard 595a" in the first paragraph under Color -Yellow is revised to "Federal Standard 595". 9-34.2(4) Temporary Pavement Marking Paint This section is revised to read. Paint used for temporary pavement marking shall conform to the requirements of Section 9-34.2. 9-34.5 Temporary Pavement Marking Tape The third sentence is deleted. 9-34.6 Temporary Raised Pavement Markers The eighth and ninth sentences in the first paragraph are deleted. SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS August 3, 2009 9-35.2 Construction Signs The fourth paragraph is revised to read: The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other previously approved sign materials except aluminum or aluminum composite is prohibited The following is inserted after the first sentence of the fifth paragraph: A fabrication decal as stated in Section 9-28.1(2) is not required for construction signs. 9-35.14 Portable Temporary Traffic Control Signal The sixth sentence of the seventh paragraph is deleted. The third sentence in the eighth paragraph is revised to read: A highly retroreflective yellow strip, 3 -in wide, shall be placed around the perimeter of the face of all vehicle signal backplates to project a rectangular image at night towards oncoming traffic. SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2008 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows. (date) General Special Provision Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region 78 SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2008 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision (******) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. DIVISION 1 GENERAL REQUIREMENTS INTRODUCTION TO THE SPECIAL PROVISIONS (July 31, 2007 APWA GSP) 79 The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2008 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) (April 27, 2009 Yakima 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 Contractor shall obtain copies of these publications, at Contractor's own expense. DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of *** J Street from W. 18th Ave. to W. 20th Ave. by resurfacing the eastbound lane with new hot mix asphalt, replacing the westbound lane with permeable asphalt pavement, permeable concrete pavement, and permeable pavers, installing a drainage system, constructing a compost amended roadside ditch with varying levels of compost *** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 80 1-01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. 81 Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. BID PROCEDURES AND CONDITIONS 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following. 1-02.1 Qualifications of Bidder (March 25, 2009 APWA GSP) Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: "Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: (a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; (b) Have a current state unified business identifier number; 82 (c) If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)." 1-02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 6 Furnished automatically and Contract Provisions upon award. Large plans (e.g., 22" x 0 Not available. 34") and Contract Provisions Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. 83 The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. Preparation Of Proposal (August 2, 2004) The fifth and sixth paragraphs of Section 1-02.6 are deleted. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 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. 84 1-02.9 Delivery of Proposal (October 1, 2005 APWA GSP) Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. (******) Public Opening of Proposal Section 1-02.12 is supplemented with the following: Date of Opening Bids Sealed bids are to be received at one of the following locations prior to the time Specified: 1. At the City Clerk's Office, City of Yakima, 129 N. 2nd Street, Yakima, WA 98901 until 2:00 pm of the bid opening date. The bid opening date for this project is as listed in the Invitation to Bid. Bids received will be publicly opened and read after 2:00 P. M. on this date. 1-02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authonzed proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthonzed 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, Minonty or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; 1. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 85 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2 Samples of these matenals for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (*****) Revise this section to read: 86 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 twenty (20) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. Delayed Construction Start Date: Physical construction work shall start on this project on or before Monday, April 5, 2010. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 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, material person, or any other person who provides supplies or provisions for carrying out the work; 87 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6 WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-05 CONTROL OF WORK 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the 88 Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 89 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. 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. 90 Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e- mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05A6 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. 1-06 CONTRO OF MATERIAL 1-06.2(1) Samples and Tests for Acceptance This section of the standard specifications is supplemented and added to the construction contract specifications and bid documents: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. 91 The sampling frequency is as follows: Trench Backfillinq Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7-08.3(3) or 7-09.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2-03.3(14). Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2-06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10) B of these Special Provisions. 92 Cement Concrete Curb, Gutter and Sidewalk One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. The concrete shall be tested for temperature, air content, slump and compressive strength. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State Sales Tax Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (October 1, 2005 APWA GSP) 1-07.2(1) General 93 Rule 171 shall apply to this project. The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07 2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, 94 1 1 equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.5 ENVIRONMENTAL REGULATIONS 1-07.5(4) Air Quality Supplement this section with the following: The local air pollution authority is the Yakima Regional Clean Air Authority @ 509- 574-1410. Permits And Licenses Section 1-07.6 is supplemented with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. Load Limits Section 1-07.7 is supplemented with the following: (March 13, 1995) If the sources of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.15 Temporary Water Pollution/Erosion Control 1-07.15(1) Spill Prevention, Control and Countermeasures Plan Section 1-07.15(1) is supplemented with the following: (August 3, 2009) The Contractor shall address the following items in the SPCC Plan in addition to the requirements of Section 1-07.15(1): Mixing, Transfers, & Storage 1. AH oil, fuel or chemical storage tanks or containers shall be diked and located on impervious surfaces so as to prevent spill from escaping. 2. All liquid products shall be stored and mixed on impervious surfaces in a secure water tight environment and provide containment to handle the maximum volume of liquid products on site at any given time. 3. Proper security shall be maintained to prevent vandalism. 95 4. Drip pans or other protective devices shall be required for all transfer operations. Spills Paint and solvent spills shall be treated as oil spills and shall be prevented from reaching storm drains or other discharges. No cleaning solvents or chemicals used for tool or equipment cleaning may be discharged to the ground or water. Maintenance of Equipment Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc, shall be checked regularly for drips or leaks and shall be maintained and stored properly to prevent spills into State waters. Disposal Spilled waste, chemicals or petroleum products shall be transported off site for disposal at a facility approved by the Department of Ecology The materials shall not be discharged to any sanitary sewer without approval of the local sewer authority. Reporting and Cleanup The Contractor's designated person for managing and implementing the SPCC Plan shall report hazardous material spills as follows' Spills into State water (including ponds, ditches, seasonally dry streams, and wetlands) — Immediately call all of the following: National Response Center 1-800-424-8802 WA State Div of Emergency Management (24 hr)1-800-258-5990 Ecology Central Regional Office 509-575-2490 Spill to Soil (Including encounters of pre-existing contamination): Ecology Central Regional Office 509-575-2490 Report immediately if threatening to health or environment (i.e., explosive, flammable, toxic vapors, shallow groundwater, nearby creek), otherwise within 90 days Underground Storage Tank (confirmed release of material) Ecology Central Regional Office 509-575-2490 Report within 24 hours (*****) Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. 96 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: *** Cascade Natural Gas Corp. 401 N. 1st St. Yakima, WA 98901 509-457-5905 Charter Communications 1005 N. 16th Ave Yakima, WA 98902 509-575-1697 Pacific Power P.O. Box 1729 Yakima, WA 98907 509-575-3146 Qwest 8 W. 2nd Ave. Room 304 Yakima, WA 98902 509-575-7183 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, WA 98902 509-575-6196 City of Yakima Wastewater Div. 2220 E. Viola Yakima, WA 98901 509-575-6077 *** The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council - Area 5, telephone number 1-800-553-4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (May 10, 2006 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period 97 ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. F. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s) H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, volunteers • and appointed officials. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein 98 when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. Specifically the wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 30 days, to the City of Yakima. 4. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS. The City of Yakima, its officers, elected or appointed officials, employees, agents, and volunteers are additional insured's for J Street LID Demonstration Project, City Project No. 2291. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence 99 $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. Public Convenience And Safety Construction Under Traffic Section 1-07.23(1) is supplemented with the following: (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. 100 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: .:.Posted Speed"' q :rwt=:r : `. Distance From: Traveled Way (Feet) 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance J Street may be completely closed to through traffic from the east side of the J St./20`h Ave intersection (Sta. J 10+15) to Sta. J 16+30 for a maximum of twenty (25) consecutive working days or thirty one (31) consecutive calendar days, whichever is less, provided the following conditions are met: • The Contractor shall provide access at all times for the homeowner residing at 1907 J Street, as this is their only access to public streets. • Access to the primary freight entrance at Yakima Specialties, Inc. (Sta. J 16+30 to Sta. J 16+60 LT.) may not be closed off overnight under any circumstances. If the freight entrance is to be temporarily closed, the Contractor shall provide 24 hours advance notice to Yakima Specialties for each temporary closure. • J Street is properly signed and barricaded in accordance with the Street Closure Traffic Control Plan and all signs and traffic control devices are in good condition. PROSECUTION AND PROGRESS Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 101 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3 A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 - hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a m. or after 6.00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 - hour period between 7.00 a.m. and 6.00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7.00 a.m. during weekdays and between the hours of 10:00 p.m. and 9.00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab, inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 102 1-08.1 Subcontracting Section 1-08.1 is supplemented with the following: (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420-004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. 1-08.3 Progress Schedule The first and second paragraphs are replaced with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. This section is supplemented with the following: The Contractor shall submit a weekly activity schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If the Contractor proceeds with work not indicated on his weekly activity schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule.. 103 Revise this section to read: 1-08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. Time For Completion (March 13, 1995) Section 1-08.5 is supplemented with the following: This project shall be physically completed within *** 25 *** working days (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. 104 1 Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. 105 The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the pnce in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 3. Matenals on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. TEMPORARY TRAFFIC CONTROL Traffic Control Management General (December 1, 2008) Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. 106 Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 Lump Sum Bid for Project (No Unit Items) Section 1-10.4(1) is supplemented with the following: (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. DIVISION 2 EARTHWORK CLEARING, GRUBBING, AND ROADSIDE CLEANUP Description Section 2-01.1 is supplemented with the following: (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: *** Sta. J 10+25 to J 16+25 (15' Rt. to 25' Rt.), excepting the bus stop from J 15+12 to J 15+24 and the trees located at J 16+15 and J 16+24 at the fence line.*** REMOVAL OF STRUCTURES AND OBSTRUCTIONS Construction Requirements (February 17, 1998) Removal of Obstructions *** This work shall include the removal and disposal of a 12 -inch diameter concrete standpipe, approximately three feet in length, with the top of the pipe being presently exposed at Sta. J 14+86 (24' RT.). *** ROADWAY EXCAVATION AND EMBANKMENT Measurement Section 2-03.4 is supplemented with the following: 107 (March 13, 1995) 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 will be set during construction 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 quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Project Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross-sections will be furnished to the successful bidder on request to the Project Engineer. 5-04 HOT MIX ASPHALT POROUS ASPHALT PAVEMENT Description Section 5-04.1 is supplemented with the following: This work shall also consist of providing and placing porous asphalt concrete pavement. REFERENCES Reference the following standards: ASTM AASHTO WSDOT NAPA American Society of Testing & Materials, current edition. American Association of State Highway and Transportation Officials, current edition. Washington State Department of Transportation 2008 Standard Specifications for Road, Bridge and Municipal Construction. National Asphalt Pavement Association's Porous Asphalt Pavements for Stormwater Management, Information Series 131, 2008. 108 WISHA Washington Industrial Safety and Health Act; Revised Code of Washington (RCW) Chapter 49.17 WAC 296-155 Washington Administrative Code (WAC) 296-155 Standards for Construction Work RCW Chapter 39.04.180 RCW Chapter 39.04.180 Public Works/Trench Excavations — Safety Systems Required SUBMITTALS Submit the following information in accordance with submittal procedures noted in the Project Manual. 1. Furnish certification that all materials comply with specifications; include laboratory test reports verifying compliance. Tests shall have been performed within four months of anticipated use of material. 2. Documentation verifying that the mixing plant is a member of the Washington Asphalt Paving Association of (WAPA). 3. Certified test results that demonstrate conformance with specifications. 4. Certification of the installers' qualifications as specified in this Section. 5. Test results for porous pavement installation. 6. Test results of previous porous pavement installations in accordance with this Section for demonstrating qualifications. 7. Samples of the aggregates and blend sand to be used along with the gradation data showing the various aggregate stockpile averages and proposed combining ratios and the average gradations of the completed mix. 8. Job Mix Formula — Contractor to determine a design aggregate structure and asphalt binder content in accordance with NAPA. NOTIFICATIONS Schedule and attend a pre -construction meeting with the Owner's Representative at least one week prior to the initiation of porous paving work, including subgrade preparation. QUALIFICATIONS A. The PA Installation crew shall meet one of the following criteria: 1. Employ a minimum of two persons per crew who have each previously completed at least three (Owner accepted) installations for porous asphalt pavement. Previous installations shall be located within a 200 mile radius of the project site. Provide mix design, project photos, date of installation, size (area of installations), section depth, address of location and Owner contact information (phone and email). B. PA supplier shall have previously supplied at least three separate projects with porous asphalt mix. Previous projects shall be located within a 200 mile radius of the project site. Provide mix design, project photos, size (area of installation), date of installation, section depth and 109 cross section, address of locations and Owner(s) contact information (phone and email). WARRANTY Work corrections include, but are not limited to: 1. Aggregate separation, soft spots, and excessive sealing. 2. Cracks, elevation irregularities, and paving not draining/infiltrating properly. 3. Warranty for asphalt pavement sections shall be a minimum of two years from project final completion. PROJECT SITE CONDITIONS Environment Requirements. In accordance with referenced standard specifications and the following: a. Do no paving in rain or when subgrade or base is wet or frozen. b. Apply asphalt concrete paving only when base is dry. c. See Construction Requirements for additions to environmental requirements. Materials Section 5-04.2 is supplemented with the following: A. Porous Asphalt mix design shall conform to WSDOT Section 9-03 8 with the following modifications. 1. Aggregates: a. The materials of which porous asphalt concrete is composed shall be of such sizes, gradings and quantities that, when proportioned and mixed together, they will produce a well graded mixture within the requirements listed below which follows. The percentages of aggregates refers to completed dry mix and includes mineral filler when used. The material shall be modified HMA Class '/2" with following gradation to produce open graded mixture: U.S. Sieve Size Percent Passing by weight 3/4" 100 '/2" 90 - 100 3/8" 70 - 90 US No. 4 20 - 40 US No. 8 10 - 20 US. No. 40 0 - 8 US No. 200 0 — 3 b Aggregates for porous asphalt concrete shall meet the following test requirement; Fracture, by weight and noted as follows: 1) The fracture requirements for the aggregates are at least two fractured faces on 75 percent and at least one fractured face on 90 percent of the material retained on each specification sieve, U.S No. 8 and 110 above, if that sieve retains more than 5 percent of the total sample. 2) When material is being produced and stock piled for use on a specific contract or for a future contract, the fracture material is used from a stockpile that has not been tested as provided above, the requirements for fracture shall at the time of its introduction to the cold feed of the mixing plant. 2. Asphalt Binder: a. Asphalt Binder shall be WSDOT 9-02.1(4) and PG70-22 with the following modifications: 1) Asphalt cement shall be between 5.75 to 6.5% by weight of total mix. 2) Draindown: 0.3% maximum. Tested in accordance with ASTM D6390-05. b. The Contractor may substitute alternate grades of PG asphalt cements at no cost to the Contracting Agency. The alternate PG asphalt cement shall have an average 7 -day maximum pavement design temperature that is equal to or higher, and a minimum pavement design temperature that is equal to or lower than the specified PG asphalt cement. The Contractor shall designate in writing the grade of PG asphalt cement to be used prior to submittal of the mix design. Only one PG asphalt cement will be allowed for each class of asphalt concrete pavement. 3. Cationic Emulsified Asphalt: Per WSDOT 9-02.1(6) 4. Anti -Stripping Additive: Per WSDOT 9-02.4 not to exceed 1% by weight of the aggregates. 5. Blending Sand: When there is a deficiency of material passing the U.S. No. 40 in the production of aggregate for porous asphalt concrete, satisfactory final mix is produced, including fracture requirements. Blending sand shall be clean, hard, sound material, either naturally occurring sand or crusher fines, and must be material which will readily accept an asphalt coating. The exact grading requirements for the combined product shall be such that, when it is mixed with an aggregate, the Blending sand shall meet the requirements of this specification. Blending sand shall meet the following quality requirement: Sand Equivalent 27 min. 6. Mineral Filler: WSDOT 9-03.8(5) 7. Job Mix Formula (JMF) a. Porous asphalt concrete mixture will be accepted base on it's conformance to the project Job Mix Formula (JMF). For the determination of a project JMF, the Contractor shall submit to the Owner's Representative sample of the various aggregates and blending sand to be used along with the gradation data showing the various aggregate stockpile averages and the proposed combing ratios and the average gradation of the completed mix. The Contractor shall perform and submit mix tests to determine the percentage of asphalt by 111 weight to be added. The approved mix shall become the project JMF. Modifications to the JMF will not be allowed and any modified mix placed as part of the project will be rejected. Any proposed modifications to the JMF shall be submitted as a new mix design. b. The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of porous asphalt concrete placed during a workshift shall conform to a single job mix formula established for the class of porous asphalt concrete specified unless there is a need to make an adjustment in the JMF. c. No mixture shall be produced for use on the project until the amount of asphalt material and anti-stripping additive has been established. d Job Mix Formula — Statistical Acceptance: The average gradation of the completed asphalt concrete mix submittal by the Contractor in the mix design proposal, as required in this Section and the resulting mix design shall be the JMF. Any change or adjustment of percentages in any constituent of the JMF creates a new JMF. e. Air voids of compacted PA JMF shall be 16 percent minimum to 25 percent maximum per ASTM D3203. f. Job Mix Formula Tolerances and Adjustments: 1) Tolerances — Statistical Acceptance. After the JMF is determined, the several constituents of the mixture at the time of acceptance shall be conformed to the following tolerances: Constituent of Mixture Tolerance Limits: The tolerance limit for each mix constituent shall not exceed broad band specification limits specified in here, except the tolerance limits for sieves designated as 100% passing will be 99-100. 2) Tolerances — Nonstatistical Acceptance. After the JMF is determined, the constituents of the mixture at the time of acceptance shall conform to the range of the proportion specified in paragraph 2.01A.1a of this Section for gradation and the design mix asphalt content plus or minus 0.7 percent. 3) Adjustments Aggregates: Upon written request from the Contractor, the Owner's Representative may approve field adjustments to the JMF including the Contractor's proposed combining ratios for mineral aggregate stockpiles and blending sand. The maximum allowed gradation change shall be 2 percent for the aggregate retained on the No. 8 sieve, 1 percent for the aggregate passing the No. 40 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. Blending sand may be changed a maximum of 5 percent. The above adjustments as approved by the Owner's Representative will be considered as a new JMF. Adjustments beyond 112 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 these limits will require development of a new JMF. The adjusted JMF plus or minus the allowed tolerances shall be within the range of the broad band specifications. 4) Adjustment for Asphalt Content: The Owner's Representative may approve Contractor's request to change asphalt content a maximum of 0.3 percent from the approved JMF. No field adjustments of the JMF relative to the asphalt cement content exceeding 0.3 percent from the initial JMF will be made without approval of Owner's Representative. B. Subbase: Aggregate Discharge Subbase for pavement section shall consist of the following: 1. 0.17 foot layer of crushed surfacing base course. 2. 0.80 feet of 1 1/2" — 2 1/2" washed, crushed stone (Drain Rock) and gradation modified with 0-2% passing U.S. No. 200 sieve resting on construction geotextile for separation. 3. 0.50 foot layer of ASTM C-33 sand resting on a 16 —mil impermeable liner. AGGREGATE MATERIALS Drain Rock This aggregate shall consist of washed, open -graded stone and meet the following gradation chart. ASTM Sieve Size Percent Passing (By Weight) 2 V2 inch 100 - 100 1 1/2 inch 0-2 %2 inch --- 3/8 inch --- No. 8 --- No. 200 0 - 2 C. Porous Pavement Construction Geotextile for Separation shall meet the requirements of WSDOT Section 9-33. D. 16 -mil Impermeable Liner: Use 16 -mil (min) polyvinyl chloride (PVC) as manufactured by Northwest Linings or approved equivalent product. Provide documentation from manufacturer showing quality control tests on liner materials were performed at the manufacturing plant for the following and frequency of testing: a. Thickness (ASTM D5199), density (ASTMD792), tensile strength (ASTM D882) and tear resistance (ASTM D1004) for each roll. 113 b. Dimensional stability (ASTM D1204) and tested 1 per 50,000 square feet or 1 per resin batch, whichever is greater. c. Certification for brittleness temperature (ASTM D1790) Construction Requirements Section 5-04.3 is supplemented with the following: (******) GENERAL A. Verify installation conditions are satisfactory to receive work of this Section. Do not install until unsatisfactory conditions are corrected. Beginning work constitutes acceptance of conditions as satisfactory. PREPARATION A. Verify existing dimensions and shapes. Allow for transitions to existing grades where applicable. B. Prepare subgrade in accordance with WSDOT Section 2-06 except verify compaction of subgrade per Section 02300 — Earthwork. Scarify top 1/4" surface so subgrade is not sealed. C. Do not place Porous Asphalt when ambient air temperature is less than 60 degrees Fahrenheit. D Do not place Porous Asphalt on any wet surface, or when the average surface temperatures are less than 45 degrees Fahrenheit when weather conditions otherwise prevent the proper handling or finishing of the bituminous mixtures. B. Conform to the details, dimensions and grades specified on the Contract Documents. INSTALLATION A. Install TESC measures and flow diversion measures in order to divert runoff into construction area of PA prior to excavation and subgrade preparation of the pavement section. Maintain TESC measures and flow diversion measures until pavement is approved and adjacent areas are permanently stabilized. B. Construct PA to the specified lines and grades with a uniform appearance and in accordance with the manufacturer's instruction, criteria and specifications. C. Protect native subgrade to remain Keep traffic off of the prepared subgrade during construction to maximum extent practical. Final 12" excavation of native subgrade to done at time for placement of geotextile and subbase to the maximum extent practical in order to protect the existing subgrade infiltration capabilities. D. Protect subgrade and subbase from wet weather. The existing site's soils are moisture sensitive and if left unprotected during wet weather soils 114 could become unsuitable. If soils are left unprotected and become unsuitable, unsuitable material will be required to be replaced with suitable material approved by Owner's geotechnical engineer at no addition cost to Owner. E. Bring the subgrade of the aggregate discharge subbase to the line, grade, and elevations indicated on the Drawings and in the typical pavement sections. Fill subgrade where damaged by erosion and ponding before placing the aggregate discharge subbase. F. Where indicated on plans, place porous pavement cell liner with protective non -woven geotextile and/or porous pavement geotextile fabric after subgrade has been prepared. 1. Maintain flow diversion measures to prevent runoff and sediment from entering the work limits. 2. Remove debris or sediment that has accumulated on the finished subgrade after viewing and before installing cell liner or geotextile fabric at no addition cost to the Owner. G. Where unlined cells are designated on plans, place porous pavement geotextile in accordance with manufacturer's standards and recommendations. Overlap adjacent strips of geotextile fabric a minimum of 16 inches. H. Where lined cells are designated on plans, install porous pavement cell liner in accordance with liner manufacturer's specifications and recommendations using qualified liner installers. 1. Prepare surfaces to be lined and surfaces shall be smooth and free of debris, roots, and angular or sharp rocks larger than three quarter (3/4) inches in diameter to a depth of four (4) inches. Acceptance of the surface preparation by the liner manufacturer is required prior to proceeding with the installation of the porous pavement cell liner. 2. For lined cells with PVC liner, place Protective Non -woven Geotextile at interface between PVC liner and aggregate discharge subbase and at interface between PVC liner and subgrade. 3. The porous pavement cell liner's PVC membrane shall be sealed to all structures, walls, pipes, and other opening/penetrations through the lining in accordance with liner manufacturer recommendations for leak -proof sealing. 4. Factory and/or field fabricated pipe boots shall be used to seal all pipes penetrating the liner. All joints shall be tightly bonded for leak -proof sealing. The pipe boots shall be the same material as the cell liner's PVC membrane and attached to the cell liner's PVC membrane per manufacturer's recommendations. 5. Overlap the porous pavement cell liner panels to create a continuous watertight barrier in accordance with manufacturer recommendations. 6. Inspect panels and seams for flaws, damage and other defects. Repair panels and seams with identified defects or damage or seams that have failed compliance tests using manufacturer's 115 recommended techniques appropriate to the repair and create a watertight patch. 7. The porous pavement cell liner shall be installed in a relaxed condition, free of stress or tension upon completion of the installation. Stretching of the liner to fit is not permissible. 8. Test seams and field seams for continuity and water tightness in accordance with manufacturer's recommendations. 9. Any cuts, rips or tears in the porous pavement cell liner's PVC membrane shall be patched with a piece of the same membrane material. Patches shall be installed per liner manufacturer's recommendations and at a minimum should be cut with rounded corner and should overlap a minimum of six inches beyond the damage area. Patches shall be applied to the membrane per manufacturer's recommendations. 10. Cover porous pavement cell liner with protective non -woven geotextile within 7 calendar days of cell liner deployment. Place protective non -woven geotextile in accordance with manufacturer requirements. I. Place and compact aggregate discharge subbase to the grades indicated on the Drawings in twelve -inch maximum lifts, keeping equipment movement over the aggregate discharge subbase to a minimum. Do not damage porous pavement geotextile fabric or porous pavement cell liner and protective non -woven geotextile during installation of aggregate and discharge subbase. Construction vehicles shall not make turns over the aggregate discharge subbase less than 18 -inches in depth to avoid damage to the geotextile fabrics and liner. J. Place porous asphalt concrete mixture in accordance with NAPA recommendations. The mixture shall be laid upon a prepared surface, spread, and struck off to the grade and elevations established. Asphalt pavers complying with WSDOT Section 5-04.3(3) shall be used to distribute the mixture. On areas where irregularities or unavoidable obstacles make the use of the mechanical spreading and finishing equipment impractical, the pavement may be done with other equipment or by hand. The asphalt mixture shall be produced by one asphalt plant. Placing of asphalt mixtures at night will not be permitted. K. Compaction of PA: 1. General: a. Compact porous asphalt concrete mixture in accordance with NAPA recommendations. b. Immediately after the asphalt concrete mixture has been spread, struck off, and surface irregularities adjusted, it shall be uniformly compacted. The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, or irregularities and in conformance with the line, grade and cross-section shown in the Plans If necessary, the mix design may be altered to achieve desired results. c. Compaction shall take place when the mixture is in proper condition so that no undue displacement, cracking, or shoving occurs. All compaction units shall be operated at the speed, within specification limits, that will produce the required 116 compaction. Areas inaccessible to large compaction equipment shall be compacted by mechanical or hand tampers. Any asphalt concrete that has become loose, broken, contaminated, shows an excess or deficiency of asphalt - - is in any way defective, shall be removed and replaced at no additional cost with fresh hot mix which shall be immediately compacted to conform with the surrounding area. d. Compact in accordance with WSDOT Section 5-04.3 and 5- 04.3(10)A and modified with the following: 1) Pneumatic tire rollers will be allowed for compaction and in no instance shall any compactor be used in the vibratory mode. 2) Compaction of the surface course should take place when the surface is cool enough to resist a ten ton steel wheel roller. 3) Limit compactive efforts as rolling can cause a harmful reduction in the surface course porosity. 4) Passes of a double -drum roller, operated in static mode, will be allowed for breakdown. Passes of a double -drum finish roller operated in static mode, will be allowed to remove ruts, humps, depressions, objectionable marks, or irregularities. L. The Owner's Representative reserves the right to have samples cut or cored from the completed pavement or the individual courses. Additionally the Owner's Representative may take samples of the uncompressed asphalt concrete mixtures as well as all materials incorporated in the work. Where samples have been taken from the uncompressed asphalt concrete, new material shall be placed and compacted to conform with the surrounding area at no additional expense to the Contracting Agency. M. Protect and maintain sediment control measures and flow diversion measures for PA until adjacent areas re stabilized and establish. Do not store materials, soils, equipment on porous pavement. If PA is damaged or becomes clogged, remove and replace pavement at no additional cost to the Owner. QUALITY ASSURANCE A. Permanent installed sections will be reviewed for the following: 1. Grade, line and slope 2. Field Infiltration Rate 3. Appearance 4. Asphalt Concrete Mixture B. Grade, line and slope: Conform to the dimensions, lines and grades specified on the plans. Maximum variations shall not exceed limits noted in the specifications. C. Sampling and Testing of Porous Asphalt Concrete shall be in WSDOT Section 5-04.3 and modified with the following: 117 1. Open graded mixes (asphalt concrete pavement modified HMA Class %2" Open graded) will be evaluated for quality of gradation only, based on samples taken from the cold feed. 2. Aggregates: Aggregates will be accepted for sand equivalent and fracture based on their conformance to the requirements of this section without recourse to statistical evaluation. 3. WSDOT Section 5-04.3(8)A.5 is modified with the following: a. Deviation: No. 4 sieve and larger Percent Passing +/-4% No. 6 sieve to No. 80 sieve Percent Passing +/-2% No. 100 sieve and No. 200 sieve Percent Passing +/-0.4% Asphalt Binder +/-0.3% D. PA Field Infiltration Rate: Perform field infiltration test at three locations designated by Owner's Representative no sooner than three calendar days after placing porous surface. Test locations shall be approved by the Owner's Representative and be per the following: 1. Perform three field infiltration tests per each day's porous surface placement production for each construction crew, which will be considered a set. Field Infiltration Rate: Shall be equal to or greater than 100 in/hr and infiltration testing shall be performed using the following procedure: 1) Pipe 18 -inch diameter (17.6 -inch inside diameter) PVC pipe 2 -feet long over the porous pavement section. Seal bottom of PVC pipe with temporary plumbing putty to prohibit water from leaking out the bottom sides of the PVC pipe onto the adjacent pavement. 2) Pour 4 gallons of potable water into the PVC cylinder. 3) Start watch when all 4 gallons is discharged into the cylinder. Depth of water in cylinder above the pavement surface at start is 3.8 inches when using 17 6" inside diameter PVC pipe. 4) When depth of water in PVC pipe reaches 0, then stop watch. 5) Determine infiltration rate by: (3 8 inches)/time. 6) To achieve a minimum of 100 inches per hour, water must draw down to 0 within 136 seconds. 7) Pipes with alternative inside diameters (within +/-1- inch of diameter noted above) may be used. However, calculations will need to be adjusted for revised cross-section area to determine infiltration rate. 2. Document and record the results of each field infiltration test with a designated test number. Include infiltration rate, date pavement was placed, date test was taken and location (stationing or other means) where test was performed in each record. 3. If minimum required field infiltration rate is not achieved at any location as defined in this Section re -test for field infiltration rate at a. 118 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 a new location for each failed field infiltration test. Coordinate location with Owner's Representative. 4. If new field infiltration test location does not produce minimum field infiltration rate further testing will be required. 5. Submit Infiltration Test results for approval prior to coring PA. E. Appearance: Placed porous surface will be reviewed for appearance by the Owner's Representative. The placed porous surface shall have a consistent surface texture and shall be smooth with no washboarding or cracking. F. PA that does not meet infiltration rate, surface inspection criteria, grade, line slope and other requirements noted in specifications, shall be removed and replaced at no additional cost to the Owner. Delineation for removal and replacement of nonconforming installations shall be identified by the Owner's Representative. CLEANING A. After paving operations, clean surfaced of excess or spilled asphaltic materials. B. Do not permit vehicular traffic on asphalt paving until it has cooled and hardened, and in no case sooner than six hours after placing. C. Provide barricades and warning devices as required and in accordance with the MUTCD. D. Leave premise clean and free of residue of work of this Section. Hot Mix Asphalt Pavers Section 5-04.3(3) is supplemented with the following: Material Transfer DeviceNehicle (August 3, 2009) Section 5-04.3(3)A is deleted in its entirety. 5-04.3(7)A Mix Design (April 27, 2009 APWA GSP) Section is deleted and replaced with: 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03.8(2) and 9-03.8(6). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350- 042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti -strip requirements has been made. Anti - strip requirements will be determined by: 119 a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. c. Historical aggregate source ant -strip use provided by WDOT. The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03 8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following processes: a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. c. Reference a mix design that has been previously verified by the Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving Mix design verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 3. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. a The Contracting agency will test one Production Sample in accordance with section 5-04 3(8)A for field verification per the requirements of Section 9-03.8(7) b. If the test results from the first Production Sample are within the tolerances of section 9-03.8(7), the mix design will be considered verified and the test results will be used as acceptance sample number one. c. If the test results from the first Production Sample are outside the tolerances of section 9-03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5-04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture 120 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Items 1 & 2 are deleted and replaced with: (*****) 1. 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. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Item 4, is replaced with the following: 4. Definition of Sampling Lot and Sublot. For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5-04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. 5-04.3(8)A, Acceptance Sampling and Testing — HMA Mixture Item 7 is deleted. Surface Smoothness (January 5, 2004) 121 The second sentence of Section 5-04.3(13) is revised to read: The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. The last paragraph of this section is supplemented with the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered or are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures and new monument cases for all monuments as shown on the plans. Utility castings shall not be adjusted until the paving is complete. After which, the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The HMA shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be place within the entire volume of the excavation up to, but not to exceed, 1-1/2 inches below the finished pavement surface. On the following day, the concrete, the edges of the HMA and the outer edge of the casting shall be painted with a hot asphalt tack coat. HMA Class 3/8 In. shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. Planing Bituminous Pavement Section 5-04.3(14) is supplemented with the following: The Contractor shall perform the planing operations no more than 't*'F 10 *'k' calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing. Weather Limitations The first sentence of Section 5-04.3(16) is revised to read' HMA for wearing course shall not be placed on any travelled way from 't*'t November 1 *** and through March 31st of the following year without written approval from the Engineer. 122 Measurement Section 5-04.4 is supplemented with the following: Porous asphalt pavement will be measured by the square foot. ASTM C-33 sand will be measured by the cubic yard of sand actually placed. 1 %2 " to 2 %2" washed, crushed stone (Drain Rock) will be measured by the cubic yard of stone actually placed. 16 mil impermeable liner will be measured by the square yard. Payment Section 5-04.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: "Porous Asphalt Pavement", per square foot. "ASTM C-33 Sand", per cubic yard. "Drain Rock", per cubic yard. "16 mil Impermeable Liner", per square yard. The unit contract price per square foot, per square yard or per cubic yard for the various bid items above shall be full pay for furnishing all labor, tools, equipment and materials required to construct the porous asphalt pavement section. 5-04.5(1)A Price Adjustments for Quality of HMA Mixture The first paragraph is deleted and replaced with: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1 %2", 1", 3/4', %2", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Paragraph two, items 1-3 are deleted and replaced with: A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. 123 When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03 8(7), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with (*****) The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5-05 CEMENT CONCRETE PAVEMENT POROUS CONCRETE PAVEMENT Construction Requirements Section 5-05 3 is supplemented with the following: Work on the J Street LID Demonstration project shall conform to all requirements of American Concrete Institute (ACI) Specification 5221, `Specification for Pervious Concrete Pavement,' published by the American Concrete Institute, Farmington Hills, Michigan, except as modified by these Contract Documents. 124 Concrete Mix Design for Paving Section 5-05.3(1) is supplemented with the following: The nominal maximum aggregate size for porous concrete pavement shall be 2". Subgrade Section 5-05.3(6) is supplemented with the following: The subgrade beneath the porous concrete pavement shall consist of a 16 MIL impermeable liner, a 0.5 foot ASTM C-33 sand layer, construction geotextile for separation on top of this, and then a 0.68 foot layer of crushed surfacing base course. The sand layer shall be installed to the depths and grade as shown in the Plans. The crushed surfacing base course shall be installed in lifts not to exceed 0.5 feet and be compacted using a vibratory smooth -drum roller. Contraction Joints Section 5-05.3(8)A is supplemented with the following: Transverse contraction joint spacing shall be 20 feet as shown on the Plans. Contraction joint depth shall be two inches (2"). Protection of Pavement Section 5-05.3(16) is supplemented with the following: No operating vibratory compaction equipment of any kind may be used within 50 feet of the nearest edge of the porous concrete pavement during the initial 7 day cure period. After the 7 day cure period has passed, vibratory drum roller compaction equipment may be used to within three feet of the porous concrete pavement. Sled compactors may be used up to the edge of pavement. Measurement Section 5-05.4 is supplemented with the following: Porous concrete pavement will be measured by the square foot for the completed pavement. Payment Section 5-05.5 is supplemented with the following: "Porous Concrete Pavement", per square foot. PERMEABLE PAVER PAVING SYSTEM Section 5-06 is hereby added to these contract special provisions. 5-06.1 DESCRIPTION This work shall consist of providing labor, materials, tools and equipment to furnish and install an Aqua-Bric, or approved equal, permeable concrete paving stone system as indicated on the plans and as specified herein. The nearest 125 distributor of the Aqua-Bric permeable paver is Willamette Graystone. They have sites located throughout the northwest, including North Bend, WA and Eugene, Bend and Wood Village, OR. 5-06.2 APPLICABLE STANDARDS AND SPECIFICATIONS A. American Society for Testing and Materials (ASTM) 5-06.3 DEFINITIONS A. Base Course: Layer of open -graded aggregate beneath the bedding course layer, comprised of small to medium -particle -sized crushed stone (typically '/2" to 1"). Recommended depth of the base layer shall be four inches (4"), but shall not exceed six inches (6"). B. Bedding Course: Layer of open -graded aggregate directly beneath the unit pavers, compromised of small -particle -sized crushed stone chips (typically '/4" to 3/8" rock). Also commonly called the "setting bed". Recommended depth of the bedding course layer shall be two inches (2"). C. Bundle: Several layers of paver clusters stacked vertically, packaged, and tagged for shipment. Also commonly called a "cube". D. Chamfer: A 45 degree beveled edge around the top of a paver unit, usually 1/8" to 1/4" wide. It facilitates snow removal, helps prevent edge chipping, and delineates the individual paver units. E. Cluster: The group of pavers forming a single layer taken from a bundle of pavers or the group of pavers held by the clamp of a paver laying machine. F. Flats. The portion of the vertical side faces of a paver other than the space bars. G. Laying Face: The working edge of the pavement where the laying of pavers is occurring. H. Mechanical Installation: The use of specialized machines to lift clusters of pavers from the bundles and place them on the prepared bedding course. These specialized machines are designed specifically for this application. I. Method Statement: The paver installer's and manufacturer's plan for construction and quality control of the pavers. J. Space Bars. Small protrusions on each side of pavers which are used to keep them uniformly spaced while minimizing chipping and spalling. Mechanically installed pavers must have space bars. K. Sub -Base Course: Layer of open -graded aggregate beneath the base course layer, comprised of large particle -sized (typically 2 %2" to 3") crushed stone. Depth shall vary depending upon site conditions and specific requirements. Minimum depth of the sub -base course shall be twelve inches (12"). L. Void Filler: Open -graded aggregate used to fill the openings in the paver units. The bedding course aggregate may be used as the void filler. Smaller particle -sized stone chips (1/8" to I/4") are preferable, if available. M. Wearing Course' The top surface of the paver surrounded by a chamfer. 5-06.4 SUBMITTALS A. Material samples of pavers showing the range of variation within the selected color(s) for approval by the owner/architect/engineer, void filler aggregate, bedding course aggregate, base and sub -base course aggregate including a current sieve analysis of each showing conformance to the specifications 5-06.5 QUALITY ASSURANCE 126 A. The manufacturer and installer shall demonstrate that they have supplied and/or installed ecological pavers for projects of a similar nature, with regard to installation and production capacity of at least 100,000 square feet. Qualifications shall be submitted at time of bid, without exception. Paver Manufacturer's Qualifications 1. The manufacturer shall demonstrate of minimum of 5 years successful experience in the manufacture of interlocking concrete block pavers. 2. The manufacturer shall have sufficient production capacity and established quality control procedures to produce, transport, and deliver the required number of pavers with the quality specified, without causing a delay to the work. 3. The manufacturer shall have suitably experienced personnel and a management capability sufficient to produce the number of quality pavers as depicted on the contract drawings and as specified herein. 1. 2. 3. Paver Installer's Qualifications Installer shall provide installation history, including references in writing with contact information, demonstrating to the satisfaction of the owner their ability to perform the paver installation and related work indicated in the plans and specifications. The installer shall have suitably experienced personnel and a management capability sufficient to execute the work shown on the contract drawings and specified herein. The installer's foreman shall demonstrate, including references, a minimum of 5 years experience in the installation of unit paver systems similar in size and nature to this project. 5-06.6 DELIVERY, STORAGE AND HANDLING 1. Concrete paving stones shall be delivered to the site, with or without pallets, in such a way that no damage occurs to the product during hauling and unloading. 2. All pavers shall be delivered to the site in approximately the chronological order in which they were manufactured. They shall be staged on the site as per the method statement. 3. Each bundle of pavers shall be marked with a weather-proof tag identifying at a minimum the manufacturer, the date of manufacture, the mold number, the project name and phase for which the pavers were manufactured and the sequential bundle number. 5-06.7 MATERIALS ECOLOGICAL PAVERS A. All interlocking paving stones shall be 0.20 feet thick and shall comply with the quality specifications for solid concrete interlocking paving units as required per ASTM C 936. 1. Portland Cement: Conform to ASTM C 150. 127 2. Aggregates: Conform to ASTM C 33 for normal weight concrete aggregate (no expanded shale or lightweight aggregate) except that grading requirements shall not necessarily apply. 3. Water: Clean and free from any deleterious matter. 4. Other Constituents: Air -entraining admixtures, integral water repellents and finely ground silica shall have a proven record of performance and shall conform to the relevant ASTM standards. 5. Compressive Strength: At time of delivery to the work site, the average compressive strength of the pavers shall not be Tess than 8,000 psi, with no individual unit less than 7,200 psi. Testing procedures shall be in accordance with ASTM C140. 6. Absorption: The average absorption shall not be greater than five percent (5%) with no individual unit result greater than seven percent (7%) per ASTM C 140. 7. Resistance to Freezing and Thawing: The manufacturer shall satisfy the purchaser by laboratory testing that the paving units have adequate resistance to freezing and thawing per ASTM C 67. The specimens shall have no breakage and not greater than 1% loss in dry weight of any individual unit when subject to 50 cycles of freezing and thawing. 8. Dimensional Tolerances: Pavers shall be prismatic in plan and formed with straight, uniformed edges. The tolerance for the flat portions of the sides shall not exceed 1/32" as measured with a steel straight edge. "Slumped" pavers exceeding this tolerance will be rejected. The length, width and thickness of the paving stones shall meet the allowable tolerances specified in ASTM C 936. 9. Pigment: Conforming to ASTM C 979. 10. Color: The color for the permeable pavers shall be Umpqua (a mixture of tan, charcoal and burgundy). 11. No paver shall be used for this project which has been manufactured in a mold that exceeds the mold life. 12. The measurement across a cluster from any cube shall not vary by more than the allowable tolerance of the individual paver units (1/16" per paver times the number of pavers across the cluster). B. VISUAL INSPECTION All units shall be sound and free of defects that would interfere with the proper placing of the unit or impair the strength or permanence of the construction. Minor cracks incidental to the usual methods of handling in shipment, delivery and installation, shall not be deemed grounds for rejection. 5-06.7(1) AGGREGATE MATERIALS A. Bedding Course and Void Filler Aggregate The bedding course and void filler aggregate shall be washed, free of organics and soluble slats, or other containments likely to cause efflorescence. The grading requirement shall be in compliance with the following gradation chart. ASTM Sieve Size Percent Passing (By Weight) 1/2 inch 100 - 100 3/8 inch 94 — 100 128 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 % inch 39 — 94 No. 4 23 — 39 No. 8 8 — 23 No. 16 0-8 B. Base Course Aggregate The base course aggregate shall consist of washed, open -graded stone and meet the following gradation chart. ASTM Sieve Size Percent Passing (By Weight) 1 % inch 100 — 100 1 inch 90 — 100 % inch 48 — 90 '/2 inch 27 — 48 %inch 12-27 No.4 0-12 C. Sub -Base Course Aggregate The sub -base course aggregate shall consist of washed, open -graded stone and meet the following gradation chart. ASTM Sieve Size Percent Passing (By Weight) 4 inch 100 — 100 3 inch 80 — 100 2%inch 50-80 2 inch 20 — 50 1 %inch 5-20 1 inch 0 — 5 5-06.8 CONSTRUCTION REQUIREMENTS 5-06.8(1) SUBGRADE A. The site engineer shall verify that the subgrade has been shaped and compacted in conformance to the lines, grades and cross-sections shown on the plans, to provide for the construction of the Aqua-Bric Permeable Pavement System Pavement structure. B. Site grades can be raised to the design subgrade elevation using clean native earth fill (free of deleterious material). This fill should be placed in lifts not exceeding six inches (6") and compacted to a minimum of ninety- five percent (95%) Modified Proctor density. The final subgrade profile should be uniformly compacted to a minimum of ninety-eight percent (98%) Modified Proctor density and proof -rolled using a vibratory steel 129 drum roller to delineate soft areas. Removing the unstable soil and replacing with clean, dry compacted earth fill shall be performed to repair these areas. C. The requirements to include sub -drains in the pavement base design would depend on the subgrade soil conditions. It is recommended that an experienced, qualified geotechnical engineer determine the requirements for sub -drains. If required, the sub -drain pipe shall consist of a four -inch (4") diameter PVC perforated pipe. The pipe would be placed below the sand filter layer and surrounded by gravel backfill for drain as shown in the Plans. The sub -drain shall drain into a catch basin or other frost -free positive outlet. 5-06.8(2) SUB -BASE COURSE A. The thickness of the sub -base course layer will depend upon the subgrade soil conditions and the anticipated traffic loadings. It is recommended that a site assessment be carried out by an experienced qualified geotechnical engineer to determine the required thickness of the sub -base course. B. The sub -base course shall consist of a minimum thickness of twelve inches (12") and be compacted using a vibratory smooth -drum roller. It shall be installed in lifts not to exceed six inches (6"). Upon completion of the sub -base course installation, the areas shall be proof -rolled using a heavy rubber -tired vehicle (such as a loaded tandem truck) to identify any areas requiring additional compaction. The sub -base course shall be installed to the elevation and cross-section per the plan documents. 5-06.8(3) EDGE RESTRAINTS A. All edge restraints, if required, shall be constructed as shown on the plans in place prior to the installation of the base course, bedding course and pavers. 5-06.8(4) BASE COURSE A. The base course shall consist of a thickness of 2 3/4 ", placed in one lift, and be compacted using a vibratory smooth -drum roller until there is no visible movement of aggregate under static rolling. The base course shall be installed to the elevation and cross-section per the plan documents. 5-06.8(5) BEDDING COURSE A. The bedding course shall be spread loose in a uniform layer to give a depth after compaction of the paving units of two inches (2"), plus or minus 'A". The contractor shall screed the bedding course using either a mechanical screed beam apparatus or by the use of screed guides and boards. B. The screeded bedding aggregate shall not be subjected to any traffic by either mechanical equipment or pedestrian use prior to the installation of 130 the paver units. The voids left after the removal of the screed rails shall be filled with loose aggregate as the paver bedding course proceeds. 5-06.8(6) ECOLOGICAL PAVERS A. The pavers shall be installed in approximately the order in which they were manufactured. No cluster shall be installed next to a cluster that was manufactured more than 1,000 cycles before or after. B. Lay pavers away from the existing laying face or edge restraint in such a manner as to ensure that the pattern remains square. Chalk lines shall be used upon the bedding course to maintain straight joint lines. Joint spacing between pavers shall be between 1/8" and 1/4"; however, the joint width may need to be increased to 3/8" (if necessary) to maintain straight joint lines. Lines and grades shown on the plans shall be established and maintained during the installation of the wearing course. C. Pavers shall be cut using a table -mounted masonry saw. Block splitting shall not be permitted. All cut faces shall be vertical. Dry cutting of the pavers shall be performed utilizing a dust collection system. D. Once the pavers have been placed upon the bedding course and all cut pavers have been inserted to provide a full and complete surface, inspect the pavers for damaged units and remove and replace those units. Once all pattern lines have been straightened, the void filler shall then be placed into the paver openings to the top of the chamfer on the pavers and the surface swept broom clean. E. The pavement surface shall be compacted to achieve consolidation of the bedding course and paving stones and brought to design levels and profiles by two passes of a suitable compactor. Compaction of the pavers shall be accomplished by the use of a vibratory plate compactor capable of a minimum of 4,500 pounds of compaction force. No compaction shall be permitted within three feet (3') of unrestrained edges of the pavement. After compaction, inspect the pavers for damaged units and remove and replace those units. F. On completion of vibration after void filling, the surface tolerances shall be plus or minus'/2" from finish levels. The pavers shall be flush to %2" above edge restraints. Additional void filler material shall be swept in the paver voids, as required, to within %2" from the bottom of the chamfer on the paving stones. Upon completion, the wearing course surface shall be swept clean of all excess materials. Remove from the site all surplus materials equipment and debris resulting from those operations. 5-06.9 MEASUREMENT Permeable paver will be measured by the square foot of paver actually placed. 2W — 3'/2" sub -base course aggregate will be measured by the cubic yard of aggregate actually placed. 131 Base course aggregate will be measured by the cubic yard of aggregate actually placed. 1 1 Bedding course aggregate will be measured by the cubic yard of aggregate I actually placed 5-06.10 PAYMENT "Permeable Paver", per square foot. "2 1/2" — 3'/2" Sub -base Course Aggregate", per cubic yard. "Base Course Aggregate", per cubic yard. "Bedding Course Aggregate", per cubic yard. The unit Contract price per square foot or square yard for the bid items specified above shall be full pay for furnishing all labor, tools, equipment and materials required to construct the permeable paver section. DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS Description Section 7-05.1 is supplemented with the following: This work shall also consist of furnishing and installing infiltration trench cleanouts and sampling catch basins. Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is supplemented with the following: Manholes, catch basins, valve boxes, cleanouts, monument cases and other utility castings shall be adjusted as detailed in Section 5-04 3(13) of these contract Special Provisions. Measurement Section 7-05.4 is supplemented with the following: Sampling catch basin will be measured per each. Circular frame and cover for sampling catch basin will be measured per each. Infiltration trench cleanout will be measured per each. Payment Section 7-05.5 is supplemented with the following: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 "Sampling Catch Basin", per each I "Circular Frame and Cover for Sampling Catch Basin", per each. 132 1 "Infiltration Trench Cleanout", per each. The unit contract price per each for "Infiltration Trench Cleanout" shall be full pay for furnishing and installing the cleanout, including all Structure excavation, Class 3000 cement concrete, fiber joint packing and cast iron ring and cover per the detail in the Contract plans. Structure excavation, gravel backfill for bedding, and all costs associated with furnishing and installing backfill material for sampling catch basin is considered incidental to the cost of the catch basins and shall be included in the unit Contract price for the sampling catch basin. DIVISION 8 MISCELLANEOUS CONSTRUCTION EROSION CONTROL AND WATER POLLUTION CONTROL Construction Requirements General (April 3, 2006) Erodible Soil Eastern Washington The eighth paragraph of Section 8-01.3(1) is revised to read: 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, unless authorized by the Engineer: July 1 through September 30 October 1 through June 30 ROADSIDE RESTORATION Topsoil Type C Section 8-02.3(4) is supplemented with the following: 30 days 15 days Description This work shall also consist of furnishing and installing 5% Amended Topsoil Type C and 10% Amended Topsoil Type C. Materials Compost used in making 5% Amended Topsoil Type C and 10% Amended Topsoil Type C shall meet the Compost specifications as detailed elsewhere in these special provisions. 133 Construction Requirements 5% Amended Topsoil Type C shall contain approximately 25 percent compost, by volume, and approximately 75 percent Topsoil Type C. 10% Amended Topsoil Type C shall contain approximately 40 percent compost, by volume, and approximately 60 percent Topsoil Type C The amended topsoils shall be thoroughly mixed before placement. Measurement 5% and 10% Amended Topsoil Type C will be measured by the cubic yard in place determined by the limits shown in the Plans Payment "5% Amended Topsoil Type C", per cubic yard. "10% Amended Topsoil Type C", per cubic yard. The unit contract price per cubic yard for "_% Amended Topsoil Type C" shall be full pay for furnishing compost and topsoil type C, mixing the two, and placing the amended topsoil at the locations as detailed in the Contract plans. DIVISION 9 MATERIALS AGGREGATES Aggregates for Hot Mix Asphalt For use when HMA is being utilized on a project 9-03.8(2) HMA Test Requirements (May 25, 2006 APWA GSP) Section 9-03.8(2) is supplemented with the following. ESAL's The number of ESAL's for the design and acceptance of the HMA shall be *** 1 *** million 9-03.8(7) HMA Tolerances and Adjustments (May 25, 2006 APWA GSP) Item 1 is deleted and replaced with: (****) 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04 3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial 134 1 1 Aggregate, percent passing 1", 3/4", %2", and 3/8" sieves U.S. No. 4 sieve U.S. No. 8 sieve U.S. No. 200 sieve Asphalt Binder Evaluation Evaluation ±6% ±6% ±6% ±2.0% ±0.5% ±8% ±8% ±8% ±3.0% ±0.7% These tolerance limits constitute the allowable limits as described in Section 1- 06.2. The tolerance limit for aggregate shall not exceed the limits of the control points section, except the tolerance limits for sieves designated as 100% passing will be 99- 100. The tolerance limits on sieves shall only apply to sieves with control points. EROSION CONTROL AND ROADSIDE PLANTING Compost Section 9-14.4(8) is supplemented with the following: Compost blended with Topsoil Type C to produce 5% Amended Topsoil Type C and 10% Amended Topsoil Type C shall have the following specifications: Material must meet the definition for "composted materials" in WAC 173-350 section 220.This code is available online at http://www ecy.wa.gov/programs/swfa/facilities/350.html. Organic matter content between 35 and 65 percent as determined by loss of ignition test method (ASTM D 2974). pH between 5.5 and 7.0. Carbon:nitrogen ration between 20:1 and 35:1. Maximum electrical conductivity of 3 ohms/cm. Moisture content range between 35 and 50 percent. No viable weed seeds. Manufactured inert material (plastic, concrete, ceramics, etc.) should be less than 1 percent on a dry weight or volume basis. Metals should not be in excess of limits on the following table: Metal Arsenic Cadmium Copper Lead Mercury Molybdenum Nickel Selenium Limit(mg/kg dry weight) <= 20 ppm <= 10 ppm <= 750 ppm <= 150 ppm <= 8 ppm <= 9 ppm <= 210 ppm <= 18 ppm 135 STANDARD PLANS August 3, 2009 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 transmitted under Publications Transmittal No. PT 09-013, effective August 3, 2009 is made a part of this contract. The Standard Plans are revised as follows: All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt". All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA". B-10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C -la In the TYPE 10 WOOD POST ASSEMBLY, delete callout — NESTED THRIE BEAM In the TYPE 11 WOOD POST ASSEMBLY, THE 18" button head bolt is revised to 25" C -lb In the ANCHOR POST ASSEMBLY, the above ground 7 1/2" long bolt connecting the Wood Breakaway Post to the Foundation Tube is revised to 10" long. C-3, C -3B, C -3C Note 1 is revised as follows: replace reference F -2b with F-10.42 C-5 In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit". C-10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" F-10.20 GENERAL NOTE Revise as follows: Replace reference to F-3 with F-30.10 F-40.12 through F-40.18 The following note is added to these five plans. Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2%. G-24.40 Existing callout - CORNER BOLT (TYP ) New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) 136 1 J-28.40 Add to the end of Note 4. DO NOT OVERTIGHTEN. After State Inspection, Burr threads to prevent nut rotation. J-40.10, Section A replace 3" MIN. with 3" MAX. K-80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K-80.35 L-20.10, Sheet 1 Delete all references to tension cable and substitute tension wire. Add knuckled selvage is required on the top edge of the fence fabric. L-20.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. L-30.10, Sheet 1 Delete all references to tension cable and substitute tension wire. L-30.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. M-1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to 300' MIN. M-20.30 LEFT EDGE OF LANE PLACEMENT DETAIL Dimension 4" replaced with 1" The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 8/07/07 A-30.30-00 11/08/07 A-50.20-00 11/17/08 A-10.20-00 10/05/07 A-30.35-00 10/12/07 A-50.30-00.....11/17/08 A-10.30-00 10/05/07 A-40.10-00 10/05/07 A-50 40-00.....11/17/08 A-20.10-00 8/31/07 A-40.20-00 9/20/07 A-60.10-00 10/05/07 A-30.10-00 11/08/07 A-40.50-00 11/08/07 A-60.20-00 10/05/07 A-30.15-00 11/08/07 A-50.10-00.....11 /17/08 A-60.30-00 11/08/07 A-60.40-00 8/31/07 B-5.20-00 6/01/06 B-30.50-00 B-5.40-00 6/01/06 B-30.70-01 B-5.60-00 6/01/06 B-30.80-00 B-10.20-00 6/01/06 B-30.90-01 B-10.40-00 6/01/06 B-35.20-00 6/01/06 B-75.20-01 6/10/08 8/31/07 B-75.50-01 6/10/08 6/08/06 B-75.60-00 6/08/06 9/20/07 B-80.20-00 6/08/06 6/08/06 B-80.40-00 6/01/06 137 B-10.60- 00 6/08/06 B-15.20-00 6/01/06 B-15 40-00 .6/01/06 B-15.60-00 6/01/06 B-20.20- 01 11/21/06 B-20.40- 02 6/10/08 B-20.60-02 6/10/08 B-25.20-00 6/08/06 B-25.60-00. 6/01/06 B-30.10- 00 6/08/06 B-30.20-01 11/21/06 B-30.30- 00 6/01/06 B-30.40- 00 6/01/06 C-1 2/10/09 C-1 a 2/10/09 C -lb 10/31/03 C-1 c . ...5/30/97 C-1 d . .10/31/03 C- 2 1/06/00 C -2a.. 6/21/06 C -2b 6/21/06 C -2c.... 6/21/06 C - 2d 6/21/06 C - 2e 6/21/06 C -2f... .........3/14/97 C -2g 7/27/01 C -2h 3/28/97 C - 2i C -2j C - 2k 7/27/01 C - 2n 7/27/01 C - 2o 7/13/01 C - 2p 10/31/03 3/28/97 6/12/98 C-10. .7/31/98 C-25.20-03 2/03/09 C-13. 7/3/08 C-25.22-02.......2/03/09 B-35.40-00 B-40.20-00 B-40.40-00 B-45 20-00.. B-45 40-00.. 6/08/06 B-82.20-00.... 6/01/06 6/01/06 6/01/06 6/01/06 6/01 /06 B-50.20-00. B-55.20-00 B-60.20-00. B-60.40-00 B-65 20-00.. ..... 6/01/06 B-85 10-01 6/10/08 B-85.20-00 6/01/06 B-85.30-00 6/01/06 B-85.40-00 6/08/06 ....6/01/06 B-85.50-01 .....6/10/08 6/01/06 6/08/06 6/01/06 B-65.40-00.. B-70 20-00 .....6/01/06 ... 6/01/06 B-70.60-00 B-90.10-00 6/08/06 B-90.20-00......6/08/06 B-90 30-00 .....6/08/06 B-90.40-00 6/08/06 B-90 50-00... 6/08/06 B-95.20-01 2/03/09 6/01/06 B-95.40-00 6/08/06 C -4e.... 2/20/03 C -4f 6/30/04 C-5 10/31/03 C-6 ...5/30/97 C -6a 3/14/97 C -6c 1/06/00 C -14i 2/10/09 C -14j 12/02/03 C -14k 2/10/09 C -15a .7/3/08 C -15b ........ ..7/3/08 C - 16a 11/08/05 C -6d 5/30/97 C - 16b..... 11/08/05 C -6f .............. 7/25/97 C-20.14-00 2/06/07 C-7.. 10/31/03 C-20.40-00.......2/06/07 C -7a........ 10/31/03 C-20.42-00 2/03/09 C-8 2/10/09 0-22.14-00. 2/03/09 C -8a 7/25/97 C-2216-00.. ...2/03/09 C -8b ...............2/10/09 C-22.40-01 10/05/07 C -8e .... ...........2/21 /07 C-23.60-00 2/06/07 C -8f 6/30/04 C-25 18-01 .....9/20/07 0- 0-13a ..............7/3/08 C-25.26-00.... .2/03/09 C -13b. 7/3/08 C-25.80-01.......7/3/08 0-13c... 7/3/08 0-28.40-00 2/06/07 C -14a 7/3/08 C-40.14-00.... 2/03/09 138 3 10/04/05 C - 3a 10/04/05 C -3b 10/04/05 C -3c 6/21/06 C-4 2/21/07 C -4b 6/08/06 D-2.02-00 11/10/05 D-2.04-00 11/10/05 D-2.06-01 1/06/09 D-2.08-00 11/10/05 D-2.10-00.... 11/10/05 D-2.12- 00 11/10/05 D-2.14-00 11/10/05 D-2.16-00 11/10/05 D-2.18-00 11/10/05 D-2.20- 00 11/10/05 D-2.30- 00 11/10/05 D-2.32-00 11/10/05 D-2.34-01 1/06/09 D-2.36-02 1/06/09 D-2.38- 00 11/10/05 D-2.40-00 11/10/05 D-2.42- 00 11/10/05 E-1 2/21/07 E-2 5/29/98 F-10.12-00 12/20/06 F-10.16-00 12/20/06 F-10.40-01 7/3/08 F-10.42-00 1/23/07 F-10 62-01 9/05/07 F-10.64- 02 7/3/08 G-10.10-00 9/20/07 G-20.10-00 9/20/07 G-22.10-01... ...... 7/3/08 G-24.10-00 11/08/07 G-24.20-00 11/08/07 G-24.30- 00 11/08/07 G-24.40- 01 12/02/08 C -14b 7/26/02 0-40.16-00 2/03/09 C-40.18.00 2/03/09 C-90.10-00 7/3/08 C -14c 7/3/08 C -14d 7/3/08 C -14e 7/3/08 C -14h 2/10/09 D-2.44-00 11/10/05 D-2.46-00 11/10/05 D-2.48-00 11/10/05 D-2.60-00 11/10/05 D-2.62-00 11/10/05 D-2.64-01 1/06/09 D-2.66-00 D-2.68-00 D-2.78-00 D-2.80-00 D -3b 6/30/04 D -3c 6/30/04 D-4 12/11/98 D-6 6/19/98 D-10.10-01 12/02/08 D-10.15-01 12/02/08 11/10/05 D-10.20-00 7/8/08 11/10/05 0-10.25-00 7/8/08 11/10/05 0-10.30-00 7/8/08 11/10/05 0-10.35-00 7/8/08 0-2.82-00 11/10/05 D-10.40-01 12/02/08 D-2.84-00 11/10/05 D-10.45-01 12/02/08 D-2.86-00 11/10/05 D-15.10-01.....12/02/08 D-2.88-00 11/10/05 D-15.20-01 1/06/09 D-2.92-00 11/10/05 D-15.30-01 12/02/08 D-3 7/13/05 D3a 12/02/08 E-4 8/27/03 E -4a 8/27/03 F-30.10-00 1/23/07 F-40.10-01 10/05/07 F-40.12-00 2/07/07 F-40.14-00 2/07/07 F-40.15-00 2/07/07 F-40.16-00 2/07/07 G-24.60-00 11/08/07 G-25.10-01 1/06/09 G-30.10-00 11/08/07 G-50.10-00 11/08/07 G-60.10-00 8/31/07 G-60.20-00 8/31/07 G-60.30-00 F-40.18-00. 2/07/07 F-40.20-00 10/05/07 F-42.10-00 10/05/07 F-80.10-00 1/23/07 G-70.20-00 10/5/07 G-70.30-00 10/5/07 G-90.10-001/06/09 G-90.20-001/06/09 G-90.30-00 1/06/09 G-90.40-001/06/09 8/31/07 G-95.10-00 11/08/07 139 G-24.50- G-70.10-00. .10/5/07 G-95.20-01.. 7/10/08 00 11/08/07 G-95.30-01 7/10/08 H-10.10-00 7/3/08 H-32.10-00 9/20/07 H-70.10-00 9/05/07 H-10.15-00. 7/3/08 H-60.10-01 7/3/08 H-70.20-00 9/05/07 H-30.10-00.. . 10/12/07 H-60 20-01 7/3/08 H-70 30-01 11/17/08 1-10 10-00 ..... . .8/31/07 1-30 50-00 11/14/07 1-50.20-00 8/31/07 1-30.10-00 9/20/07 1-40.10-00.. 9/20/07 1-60.10-00......8/31 /07 1-30.20-00 9/20/07 1-40.20-00 9/20/07 1-60.20-00.... ...8/31/07 1-30.30-00. 9/20/07 1-50.10-00.......9/20/07 1-80.10-00. 8/31/07 1-30.40-00......10/12/07 J-1 f 6/23/00 J -9a ...............4/24/98 J-28.30-00. .8/07/07 J-3..... 8/01/97 J-10 7/18/97 J-28.40-00 8/07/07 J -3b 3/04/05 J- J-28.42-00 8/07/07 11 b .9/02/05 J -3c 6/24/02 J-12 2/10/09 J-28.45-00 8/07/07 J -3d 11/05/03 J -16a 3/04/05 J-28.50-00. 8/07/07 J-5. . .............8/01/97 J -16b ...2/10/09 J-28.60-00. 8/07/07 J -6c 4/24/98 J -16c 2/10/09 J-28.70-00 11/08/07 J -7a 9/12/01 J-18 2/10/09 J-40.10-00 1/06/09 J -7c 6/19/98 J-19 2/10/09 J-40.30-00 1/06/09 J -7d 4/24/98 J-20 9/02/05 J-75.10-00 2/10/09 J -8a..... 5/20/04 J-28.10-00 8/07/07 J-75.20-00. ..2/10/09 J -8b 5/20/04 J-28.22-00 8/07/07 J-75.30-00 2/10/09 J -8c 5/20/04 J-28.24-00. ....8/07/07 J-90.10-00 2/10/09 J -8d .... 5/20/04 J-28.26-01... .12/02/08 J-90.20-00 2/10/09 K-10.20-01 10/12/07 K-26.40-01....10/12/07 K-40.60-00 2/15/07 K-10.40-00 2/15/07 K-30.20-00. 2/15/07 K-40.80-00 2/15/07 K-20 20-01.....10/12/07 K-30.40-01 10/12/07 K-55.20-00. ....2/15/07 K-20.40-00 2/15/07 K-32.20-00 2/15/07 K-60.20-02 7/3/08 K-20.60-00 2/15/07 K-32.40-00. ....2/15/07 K-60.40-00 2/15/07 K-22 20-01 10/12/07 K-32.60-00 2/15/07 K-70.20-00......2/15/07 K-24.20-00.......2/15/07 K-32.80-00. 2/15/07 K-80.10-00 2/21/07 K-24.40-01 10/12/07 K-34.20-00.. ... 2/15/07 K-80.20-00 12/20/06 K-24.60-00 2/15/07 K-36.20-00......2/15/07 K-80.30-00 2/21/07 K-24.80-01.... 10/12/07 K-40.20-00. 2/15/07 K-80.35-00 2/21/07 K-26.20-00 2/15/07 K-40.40-00......2/15/07 K-80.37-00 2/21/07 L-10.10-00 2/21/07 L-40.10-00......2/21/07 L-70.10-01 5/21/08 L-20 10-00 . 2/07/07 L-40.15-00 2/21/07 L-70.20-01 .....5/21 /08 L-30.10-00 .2/07/07 L-40.20-00. 2/21/07 M-1.20-01 1/30/07 M-7.50-01.. ....1 /30/07 M-24.60-02 2/06/07 M-1 40-01.. _1/30/07 M-9.50-01 .....1 /30/07 M-40 10-00.. .9/20/07 M-1.60-01.......1/30/07 M-9.60-00 ...2/10/09 M-40 20-00 .10/12/07 M-1.80-02.......8/31/07 M-11.10-01....1/30/07 M-40.30-00 9/20/07 M-2.20-01 1/30/07 M-15.10-01.. ..2/06/07 M-40.40-00 9/20/07 M-2 40-01.. ...1/30/07 M-17.10-02.. ....7/3/08 M-40.50-00 9/20/07 M-2 60-01... ..1/30/07 M-20.10-01 .. .1/30/07 M-40 60-00... 9/20/07 140 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 M-3.10-02 2/10/09 M-20.20-01 .1/30/07 M-60.10-00 9/05/07 M-3.20-01 1/30/07 M-20.30-01 1/30/07 M-60.20-01 2/03/09 M-3.30-02 2/10/09 M-20.40-01 1/30/07 M-65.10-01 5/21/08 M-3.40-02 2/10/09 M-20.50-01 1/30/07 M-80.10-00 6/10/08 M-3.50-01 1/30/07 M-24.20-01 5/31/06 M-80.20-00 6/10/08 M-5.10-01 1/30/07 M-24.40-01 5/31/06 M-80.30-00 6/10/08 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 9fis day of Mara , 2010, by and between the City of Yakima, hereinafter called the Owner, and RP&E Construction, Inc., a Washington Corporation, hereinafter called the Contractor WITNESSETH That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF. $ 179,063.13, for J St. Low Impact Development Demonstration, Project No 2291, all in accordance with, and as described in the attached plans and specifications and the 2008 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Twenty five (25) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III INDEMNIFICATION The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non-performance of the services, duties and obligations required of it under this Agreement. IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this S day of I"krc 2010 RP&E Construction, Inc., a Washington Corporation Contractor Attest: City er By' (Print Name) Its V•2 -c - (President, Owner, etc.) Address. 1542 Smithson Rd. Ellensburg, WA 98926 Bond No. SSB 399423 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersignedRP & E Construction, Inc . a Ellensburg, WA Corporation es Principal and RLI Insurance Company 8 corporation organized and existing under the laws of the Slate of Illinois as a surety corporation, end qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal 179,063.13 ty, ore Jody and severally held and firmly bound to the CITY OF YAKIMA In the penal sum of $ for the payment of which sum on demand we bend ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation Is entered Into In pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA, Seattle , DATED atNiiitietepWas19 hington, this thtey of Febrn Waxy 20 _1(1. Never -the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on F.Obruary 16 , 2p 10 , the City Manager and Clly Clerk of the CITY OF YAKIMA has let or is about to let to the said RP & E Construction. Inc . the above bounded Principe!, a certain contract, the said contract being numberesfW 2291 , and providing for J St. Low Impact Development (which contract Is referred to herein end Is made a part hereof as though attached hereto), and, Demonstration WHEREAS, the said Principal has accepted, or is about to accept, the said oontract. and undertake to perform the work therein provided for In the manner and within the time set forth; NOW THEREFORE, if the said RP & E Construction, Inc. shati faithfully perform ail of the provisions of said contract In the manner and within the time therein set forth, or within such extensions of erne as may be granted under said contract, and shell pay all laborers, mechanics, subcontractors and material men, end all persona who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub- contractor in the performance of said work and shall indemnify and hold the CITY OF YAKIMA, lta employees, agents, end elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or ham defects appearing or developing in the material or workmanship provided or performed under geld contract, then and In that event this obligation shall be void; but otherwise 11 shalt be and remain In full force and effect_ RP & E Construction, Inc. (Contractor) (Print Name) Its; �(i?Po5i(;l (President Owner, etc,,,) 204/ RLI Insurance Company Approved este form: ( fY Attorney) Christopher A. (Print Name) Its; Attorney -in -Fact 1 1 1 1 1 1 1 1 1 1 1 1 1 1 RLI Surety P O Box 3967 1 Peoria, 1L 61612-3967 Phone: (800)645-2402 I Fax. (309)689-2036 www.rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: Christine V. Felicetty. Nicholas B. Fix. Richard A, Fix. Myung S. Fix. Christopher A. Fix Jointly or severally. in the City of Seattle , State of Washington its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 14th day of January , 2010 . State of Illinois County of Peoria }ss RLI Insurance Company IOn this 14th day of January 2010 , before me, a Notary Public, personally appeared Roy C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid Iofficer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By. 1 1 Jac "OFFICIAL SEAL" ARY STATr JACQUELINE M. BOCKLER wnos COMMISSION EXPIRES 03/01/10 Notary Public CERTIFICATE Vice President I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of th Ri'i Insurance Company this 19thday of February , 4U.LU RLI Insurance Company By. Roy C. Di 4665703030110 Vice President A0059207 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ACCoRa CERTIFICATE OF LIABILITY INSURANCE 2/26'2010' PRODUCER (509) 248-3515 FAX: (509) 248-3673 Terril Lewis & Wilke Ins P 0 Box 1789 112 S 4th Street Yakima WA 98907 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED R P & E Construction , Inc 1542 Smithson Rd Ellensburg WA 98926 INSURER Western National Assurance Co A INSURER B GENERAL X INSURER C CPP101452600 INSURER D 10/29/2010 INSURER $ 1,000,000 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR ADD'L NSR6 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDIYYYY) POLICY EXPIRATION DATE (MMIDDIYYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY CPP101452600 10/29/2009 10/29/2010 EACH OCCURRENCE $ 1,000,000 DAMAGE RENTED PREMISES TO(Ea occurrence) $ 100 000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 5 000 PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER X POLICY X JPERCT LOC PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE X X X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS CPP101452600 10/29/2009 10/29/2010 COMBINED SINGLE LIMIT IEaacadenp $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Peracadent) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESS! UMBRELLA LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ EACH OCCURRENCE $ AGGREGATE $ $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITYER ANY PROPRIETOR/PARTNER/EXECUTIVE Y i N OFFICER/MEMBER EXCLUDED? (Mandatory in NH) It yes. descnbe under SPECIAL PROVISIONS below Stop Gap Liability CPP101452600 10/29/2009 10/29/2010 TORY LAMU- I X OT E L EACH ACCIDENT $ 1,000,000 E L DISEASE - EA EMPLOYEE $ 1,000,000 E L DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS The City of Yakima, its officers, elected or appointed officials, employees, agents, and volunteers are listed as additional insured's for J Street LID Demonstration Project, City Project No 2291 Additional insured endorsement form WNGL49 01/09 attached CERTIFICATE HOLDER CANCELLATION City of Yakima 129 N 2nd St Yakima, WA 98901 SHOULD AN'r OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL 003,60tAXYmAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. I XQ XIDYaX YOUCX i 44) 1 XCXXXYXXIXOPbXXtXX(YOR WW(1,1 (a AUTHORIZED REPRESENTATIVE Jenni fer ACORD 25(2009/01) INS025 (_c000' ) ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY WN GL 49 01 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU PRIMARY AND NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as anadditional insured any person or or- ganization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an addi- tional insured on your policy. Such person or or- ganization is an additional insured only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury' caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting. on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are com- pleted. B. The Limits of Insurance applicable to the additional insured are those specified in the -written contract or written agreement or in the Declarations of this policy, whichever is less. These Limits of Insur- ance are inclusive of, and not in addition to Limits of Insurance shown in the Declarations. C. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to: 1. "Bodily injury', "property damage" or "personal and advertising injury' arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying services, including: WN GL 49 01 09 a. The preparing, approving, or failing to pre- pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions; or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as a part of the same project. D. As respects the coverage provided under this en- dorsement, Paragraph 4.b. of the Other Insurance Condition is deleted and replaced by the following: 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contin- gent or on any other basis unless the written contract or agreement described in A. above specifically requires that this insurance be provided on either a primary basis or a pri- mary and noncontributory basis Includes copyrighted material of Insurance Services Office Inc. with its permission. Page 1 of 1 0 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009101) INS025 (zoom ) Statement of Intent to Pay Prevailing Wages Oepar9mant of iINDUSTHUS Received: 02/22/2010 Intent Id: 277810 Statement of Intent to Pay Prevailing Wage COMPANY Company Information: R P & E CONSTRUCTION INC RPECOCI935QL 602 769 909 146,175-00 1542 SMITHSON ROAD ELLENSBURG, WA 98926 (509) 925-5220 Payment Type: Electronic Company Signature: Electronic ' Page 1 of 2 Prevailing Wage Section Department of Labor & Industries PO Box 44540 Olympia, WA 98504-4540 (360) 902-5335 Status: Approved on 02/25/2010 PROJECT Public Agency: YAKIMA, CITY OF 129 N 2ND YAKIMA, WA 98901 Agency Contact Name: Bruce Floyd Agency Contact Phone: (509) 575-6138 County: YAKIMA Multiple Counties? No City: Yakima Job Site Address/Directions: W J Street from N 18th Ave to N 20th Ave Yakima, WA Project Name: J St. Low Impact Development Demonstration Contract Number: 2291 Bid Due Date: 02/09/2010 Award Date: 02/16/2010 Expected Job Start Date: 04/15/2010 Prime Contractor: R P & E CONSTRUCTION INC RPECOCI935QL (509) 925-5220 Does Your Company Intend To Hire Subcontractors To Perform No All Work? Does Your Company Intend To Hire Any Subcontractors? Apprentices? No Yes $ Amount: $179,063 13 Time and Materials No Number of Owners/Operators Performing Work on the Project that Own 30% or More of the Company. 1 httns://secureaccess wa.Qov/lni/nwia/Tntent/TntentPrint acn7Tfl=)77R1 (1 ')/')5/)n1 n 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Statement of Intent to Pay Prevailing Wages Will your company have employees perform work on this project? Does this project utilize American Recovery and Reinvestment Act. (ARRA) funds? No More specifically, does this project utilize any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? No Yes Filed by: Chris Roberts EMPLOYEES' WAGES Journey Level Trades/Occupations Page 2 of 2 County Trade Occupation Wage Fringe # Workers YAKIMA LABORERS ALL CLASSIFICATIONS $18 12 $0 00 3 YAKIMA POWER EQUIPMENT OPERATORS BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 METRIC TONS $50 39 $0 00 2 https://secureaccess.wa.eov/lni/nwiafIntent/IntentPrint.asn?ID=27783 0 2/2.5/2(110 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12 060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 153 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 ******************m*******************************************************,********************************************* OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C THE FIRST TWO (2) HOURS AF PER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AF I'ER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES TIIE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL FLOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N ALL HOURS WORKED ON SATURDAYS (EXCEPF MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 154 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -2- 1 THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AF1'ER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE -PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE' SHIFT AND ALL WORK PERFORMED AFT hR6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF 'PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AF1ER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) .SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W ALL HOURS WORKED ON SATURDAYS AND'SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND"ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS.SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12),HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS ,SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5.00 AM AND 5.00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON'SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE. OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 155 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -3- D ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF W AGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL FIOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL J-IOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL I-IOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY T ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ✓ ALL HOURS WORKED ON SATURDAYS AND ON MAKE-UP DAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -4- W THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR-DAY, TEN-HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES A. HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS. NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS. NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER.THANKSGIVING DAY, AND CHRISTMAS DAY (8). F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS, NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). M. HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS. NEW YEARS DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY 157 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -5- • PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFFERTHANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2). 5 S. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T PAID HOLIDAYS, NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AF'1ERCHRISTMAS (9). U PAID HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). ✓ PAID HOLIDAYS. SIX (6) PAID HOLIDAYS. W PAID HOLIDAYS. NINE (9) PAID HOLIDAYS. X. HOLIDAYS. AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS. NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). E PAID HOLIDAYS. NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CIIRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2). F PAID HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. PAID HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS NEW VEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFI ER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J PAID HOLIDAYS. NEW VEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER TFIANNKSGIVING DAY AND CHRISTMAS DAY (81. UNPAID FIOLIDAY, PRESIDENNTS' DAY 158 BENEFIT CODE KEY - EFFECTIVE 09-02-2009 -6- T PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U HOLIDAYS: NEW YEARS DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). ✓ PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEARS DAY, DAY BEFORE OR AF! ER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). Y PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY Al IER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). Z. HOLIDAYS. NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY NOTE CODES A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' - $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' - $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE. OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $0.75, LEVEL B: $0.50, AND LEVEL C. $0.25 M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A. $1.00, LEVEL B: $0.75, LEVEL C. $0.50, AND LEVEL D $0.25 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT $2.00, CLASS B SUIT $1.50, CLASS C SUIT $1.00, AND CLASS D SUIT $0.50. 159 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key YAKIMA COUNTY EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $31 61 1H 5D BOILERMAKERS JOURNEY LEVEL $53 61 1C 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $38 62 1M 5A CABINETMAKERS (IN SHOP) JOURNEY LEVEL $19 24 1 CARPENTERS ACOUSTICAL WORKER $37.22 1M 50 BRIDGE, DOCK AND WARF CARPENTERS $47 36 1M 5D CARPENTER $37.22 1M 5D CREOSOTED MATERIAL $37.22 1M 5D DRYWALL APPLICATOR $37.22 1M 50 FLOOR FINISHER $37.22 1M 5D FLOOR LAYER $37.22 1M 5D FLOOR SANDER $37.22 1M 5D MILLWRIGHT $48.36 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $47 56 1M 5D SAWFILER $37.22 1M 5D SHINGLER $37.22 1M 5D STATIONARY POWER SAW OPERATOR $37.22 1M 5D STATIONARY WOODWORKING TOOLS $37.22 1M 5D CEMENT MASONS JOURNEY LEVEL $35.30 1N 5D DIVERS & TENDERS DIVER ;100.28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 50 SURFACE RCV & ROV OPERATOR $52.23 1M 5D SURFACE RCV & ROV OPERATOR TENDER $50 72 18 5A DREDGE WORKERS ASSISTANT ENGINEER $49 57 1T 5D 8L ASSISTANT MATE (DECKHAND) $49 06 1T 5D 8L BOATMEN $49 57 1T 5D 8L ENGINEER WELDER $49 62 1T 5D 8L LEVERMAN, HYDRAULIC $51 19 1T 5D 8L MAINTENANCE $49 06 1T 5D 8L MATES $49 57 1T 50 8L OILER $4919 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31 71 1P 5A Page 1 160 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING lime Holiday Note Classification WAGE Code Code Code ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $20.99 1 ELECTRICIANS - INSIDE CABLE SPLICER $51 64 1E 5A JOURNEY LEVEL $49 84 1E 5A WELDER $53.44 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $59 79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39 07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.33 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC $64 81 4A 6Q MECHANIC IN CHARGE $70.60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8 72 1 LABORER $8.55 1 FENCE ERECTORS FENCE ERECTOR $21 64 1 FLAGGERS JOURNEY LEVEL $29 65 1H 5D GLAZI ERS JOURNEY LEVEL $22.43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13 91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $32.55 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTION/CLEANING/SEALING OF SEWER &WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12.78 1 TECHNICIAN 58 55 1 TV TRUCK OPERATOR $10.53 1 Page 2 161 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $48.72 10 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS • UNDERGROUND SEWER & WATER GENERAL LABORER $31 61 1H 5D PIPE LAYER $32.16 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $9.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $37.22 1M 5D METAL FABRICATION (IN SHOP) FITTER $12 00 1 LABORER $10.31 1 MACHINE OPERATOR $11 32 1 PAINTER $12.00 1 WELDER $11 32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $20.05 1 PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $61.24 2V 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $47 12 1T 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50.94 1T 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51 51 1T 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50.39 1T 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49 48 1T 5D 8P BACKHOE. EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49 90 1T 5D 8P BARRIER MACHINE (ZIPPER) $49.90 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $49.90 1T 5D 8P BELT LOADERS (ELEVATING TYPE) $49 48 1T 5D 8P BOBCAT (SKID STEER) $47 12 1T 50 8P BROKK-REMOTE DEMOLITION EQUIPMENT $47 12 1T 5D 8P BROOMS $4712 1T 5D 8P BUMP CUTTER $49 90 1T 5D 8P CABLEWAYS $50.39 1T 50 8P CHIPPER $49.90 1T 5D 8P COMPRESSORS $4712 1T 5D 8P CONCRETE FINISH MACHINE- LASER SCREED $47 12 1T 5D 8P CONCRETE PUMPS $49 48 1T 5D 8P Page 3 162 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING lime Holiday Note Classification WAGE Code Code Code CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 1T 5D 8P CONVEYORS $49 48 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P CRANE, FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49 48 1T 5D 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $49.90 1T 5D 8P CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50.39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50,94 1T 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51 51 1T 5D 8P WITH ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $47 12 1T 5D 8P CRANES, A -FRAME, OVER 10 TON $49 48 1T 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $49.90 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $50.39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $50.94 1T 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50.94 1T 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 1T 5D 8P CRUSHERS $49.90 1T 5D 8P DECKENGINEER/DECKWINCHES(POWER) $49.90 1T 5D 8P DERRICK, BUILDING $50.39 1T 5D 8P DOZERS, D-9 & UNDER $49.48 1T 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $49.48 1T 5D 8P DRILLING MACHINE $49.90 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47 12 1T 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49 48 1T 5D 8P FINISHING MACHINEBIDWELL GAMACO AND SIMILAR EQUIP $49 90 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49 48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47 12 1T 5D 8P GRADE ENGINEER $49 48 1T 5D 8P GRADECHECKER AND STAKEMAN $47 12 1T 5D 8P GUARDRAIL PUNCH $49.90 1T 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49 48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49 48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $47 12 1T 5D 8P HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $49 48 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 1T 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $50.94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 1T 5D 8P LOCOMOTIVES, ALL $49 90 1T 5D 8P MECHANICS, ALL $50.94 1T 5D 8P MIXERS, ASPHALT PLANT $49 90 1T 50 8P MOTOR PATROL GRADER (FINISHING) $50.39 1T 5D 8P MOTOR PATROL GRADER (NON -FINISHING) $49 48 1T 50 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $50.39 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47 12 1T 5D 8P OPERATOR PAVEMENT BREAKER $47 12 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P Page 4 163 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Hdiday Note Classification WAGE Code Code Code PLANT OILER (ASPHALT, CRUSHER) $49 48 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $4712 1T 5D 8P POWER PLANT $47,12 1T 5D 8P PUMPS, WATER 84712 1T 5D 8P QUAD 9, D-10, AND HD -41 $50.39 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $4712 1T 50 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 50 8P EQUIP RIGGER AND BELLMAN $47 12 1T 5D 8P ROLLAGON $50.39 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49 48 1T 5D 8P ROTO -MILL, ROTO -GRINDER $49.90 1T 5D 8P SAWS, CONCRETE $49.48 1T 5D 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 1T 5D 8P OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49.48 1T 5D 8P SCREED MAN $50.39 1T 5D 8P SHOTCRETEGUNITE $4712 1T 5D 8P SLIPFORM PAVERS $50.39 1T 5D 8P SPREADER, TOPSIDER & SCREEDMAN $5039 1T 5D 8P SUBGRADE TRIMMER $49.90 1T 50 8P TOWER BUCKET ELEVATORS $49 48 1T 5D 8P TRACTORS, (75 HP & UNDER ) $4948 1T 5D 8P TRACTORS, (OVER 75 HP) $49.90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 1T 50 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50.39 1T 5D 8P TRENCHING MACHINES $49 48 1T 5D 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $49.48 1T 50 8P TRUCK CRANE OILER/DRIVER (100 TON & OVER) $49.90 1T 50 8P TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47 12 1T 5D 8P YO YO PAY DOZER $4990 1T 5D 8P POWER EQUIPMENT OPERATORS• UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39 33 4A 5A SPRAY PERSON $37.24 4A 5A TREE EQUIPMENT OPERATOR $37 85 4A 5A TREE TRIMMER $35.21 4A 5A TREE TRIMMER GROUNDPERSON $26.58 4A 5A REFRIGERATION &AIR CONDITIONING MECHANICS MECHANIC $61.24 2V 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $1908 1 Page 5 164 1 1 1 YAKIMA COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.43 1B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $8.55 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $13.89 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $15.56 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $34.85 1X 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17 55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $8.55 1 ROOFERS JOURNEY LEVEL $32.52 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $35.52 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $48.01 1X 5A SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $14.65 1 SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $23.11 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $8 55 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $46.30 1R 5Q STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER 532.27 2B 5A HOLE DIGGER/GROUND PERSON $18.10 2B 5A INSTALLER (REPAIRER) $30 94 28 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A SPECIAL APPARATUS INSTALLER I $32.27 2B 5A SPECIAL APPARATUS INSTALLER 11 531.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 28 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 2B 5A Page6 165 YAKIMA COUNTY EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEVISION GROUND PERSON TELEVISION LINEPERSON/INSTALLER TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE, MARBLE &TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL TRUCK DRIVERS ASPHALT MIX DUMP TRUCK DUMP TRUCK & TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER Page 7 166 $1718 2B 5A $22.73 2B 5A $27.09 2B 5A $24.35 2B 5A $30.02 2B 5A $30.37 1M 5A $26.29 1M 5A $38.90 1K 5A $14.19 1 $34.24 2G 61 $34.24 2G 61 $34.24 2G 61 $34.24 2G 61 $25.44 1 $9.20 1 $18.00 1 1 1 PROPOSAL I To the City Clerk Yakima, Washington 1 This certifies that the undersigned has examined the location of: 1 City of Yakima 1 J St. LID Demonstration Project 1 City Project No. 2291 1 and that the plans, specifications and contract governingthe work embraced in this improvement, P and the method by which payment will be made for said work, is understood. The undersigned 1 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. 1 NOTE. Unit rices for all items,all extensions,and total amount of bid,shall be shown, and be P written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot 1 (decimal) in the dollars column shall be considered as cents. 1 1 1 1 1 1 1 1 167 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TEM PROPOSAL BID SHEET City of Yakima J St. LID Demonstration Project City Project No. 2291 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 MOBILIZATION 1-097 1 LS 1 /, 124 �c� I Z L� 2 SPCC PLAN 1-0715 1 LS 4 -is - -J --`t1 ttz_ 3 CLEARING AND GRUBBING 1 LS �� 1� q� f 1 . •1'TZ '� l1t•-•2-01.5z 'T i9( 43 i9/0 S- S 4 ROADWAY EXCAVATION INCL HAUL 2-03.5 754 CY 5 CATCH BASIN TYPE IL 7-05.5 3 EA 1z(- a 3 6 SOLID METAL COVER FOR CATCH BASIN TYPE 1L 7-05.5 3 EA - O (08 7 SAMPLING CATCH BASIN 7-05.5 6 EA 41'0 ". 8 CIRCULAR FRAME AND COVER FOR SAMPLING CATCH BASIN 7-05.5 6 EA Z -7Z "T- 1 3(c. 2 9 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 7-04.5 1075 LF g • 12_ gszy4 ] 0 12" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN 7I0E 7-04.5 43 LF LH - 0-' b 11 24" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 7-04.5 40 IF b - Z 2_-3V 12 6 IN CORRUGATED POLYETHYLENE STORM SEWER PIPE 7-04.5 120 LF Z- 2:1(o®- 13 12 IN CORRUGATED POLYETHYLENE STORM SEWER PIPE 7-04.5 217 LF Zl.o Z •- 14 INFILTRATION TRENCH CLEANOUT 7-05.5 2 EA SCI •-T -i t , '` / 15 DRAIN ROCK 7-08.5 55 CY 1l • (o 11-- 16 CRUSHED SURFACING TOP COURSE 4-04.5 11 TON p 2Z S2-10-2-- 17 CRUSHED SURFACING BASE COURSE 4-04.5 206 TON Za9 3 4-1-2-3. SYs- 18 ASTM C-33 SAND 7-08.5 167 CY I Q� `' "(Q p O D l 19 1 1/2" - 2 1/2" WASHED, CRUSHED STONE 7-08.5 53 CY [- 4 a c2�7 29-8'S 20 2 'h" 3 '/:" SUBBASE COURSE AGGREGATE 7-08.5 112 CY '7 cZO / _ �2 l� 21 BASE COURSE AGGREGATE 7-08.5 26 CY 1 L} j z .Z 22 BEDDING COURSE AGGREGATE 7-08.5 21 CY _ / inTh, �(J� �_i f C(� 1 J (( 23 POROUS CONCRETE PAVEMENT 5-05.5 3000 SF �' �� Addendum 3 Page 2 of 3 1/28/10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. PROPOSAL ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 24 PLANING BITUMINOUS PAVEMENT 5-04.5 1160 SY „/ LO V/ --32.-+-2.• _ 25 HMA CL. '/z IN PG 64-28 5-04.5 177 TON 12-d f 2 1943 26 POROUS ASPHALT PAVEMENT 5-04.5 3000 SF `� '1.5 1 , gLID 27 TOPSOIL TYPE C 8-02.5.5 42 CY 34 Ilizg 28 5% AMENDED TOPSOIL TYPE C 8-02.5 41 CY LiO *1/0 29 10% AMENDED TOPSOIL TYPE C 8-02.5 43 CY LIo _ i W 30 CEMENT CONCRETE TRAFFIC CURB AND GUTTER 8-04.5 600 LF (— .]ty p� - 1 rj U(� 31 PAINT LINE 8-22.5 648 LF 0 • :°l Z S1 1 , 32 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 2.1.2D T-Z� 2:4- Z 33 CONSTRUCTION SIGNS CLASS A 1-10.5 377 SF g' 'gO' io 34 PERMEABLE PAVER 6-09.5 3000 SF f / �r/ l0 Vhj �/\ , �` 20 -Tl.' 35 STRUCTURE EXCAVATION CLASS B INCL. HAUL 2-09.5 263 CY 1 •cJ7:)10.3-- 36 SHORING OR EXTRA EXCAVATION CLASS B 2-09.5 1309 SF 0 •2� ;10(.40. --2- -ZGRAVEL 37 GRAVELBACKFILL FOR DRAIN 7-05.5 16 CY tq 1 L _ v-[ 38 ADJUST MANHOLE 7-05.5 1 EA L� r `i �- 39 ADJUST VALVE BOX 7-05.5 4 EA �� t 1 '(NDC:) 40 ADJUST CLEANOUT 7-05.5 1 EA 'z�� -Z--St) 41 ROADSIDE CLEANUP 2-01.5 1 FA $5,000 $5,000 42 16 MIL IMPERMEABLE LINER 5-04.5 1930 SYgt) 2 . LIS 3S , 43 CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE 189 SY b • S 3 .R - 100. 1.R-- 44 CONSTRUCTION CONSTRUCTION GEOTEXTILE FOR SEPARATION 1290 SYyy��,,, _ r), II BO2-12.5 1e�r, . Addendum 3 TOTAL 1Rdl 10(0..?,,13 * END OF ADDENDUM NO. 3 Page 3 of 3 1/28/10 Bond No. RLI -032 BID BOND FORM HereWlth find deposit in the form of a certified check, cashiers check, or cash In the amount of $ which amount is not less than five percent of the total bid. Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, RP & E Construction Inc. as principal, and RLI Insurance Company , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of Five percent c>f txtal a cu t bid Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for City of Yakima J Street LID Denr 1 i ti on Proj pet #2291 , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter Into a contract with the Obligee In accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, In case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise It shall be and remain In full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 2nd DAY OF RP & E Construction, Irr.By: RLI Insurance Company February Principal x, Attorney -in -Fact ,2010 , 20 Received return of deposit In the sum of $ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 RLI Surety P O Box 3967 1 Peoria, IL 61612-3967 Phone: (800)645-2402 1 Fax: (309)689-2036 www.rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: Christine V. Felicetty, Nicholas B. Fix. Richard A. Fix, Myung S, Fix, Christopher A. Fix jointly or severally. in the City of Seattle , State of Washington its true and lawful Agent and Attomey in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf, as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 30th day of June , 2009 . State of Illinois } SS County of Peoria ''JPpNCE Cp'o `_03;• ••.fro ec60% 0p'i>F %• I<� . SEAL . On this 30th day of June 2009 , before me, a Notary Public, personally appeared Rov C. Die , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. Jac eline M. Bock r "OFFICIAL SEAL" A. NOTARY STPUBUC At JACQUELINE M. BOCKLER wNas COMMISSIONEXPIRES 03/01/10 Notary Public RLI Insurance Company By. Roy C. Di- Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto s t my harid_,a the seal of the RLI Insurance Company this ,q/ktday of ,//J . RLI Insurance Company 4665703030110 Vice President A0059207 NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call• I -800-424-9071 The U S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8.00 a m. to 5.00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 173 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 175 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non-responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Item Numbers '7 Subcontractor Name vmAA Mr tj — Item Numbers Z€ , 2 , ,AL(< e-tn S Subcontractor Name 1`) . (.+e-tS 22 32.4 Item Numbers 2:4-- 7 9 / 2_9 Subcontractor Name (��,-G n,, ��.� .� t,,.t� t t^ l Item Numbers Subcontractor Name WC37\'ll\-( S( �i v C D ; . Item Numbers Bid Items to be performed by the Prime Contractor' ( ) Prime Contractor Name P� L Item Numbers i2S$c Iv 1i V2 t3 4 VG- 1\e, 51\o VI- Igo 2N ZS ZZ :4 3 3S 3 34 3g Si 4b 41 1-2. 4.3 ziA4 177 __J4 Jam, JJ4 Februsri, 9, 2010 Brandon Carney RP&E Via Fax: ')25-5222 rurrurr Subject_ J St. Low Impact Development Demonstration Project Poppoff Inc. has management, foreman and crew members certified by the NRMCA as pervious installers and pervious technicians and have completed the following pervious concrek£ Installations: Customc,r Storagelol,dx Belsaati Smith TTC Advanced Services Pendletc r, Paving Michelsc r Packaging Vromari ::onstruction Mitch Project NI n nager Square Foot Date 600 05/08 1574 • 05/09 288 05/09 560 06/09 861 09/09 1064 10/09 3096 10/09 2455 13eiidry Road • Moxee, Washington 98936 • (509) 575-8353 • Fax (509) 452-7334 VvA, Contractor's License No. POPPOFK237KW Lic h ALI.SECt00586 ALL SEASONS CONTRACTING, INC. 02/09/10 To Whom It May concern, This is to certify that we have installed Permeable Pavers for the following projects: City of Wenatchee — Riverside Drive improvements 10/09 Kittitas county Fairgrounds - Event Center 05/08 /Micheealson/i Packaging Yakima, WA 03/09 / 4' 7if�/4e 7/ c / z7e' 5y1 F % exeze Hubbard', President 101 Emerson Road • Ellensburg, WA 98926 • Yakima (509 569-4868 • Ellensburg (509] 968-9310 • Fax (509) 968-9655 T'd 171E689660Si 2uT4oeuquo0 suoseas TIE) dj,a: T OT 60 gad WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. 179 RESOLUTION NO. D- 4 8 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. L� ADOPTED BY THE CITY COUNCIL this .4 Lft day of 1983. ATTEST: City Clerk 180 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees f The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically 181 g. including minority news media; and by notifying and discussing it with all subcontractors and suppliers. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i The contractor shall validate all man specifications; selection requirements, tests, etc. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid I The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m The contractor shall make sure that seniority practices, job classifications, etc , do not have a discriminatory effect. n The contractor shall make certain that all facilities and company activities are non- segregated o The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q Non cooperation In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 182 1 1 1 1 1 1 1 1 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: certifies that: (BIDDER) 1 It intends to use the following listed construction trades in the work under the contract • �xC va `ems and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: qtA and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub -contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) 183 Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be 185 1 taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U S. Department of Labor Washington, D C 20210 and shall be forwarded through and with the endorsement of the agency head Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance 186 PROPOSAL J St. LID Improvement Project City Project No. 2291 The bidder is hereby advised that by signature of this proposal he/she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH CASHIER'S CHECK CERTIFIED CHECK PROPOSAL BOND O IN THE AMOUNT OF D DOLLARS D c$ PAYABLE TO THE STATE TREASURER • IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) cz 5220 PHONE NUMBER & SIGNATURE OF AUTHORIZED OFFICIAL(s) b FIRM NAME E C ,a,nth., (ADRESS) \ 42 vv\C*'L T,,, .,. STATE OF WASHINGTON CONTRACTORS LICENSE NUMBERt , I SQ FEDERAL ID No. n1 15 11 lo 15 Is Is 12_1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. US 1 Vc1 Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1-02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. 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. (3) 187 BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents. A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be filled in for the specific trades listed. Failure to provide a complete subcontractor list at time of bid WILL NOT render the bid non-responsive, except for specific trades listed D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed after the contract is awarded. A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. 189 DRAWN BY ELENA BRUNSTEIN NMI IM IMO NMI I= ISM MN =II I= 1E111 IMO LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 LENGTH B (FEET) 55 85 120 170 270 CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 35 / 45 30 60 25/30 20 40 END ROAD WORK G20 -2A SIGN SPACING = X RURAL ROADS 45 / 55 MPH 500 t RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350' s RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL 8 BUSINESS DISTRICTS 25 / 30 MPH 200' t URBAN STREETS 25 MPH OR LESS 100' t ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. B R1 -2a BIW 100' MAX NOTES 1 This plan is intended for use on roadways when traffic volumes create sufficient gaps for motor vehicles to yield. 2. Steady Buming Warning Lights (Type C per MUTCD) shall be used to mark Channelizing Devices at night. 3. Adequate sight distance shall be provided for drivers to see opposing traffic, otherwise use flaggers and/or Temporary Signal. 4. Extend Channelizing Device taper across shoulder — recommended. 5. Post mount signs when in place for 3 days or longer 6. For speed limit 35 mph or higher replace W1 -3R with W1 -4R. 7 For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. 8. Consider using a PCMS for additional advance warning. TO ONCOMING TRAFFIC 0 a a D a a y;z D D a D D611 11 LEGEND fi SIGN LOCATION o D D CHANNELIZING DEVICES BARRICADE - TYPE 3 L FLASHING WARNING LIGHT END ROAD WORK G20 -2A FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9. 2009 26 61 LANE CLOSURE WITHOUT FLAGGERS LOW VOLUME ROAD STANDARD PLAN K-20.20-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 10-12-07 STATE DESwx ENowEEn SATE T Washington Slat* D.parlm.nl.1 Trerap.rtolbn DRAWN BY ELENA BRUNSTEIN = M IIIIII 11111 = I = IIIIIII ME r' LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 LENGTH B (FEET) 155 200 250 305 360 425 495 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK, FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. (DRY PAVEMENT ASSUMED) MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) 25 1 30 35 POSTED SPEED 1 40 1 45 50 MPH) 55 1 60 65 70 10 105 1150 205 270 450 500 550 - - - 11 115 165 225 294 495 550 605 660 - - 12 125 180 245 320 1 540 600 860 720 780 840 CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50 / 70 40 80 35/45 30 60 25 / 30 20 40 SIGN SPACING = X (1) G20 -2A OR W DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 6 RURAL HIGHWAYS 60 / 65 MPH 600' t RURAL ROADS 45 / 55 MPH 500' t RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350' t RURAL ROADS, URBAN ARTERIALS, 25l 30 MPH RESIDENTIAL 8 BUSINESS DISTRICTS 200' t (2) URBAN STREETS 25 MPH OR LESS 100' ± (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W4 -2L - COMPLIANCE DATE 12/23/13 ROAD WORK h. G20 -2A OR W DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 6 v WORK AHEAD 100'ici) 0 B L X X X N r —_ SEE NOTE 2 b b b — z �'%'% SEE NOTE 5 o n ® D O 0 // WORK AREA /// i �/I \ 0 0 o 0 D p Q D El 01 D D B ® 0 D L n n n n a n n n n n n n N N NJ TEMPORARY LANE - 12' MIN LATERAL BUFFER - 4' / WORK AREA EXISTING EXISTING LANE EXISTING LANE SHOULDER A C7 EXISTING SHOULDER SECTION O LEGEND D 1PCMS CCD T7 A SIGN LOCATION CHANNELIZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED PORTABLE CHANGEABLE MESSAGE SIGN ARROW PANEL EXISTING EDGE STRIPE EXISTING LANE STRIPE TEMPORARY TRAFFIC CONTROL DEVICE NOTES 1 A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead Stopping Distance. 2. Extend device taper (L/3) across shoulder - recommended. 3. Portable Changeable Message Sign (PCMS) - recommended. 4. Traffic Safety Drums for all tapers on high speed roadway - recommended. 5. Transverse Devices in closed lane every 1000' ± - recommended. 6. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 7 Use advanced notice for any overwidth loads prior to lane closure for altenative routes if applicable - recommended. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9, 20071 SINGLE LANE CLOSURE WITH ENCROACHMENT STANDARD PLAN K-24.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 STATE 0E001 01.004 DATE AN Ilk T. Washington Sh.. D.partm«A of Transportation EXPIRES AUGUST 9, 200/1 M MN OM I M = M M M 1 M I MI DRAWN BY' ELENA BRUNSTEIN BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK, FLAT BED, ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE =30 FEET MIN. (DRY PAVEMENT ASSUMED) G20 -2A END ROAD WORK f� MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) 25 POSTED SPEED (MPH) 30 135 1 40 i 45 50 55 10 105 150 2051 2701450 500 550 11 115 165 225 294 495 550 605 12 125 180 245 320 540 600 660 a x END ROAD WORK LEGEND ZS D a G20 -2A END ROAD WORK SIGN SPACING = X (1) POSTED SPEED RURAL ROADS 45/ 55 MPH 500 i RURAL ROADS 0 URBAN ARTERIALS 35 / 40 MPH 350 t RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH 200' i (2) URBAN STREETS 25 MPH OR LESS 100 t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50 / 70 40 80 35 / 45 30 60 25 / 30 20 40 ® Y o /1/7 /WORK AREA// D L/3 * WHEN APPLICABLE NOTES 1 A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA Is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. For long term projects conflicting pavement markings that are no longer applicable shall be removed. Temporary markings shall be used as necessary and signs shall be post mounted. 3. The sign MOTORCYCLES USE EXTREME CAUTION may be used. 4. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabricatlon Manual M55-05. NOM Ed 7 12 N SIGN LOCATION o D D CHANNELIZING DEVICES CID PROTECTIVE VEHICLE - RECOMMENDED G20 -2A END ROAD WORK SHOULDER WORK AREA TEMPORARY TRAFFIC CONTROL DEVICE —` EXISTING LANE 4H:1V WEDGE OF COMPACTED STABLE MATERIAL - SEE WSDOT — STD. SPEC. 1-07-23(1) SECTION OA SHOULDER WORK AREA PROTECTION (NOT TO SCALE) FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES INTERSECTION -- SHOULDER WORK STANDARD PLAN K-36.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 STATE DEMON D+DwEEa DATE 7 Washington S. D.poranwn of Transportation II= MN IIIIIII INN 11•1 Ell ISM MIN MEI NMI MIMI UM 11111111 DRAWN BY' ELENA BRUNSTEIN SIGN SPACING = X (1) RURAL ROADS 45 / 55 MPH 500 i RURAL ROADS .4 URBAN ARTERIALS 35 / 40 MPH 350' i RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH 200' i (2) URBAN STREETS 25 MPH OR LESS 100' i (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL 5I014 SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. LEGEND NOTES 1 The sign shown is not required in the following cases: the work space is behind a barrier, or more than 2' behind the curb, or more than 15' from the edge of a roadway. 2. For sign size, refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. 11 b SIGN LOCATION WORK AREA FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES [EXPIRES AUGUST 9, 2007 ath i 41.4 WORK BEYOND THE SHOULDER STANDARD PLAN K-40.80-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 STATE OESWx ENONEER MTE Washington Slat. D.poflm«,1 M Traruporlation EXPIRES AUGUST 9. 20071 IIIIII M M MN E 1111111 IIIIII = M M I = MIIM IIIIII I INIIII MI I M DRAWN BY ELENA BRUNSTEIN SIGN SPACING = X (1) POSTED SPEED RURAL HIGHWAYS 60 / 65 MPH 800' t RURAL ROADS 45 / 55 MPH 500' ± RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350' t RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL 8 BUSINESS DISTRICTS 25 / 30 MPH 200' t (2) URBAN STREETS 25 MPH OR LESS 100' t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS CHANNELIZING DEVICE SPACING POSTED SPEED IN TAPER IN TANGENT (MPH) (FEET) (FEET) 50 / 70 40 80 35/45 30 60 25/30 20 40 NOTES 1 See Standard Plan K-24.60 for typical lane closure signing details, device spacing requirements, and lane closure taper length. 2. MOTOCYCLES USE EXTREME CAUTION signs shall be installed when the following roadway conditions exist: • grooved pavement • abrupt lane edge • steel plates • loose gravel of earth Specific signs for each of the conditions noted shall be installed along with MOTORCYCLES USE EXTREME CAUTION signs. 3. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. LEGEND DI SIGN LOCATION © D a CHANNELIZING DEVICES (A)i> ARROW PANEL W21-801 W8-2001 W8-7 W21-1801 MOTORCYCLE WARNING SIGN (W21-1701) SHOULD BE INSTALLED AT 1 MILE SPACING, THROUGHOUT THE WORK ZONE WHERE THE CONDITION EXISTS, AS PART OF THE SEQUENCE OF OTHER APPROPRIATE STANDARD WARNING SIGNS ON 1 MILE SPACING FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES MOTORCYCLE SUPPLEMENTAL SIGNING STANDARD PLAN K-60.40-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-15-07 - STATE OESwx ENONEE• DATE T Wmhinglon 5101• Dsparhnwnl of Tronapwlolbn M M EN NE E MN E MN MN MI N 1 I M NE MI M NE I DRAWN BY FERN LIDDELL G TO 12' F 6' TO 12' SHOULDER 2' MIN. PRIMARY r SIGN r SIGN EDGE OF — TRAVELED YVELED EDGE OF TRAVELED WAY 4,6 SIGN INSTALLATION (FILL SECTION) 6' TO 12' L SHOULDER EDGE OF TRAVELED ' WAY FACE OF BARRIER OR GUARDRAIL 6' MIN. 3' MIN r- SIGN v SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) 0" MIN. 3" MAX. A CURB FACE Z_ CURB V r r SIGN INSTALLATION (CURB SECTION) 6' TO 12' SHOULDER EDGE OF �S TWAYRAVELED 6' MIN. SUPPLEMENTAL PLAQUE PRIMARY r SIGN SIGN WITH SUPPLEMENTAL PLAQUE INSTALLATION (FILL SECTION) 6' TO 12' SHOULDER EDGE OF �S TRAVELED YVELED EDGE OF SIGN SHALL NOT INTRUDE ON EDGE OF SIDEWALK CURB FACE Z� CURB - SIDEWALK SIGN SIGN INSTALLATION (SIDEWALK AND CURB SECTION) EDGE OF �S- TWAYRAVELED SUPPLEMENTAL PLAQUE SIGN INSTALLATION (DITCH SECTION) NOTES 1 For sign Installation details, see Std. Plan G - series. 2. In rural areas, the "V" Height can be a minimum of 7 feet for primary signs and 6 feet for the supplemental plaques for greater visibility, as directed by the engineer. 3. The "V" height for signs, with an area of more than 50 square feet and two or more sign supports, is 7 feet in both rural and urban areas. HEIGHT V TO BOTTOM OF SIGN (NO SUPPLEMENTAL PLAQUE) TO BOTTOM OF SUPPLEMENTAL PLAQUE (WHEN REQUIRED) RURAL 5' MINIMUM d' MINIMUM URBAN 7' MINIMUM 6' MINIMUM SIGN EXPIRES AUGUST 9. 20071 CLASS A CONSTRUCTION SIGNING INSTALLATION STANDARD PLAN K-80.10-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02-21-07 AM.STATE DESIGN ENDMFA EMATE V Wmhinpbn 5M. D.pvnnwn of Manworlolbn I N M1111 EN M 1 111111 111111 M M 1 = I USE ATTACHMENT DETAIL OR ATTACHMENT DETAIL DRAWN BY LISA CYFORD TOP OF BARRICADE SUPPORT ANGLE WARNING LIGHT ATTACHMENT DETAIL WARNING LIGHT6' • 1 1/2" • 1 1/2" x 1/8" - STEEL ANGLE ATTACHMENT 1 _ _ DRILL THREE 112" DIAM. HOLES fV `DRILL TWO 1/2" DIAM. HOLES THROUGH / // BARRICADE SUPPORT ANGLE -/ -Bpunt TOP OF BARRICADE SUPPORT ANGLE 4' - 0" MIN. - 8' - 0" MAX. m -I 1 6- (TYP.) I ///////// 1l //////4 Dr—d- (1) porn ATTACHMENT DETAIL O WARNING LIGHT 6" x 2" x 2" . 1/8" TUBULAR ATTACHMENT —go 14. (1) 3/8" - 16 x 1" STEEL HEX BOLT (2) 1" FLAT WASHERS (1) 3/8"- 16 STEEL HEX NUT STEEL WITH PRE -DRILLED / HOLES / TOP OF BARRICADE - SUPPORT ANGLE T 0 —G— JZ_ N _L �\AA ELEVATION 2 -6" TYPE 3 BARRICADE SIDE NOTES 1 All fasteners may be zinc plated, galvanized or stainless steel. All steel angle and tubular steel shall be hot -rolled, high carbon steel, painted or galvanized. 2. Install one lightweight Type A Low -Intensity flashing waming light on the traffic side of the barricade. Install two Type A Low -Intensity flashing waming lights per barricade when the barricades are used to close a roadway Attach the light to the barricade according to the light manufacturer's recommendations or use the details shown on this plan. 3. Stripes on barricade rails shall be alternating orange and white retroreflective stripes (sloping downward at an angle of 45 degrees in the direction traffic is to pass). 4. The Type 3 barricade design shown on this plan meets the crash test requirements of NCHRP 350. Alternative designs may be ap- proved if they conform to the NCHRP 350 crash test criteria and the MUTCD. 5. When a sign is mounted on the barricade, it shall be securely bolted to at least two plywood panels. The top of the sign shall not be higher than the top panel of the barricade. 6. When sandbags are used in freezing weather, Urea fertilizer shall be mixed with the sand in a quantity to prevent the sand from freezing. SEE NOTE 2I, i'= FRONT OF A. BARRICADE -2 ►I ORANGE AND WHRE REFLECTIVE SHEETING ASTM 04956 - TYP l 00. ORM (SEE NOTE ®111111 EL ANGLE / 4'TE11" LONG (TYP.) s a 1101' 41 *41 v (1) 3/8" - 16 x 1 3/4' STEEL HEX BOLT (2) 1" FLAT WASHERS (1) LOCKWASHER (1) 3/8' - 16 STEEL HEX NUT (TYP.) 3/4" ACX PLYWOOD PANEL SANDBAGS AS REQUIRED TO STABILIZE BASE - ALL LEGS _ DRILL TWO 12" DIAM. HOLES THROUGH BARRICADE SUPPORT ANGLE )Ip 8 (1) STEEL HEX, BOLT (2) 1" FLAT WASHERS IliFiprl (t' (1) 3/8" - 16 STEEL It' HEX NUT ATTACHMENT DETAIL OB 8' x 2" x 2" x 1/8" TUBULAR STEEL -� ISOMETRIC VIEW 1/8 (TYP.) 1/8 ANGLE RESTS ON TOP OF BOLT 112"x 112"• 1/8" STEEL ANGLE 5' - 0' LONG (TYP.) DETAIL STEEL ANGLE 8" x 2" = 2" x 1/8" TUBULAR STEEL (1) 3/8" - 16 • 3" STEEL HEX BOLT (2) 1' FLAT WASHERS (1) 3/8" - 16 STEEL HEX NUT (EXPIRES AUGUST 9, 20011 TYPE 3 BARRICADE STANDARD PLAN K-80.20-00 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Kevin J. Dayton 12-20-06 41.1.STATE OES. DiDYEFA MiE Washington Slots Dport,o.nI or T"an.Do,Mion M NM M 111111 11111 1N11 1 1 I = I 1 MN EN NM DRAWN BY' USA CYFORD USEABLE TRAFFIC LANE t 2' MIN. AREA CLOSED TO TRAFFIC TYPE 3L BARRICADE STRIPES ON THE BARRICADES SHALL SLOPE DOWNWARD IN THE DIRECTION TRAFFIC IS TO PASS AREA CLOSED TO TRAFFIC USEABLE TRAFFIC LANE TYPE 3R BARRICADE TYPE 3L BARRICADE BARRICADE PLACEMENT TYPE 3R BARRICADE ROAD CLOSURE AT INTERSECTION %/ VVORK AREA /7.7/1/// /o' 11, //////// TYPE 3L BARRICADE ROAD CLOSURE AT OTHER LOCATIONS 1E%PIPES AUGUST 9. 20071 TYPE 3 BARRICADE STANDARD PLAN K-80.20-00 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Kevin J. Dayton 12-20-06 UMEDESN{NEN MUM MM T Washington State Deportment of TruruporbtIon 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CITY OF YAKIMA J STREET LID DEMONSTRATION CITY OF YAKIMA JOB NO. 2291 BEGIN CONSTRUCTION WEST J STREET STATION J 10+25 N W END CONSTRUCTION LAP - NO um= Agok �� 6d- Ekt NEN! iossurn, WEST J STREET STATION J 16+73 SHEET INDEX PROJECT OVERVIEW ROADWAY SECTIONS ALIGNMENT/SITE PREP/UTILITIES STRUCTURE NOTES DRAINAGE PROFILE DRAINAGE DETAILS ROAD CLOSURE ❑f 0 13I211Cill —____ 0-1-p [LI -, o1RirBBo B.c7�EEB ��uLIIIImI���'�mm�o IIII_mm Immmm4 oa TmmMIq _ • T . Fr- mmmm Ell HINE `-IIII�I - [� mmm (101QIIIITIL':�I 111 111 I L r�r�r�r� mr�r�mmr� 1�v MOP\ PLAN DISCLAIMER PRO1 RS1 Al -A2 SN1 D1 -D2 P1 -P2 DT1-DT3 TC1 UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDERGROUND FACILITIES STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE. 1-800-553-4344 JANUARY 2010 3A`d H±OZ N UD PROJECT OVERVIEW FOR INFORMATIONAL PURPOSES ONLY DOES NOT SHOW ALL ITEMS 3 SD SD UD UD rr UD UD PERMEABLE PAVERS POROUS CONCRETE POROUS ASPHALT MILL AND FILL 0 cn PERMEABLE PAVERS POROUS ASPHALT 7OROUS C NCRETE o NOT TO SCALE MILL AND FILL W. "J" ST. UD 10% UD 5% UD > 0% UD --)- 10% }10% I BUS 5% —> — ■ ) — 2 07. COMPOST AMENDED ROADSIDE DITCH LEGE\ ID UD UNDERDRAIN PIPE SD STORMDRAIN PIPE —} 4.-- — — DITCH LINE m SAMPLING CATCH BASIN • CATCH BASIN TYPE 1L INFILTRATION TRENCH WITH PERFORATED PIPE J STREET LID DEMONSTRATION PROJECT CITY OF YAKIMA PROJECT NO. 2291 Project Eng. RM Drawing Scales WW 00 ZZ Tra II m O O OW 2 PRO1 PRO1 SAW CUT IF BORDERING EX. ASPHALT MATCH EXISTING EX. PAVEMENT OR SURFACING 0 20' ROADWAY EXCAVATION INCL. HAUL 020' HMA CL. 1/2" PG 64 28 VARIES 6"I 15' CONSTRUCTION GEOTEXTILE FOR SEPARATION 18 ROADWAY EXCAVATION INCL. HAUL (VARIES) POROUS CONCRETE PAVEMENT STA. J 11+25 TO J 12+25 STA. J 15+25 TO J 16+25 SAW CUT IF BORDERING EX. ASPHALT MATCH EXISTING EX PAVEMENT OR SURFACING 0 20' ROADWAY EXCAVATION INCL. HAUL 020' HMA CL. 1/2" PG 64-28 VARIES 16 MIL (MIN.) IMPERMEABLE LINER UNDER PIPE AND ALL PAVED SURFACES, WRAPPED TO TOP OF PAVEMENT GRAVEL BACKFILL FOR DRAIN 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 6" 15' CEMENT CONCRETE TRAFFIC CURB AND GUTTER' MATCH EXISTING EXISTING SURFACING 0.20' PLANING BITUMINOUS PAVEMENT 0.20' HMA CL 1/2" PG 64 28 4 VARIES l DITCH BOTTOM VARIES 0.17' CRUSHED SURFACING TOP COURSE (COMPACTED DEPTH) ROAWAY EX. INCL HAUL VARIES ROADWAY EXC INCL HAUL EX. PAVEMENT AND SURFACING CONSTRUCTION GEOTEXTILE 1FOR SEPARATION ROADWAY EXCAVATION INCL. HAUL (VARIES) PERMEABLE PAVERS STA. J 10+25 TO J 11+25 STA. J 13+25 TO J 14+25 SAW CUT IF BORDERING EX. ASPHALT MATCH EXISTING EX. PAVEMENT OR SURFACING 020' ROADWAY EXCAVATION INCL. HAUL 0.20' HMA CL. 1/2" PG 64 28 VARIES 16 MIL (MIN ) IMPERMEABLE LINER UNDER PIPE AND ALL PAVED SURFACES, WRAPPED TO TOP OF PAVEMENT GRAVEL BACKFILL FOR DRAIN 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 3' I 15' V 1% EX PAVEMENT AND SURFACING VARIES ROADWAY EXCAVATION INCL. HAUL (VARIES) POROUS ASPHALT PAVEMENT STA. J 12+25 TO J 13+25 STA. J 14+25 TO J 15+25 CONSTRUCTION GEOTEXTILE FOR SEPARATION 6 16 MIL (MIN.) IMPERMEABLE LINER UNDER PIPE AND ALL PAVED SURFACES, WRAPPED TO TOP OF PAVEMENT GRAVEL BACKFILL FOR DRAIN 4" PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE 0.50' POROUS CONCRETE PAVEMENT 0.68' CRUSHED SURFACING BASE COURSE 0.50' ASTM C-33 SAND 'CURB CUTS (FLUSH WITH PAVEMENT) STA. J 10+90 TO J 10+95 STA. J 11+90 TO J 11+95 STA. J 12+90 TO J 12+95 STA. J 13+65 TO J 13+75 STA. J 14+15 TO J 14+20 STA J 14+60 TO J 14+70 STA. J 15+07 TO J 15+40 ROADWAY EXC. INCL HAUL PERMEABLE PAVERS 0 20' 0.17' BEDDING COURSE AGGREGATE 0.23' BASE COURSE AGGREGATE 0.58' 1 1/2" - 2 1/2" SUB -BASE COURSE AGGREGATE 0.50' ASTM C-33 SAND ROADWAY EXC INCL. HAUL 0.20' POROUS ASHPALT PAVEMENT 0.17' CRUSHED SURFACING BASE COURSE 080' 1 1/2" 2 1/2" WASHED CRUSHED STONE 0 50' ASTM C-33 SAND "0%, 5%, OR 10% AMENDED SOIL CONSTRUCTION GEOTEXTILE FOR SEPARATION 16 MIL (MIN.) IMPERMEABLE MEMBRANE 2' 2' 2' ROADWAY EXCAVATION INCL. HAUL (VARIES) GRAVEL BACKFILL FOR DRAIN 4 PERFORATED CORRUGATED POLYETHYLENE UNDERDRAIN PIPE "ROADSIDE DITCH SOIL AMENDMENT % STA. TO STA LIMITS 0 J 12+25 TO J 13+25 AND J 15+30 70 J 16+25 5 J 11+25 TO J 12+25 AND J 14+25 TO J 15+13 10 J 10+25 TO J 11+25 AND J 13+25 TO J 14+25 ROADWAY SECTION A STA. J 10+25 TO STA. J 16+25 . «' '' ''° • : OF WAsy/4, 394.3 c O .( co E cm cts c �L � c g a rn ^, L c 4J U c i3 Cz E g U W } 0 w 0 0 z _0 1-- 0 w 0 0 J w NwN CITY OF YAKIMA PROJECT NO. 2291 MATCH EXISTING EXISTING ROADWAY 0.20' PLANING BITUMINOUS PAVEMENT 0 20' HMA CL. 1/2' PG 64-28 ROADWAY SECTION B STA. J 16+25 TO STA. J 16+73 0 Q) U..1 w zz 0 0 a) Z o u (/) 11 rn c O U N • O Q) ROADWAY SECTIONS RS1 RS1 BEGIN PROJECT J 10+25.00 1000 z '3A`d HIOZ D N i X 11+00 TV -0 -tr —' \ ---f- \O 12+00 TV w w 2 (1) 2 0 u J + N LEGEND EXIST. FENCE GAS EXIST. GAS w EXIST. WATER TV EXIST. TV EXIST. EDGE OF PAVED s. S IRR -6- SHOULDER PAVEMENT SAWCUT EXIST. ROADSIDE DITCH BOTTOM EXIST. SANITARY SEWER o EXIST. SANITARY SEWER CLEANOUT EXIST. FIRE HYDRANT -0- EXIST. UTILITY POLE ® EXIST. WATER VALVE CONSTRUCTION FEATURE EXIST. IRRIGATION 2+50 THIS SHEET MATCHLINE STATION w w w w w w z 0 w w w c~n GAS --�-----> -- cis GAS ---> J IRR IRR IBR m IRR 13+00 x w z J IRR IBR_ C) 61.10 41.11=111, 01110 ® TV e TV TV TV ADJUST VALVE BOX W w GAS GAS>__ — — GAS 1a 0 14+00 TV ADJUST CLEANOUT W W w ---�— GAS —}— GAS —� I1=3g., IRR IRR 4+80 SHEET A2 MATCHLINE STATION J STREET LID DEMONSTRATION PROJECT CITY OF YAKIMA PROJECT NO. 2291 2 CL +T w U a) 0 a w CS)N 0 z 0 11 (/) ai 11 C o U N 0 > ALIGNMENT/SITE PREP/ UTILITIES PLAN Al A2 4+80 SHEET Al MATCHLINE STATION LBUSJ S S S S �.6-73OS S S 1 1 x /0 CID DOZED IC OD IMO 0 0 N ADJUST MANHOLE ADJUST VALVE BOX IB-R�+.- lRR EXISTING TREES TO REMAIN -9- END END PROJECT J 16+73.00 17+00 1 LEGEND x EXIST. FENCE GAS EXSIT. GAS w EXIST. WATER Tv EXIST. TV EXIST. EDGE OF PAVED SHOULDER PAVEMENT SAWCUT EXIST. ROADSIDE DITCH BOTTOM S EXIST. SANITARY SEWER - 0- EXIST. UTILITY POLE ® EXIST. WATER VALVE © EXIST. MANHOLE EXIST. STANDPIPE SEE SPECIAL PROVISION "REMOVAL OF OBSTRUCTIONS" C — — — I EXIST. CULVERT CONSTRUCTION FEATURE EXIST. TREE O �V. ao IRR EXIST. IRRIGATION J STREET LID DEPMONSTRATION PLAN CITY OF YAKIMA PROJECT NO. 2291 w U N 0 0_ Drawing Scales w az w ba �u I- w zF- w J J Q A2 A2 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 STRUCTURE NOTES NOTE. THE FIRST NUMBER OF THE "CODE DESIGNATION" BELOW REFERS TO THE SHEET NO OR THE SHEET REFERENCE NO SHOWING THE DRAINAGE FEATURE. THE SECOND NUMBER REFERS TO THE DRAINAGE FEATURE FOUND ON THAT SHEET CATCH BASIN TYPE 1L SOLID METAL COVER FOR CATCH BASIN TYPE 1L SAMPLING CATCH BASIN CIRCULAR FRAME AND COVER FOR SAMPLING CATCH BASIN 4 IN PERF CORRUGATED POLY UNDERDRAIN PIPE 12 IN. PERF CORRUGATED POLY UNDERDRAIN PIPE 24 IN PERF CORRUGATED POLY UNDERDRAIN PIPE 6 IN. CORRUGATED POLY- ETHYLENE STORM SEWER PIPE 12 IN. CORRUGATED POLY- ETHYLENE STORM SEWER PIPE INFILTRATION TRENCH CLEANOUT STRUCTUR EXCAVATION CLASS B INCL. HAUL SHORING OR EXTRA EXCAVATION CLASS B GRAVEL BACKFILL FOR DRAIN CONSTRUCTION GEOTEXTILE FOR UNDERGROUND DRAINAGE DRAIN ROCK SEE GENERAL NOTES GENERAL NOTES: CODE LOCATION v \ UNIT OF MEASURE > EACH EACH EACH EACH L.F L.F L.F L.F L.F EACH C.Y S.F C Y S Y C Y. 1 SEE DETAILS. 2. SEE WSDOT STANDARD PLAN B-30.20-01 DETAIL. 3. USE SOLID CIRCULAR COVER. SEE WSDOT STANDARD PLAN B-30 70-00 (TYPE 1) FOR 4 CIRCULAR COVER SHALL BE INSCRIBED "STORM" 1,7 _, ©.ER SQ FOR DETAIL. WITH D1-1 J 10+25 (14.5' LT) TO J 11+25 (17' LT) 1 1 100 30 1 1,3,4 D1-2 J 10+25 (18.5 RT) TO J 11+25 (21' RT) 1 1 100 30 2 1,3,4 D1-3 J 11+25 (17' LT) TO J 11+25 (21' RT) 38 11 D1-6 J 11+25 (17' LT) TO J 12+25 (14.5' LT) 100 1 D1-5 J 11+25 (21' RT) TO J 12+25 (18.5' RT) D1-4 J 11+25 (17' LT) TO J 12+36 (17' LT) 1 1 111 56 531 2 D1-7 J 12+36 (17' LT TO 21' LT) 1 1 4 2 53 2 D1-8 J 11+93 TO J 12+36 (21' LT) 40 3 1 81 245 111 37 1 D1-9 J 12+36 (17' LT) TO J13+25 (17' LT) 1 1 89 38 28 1,3,4 D1-10 J 12+25 (14 5' LT) TO J 13+25 (21' LT) 100 1 D1-11 J 12+30 (18.5 RT) TO J 13+25 (21' RT) 1 1 95 28 2 1,3,4 D1-12 J 13+25 (17' LT) TO J 13+25 (21' RT) 38 8 D1-13 J 13+25 (17' LT) TO J 14+25 (14.5' LT) 100 1 D1-14 J 13+25 (21' RT) TO J 14+20 (18 5' RT) 95 2 D2-1 J 14+25 (14.5 LT) TO J 15+50 (17' LT) 1 1 125 28 1 1,3,4 D2-2 J 14+30 (18.5' RT) TO J 15+25 (22' RT) 1 1 95 28 2 1,3,4 D2-3 J 15+50 (17' LT) TO J 15+30 (22' RT) 44 10 D2-6 J 15+50 (17' LT) TO J 16+25 (14.5' LT) 75 1 D2-7 J 15+30 (22' RT) TO J 16+20 (18.5' RT) 90 2 D2-4 J 15+30 (22' RT) TO J 15+35 (22' RT) 1 1 5 3 55 2 ,. `\ 00J A S,y. , �' •g ' ,c'�a c f< CO ( C'. O •. - , D2-5 J 15+35 (22' LT) TO J 15+83 (22' RT) 43 5 1 54 253 78 18 1 ♦ q 39407 ...4:' o RFCtS IFiE� �:J /ONAL C) `' •3 SHEET TOTAL 3 3 6 6 1075 43 40 120 217 2 263 1309 16 189 55 PROJECT TOTAL 3 3 6 6 1075 43 40 120 217 2 263 1309 16 189 55 REGION NO. STATE FED. AID PROJ NO SN 1 10 WASH DESIGNED BY R. Meloy ENTERED BY R. Meloy SHEET OF SHEETS CHECKED BY JOB NUMBER 2291 PROJ. ENGR. STRUCTURE NOTES REGION ADM. CONTRACT NO. DATE DATE REVISION BY BEGIN PROJECT J 10+25.00 1 10 00 '3A\/ HIOZ 'N UD SD � ����[-K | �� ��- \��- | � L� UNDERORNN PIPE coSAMPLING CATCH BASIN DRAIN PIPE • CATCH BASIN TYPE 1L ++- >-- — DITCH LINE UD | c = INFILTRATION TRENCH WITH PERFORATED PIPE UD SD | 2f50 THIS SHEET MATCH LINE STATION SD SD UD UD UD UD UD UD UD UD — 13f00 14f00 »--_]D—_ » _JD. UP--�V1�).,r > 7�7 _LID).T ___IID____IID_*-- �/ ^. "u RLL FILL - 4f80 SHEET 2 1- 0 w z 0 co z 0 w 0 0 _1 w w cc 1— cn CITY OF YAKIMA PROJECT NO. 2291 Di D2 , 4+80 SHEET E STATION U H LBUSJ UD UD 16+00 LEGEND UD UNDERDRAIN PIPE SD DRAIN PIPE )-- — DITCH LINE CU T FILL m SAMPLING CATCH BASIN • CATCH BASIN TYPE 1L INFILTRATION TRENCH WITH PERFORATED PIPE END PROJECT J 16+73.00 17+00 t J STREET LID DEMONSTRATION PROJECT CITY OF YAKIMA PROJECT NO. 2291 w 0 Z DRAINAGE PLAN D2 D2 D1 z En Q J H Q LO 00 • 0 O O J.- 0_+• Q J (J) � W D1 9 Z N Q m Q '-O o 00 0 0 0 JNA W < J (/) Lai 0 as 3 >-• .c V ▪ o ®a) mt c m 8 m ' Z E Y O L N y 1. Oz 0.5% 100' - 4 IN. DIAM. 0 0 co '0 0 0 0 0 100' - 4 IN. DIAM. 111' 12 IN. DIAM. FL 0.5% 10.0' - 4 IN. DIAM. d CO O O' 89' - 12 IN. DIAM. SEE 8" DRAIN CLEANOUT DETAIL SHEET" DT1 0 M �(D 00 LI- La- o.5% 100' - 4 IN. DIAM. N N 0O n O' La- La - CATCH BASIN TYPE 1L J '12+36.00 (21' LT.) ELEV. . 1110:0.0 0.590 0 O 0' 0' 125' - 4 IN. DIAM. 0.5��. 75' - 4 IN. DIAM. 0 M O' 0 w O 0_ z O C!) z O w 0 0 J F -- w w f CONNECT TO CONNECT TO 1108 1106 1104 1.108.17 D1 7 CONNECT TO 0.59 ' CONNECT TO 1106 24 IN. DIA. FL. 1104.67 0% 1104.17. 3' 12 IN. DIAM: an ago 03 ' 4' di 0 0 0 12 IN. DIAM. J J _J LL. LL Li 1105 M M ai 0 J 0.5% 39' - 6 IN. DIAM. o J' CD 0 a In a) 0 a) 0 Horizontal = 1"=50' CITY OF YAKIMA PROJECT NO. 2291 (o 0 P2 1110 1109 1108 1107 1.-1106 1105 1104 SAMPLING CATCH BASIN J 11+25.00 (21' RT.) ELEV. 1111.37 95' - 4 IN. DIAM. 1110 1108 CONNECT TO 1106 1104 W - - ~ N Z < 0 0 = co N) V•... N Q J U �w 1.6% co CO Of co ui vi 0 0 CO CO co 0 O O O O u_ 95' — 4 IN. DIAM. 1110.- D2 5 N 0 0 95' — 4 IN. DIAM. 1.6% CO -N CO CO iri vi 00 b 5' 5' 12 IN. DIA. 1.2 . l N:.. Dl A...FL. 1.105.82..0%. 1107.82 43' 1104.82 t) N 0 0 0.5% 95' — 4 IN. DIAM. SEE 8" DRAIN CLEANOUT DETAIL SHEET DT2 O co cm ii) O o 0 p.5% 105' — 4 IN. DIAM. L LL 90' — 4 IN. DIAM. - — FL 1107.96 1110 1109 1108 1107 1106 1105 1104 J STREET LID DEMONSTRATION PROJECT CITY OF YAKIMA PROJECT NO. 2291 Project Eng. RM a) 4=- O ^L 0 P2 P2 7' 15' MIN OVERLAP 1 5' MIN. %\%\/ 41° a•14 090 ei• • I• •I DRAIN ROCK DRAIN ROCK 40% VOIDS 24" 1 1 Joh \\/ PIPEPERFORATED �otobS Ire•WV• /. „ /\//\//\ /\//\ Z\//\//\//\ /\//\///\// TYPICAL SECTION AT INFILTRATION TRENCH J 11+93 TO J 12+33 NO SCALE 4 1.5 IN OVERLAP' 1 5' MIN / / / / / / / ithilb9,4K al iii 12" PERFORATED PIPE DRAIN ROCK DRAIN ROCK 40% VOIDS Jam` • • /a.. /a.. I# I9 • 4.149• . la.. /a.. /.. • TYPICAL SECTION AT INFILTRATION TRENCH J 15+40 TO J 15+83 NO SCALE GEOTEXTILE FABRIC ALL SIDES GEOTEXTILE FABRIC ALL SIDES OLYMPIC FOUNDRY MODEL M1007 OR EOUIVALENT 10' 14" 15---I CAST IRON RING & COVER r .1 v 6" --- FINISHED SURFACE CLASS 3000 CEMENT CONCRETE 2'-0' 12' 0 FIBER JOINT PACKING ECCENTRIC END CAP INFILTRATION TRENCH CLEANOUT NOTES: 1. CLEANOUT PIPE SHALL BE 8" DIA. DRAIN PIPE IN ACCORDANCE WITH THE STANDARD SPECS. 4 3/4' O E 0 12 m CO m m } . 8g 8Uc S L o. �3 0) z U w N i F- CD w o 0 z O z O w 0 0 J 1— w w 0 F - CITY OF YAKIMA PROJECT NO. 2291 w U a) "O a) 0 U U) CO .3 0 W W Z 0 0 Z z II II oU o DRAINAGE DETAILS DT1 DT3 J LINE CURB AND GUTTER A DITCH CENTERLINE BACK OF DITCH 2" PVC CURB AND GUTTER ROCK OUTFALL PAD A NOTE: FLOWLINE OF PIPE TO BE FLUSH WITH GUTTERLINE A -A 2" PIPE THROUGH CURB SAMPLING LOCATIONS J 10+60 15' RT. J 11+60 15' RT. J 12+60 15' RT. J 13+60 15' RT. J 14+60 15' RT. J 15+60 15' RT. KNOCKOUT PANS 2-1/2" DEPTH AS NEEDED PLAN VIEW SECTION VIEW SAMPLING CATCH BASIN NOTES: 1. MEETS OR EXCEEDS THE REQUIREMENTS OF ASTM C-478/AASHTO M-199. 2. USE ADJUSTMENT SECTIONS AS NECESSARY. 0 0 L.L 0 z 0 0) z 0 w 0 0 J w w c CITY OF YAKIMA PROJECT NO. 2291 Cr W U CU DRAINAGE DETAILS DT2 DT3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A EDGE OF PAVEMENT A EDGE OF PAVEMENT 3' 3' 4®0t City Of Yakima �' Engineering Division s:'„/ , 129 North Second Street � i ° ..� Yakima, Washington 12- 1 12.1 0 3-3 VIEW 3' 5' S' BOTTOM CENTER OF DITCH I 3, J " UNDERDRAIN PIPE J STREET LID DEMONSTRATION PROJECT CITY OF YAKIMA PROJECT NO. 2291 BACK OF DITCH PLA\ 3 VIEW SLOPE VARIES — TRANSITION BOTTOM TO TOP FROM DITCH OF BERM OVER 5'.fir„ *SEE TABLE AT 5' 5' RIGHT FOR ELEVATIONS BOTTOM OF DITCH FROM J 15+07 TO J FROM J 15+24 TO J FROM J 16+20 TO J _,(0,ER st,.. ,,,, - �����oj�, fico fl y w ftb � v ,;;s ROADSIDE DITCH BERM10 rf LOCATIONS ELEVATIONS Project Eng. RM Drawing Scales Horizontal = 1.1/2 Vertical = 1 1/2 J 11+25 18 5' RT 1111 36 J 12+25 185' RT 111060 J 13+25 18 5' RT 1110 23 J 14+25 185' RT 111006 J 15+30 18 5' RT 1109 88 J 16+25 18 5' RT 1109 72 15+12 TRANSITION FROM DITCH BOTTOM TO BUS STOP PAD 15+30 TRANSITION FROM BUS STOP PAD TO TOP OF BERM 16+25 TRANSITION FROM DITCH BOTTOM TO EXISTING GROUND A- A VIEW 4" UD PIPE 4" UD PIPE DRAINAGE DETAILS DT3 DT3� 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I SIGN SPACING = X (1) RURAL ROADS 45 / 55 MPH 500' t RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' t RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 200' * (2) RESIDENTIAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESSOO' t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W20-1 J ST CLOSED TO THRU TRAFFIC J ST CLOSED TO THRU TRAFFIC R11-4 W20-3 20TH AVE R11-2 B/W ROAD CLOSED W1-6 R11-1501 B/W ROAD WILL BE R11-1501 CLOSED B/W MM DP MM DA XAM XPM W20-3 NOTES 1. Two Flashing Warning Lights (Type A per MUTCD) may be used to mark each barricade at night. 2. Coordinate with emergency services. 3. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. 4. ALL SIGNS ARE CLASS A. DETOUR---= ROAD CLOSED 4 J ST CLOSED TO THRU TRAFFIC LEGEND R11-4 SIGN LOCATION BARRICADE - TYPE 3 R 1223 BARRICADE - TYPE 3 L ROAD CLOSURE W20-3 W20-3 J STREET J ST CLOSED TO THRU TRAFFIC a R11-4 co co Y a J ST CLOSED TO THRU TRAFFIC R11-4 C O .ET) Eccm co } .O O c o) Uw J STREET LID DEMONSTRATION PROJECT City of Yakima Project No.2291 Project Eng. RM Horizontal = NONE LLJ Z 0 TRAFFIC CONTROL PLAN TC TC1