Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Granite Northwest, Inc. - Nob Hill Boulevard Improvement Project 64th to 72nd Avenue
1 1 1 1 CITY OF YAKIMA NOB HILL BOULEVARD IMPROVEMENT PROJECT (64TH Avenue to 72ND Avenue) City Project No. 2278 HLA Project No. 09024E FEDERAL AID NO. ARRA 4566 (009) Construction Contract Specifications & Bid Documents JUNE 2009 City of Yakima 129 North Second Street Yakima, WA 98901 Huibregtse Louman Associates, Inc. 801 North 39" Avenue Yakima, WA 98902 C I ADDENDUM NO. 1 To the Contract Provisions for CITY OF YAKIMA, WASHINGTON Nob Hill Boulevard Improvement Project South W Avenue to South 7 Avenue City Project No. 2278 HLA Project No. 09024E Federal Aid No. ARRA 4566 (009) BID OPENING: July 15, 2009 2:00 pm To the attention of all bidders for the above project The following additions, revisions, and /or modifications are made to the Contract Documents, Plans, and Specifications for this project: ITEM 1 — SPECIFICATIONS, PAGE 3 -5, UNIT PRICE BID PROPOSAL Bid Item 43, 12° PVC Sanitary Sewermain, Complete in Place. Revise to read, °10" PVC Sani- tary Sewermain, Complete in Place." This change shall be made on the Bid Proposal Sheet by changing 12" to 10° on the Bid Proposal Form by hand. ITEM 2 — SPECIFICATIONS PAGE 3-5 UNIT PRICE BID PROPOSAL Bid Item 25, 12 -Inch Underdrain Pipe Infiltration Trench System. Revise quantity from 762 If to 884 If. This change shall be made on the Bid Proposal Sheet by changing the quantity from 762 to 884 If on the Bid Proposal Form by hand. ITEM 3 — SPECIFICATIONS, PAGE 6 -54, SECTION 7 -05.3(1), AJUSTING MANHOLES AND CATCH BASINS TO GRADE Add the following paragraph: Manholes that fall within concrete sidewalk areas shall be adjusted to finish sidewalk grade prior to placing concrete for the sidewalk. Manholes that fail partially within the concrete sidewalk (at the back of the sidewalk) shall be adjusted to finish sidewalk grade and topsoil shall be placed one (1) foot minimum around the portion of the manhole lid that is not in the concrete sidewalk and compacted to be flush with the concrete sidewalk to eliminate any tripping hazard. ITEM 4 — SPECIFICATIONS, WAGE RATES Replace pages 1, 8, 9, 15, and 29 of the Federal Wage Determination WA070001 with the at- tached new pages, 1, 8, 9, 15, and 29 of Federal Wage Determination WAG80001 Modification 29. GAPROJECTS\2009 \09024\Addendum No.t 64th to 72nd.doc ADDENDUM NO. 1 C ITEM 5 — PLANS SHEET 10 INFILTRATION SYSTEM DETAIL Replace Note 1 with the following: "IE of outlet pipe from Catch Basin at Sta. 16 +18.00 = 1156.37. IE of inlet pipe to Pre - Treatment Manhole = 1156.27. IE of outlet pipe from Pre - Treatment Manhole = 1156.15. IE of Perforated Pipe in Infiltration Trench = 1156.02." ITEM 6 — PLANS ALL SHEETS KEY NOTE 14 Add the following to Key Note 14: "Set inlet of shallow manhole six (6) inches above bottom of drainage swale." ITEM 7 — PLANS SHEET 10 ELECTRICAL SERVICE FOR NEW STREETLIGHTS The electrical service cabinet to serve the new streetlights shall be relocated from the north side of Nob Hill (at approximate Station16 +50 to the south side of Nob Hill. See attached SK -1 for details. This ADDENDUM is to be considered as much a part of the contract provisions as if it were in- cluded in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. Dennis J. WhitcherAbE Huibregtse, Louman Associates, Inc. 801 North 39'h Avenue Yakima, WA 98902 Phone: (509) 966 -7000 G:IPROJECTS12009109024\Addendum No.1 64th to 72nd.doc to ate ADDENDUM NO. 1 1 General Decision Number: WA080001 07/03/2009 WAl ' Superseded General Decision Number: WA070001 State: Washington ' Construction Types: Heavy (Heavy and Dredging) and Highway Counties: Washington Statewide. ' HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) ' Modification Publication Date Modification Publication Number Number Date 0 02/08/2008 19 10/31/2008 1 02/15/2008 20 11/21/2008 ' 2 02/22/2008 21 01/02/2009 3 04/04/2008 22 02/06/2009 4 04/25/2008 23 02/27/2009 t 5 05/09/2008 24 6 06/06/2008 25 03/06/2009 03/20/2009 7 06/13/2008 26 06/5/2009 8 06/20/2008 27 06/12/2009 ' 9 06/27/2008 28 10 07/11/2008 29 06/26/2009 07/03/2009 11 07/25/2008 12 08/01/2008 ' 13 08/08/2008 14 08/29/2008 15 09/05/2008 16 09/19/2008 17 10/03/2008 ' 18 10/24/2008 CARP0001 -008 06/01/2007 ' Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH ' MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) WALLA WALLA and Yakima COUNTIES ' Rates Fringes GROUP 1: ................... $ 25.68 9.30 GROUP 2: ................... $ 27.18 9.30 GROUP 3 :...................$ 25.95 9.30 ' GROUP 4: ................... $ 25.68 9.30 GROUP 5: ................... $ 59.40 9.30 GROUP 6 :...................$ 28.70 9.30 GROUP 7: ................... $ 29.70 9.30 ' GROUP 8: ................ ..$ 26.95 9.30 GROUP 9:— ................. $ 32.70 9.30 ' WA080001 Modification 29 Federal Wage Determination 1 Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center I ' WA080001 Modification 29 Federal Wage Determination 8 Zone Pay: 0 -25 radius miles Free ' 26 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour ---------------------------------------------------------------- EL•ECO046 -001 06/01/2009 ' CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes ' CABLE SPLICER ....................$ 44.89 3% +15.71 ELECTRICIAN ......................$ 40.81 396+15.71 ----------------------------------------------------------- * ELECO048 -003 07/01/2009 CLARK, KLICKITAT AND SKAMANIA COUNTIES ' Rates Fringes CABLE SPLICER ....................$ 35.90 16.43 ' ELECTRICIAN ......................$ 35.65 HOURLY ZONE PAY 16.82 Hourly Zone Pay shall be paid on jobs located outside of the free zone ' computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria. ' Zone Pay: Zone 1: 31 -50 miles $1.50 /hour Zone 2: 51 -70 miles $3.50 /hour Zone 3: 71 -90 miles $5.50 /hour ' Zone 4: Beyond 90 miles$9.00 /hour * These are not miles driven. Zones are based on Delorrne Street Atlas ' USA 2006 plus. ----------------------------------------- ----------------- - - - - -- I ' WA080001 Modification 29 Federal Wage Determination 8 ELECO073 -001 01/01/2009 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER ....................$ 28.22 396+12.48 ELECTRICIAN ......................$ 27.82 3% +12.48 ---------------------------------------------------------------- ELEC0076 -002 02/28/2009 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER ....................$ 38.57 3% +14.75 ELECTRICIAN ......................$ 34.75 - 3% +14.75 - - -- ---------------------------------- - - - - -- - -- ELE00077 -002 02/01/2007 Rates Fringes Line Construction: CABLE SPLICERS ..............$ 42.09 3.875 +10.60 GROUNDMEN ...................$ 26.31 3.875% +8.60 LINE EQUIPMENT MEN .......... $ 32.32 3.875% +8.70 LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN .... $ 37.58 3.875% +10.60 POWDERMEN, JACKHAMMERMEN .... $ 28.19 3.875% +8.60 TREE TRIMMER ................$ 22.65 3.875% +8.35 ---------------------------------------------------------------- ELEC0112 -005 12/01/2008 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER ....................$ 35.39 3% +13.48 ELECTRICIAN ......................$ 33.70 3% +13.48 ---------------------------------------------------------------- ELEC0191 -003 03/01/2008 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER ....................$ 36.86 3% +12.98 ELECTRICIAN ......................$ 33.51 3% +12.98 --------------------------------- ------------------------- - - - - -- WA080001 Modification 29 Federal Wage Determination 0 * KNGI0370 -002 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ' ZONE 1: Rates Fringes Power equipment operators: Washington; Lewiston, Idaho GROUP 1A ...................$ 23.21 11.05 ' GROUP 1 .....................$ 23.76 11.05 GROUP 2......... ..$ 24.08 11.05 GROUP 3 .....................$ 24.69 11.05 GROUP 4 .....................5 24.85 11.05 ' GROUP 5 .....................$ 25.01 11.05 GROUP 6 .....................$ 25.29 11.05 GROUP 7 .....................$ 25.56 11.05 GROUP 8 .....................$ 26.66 11.05 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, ' WA080001 Modification 29 Federal Wage Determination 15 Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; ' Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck ' Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around ' bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Hydro - seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including ' seal and chip coatings (farm type, Case, John Deere & similar, or Compacting vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler- Driver (CLD ' required) & Cable Tender, Mucking Machine. ' WA080001 Modification 29 Federal Wage Determination 15 * IRON0014 -005 07/01/2009 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER .......................$ 30.79 17.40 ---------------------------------------------------------------- * IRON0029 -002 07/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER .......................$ 33.12 ----------------------- ------------------------------------ * IRON0086 -002 07/01/2009 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER .......................$ --- -31 -07 17 ------------------------------- ------------------------ * IRON0086 -004 07/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER .......................$ 36.62 17.40 ---------------------------------------------------------- - - - - -- WA080001 Modification 29 Federal Wage Determination 29 I SERVICE CABINET 'RELOCATED TO SOUTH SIDE OF NOB HILL. ' DELETE CONDUITS. 'w w �SS�_�fitQ! 55 SS SS EXIS I N G 2--- III�lIIQI_ -F-OR P 0— OR NEW STR ET SIGHTS. DID -MH 1 +_ RIM:1159 26 t ' CONSTRUCT 7' WIDE SIDEWALK AROUND POWER POLES. EXISTING JUNCTION- - BOX.- _XISTING 3 CONDUIT AND CAP. WHITC WAS�f�L IA t , QS ' `SSIONAL ' DATE: 07 -09 -09 JOB NUMBER: 09024 FILE NAMES: �v( U 1 —w --- -- w w w ' w w V, SS -S-.SS SS SS -MH .SS__.....- 7 +00 IE: 1146.3 I PC Sa 19 +x.85 -- - EXI T. 2" — - -- CONDUIT )HP , , ...... HP- HP� -OFiP P-- 1 -� 11-f-1 t �,J=a) ( — ca V E o W I INSTALL NEW 120/240 VOLT, 1 PHASE, 3 WIRE TYPE B MODIFIED SERVICE CABINET PER WSDOT STANDARD PLAN J -3b. PROVIDE WITH 2P -60A SUSE RATED MAIN DISCONNECT AND TWO 2P -30A BRANCH CIRCUIT BREAKERS. PROVIDE A 6 POLE, 30 AMP LIGHTING CONTACTOR. PROVIDE GROUNDING SYSTEM WITH TWO 10 FOOT COPPER CLAD GROUND RODS AND INSTALL PER REQUIREMENTS OF NEC. MAKE PROVISIONS FOR TWO FUTURE 2P -30A CIRCUIT BREAKERS CITY OF YAKIMA ' Sheets west.dwg 09024.dwg Nob Hill Boulevard Improvement Project 09024. DRAWN BY: KID ' CHECKED BY: ADDENDUM NO. 1 — REVISED SERVICE TO STREET LIGHTS DiW SK -1 REMOVE CAP FROM EXISTING 2" CONDUIT. ADJUST LENGTH N I OF 2" CONDUIT AS REQUIRED, FURNISH AND INSTALL NEW JUNCTION BOX, INSTALL 2" SWEEP INTO JUNCTION BOX, W E 7. POWER POLE INSTALL 2" CONDUITS WITH S NOT TO BE SWEEPS AND 2 #8 AND 1 #8G INSTALLED. TO LIGHTING CONDUITS EAST o 20 40 AND WEST IN NOB HILL. o 1 7 .. ........ ........... �SS�_�fitQ! 55 SS SS EXIS I N G 2--- III�lIIQI_ -F-OR P 0— OR NEW STR ET SIGHTS. DID -MH 1 +_ RIM:1159 26 t ' CONSTRUCT 7' WIDE SIDEWALK AROUND POWER POLES. EXISTING JUNCTION- - BOX.- _XISTING 3 CONDUIT AND CAP. WHITC WAS�f�L IA t , QS ' `SSIONAL ' DATE: 07 -09 -09 JOB NUMBER: 09024 FILE NAMES: �v( U 1 —w --- -- w w w ' w w V, SS -S-.SS SS SS -MH .SS__.....- 7 +00 IE: 1146.3 I PC Sa 19 +x.85 -- - EXI T. 2" — - -- CONDUIT )HP , , ...... HP- HP� -OFiP P-- 1 -� 11-f-1 t �,J=a) ( — ca V E o W I INSTALL NEW 120/240 VOLT, 1 PHASE, 3 WIRE TYPE B MODIFIED SERVICE CABINET PER WSDOT STANDARD PLAN J -3b. PROVIDE WITH 2P -60A SUSE RATED MAIN DISCONNECT AND TWO 2P -30A BRANCH CIRCUIT BREAKERS. PROVIDE A 6 POLE, 30 AMP LIGHTING CONTACTOR. PROVIDE GROUNDING SYSTEM WITH TWO 10 FOOT COPPER CLAD GROUND RODS AND INSTALL PER REQUIREMENTS OF NEC. MAKE PROVISIONS FOR TWO FUTURE 2P -30A CIRCUIT BREAKERS CITY OF YAKIMA ' Sheets west.dwg 09024.dwg Nob Hill Boulevard Improvement Project 09024. DRAWN BY: KID ' CHECKED BY: ADDENDUM NO. 1 — REVISED SERVICE TO STREET LIGHTS DiW SK -1 'William PL Cooko Director .129 North Secon(I Street Phone: (509) 575 -6111 - Fax (509) 576 -5.105 July 22, 2009 Ronald Gatto Granite Northwest, Inc. 585 West Beach Street Watsonville, CA 95076 Re: Nob Hill Boulevard Improvements Project — 64th Avenue to 72nd Avenue Dear Mr. Gatto: 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 July 15, 2009 in the amount of $622,508.19. 1 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 1 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. Your attention is directed to Section 1-07.18 Public Liability and Property Damage Insurance (APWA GSP) of the Construction Contract Specifications for coverage limits, additional insurance requirements and special ACORD form wording. We have also included a Liability Certificate Checklist for you 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 1 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 1 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, 1� Douglas Ao, P.E. 1 City Engineer encl. 1 cc: Bruce Floyd, Construction Supervisor Brett Sheffield, Project Engineer Susie Lorrance, Contract Specialist City Clerk ' Debbie Baldoz, Finance File 2 �Pe` t�ifcc F 'Y `r CITY OF YAKIMA NOB HILL BOULEVARD IMPROVEMENT PROJECT SOUTH 64TH AVENUE TO SOUTH 72ND AVENUE City Project No. 2278 HLA Project No. 09024E FEDERAL AID NO. ARRA 4566 (009) I r OWNER: City of Yakima 129 North Second Street Yakima, WA 98901 r A. W xITC� & W AW o S I TES �~�w `') `1 I CONSULTANT: Huibregtse Louman Associates, Inc. 801 North 39th Avenue Yakima, WA 98902 r Construction Contract Specifications & Bid Documents ' JUNE 2009 I r 1 n. t CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON CONTRACT DOCUMENTS FOR NOB HILL BOULEVARD IMPROVEMENT PROJECT 64' TO 72ND AVENUE City Project No. 2278 HLA Project No. 09024E Federal Aid No. ARRA 4566 (009) TABLE OF CONTENTS PAGE NO. SECTION 1 - ADVERTISEMENT FOR BIDS .................................................................................. ............................1 -1 ADVERTISEMENTFOR BIDS .......................................................................................... ............................1 -2 SECTION 2 - INFORMATION FOR BIDDERS ............................................................. ............................................... 2 -1 INFORMATION FOR BIDDERS ........................................................................................ ............................2 -2 SECTION3 - BID PACKAGE .......................................................................................................... ............................3 -1 BIDDER'S CHECKLIST ..................................................................................................... ............................3 -2 BIDPROPOSAL ................................... ................................................................... ...................................... 3 -4 UNITPRICE BID SCHEDULE ................................... ....................... ............................................................. 3 -5 BID PROPOSAL SIGNATURE PAGE ............................................................................... ............................3 -7 BIDDEPOSIT .............................................................. ............................... ...................... ............................3 -8 BIDBOND ............................................... ...................................................................... ...................... .......... 3 -8 NON - COLLUSION AFFIDAVIT ....................................................... ............................................... ................ 3 -9 CERTIFICATION FOR FEDERAL -AID CONTRACTS ...................................................... ........................... 3 -10 NONDISCRIMINATION PROVISION ........................... ................................................................................ 3 -11 SURETYINFORMATION ..................................... .............................................................................. ......... 3 -12 BIDDER'S DATA FORM ....................................... .............................................................................. ......... 3 -13 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY ........................................ ...........................3 -14 RESOLUTION NO. D-4816_ ............................................................................................... ......................3 -15 AFFIRMATIVEACTION PLAN ......................................................................................... ...........................3 -16 BIDDERS CERTIFICATION ...................................... ................................................................................... 3 -18 SUBCONTRACTORS CERTIFICATION ................................... ............ ....................................................... 3 -19 BIDDER'S CERTIFICATION REGARDING STATE AND FEDERAL REQUIREMENTS .. ...........................3 -19 SECTION 4 - CONTRACT AND RELATED MATERIALS ............................................................... ............................4 -1 CONTRACT.................................................... ......................................................... ...................................... 4 -2 CONTRACTBOND ...... .................................................................................................................................. 4 -4 SCHEDULEOF WORKING HOURS.. ........................................................................... ............................... 4-6 SECTION 5 - LABOR STANDARDS AND WAGE RATE CONDITIONS ..................................... ................................ 5 -1 PREVAILINGWAGE RATES ...................................... ........................................... ....... ................................ 5 -2 SUPPLEMENTAL TO WAGE RATES EFFECTIVE 3-4 -09 PREVAILING WAGE RATE CORRECTION EFFECTIVE 4 -24 -09 DLI (YAKIMA COUNTY) EFFECTIVE 3 -04 -09 BENEFIT KEY CODE EFFECTIVE 3 -04 -09 US DEPARTMENT OF LABOR - FEDERAL WAGE DECISION SECTION 6 - TECHNICAL SPECIFICATIONS ............................................................................... ............................6 -1 STANDARD SPECIFICATIONS ........................................................................................ ............................6 -2 SPECIALPROVISIONS INDEX .......................................................... ........................................................... 6 -3 SPECIALPROVISIONS ..................................... ........................................................................................... 6 -4 APPENDIX A WSDOT STANDARD PLANS APPENDIX B CITY OF YAKIMA STANDARD DETAILS APPENDIX C REQUIRED PROVISIONS TO FEDERAL AID PROJECTS APPENDIX D AMENDMENTS TO THE 2008 WASHINGTON STATE DOT STANDARD SPECIFICATIONS G: \PROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc I ADVERTISEMENT FOR BIDS City of Yakima 129 North Second Street Yakima, Washington 98901 The City of Yakima invites separate sealed BIDS for the construction of the NOB HILL BOULEVARD IMPROVEMENT PROJECT 64' TO 72ND AVENUE, City of Yakima Project No. 2278, HLA Project No. 09024E, Federal Aid No. ARRA 4566 (009) including the following approximate major quantities of work: 850 CY of roadway excavation; 590 TN of HMA; 550 TN of ATB; 1900 SY of grinding; 1,800 LF of curb and gutter; 2,750 SY of concrete sidewalk, storm drainage system, street lights, permanent signing; 340 LF of 10" PVC sanitary sewermain, (1) precast concrete sanitary sewer manhole. Bids will be received by the City Clerk at Yakima City Hall, 129 North Second Street, Yakima, Washington, 98901, until 2:00 PM on July 15, 2009, and then shortly thereafter will be publicly opened and read aloud at the Yakima City Council Chambers located at 129 North Second Street. The CONTRACT DOCUMENTS may be examined at the following locations: Yakima City Hall, Engineering Department, Yakima, Washington Huibregtse, Louman Associates, Inc., Yakima, Washington Tri -City Construction Council Yakima Plan Center Copies of the CONTRACT DOCUMENTS may be obtained at the office of the CITY ENGINEER, YAKIMA CITY HALL, 129 North Second Street, Yakima, Washington 98901, (509- 575 -6111) upon payment of $40.00 for each set, non - refundable. Each bid or proposal must be accompanied by cash, bond, or a certified check, payable to the order of the Treasurer of the City of Yakima for the sum of not less than 5% of said bid or proposal and none will be considered unless accom- panied by such deposit, to be forfeited to the City of Yakima in the event the successful bidder shall fail or refuse to enter into a Contract with the City for the making and construction of the aforesaid improvement. All bids or proposals must be in writing on the form bound in the Specifications, sealed and filed with the Clerk on or before the day and hour above mentioned. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on this project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national origin. The City of Yakima reserves the right to reject any and all bids and to waive technicalities or irregularities, and after careful consideration of all bids and factors involved, make the award to best serve the interests of the City of Yakima. This project is partially funded through a grant from the Federal Highway Administration — American Recovery and Reinvestment Act Program. This project is a Federal -aid funded project. 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 shall affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises shall be afforded full opportunity to submit bids in response to this invitation and shall not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City of Yakima will be the Certification Acceptance (CA) Agency on this project. Special reporting every 30 days by the Contractor will be required by this project. Deborah J. Moore City Clerk Publish: June 23, 2009 June 30, 2009 IG: \PROJECTS \2009 109024 \Spec cations 64th to 72nd (2).doc 1 -2 INFORMATION FOR BIDDERS BIDS will be received by the City of Yakima, Washington (herein called the "OWNER "), at City Hall, 129 North Second Street, Yakima, Washington 98901, until 2:00 PM., July 15, 2009, and then at said office publicly opened and read aloud. Each BID must be submitted in a sealed envelope, addressed to Yakima City Clerk at 129 North Second Street, Yakima, Washington 98901. Each sealed envelope containing a BID must be plainly marked on the outside as BID for the NOB HILL BOULEVARD IMPROVEMENT PROJECT 64TH TO 72ND AVENUE and the envelope should bear on the outside the BIDDER'S name, address, and license number if applicable, and the name of the project for which the BID is submitted. If forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope addressed to the OWNER at Yakima City Hall, 129 North Second Street, Yakima, Washington 98901. ' All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the BID form is required. The OWNER may waive any informalities or minor defects or reject any and all BIDS. Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified shall not be considered. No BIDDER may withdraw a BID ' within 60 days after the actual date of the opening thereof. Should there be reasons why the Contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the OWNER and the BIDDER. BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID SCHEDULE by examination of the site and a review of the Drawings and Specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the 1 quantities of WORK or of the nature of the WORK to be done. The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR nor relieve the CONTRACTOR from fulfilling any of the conditions of the Contract. Each BID must be accompanied by a BID BOND payable to the OWNER for five percent of the total amount of the BID. As soon as the BID prices have been compared, the OWNER will return the BONDS of all except the three lowest responsive BIDDERS. When the Agreement is executed, the bonds of the two remaining unsuccessful BIDDERS will be returned. The BID BOND of the successful BIDDER will be retained until the CONTRACT BOND has been executed and approved, after which it will be returned. A certified check maybe used in lieu of a BID BOND. A CONTRACT BOND in the amount of 100 percent of the CONTRACT PRICE, with a corporate surety approved by the OWNER, will be required for the faithful performance of the Contract. Attorneys -in -fact who sign BID BONDS or CONTRACT BONDS must file with each BOND a certified and effective dated copy of their Power of Attorney. The party to whom the Contract is awarded will be required to execute the Agreement and obtain the CONTRACT BOND within ten (10) working days from the date when NOTICE OF AWARD is delivered to the BIDDER. The NOTICE OF AWARD shall be accompanied by the necessary Agreement and BOND forms. In case of failure of the BIDDER to execute the Agreement, the OWNER may consider the BIDDER in default, in which case the BID BOND accompanying the proposal shall become the property of the OWNER. ' The OWNER may make such investigations as deemed necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein. tG:% PROJECTS %2009%09024\Specifcations 64th to 72nd (2).doc 2 -2 A conditional or qualified BID will not be accepted. Award will be made to the lowest responsive, responsible BIDDER or all bids will be rejected. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over I construction of the PROJECT shall apply to the Contract throughout. Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID. Further, the BIDDER agrees to abide by the requirement under Executive Order No. 11246, as amended, including specifically the provisions of the equal opportunity clause set forth in these Contract Documents. The low BIDDER shall supply the names and addresses of major material SUPPLIERS and SUBCONTRACTORS when required to do so by the OWNER. ' This project is a Federal -aid funded project. 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 shall affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises shall be afforded full opportunity to submit bids in response to this invitation and shall not be discriminated against on the grounds of race, color or national origin in consideration for an award. The ENGINEER is Huibregtse, Louman Associates, Inc., represented by Dennis J. Whitcher, PE. The ENGINEER'S address is 801 North 39th Avenue, Yakima, Washington 98902, phone (509)966 -7000, FAX: (509)965 -3800. G.\PROJECTS\ 2009 \09024 \Specifications 64th to 72nd (2).doc 2 -3 1 f 1 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms which must be executed in full and submitted with the bid: (a) Bid Proposal The unit prices bid must be shown in the space provided. Acknowledge all addenda in the space provided. (b) Bid Signature Page To be filled in and signed by the bidder. (c) Bid Bond Deposit or Bid Bond Bid Bond Deposit Sign the Bid Bond Deposit in the space provided if the bid is accompanied by a certified check or cashier's check in the amount of not less than 5% of the total amount bid. OR Bid Bond This form is to be executed by the bidder and surety company. 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. Provide Power of Attorney for Surety's agent. (d) Non - Collusion Affidavit and Debarment Certification for Federal Aid Projects Must be included with the Bid Proposal. (e) List of Subcontractors, Surety, and Bidder List all required subcontractors proposed for the project and fill in the Surety and Bidder information. (f) DBE Utilization Certification This form to be completed by the bidder. (g) Bidder's Data Form and Surety This form to be completed by the bidder. (h) 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 and /or submitted for approval after the Contract is awarded: (1) Contract. This Contract to be executed by the successful bidder and the City of Yakima. (2) Contract Bond to be executed by the successful bidder and his surety company. Provide Power of Attorney. (3) Certificate of Public Liability and Property Damage Insurance must be provided by the successful bidder in accordance with the provisions of the Standard Specifications and Special Provisions. G:\ PROJECTS 12009\090246Specifications 64th to 72nd (2).doc 3 -2 (4) Statement of Intent to Pay Prevailing Wages to be completed by successful bidder and by any ' and all subcontractors. (5) Schedule of Working Hours to be executed by the successful bidder. 1 1 1 1 t G.I PROJECTS\2009 109024\Specafications 64th to 72nd (2).doc 3 -3 1 1 t r] 1 1 P11 1 1 City of Yakima 129 North 2nd Street Yakima, Washington 98901 BID PROPOSAL NOB HILL BOULEVARD IMPROVEMENT PROJECT 64TH TO 72ND AVENUE CITY OF YAKIMA PROJECT NO. 2278 HLA PROJECT NO. 09024E FEDERAL AID NO. ARRA 4566 (009) A Proposal of GRANITE NORTHWEST, INC. (hereinafter called "BIDDER "), organized and existing under the laws of the State of Washington doing business as a Corporation '. To the CITY OF YAKIMA, Washington, (hereinafter called "OWNER "). In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all work for the construction of NOB HILL BOULEVARD IMPROVEMENT PROJECT 64T" TO 72ND AVENUE —City Project No. 2278, in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below. By submission of this BID, each BIDDER certifies, in the case of a joint BID each party thereto certifies as to its own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor. BIDDER hereby agrees to commence work under this Contract within ten (10) calendar days after NOTICE TO PROCEED and to fully complete the PROJECT in accordance with Section 1 -08.5 of these Special Provisions. BIDDER further agrees to pay as liquidated damages the sum specified for each working day thereafter as provided in SECTION 1 -08.9 of the Standard Specifications. BIDDER acknowledges receipt of the following ADDENDA: I PW Addenda will be posted on the Internet at the Engineer's website, www.hiacivii.com. BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or lump sum amounts: Insert "a corporation," "a partnership," or "an individual' as applicable. 1 G:\PROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc 3-4 i 1 [7 [l UNIT PRICE BID PROPOSAL (NOTE: Unit prices for all items, all extensions, and total amount of bid must be shown. Any changes /corrections to the bid must be initialed by the signer of the bid, in accordance with Section 1- 02.5.) . CITY OF YAKIMA NOB HILL BOULEVARD IMPROVEMENT PROJECT 64TH TO 72ND AVENUE CITY PROJECT NO. 2278 HLA PROJECT NO. 09024E, ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE DOLLARS- CTS AMOUNT DOLLARS - CTS SCHEDULE A - NOB HILL BOULEVARD IMPROVEMENTS 1 Mobilization LS ----- X ----- :33,913 — 2 Project Temporary.Traffic Control LS ----- X --- -- 3 'Spill Prevention Plan .. LS ----- X ----- 4 Temporary Water, Pollution /Erosion Control LS ----- X ESC Lead Days 5 X J�v _ !O °O _5 6. Clearing and Grubbing LS ----- X - _ _ _ _ = ODD °G 7 Removal of Structures and Obstructions LS ----- X - - - - - = OQQ _.o 8 Roadway Excavation Including Haul CY 850 X J JL� _ « 7 0 9 Saw Cutting LF 1,400 X J _ ` 0O ° 10 Crushed Surfacing Base Course TON 750 X 35 = a6 25o°O 11 Asphalt Treated Base TON 550 X Q -°� = 27 5420 12 HMA Class 1/2 -Inch PG 64 -28 TON 280 X �© = 22 C, ae 13 HMA for Approach Class 3/8 -Inch PG 64 -28 TON 50 X 14 Planing Asphalt Concrete Pavement SY 1,900 X 15 Geotextile Paving Fabric SY 1,900 X 16 HMA Class 3/8 -Inch for Overlay TON 260 X °O = Q0 00 17 Cement Concrete Traffic Curb and Gutter LF 1,800 X JO — _ ) 5 Oce o° 18 Cement Concrete Sidewalk, 4 -Inch Thick, Incl. Prep. SY 2,750 X = 00 19 Cement Concrete Sidewalk, 6 -Inch Thick, Incl. Prep . SY 90 X Coo yJ = y, 050 °o 20 Cement Concrete Sidewalk Ramp, Type 2 EA 12 X 00 = ) 2 " 21 Cement Concrete Sidewalk Ramp, Type 4A EA 2 X ;Z 00� -°-° 22 Cement Concrete Commercial Driveway Entrance, EA 4 X 7� SDO °�° - �� C.IL o0 23 Select Backfill, as Directed TON 10 X 20-0" = OO qc 24 Infiltration Swale LF 1,510 X 25 12 -Inch Underdrain Pipe Infilt. Trench System LF X (,6R-0 3 O'�Q a0 26 Sidewalk Inlet EA 23 X �J d ao = 1,9 50 °p - ' G:\ PROJECTS\20091OW241SpecificWions 64th to 72nd (2).doc 3 -5 Pt ITEM NO. ITEM DESCRIPTION UNIT QUANTITY UNIT PRICE DOLLARS- CTS AMOUNT DOLLARS - CTS 27 Catch Basin, Type 1 EA 1 X f 26w e? = 2DO °d 28 12" Dia. PVC Storm Drain Pipe LF 20 '35 °O 29 Pre - Treatment Manhole, 48 -Inch Diameter EA 1 30 Shoring or Extra Excavation LF 20 0, J O 2 00 31 48" Diameter Storm Drain Manhole EA 13 00 32 Adjust Existing Manhole Cover to Grade EA 6 00 3 op 33 Topsoil, Type A CY 50 '� °% ( "76o — 34 Illumination System, Complete LS - - - -- - - - -- -7D � 00 i 35 Additional Conduit (2 -2" conuits) LF 4,600 41 36 Pullboxes for Additional Conduit EA 11 3-502-0 00 g CD -- 37 Sod Installation SY 30 200,0 °—°- 38 Monument Case and Cover EA 1 39 Electrical Service for Streetlights LS ----- - - - - - !� ozz 00 40 Pavement Markings LS ----- - - - - - 00 °- 41 Permanent Signing LS JIOo —G 42 Minor Changes FA EST. X $15,000.00 = $15,000.00 SCHEDULE A SUBTOTAL 38Lf 3a� o SCHEDULE A TOTAL SCHEDULE B - SANITARY SEWER EXTENSION 43 9*9 PVC Sanitary Sewermain, Complete in Place LF 340 X Jj5 00 = ' 8 DO o0 44 48" Diameter Sanitary Sewer Manhole EA 1 X 45 Connection to Existing Sewer Manhole LS ----- X 5 46 Select Backfill, as DirectEd TON 350 X 20 °d = -7 01�0 00 47 Shoring or Extra Excavation LF 340 X © . 0 = 3 cy0 48 Minor Changes EST 1 X 5,000.00 = 5,000.00 SCHEDULE B SUBTOTAL 'be;, 2 ?,,g ° STATE SALES TAX 8.2% j % 3 �^ SCHEDULE B TOTAL SCHEDULE A + SCHEDULE B TOTAL �p2 52 y G:\ PROJECTS \2005\09024 \Specrrcabons 64th to 72nd (2) doc 3-6 C L t 1 1 1 1 1 1 1 1 1 1 1 BID PROPOSAL SIGNATURE PAGE CITY OF YAKIMA, WASHINGTON NOB HILL BOULEVARD IMPROVEMENT PROJECT 64TH TO 72ND AVENUE CITY PROJECT NO. 2278 HLA Project No. 09024E FEDERAL AID NO. ARRA 4566 (009) GRANITE NORTHWEST, INC. BIDDER (CONTRACTOR) July 15 2009 DATE BY Vice President AU ORI ED OFFIC ffS S A URE TITLE Ronald L. Gatto (Please print or type name) ADDRESS: 585 West Beach Street Watsonville, CA 95076 E -mail address: DUNS No.: 788294788 CONTRACTOR LICENSE NUMBER NOTE: GRANNINI943 Phone: 831 724 -1011 FAX: 831 768 -4021 (1) If the bidder is a co- partnership, so state, giving firm name under which business transacted. If the bidder is a corporation, this proposal must be executed by its duly authorized officials. (2) Bidders shall acknowledge receipt of all addenda, if any, in the space provided on the first page of this proposal. (3) If no bid is submitted, kindly mark "NO BID" on the cover and return to: Huibregtse, Louman Associates, Inc. 801 N. 39th Avenue Yakima, WA 98902 (4) Bidder shall include Bid Bond /Bid Deposit and notarized Non - Collusion Affidavit and Debarment Certification with Bid Proposal. G:\PROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc 3 -7 BID DEPOSIT Herewith find deposit in the form of a certified check or cashier's check in the amount of Al Five Percent (5 %) of the Bid Amount which amount is not less than five percent (5 %) of our total bid for this project. Sign Here , P Ronald,L'. GaJX.1, V'ce P esident OR BID BOND KNOW ALL PERSONS BY THESE PRESENTS: ' That we GRANITE NORTHWEST, INC. , as Principal, and AL INS FEDERAL COMPANY as Surety, are held and ` firmly bound unto the CITY OF YAKIMA, as Obligee, in the penal sum of Five Percent (5%) of the Bid Amount P QIIAfsl, 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. I The condition of this obligation is such that if the Obligee shall make any award to the Principal for NOB HILL BOULEVARD IMPROVEMENT PROJECT 64T" TO 72ND AVENUE - City Project No. 2278, 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 9 DAY OF July —12009. 19 Surety IG: \PROJECTS\2009 \09024 \Specfications 64th to 72nd (2).doc 3-8 ,GRANITE NORTHWEST, INC. Ronald L. atto, ERAL INSURANCE Presiders. a Mukherjee, Attorney -in -Fact ' CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT rt `: -. e... ... c c c t? _�yrc ocecY ' State of California County of Santa Cruz ' On July 9, 2009 before me, V.J. Fox, Notary Public Date Here Insert Name and We of the Officer personally appeared Ananya Mukherjee, Attorney in Fact Name (s) of Signer(s) t V,J. fox Comm Pub CCobfofno Notary Sonto Cru: County Q Cprrn Pr m®s f � Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official s Signature OPTIONAL. 466 Signature of Notary V.J. Fox, Notary Public Though the information below Is not required by law, it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than.Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): —, ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: ISigner Is Representing: RIGHTTHUMBPRINT OF SIGNER: Number of Pages: Signer's Name: ❑ Individual • Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General • Attorney in Fact • • Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ' 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 81313 -2402 - %xnv.NagonalNotary.org Item 45907 Reorder. Call Toll -Free 1- 800- 876-6827 I I I I I I I I I I I I H I I C;i.l ?1.LriZs"fti ii I I I H I I t Chubb POWER Federal Insurance Company Attn: Surety Department Surety OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 ' Know All by These Presents, That FEDERAL INSURANCE COMPANY an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jigisha Desai, John D. Gilliland, Ananya Mukherjee and Eve Perez of Watsonville, ' each as their We and lawful Attorney- in- Fad to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other w lUngs obligatory In the nature thereof (other than bait bonds) given or executed In the course of business on behalf Granite Construction Incorporated and all Subsidiaries alone or in Joint venture in connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And ' the execution of ouch bond or obligation by such Attorney. In, Fad in the Company's name and on ila behalf as surety thereon or otherwise, under its ouxporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company. it is agreed that the power and authority hereby given to the Attomay -In -Fact cannot be modified or revoked urdess prior Written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty days prior to the modification or revocation. ' In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIRLANT INSURANCE COMPANY, and PACIFIC INDEMNnY COMPANY have each executed and attested those presents and affixed their corporate seals on this 13 day of March, 2009 ' Kenneth C. Wendel, Assistant Se tary 4av1 Norris, Jr., Vfce Pre. STATE OF NEW JERSEY as. ' County of Somerset On this 13th day of March, 2009 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing ' Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority, and (hat he is ecquafnbad with David B. Norris, Jr„ and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to Bald Power of Attorney Is in the genuine handwriting of David B. Mortis, Jr., and was thereto subscribed by authority of said By Laws and in deponent's presence. Notarial Seal — - - -- - — - - - - - -- T WENJ3..I3RADT — — ry I'vblic, Stott of Nrw iN7hr OTARy Committal n t4q. 2321097 EornOd.'25, 2009 ' fyp BOO Notary Public CERTIFICATION Extract from the By -Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: ' 'AN powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, )ofntiy with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The sfgnature of each of the following officers: Chairman, President any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Asslstartt Secretaries or Attomoys- irn- Fact for purposes only of executing end attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such power of attorney orcartificete bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Cornpanywith respell to any bond or undertaking to which It Is attached' A I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC tNDEMNfTY COMPANY (the ' 'Companleal do hereby certify that (1) the foregoing extract of the By= Laura of the Companies is We and correct (i) the Companies we duly licensed and authorized to transact surety business in all SD of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rtoo end the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and ' (Hi) the foregoing Power of Attomey is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this July 9, 2009 ulVatltNf Kenneth C. Wendel, As lent Secretary ' N THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE NTACr US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903 -3493 Fax (908) 903- 3656 _ _ e -mail., su mtffl chbbabm IForm 15- 10- 01546- U (Rev. 10- 02) CORP CONSENr y y y i y y Washington State Disadvantaged Business Department of Transportation Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as part of its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall consider as non - responsive and shall reject any bid proposal that does not contain a DBE Certification which properly demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for in the proposed contract. If the bidder is relying on the good faith effort method to meet the DBE assigned contract goal, documentation in addition to the certificate must be submitted with the bid proposal as support for such efforts. The successful bidder's DBE Certification shall be deemed a part of the resulting contract. Information on certified firms is available from OMWBE, telephone 360 - 753 -9693. GRANITE NORTHWEST, INC. certifies that the Disadvantaged Business Enterprise Name of Bidder (DBE) Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and is awarded the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards Goal" is listed. (If necessary, use additional sheet.) Name of DBE Certificate Number Project Role * (Prime, Subcontractor, Manufacturer, Regular Dealer) Description of Work ** Amount to be Applied pp Towards Goal 1. ILCiERT f'P�TE2Son! CoNG�2ETE rjugcoAmt4& rex �NL2E7E Sr�EwAt.r, CGxR5s -d RArApS oa I l q, ODD D6E M � M9 b'.ZO'S%3 2. 3. 4. 5. 6. 7. 8. 9. 10. Disadvantaged Business Enterprise Subcontracting Goal: * ** 5 % DBE Total $ ) 19 C)00 Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity, Wash. State Dept. of Transportation, on each contract. See the section "Counting DBE Participation Toward Meeting the Goal" in the Contract Document. * ** The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of the amounts listed shall prevail and the total will be revised DOT Form 272 -056 EF Revised 7107 I INON - 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: That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participation 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. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1- 800 -424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5 :00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. 1 The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 1 1 IG:IPROJECTS12009t09024 \Specifications 64th to 72nd (2).doc 3 -9 r� ICERTIFICATION FOR FEDERAL -AID CONTRACTS The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: ' (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- ' LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and more than $100,000 for each failure. ' The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. 1 1 1 IG.IPROJECTS12009\090241Specifications 64th to 72nd (2) doc 3 -10 1 J I 1 1 L 1 11 NONDISCRIMINATION PROVISION During the performance of this Contract, the contractor agrees as follows: 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. 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. 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. 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. 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. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any such rules, regulation, 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. The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of 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. IG.IPROJECTSU009 \09024 %Spedficabons 64th to 72nd (2).doc 3 -11 SURETY If the Bidder is awarded a construction Contract on this bid, the Surety who provides the Contract Bond will be: Please See Attached List of Surety Agencies Street City BIDDER The name of the Bidder submitting this Bid is GRANITE NORTHWEST, INC. whose address is: state Zip whose address is: 585 West Beach Street Watsonville, CA 95076 Street City State Zip which is the address to which all communications concerned with this Bid and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as principals are as follows: Martin P. Matheson President Ronald L. Gatto Secretary Ananya Mukherjee Treasurer G:IPROJECTS\2009109024\SPecii-m�— bath to 72nd (2�dOC 3-12 GRANITE NORTHWEST, INC. LIST OF SURETY AGENCIES Chubb Group of Insurance Companies — Federal Insurance Company — 1926 to Present 15 Mountain View Road Warren, NJ 07059 Contact: Rob Walsh, Regional Surety Manager (925) 598 -6005 State of Incorporation: Indiana Rating — AM Best: A ++ XV; Moody's: Aa1; Standard & Poors: AA St. Paul Travelers — August 1, 2002 to Present Travelers Casualty and Surety Company of America 1 Tower Square Hartford, CT 06183 Contact: Terry Lukow, Sr. Vice President Construction Services (860) 277 -2225 State of Incorporation: Connecticut Rating — AM Best: A+ XIV; Moody's: Aa2; Standard & Poors: AA- Zurich North America — February 1, 2004 to Present Zurich American Insurance Company , Fidelity and Deposit Company of Maryland 3910 Keswick Road Chesapeake Building — 5th Floor Baltimore, MD 21211 Contact: James T. Black, Surety Account Executive (415) 538 -7365 State of Incorporation: Maryland Rating — AM Best: A XV; Moody's: Al; Standard & Poors: AA- Agent Name and Address: AON Risk Insurance Services West, Inc. 199 Fremont Street, Suite 1500 San Francisco, CA 94105 (213) 630 -3266 Contact: KeAna D. Conrad — Director — Client Services - Surety Single Job Capacity > $300,000,000. Aggregate Capacity $3,800,000,000. 1 1 1 1 1 1 1 1 1 1 f i i 1 BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: GRANITE NORTHWEST, INC. (BIDDER) certifies that: 1. It intends to use the following listed construction trades in the work under the contract: and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both Federal and non - Federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this Contract the Subcontractor Certification required by these Bid Conditions. (Signatur of G: \PROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc 3 -18 Ronald L. Gatto, Vice President of Bidder) GRANITE NORTHWEST, INC. LIST OF SURETY AGENCIES Chubb Group of Insurance Companies — Federal Insurance Company —1926 to Present 15 Mountain View Road Warren, NJ 07059 Contact: Rob Walsh, Regional Surety Manager (925) 598 -6005 State of Incorporation: Indiana Rating — AM Best: A ++ XV; Moody's: Aa1; Standard & Poors: AA St. Paul Travelers — August 1, 2002 to Present Contact: KeAna D. Conrad — Director — Client Services - Surety ISingle Job Capacity > $300,000,000. Aggregate Capacity $3,800,000,000. n 1 Travelers Casualty and Surety Company of America ' 1 Tower Square Hartford, CT 06183 ' Contact: Terry Lukow, Sr. Vice President Construction Services (860) 277 -2225 State of Incorporation: Connecticut Rating — AM Best: A+ XIV; Moody's: Aa2; Standard & Poors: AA- ' Zurich North America — February 1, 2004 to Present Zurich American Insurance Company ' Fidelity and Deposit Company of Maryland 3910 Keswick Road Chesapeake Building — 5th Floor Baltimore, MD 21211 Contact: James T. Black, Surety Account Executive (415) 538 -7365 State of Incorporation: Maryland ' Rating — AM Best: A XV; Moody's: Al; Standard & Poors: AA- Agent Name and Address: AON Risk Insurance Services West, Inc. 199 Fremont Street, Suite 1500 San Francisco, CA 94105 (213) 630 -3266 Contact: KeAna D. Conrad — Director — Client Services - Surety ISingle Job Capacity > $300,000,000. Aggregate Capacity $3,800,000,000. n 1 IN BIDDER'S DATA FORM The following information will be verified by the City of Yakima. 1. Past experience with similar type work; include names, addresses, and telephone numbers of clients, locations of jobs performed, project descriptions, and contract amounts. See Appendix Al 2. Past maintenance services performed on similar systems; include names, addresses, and telephone numbers. of clients, locations where service performed, and service descriptions. See Appendix Al 3: Are you currently a named party in any pending litigation? If so, please identify the civil action number and jurisdiction.. Yes. See Appendix B1 I M ' 4. List key personnel, including supervisory personnel, to be used on this project and their individual experience and certifications. C30i3 6' eEgulocb - 6LKPERtNTcA? &cw-r - 37 ERRS LcxPE2�e7yG�- NuMERous CEZIrIJCtC - WrlOA/ 6 ' TE95 u2c0u 1 -4ACSY - PAiiiie $uPeiztN -rCA0e uT - E eTiaweE NaMM04. CEA.TS IN * 5. 14- IM Provide Washington state Contractor's registration (license) number. GRANIN1943QP NOTE: Complete this Bidder's Data Form and submit with Bid. Failure to submit any or all of the foregoing information will be cause for rejection of the bid affected. G-\ PROJECTSt2009 \09024\SpedficatiOm 64th to 72nd (2).doc 3 -13 GMITEMRTW S?, W. M M M M M M M M M 2008 Completed Jobs Greater that $1,000,000 Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 1 of 12 Name of Engineer in Charge (Owner), Phone, Job Fax, and E -mail (if Contract Completed Number Name and Address of Owner Name, Location of Project, and Kind of Work available). Amount Date 251009 Pacific Northwest University Pacific NW University Health Services Scott Ramey 1,423,647 12/31/08 110 South 33rd Street Contract #: None 509 - 453 -6111 Yakima, WA 98901 Yakima County, WA 509 - 469 -2710 (F) Sitework, base, AC paving: 1,184 TN, concrete, borrow 32,223 TN, crushed surfacing: 5,062 TN 251029 WA Department of Transportation 1 -82 Selah Crk - Yakima Paving Will Smith, PE 3,068,796 12/31/08 P O Box 47300 Contract #: 007423,IM- 0821(089) 509 - 577 -1840 Olympia, WA 98504 Yakima County, WA 509 - 577 -1841 (F) Clear /grub, shoulder finishing: 5 Mi, crushed surfacing: 200 TN, schedule A culvert 12" & 16" pipe 28 LF, AC paving: 27,716 TN, planing 251032 Benton County BST 2008 Ross B. Dunfee (Benton Co.) 1,010,066 12/31/08 P O Box 1001 Contract #: CE 1888 PRES 509 - 786 -5611 Prosser, WA 99350 Benton County, WA 509 - 786 -5627 (F) BST - -1,684 TN AC paving; 10085 CY haul /place rock, 1,877 TN furnish /place rock 252016 WA Department of Transportation Peshastin East Interchg- US2/97 Michael Fleming, PE 2,084,469 12/31/08 P.O. Box 47420 Contract M 7418 509 - 667 -2870 Olympia, WA 98504 -7420 Chelan County, WA 509 - 667 -2940 (F) Crushed surfacing 63,395 TN, asphalt paving 33,459 TN, Plane /pave rumble strips Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 1 of 12 GMITMRTW S?, RC. M M M _ 2008 Completed Jobs Greater that $1,000,000 Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 2 of 12 Name of Engineer in Charge (Owner), Phone, Job Fax, and E -mail (if Contract Completed Number Name and Address of Owner Name, Location of Project, and Kind of Work available). Amount Date 252017 WA Department of Transportation W Cashmere Safety Improvements US2 -97 Robert Romine, PE 1,844,098 12/31/08 P.O. Box 47420 Contract #: 7466, NH- 0002(274) 509 - 667 -2880 Olympia, WA 98504 -7420 Chelan County, WA 509 - 667 -2855 (F) Roadway excavation 127 CY, asphalt paving 366 TN. 496 LF cult' pipe 12" diam; 23 LF cult' pipe 18" diam; 20 LF cult' pipe 24 "; 4 catch basins, type 1; 19503 LF precast concr barrier, type 2; sign bridge foundation; 7 temp impact attenuator; 12 perm impact attenuator; 6 reset impact attenuator; perm signing; traffic signal system; temp traffic control 252020 WA Department of Transportation SR 28,US 2/97 Kevin Waligorski, PE 1,236,403 12/31/08 P.O. Box 47420 Contract #: 7539; NH- 9999(530) 509 - 667 -2860 Olympia, WA 98504 -7420 E. Wenatchee, WA 509 - 667 -2895 (F) Excavation 18,841 CY; asphalt paving 11,444 TN. 8 LF drain pipe 8" diam; 4.36T asphalt for fog seal; planing bituminous pvmt 77,696 SY; 163 LF concr traffic curb/ gutter; 111 LF concr ped. curb; 155 LF extruded curb; 119 LF beam guardrail buried term., type 2; 96,558 LF grooved highbuild paint line; 4094 LF plastic line markings; 77,910 LF temp pvmt markings; 8 ea. type 3 advance loop veh. detector; 11 ea. Type 3A stop line loop veh. detector; temp traffic control; 16 SY concr sidewalk; 3 ea. sidewalk ramp, type 2; 3 ea. sidewalk ramp, type 2 modified; adjust manholes & catch basins. 252032 Scarsella Brothers Inc. Douglas Co- McNeil Canyon Road Douglas Co. Trans. & Land Services 1,146,850 12/31/08 P.O. Box 68697 Contract M CRP 899; Contract #3272 Douglas Barr Seattle, WA 98168 Douglas County, WA 509 - 884 -7173 (P) Asphalt paving 20,000 TN. 509 - 886 -3954 (F) Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 2 of 12 GR 1"ITEMMORTMESTSffC. 2008 Completed Jobs Greater that $1,000,000 Job Number Name and Address of Owner Name, Location of Project, and Kind of Work Name of Engineer in Charge (Owner), Phone, Fax, and E -mail (if available). Contract Amount Completed Date 253002 WA State Dept of Corrections Coyote Ridge Correction Center Larry Hueter 1,398,502 12/31/08 P O Box 769 Contract #: 7106 509 - 543 -5901 Connell, WA 99326 Connell, WA 509 - 543 -5912 (F) Base rock: 44,190 TN, AC paving: 12,455 TN 253004 City of Walla Walla Isaacs Avenue Improvements Dean Abrams 2,239,498 12/31/08 P.O. Box 478 Contract M PWE #ST05025 509 - 527 -4537 Walla Walla, WA 99362 Walla Walla County, WA 509 - 525 -0845 (F) Roadway extension: 30,000 CY, roadway reconstruction: excavation 20,050 SY, crushed surfacing top course; HMA 38,974 SY; concr curb /gutter type A 8095 LF; concr curb /gutter, type B 1978 LF; concr sidewalk 4276 SY; concr drwy 1683 SY; illumination system; 3 separate traffic signal systems; plastic markings 27,148 LF; PVC conduit Storm Water Improvements: 4" diam, 1245 LF; PVC conduit 2" diam 1781 LF; 643 ea. Solid wall PVC sewer pipe 10" diam; 9 ea drywell; 21 ea. curb inlet. Water System Imprvmts:duct irrig. pipe for: 150 LF main, 6" diam; 2571 LF main, 8" diam; 2053 LF main, 12" diam; Gate Valves: 1 ea. 2" diam; 4 ea. 6" diam; 10 ea. 8" diam; 11 hydrant asm (including aux. gate V); water service pipe type K, copper: 526 LF 1" diam; 95 LF 2" dia; temp traffic control; Sewer System Imprvmts: 6694 LF shoring & trench safety; 13 ea. Standard manhole, 48" diam, 2 -12'; PV Csanitary sewer pipe: 3119 LF 8" dia; 2221 LF 10" diam; sewer service connection: 18 ea 4" dia; 8 ea 6" dia; sewer service pipe: 1122 LF 4" diam; 344 LF 6" dia. Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 3 of 12 Gffl%IT?RR S?, RC. M M M M M M M M M M M M M 2008 Completed Jobs Greater that $1,000,000 Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 4 of 12 Name of Engineer in Charge (Owner), Phone, Job Fax, and E -mail (if Contract Completed Number Name and Address of Owner Name, Location of Project, and Kind of Work available). Amount Date 253013 Franklin County 2006 Gravel Road Paving -Group 2 Robert Richmond 1,364,469 12/31/08 3416 Stearman Avenue Contract #:: CRP 592 -Group 2 509 - 545 -9514 Pasco, WA 99301 Franklin County, WA 509 - 545 -2133 (F) Rip rap 52,000 TN, bituminous surface treatment: 7 miles RRichmond @co.franklin.wa.us oil: 680 TN, pipe: 157 LF. Plain steel culvert pipe: 12" 130 LF 18" 140LF; 24" 8LF) + pvc culvert 10" 45LF; class II reinforced concrete. Culv 36" 14LF, all for drainage. 253029 WA Department of Transportation SR21,Fishtrap Pavement Repair 190 Darrel McCallum, PE 1,090,227 12/31/08 P.O. Box 47420 Contract #: 7564; IM- 0904(120) 509 - 323 -4812 Olympia, WA 98504 -7420 Adams & Lincoln Counties, WA 509 - 324 -6005 (F) Overlay -- Asphalt paving 12,402 TN dmccall(a)wsdot.wa.gov 255001 Klickitat County Snowden Road, Phase II Jacob C. Armstrong 3,102,025 12/31/08 228 West Main Street Contract #: CRP 223;TA 2819;STPR- B201(01) 509 - 773 -4616 Mail Stop CH 19 Klickitat County, WA 509 - 773 -5713 (F) Goldendale, WA 98620 Crushed surfacing 37,554 TN, ashpalt paving 15,324 TN 42,842 CY roadway excavation, including haul; 5454 CY embankment compaction; culvert pipe: 2455 LF 12" diam; 436 LF 18" diam; 204 LF 24" diam; 110 LF plain steel culv pipe arch 0.109" thick, 64" span; 513 LF silt fence; 2928 SY perm erosion control blanket; 398 LF concr traffic curb; 1730 LF beam guardrail, type 1, 8 FT long post; 2268 LF 6 FT long post; 11 ea beam guardrail SRT -350 terminal; temp traffic control; 618 CY structure excav, class B haul; 72 SF gravity block wall; 6212 SY geotextile installed. 256006 City of Vancouver 2007 City Resurface Ryan Knox, PE 2,157,069 12/31/08 P.O. Box 1995 Contract # : 071807 360- 487 -7750 Vancouver, WA 98668 Vancouver, WA 360- 885 -4781 (F) AC paving 22,089 TN, crushed surfacing 1,180 CY, CSTC 155 TN Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 4 of 12 GMITMRTWS?, RC. M M _ 2008 Completed Jobs Greater that $1,000,000 Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 5 of 12 Name of Engineer in Charge (Owner), Phone, Job Fax, and E -mail (if Contract Completed Number Name and Address of Owner Name, Location of Project, and Kind of Work available). Amount Date 256008 Port of Portland PIA Airport Way Rehab/Widening Randy Gartner 2,121,587 12/31/08 P.O. Box 3529 Contract #: 2008 -0014 503 - 784 -3358 Portland, OR 97208 Portland / Multnomah County, OR 503 - 682 -3777 (F) Asphalt paving 22,445 TN (Level 3, 1/2" Dense HMAC) randy() kodiakco.com Paved street in & out of the airport. 261101 WA Department of Transportation WSDOT -SR543 Intl Boundary CJ Hanforth 1,120,422 12/31/08 460 Stuart Rd Contract #: 7064 360- 671 -3936 Bellingham, WA 98226 Blaine, WA 360- 671 -8808 (F) 17,000 tons of HMA overlay as part of modifications 360- 815 -0868 (C) to the border crossing. 261102 WA Department of Transportation White Pass Vic Rock Fall Paul Gonseth, PE 2,809,240 12/31/08 PO Box 1709 Contract #: 7190 509 - 577 -1810 Vancouver, WA 98682 Packwood, WA 509 - 577 -1810 (F) Rock fall protection including installation of Gabion gonsetp(cDwsdot.wa.gov Baskets, rock bolts, modified cable net, and wire mesh. Rock scaling quantites of 420 hours, 3000 LF of controlled blasting and 17,000 CY of roadway excavation. 261106 City of Lynden West Main Street Larry Leight, P.E. 2,430,374 12/31/08 323 Front Street Contract #: 2005 -11 360- 354 -3687 Lynden, WA 98264 Lynden, WA 360- 354 -0407 (F) Full road re- construction of 1/2 mile of two lane road. Ileicht(a).recivil.com Included demolition of existing road, box culvert, addition a turn lane and bike lanes, full utility reconstruction, landscape & sidewalks. Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 5 of 12 GMITMRTMS7",RC. 2008 Completed Jobs Greater that $1,000,000 Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 6 of 12 Name of Engineer in Charge (Owner), Phone, Job Fax, and E -mail (if Contract Completed Number Name and Address of Owner Name, Location of Project, and Kind of Work available). Amount Date 261107 Horizons Development Corporation Horizons Dev Ph 1 Birch Point Fred Bovenkamp 8,261,806 12/31/08 2423 E Bakerview Rd Contract #: None 360- 393 -7410 Bellingham, WA 98226 Birch Bay, WA fred @fwbovenkamp.com Large 75 lots subdivision development including site clearing, excavation, all utilities, roadway paving , stormwater ponds and wetland mitigation work. 261108 Meadow Wood Associates LLC Meadow Wood Dave Ebenal 1,004,000 12/31/08 228 Unity Street Contract #: None 360- 738 -1940 Bellingham, WA 98226 Bellingham, WA 360- 738 -0969 (F) Site Work for townhome project. Including all sitework david(a)ebenal.com utilties and upgrades to the surrounding surface streets. 261109 Trillium Corporation Seagrass Cottages II Trillium 1,087,380 12/31/08 1329 N State Street, Ste 201 Contract #: None Dan Baker -PM Bellingham, WA 98225 Semiahmoo, WA 360- 676 -9400 Site development for condominium project on the 360- 676 -7736 (F) Semiahmoo Spit. Work included traffic control, utilities, roadway excavation, landscape and HMA paving. 261111 Leavitt Companies Leavitt Co.- Blomquist Heights Paul Leavitt 3,433,525 12/31/08 301 116th Ave SE, Ste 570 Contract #: None 425 - 455 -4224 Bellevue, WA 98004 Ferndale, WA 425 - 455 -9621 (F) 90 lot subdivision. GNW performed site grading, roadway pleavitt01(amsn.com base construction, gravity sewer system, 6 storm water detention ponds and a partial storm water system. 261113 Trillium Corporation Zone 26 LLC - Carnoustie Trillium 2,571,252 12/31/08 1329 N State Street, Ste 201 Contract #: None Dan Baker -PM Bellingham, WA 98225 Semiahmoo, WA 360 - 676 -9400 Site excavation and embankment, all utilites, rockwall 360- 676 -7736 (F) work, stormwater pond, and raodway paving. Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 6 of 12 GW1TMRTMS70,RC. M = ' M M 2008 Completed Jobs Greater that $1,000,000 Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 7 of 12 Name of Engineer in Charge (Owner), Phone, Job Fax, and E -mail (if Contract Completed Number Name and Address of Owner Name, Location of Project, and Kind of Work available). Amount Date 261117 WA Department of Transportation 36th St. Vic To Slater Rd. Dave Crisman 3,397,065 12/31/08 1109 E Hickox Road Contract #:7460 Project Engineer Mount Vernon, WA 98274 Bellingham, WA 360 - 428 -1593 Removal and replace 212 concrete freeway panels, Crismado�wsdot.wa.gov remove panels and construct 11 bridge approach slabs, planing, 1400T freeway on and off ramp paving, associated guardrail, Concrete sidewalks, concrete sidewalk ramps, 3.5 miles of channelization, and all other work. 262106 WA Department of Transportation Sauk River Bank Protection Janice Marlega 1,608,500 12/31/08 PO Box 47420 Contract #:7405 360 - 757 -5856 Olympia, WA 98504 Darrington, WA marleq'(a)wsdot.wa.gov Project consisted of constructing 12 groyne structures along the Sauk River to divert flow and protect bank from erosion. Groynes are made up of heavy loose rip rap and log boles with root wads. Also included: paving, striping & plant establishment 262111 Tulalip Tribes 88th Interim Improvements Debbie Bray 1,243,702 12/31/08 8802 27th Ave NE Contract #:2007 -20 360- 654 -2608 Tulalip, WA 98271 Marysville, WA 360 - 651 -1836 (F) Widening of an exiting freeway off -ramp, and demolition DBrayatulaliptribes- nsn.gov of sidewalk on an existing bridge to allow for reconfiguration of traffic, new traffic signals and illumination, new guardrail and new striping. Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 7 of 12 _ GMITIMAMS70,MC. _ _ ' M ' _ 2008 Completed Jobs Greater that $1,000,000 Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 8 of 12 Name of Engineer in Charge (Owner), Phone, Job Fax, and E -mail (if Contract Completed Number Name and Address of Owner Name, Location of Project, and Kind of Work available). Amount Date 262112 Sound Transit Mukilteo Commuter Rail Brian Knight 6,377,908 12/31/08 401 S Jackson St. Contract #:RTA/CP 63 -06 206 689 -4942 Seattle, WA 98104 Mukilteo, WA Project involved the construction of a concrete railroad platform, roadway paying, concrete sidewalks, storm water ecology embankment, auger cast piles, demolition of existing structures that contained hazardous materials. 262116 Bennett - Sherman Development Valterra View Estates Fred Herber 11,495,755 09/19/08 2100 124th Ave NE #100 Contract #: None 425 - 445 -0255 Bellevue, WA 98005 Marysville, WA Project included clearing and grubbing, mass excavation and grading, underground utilities, sidewalk, curb & gutter, asphalt paving, erosion control.. 262117 Tulalip Tribes Tulalip 3 88th Street SE Extension Debbie Bray 1,543,907 12/31/08 8802 27th Ave NE Contract #: None 360 - 654 -2608 Tulalip, WA 98271 Marysville, WA 360 - 651 -1836 (F) This project involved construction of 2 parking lots and DBrav(a).tulaliptribes- nsn.gov a 1000 LF extension of an existing road. Required scope included grading, drainage, paving, electrical. 262120 WA Department of Transportation Canyon Park Freeway Station John Chi, PE 5,419,362 12/31/08 PO Box 47420 Contract #:7144 P (425) 489 -5402 Olympia, WA 98504 Bothell, WA P (425) 489 -5403 Adding a pedestrian bridge from the Canyon Park Park & Ride over 1 -405 north /south bound freeway. Installation of 6 girder spans totaling 600 LF, Tulip Columns (new to WA State), welding and placing steel members over traffic, elevator installation, glass glazing, steel erection, bus shelters. Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 8 of 12 GARITE1MRTWSMC. 2008 Completed Jobs Greater that $1,000,000 Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 9 of 12 Name of Engineer in Charge (Owner), Phone, Job Fax, and E -mail (if Contract Completed Number Name and Address of Owner Name, Location of Project, and Kind of Work available). Amount Date 262121 WA Department of Transportation US 2 Trestle Rehab Amir Ahmadi, PE 7,926,180 12/31/08 PO Box 47420 Contract #:7304 425 - 225 -8725 Olympia, WA 98504 Everett, WA 425 - 412 -3424 (F) Rehabilitation of 134 concrete girder spans of the US 2 425 - 293 -8027 (Cell) trestle near Everett. Work included; night time detours of ahmadi(a)wsdot.wa.gov US 2- westbound; daily wildlife management; installation/ maintenance /relocating of working platforms; concrete and rebar repair of 134 bridge spans which included degrading pier caps, diaphragms and girders; installation of additional reinforcement in the form of surface adhered carbon fiber material; application of corrosion inhibitor on concrete surfaces. 262122 WA Department of Transportation S. Seattle Vic. Siesmic Retrofit Diane Berge 5,228,333 12/31/08 PO Box 47420 Contract #:7367 206- 768 -5650 Olympia, WA 98504 Seattle, WA berged(a)wsdot.wa.gov Improvements along 1-5,1-90 and SR 900 by seismically retrofitting 15 different bridges along with seismic upgrades at pier abutments to prevent span separation. 262125 Snohomish County Swanson Road Bridge #80 Ken Miller 4,487,048 12/31/08 3000 Rockefeller Ave, 5th Floor Contract #: CA09 -07 425 - 388 -3488 Everett, WA 98201 Arlington, WA 425 - 388 -6670 (F) 4 pier steel span structure (bridge) with concrete bridge deck. The existing road was shifted to a new alignment with all new paving and renovate all landscaping. Paving, striping, grading, signage, bridge railing, erosion control drilling and concrete structure work. Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 9 of 12 Gffl11TE"RTW ST%, . M M = M M M M M M M M M M � 2008 Completed Jobs Greater that $1,000,000 Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt \2008\ Completed Jobs\GNW\08 Completed Jobs Sch.xls Appendix Al Page 10 of 12 Name of Engineer in Charge (Owner), Phone, Job Fax, and E -mail (if Contract Completed Number Name and Address of Owner Name, Location of Project, and Kind of Work available). Amount Date 262126 Burlington Northern Santa Fe RR BNSF Seattle Intn' Gateway Mike Powrie 6,532,787 12/31/08 2500 Lou Ment AOB -1 Contract #BF42042 206 - 625 -6144 Fort Worth, TX 76131 Seattle, WA This project involved construction of 4 ea 1,300 LF concrete foundations for overhead gantry cranes, installation of steel crane rail, drainage, grading, paving and electrical for the RR's new intermodal container transloading facility at the Seattle International Gateway. 262130 WA Department of Transportation SR9- SR522 to 212th John Chi 23,715,771 12/31/08 PO Box 47420 Contract #:6994 425 - 489 -5402 Olympia, WA 98504 Woodinville, WA Widen 2 miles of highway 9 from 1 lane each way to 2 lanes each way with a turn median. Work included 13 retaining walls (6 CIP, 7 MSE). 12,000 LF of DI Water Main, & 60,000 TN of HMA. 262132 WA Department of Transportation Rumble Strips Dave Lindberg 2,259,993 12/31/08 PO Box 47300 Contract #:7496 425 -814 -7100 Olympia, WA 98504 Gold Bar, WA 425 - 814 -7138 (F) Installing center line rumble strips, shoulder line rumble strips, plastic pavement marking, groved plastic line, guideposts, signing, erosion control and traffic control. 262134 City of Seattle 2008 Arterial Asphalt 5th Ave. Connie Zimmerman, PM 1,720,250 01/15/08 700 Fifth Ave., Ste 3900 Contract #:2008 -06 206 - 684 -5184 PO Box 34996 Seattle, WA connie.zimmerman @seattle.gov Seattle, WA 98124 3500 TN mill and fill with concrete base improvements and ADA ramp upgrades. Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt \2008\ Completed Jobs\GNW\08 Completed Jobs Sch.xls Appendix Al Page 10 of 12 M GMRITEW RTM%S70,&. M M M M M M 2008 Completed Jobs Greater that $1,000,000 Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 11 of 12 Name of Engineer in Charge (Owner), Phone, Job Fax, and E -mail (if Contract Completed Number Name and Address of Owner Name, Location of Project, and Kind of Work available). Amount Date 262138 WA Department of Transportation 1 -5 to SR 529 Paving Amir Ahmadi, PE 2,189,015 12/31/08 PO Box 47300 Contract #:7526 425 - 225 -8725 Olympia, WA 98504 Marysville, WA 425 - 412 -3424 (F) SR 528 project the working included installation of a 425 - 293 -8027 (Cell) water main, a 60 ft bore under existing RR, trench ahmadi (a)wsdot.wa.gov patching, a portion of grind and overlay, a portion of full depth road reconstruction, ADA sidewalk ramps, traffic curbing, traffic loops, traffic control, striping and permanent signing. 262144 King County Short Span Bridges Kino Gomez 1,151,692 12/31/08 401 Fifth Avenue, 3rd Floor, Chnook Bldg Contract #:C00345C08 206 - 423 -1047 Seattle, WA 98104 Fall City, WA kino.gomez(a)kingcounty.gov Demo and re -build three bridges, concrete girders, stream restoration, temporary bridge paving, erosion control, striping, 263104 Grays Harbor County Middle Satsop Realignment Russ Esses 4,132,522 12/31/08 100 W Broadway #31 Contract #: None 260- 249 -4222 Montesano, WA 98563 Montesano, WA 260 - 249 -3203 (F) Road reconstruction. Project involved the realignment of approx. 1 mile of roadway, installing storm, rock walls, surfacing, and paving. 263105 Port of Olympia Runway Rehab Kurt Addicott 2,000,265 12/31/08 915 Washington St NE Contract #: None 425 - 741 -3800 Olympia, WA 98501 Tumwater, WA 425 - 741 -3900 (F) Project involved demolition of existing runway by kaddicott(a�reidmiddleton.com milling. Bringing in base course, top course, and paving. Approx 15,000 tons of HMA used on project. Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 11 of 12 � cRAIrEMRrWs�!'Ac. 2008 Completed Jobs Greater that $1,000,000 Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 12 of 12 Name of Engineer in Charge (Owner), Phone, Job Fax, and E -mail (if Contract Completed Number Name and Address of Owner Name, Location of Project, and Kind of Work available). Amount Date 263107 Meridian Campus Development Parters LLC Campus Highlands Phase 2 Tom Pilkington 3,585,050 12/31/08 1411 Fourth Ave, Ste 1130 Contract #: None 260 - 583 -5607 Seattle, WA 98101 Olympia, WA 260 - 583 -0742 (F) A 71 unit subdivision site work, complete clearing, grubbing, grading, draining, install sewers, storm sewer, electrical, curbs & sidewalks, surfacing with crushed rock, paving roadways and approaches, illumination and pavement markings. 263108 Meridian Campus Development Partners LLC Campus Meadows Clearing Tom Pilkington 7,040,034 12/31/08 1411 Fourth Ave, Ste 1130 Contract #: None 260- 583 -5607 Seattle, WA 98101 Olympia, WA 260- 583 -0742 (F) A 169 unit subdivision site work complete clearing, grubbing, grading, draining, install sewers, storm sewer, electrical, curbs & sidewalks, surfacing with crushed rock, paving roadways and approaches, illumination and pavement markings. 263109 D.R. Horton SSHI LLC College Station Clint Lucas 3,427,080 12/31/08 12931 NE 126th Place, Bldg B1 Contract #: None 425 - 821 -3400 Kirkland, WA 98034 Olympia, WA 70 site development project. On -site work includes site clearing, erosion control, mass excavation, lot grading, roadway grading, and material export. Off -site work includes roadway excavation and grading for road widening improvements on Mud Bay Rd. and Kaiser Rd. 263111 WES Construction Weyerhaeuser Cell 4 Cathy Greenwaly 1,724,147 12/31/08 P.O. Box 907 Contract #: None 514 - 924 -5320 Albany, OR 97321 Castlerock, WA The project consist of clear and grubbing a four acre site to construct a landfill cell. The project had cell excavation soil screening, embankment, Lechate system, storm pipe,clay liner and HDPE liner. There was also an enviromental component to the work. Updated: 3/13/09 L: \Controller's Group \GA \Prequal \MasterAtt\2008\ Completed Jobs \GNW\08 Completed Jobs Sch.xls Appendix Al Page 12 of 12 PENDING ARBITRATION/ LITIGATION INVOLVING GRANITE NORTHWEST, INC. (GNW) As of May 2009 •�� "v� : ��''" � J Y"�9. AY ° ,. �. " -''.; .�, r[a ESCRIPTION DATE: e �?•.. • � CLOSED/ %Development RESOLUTION GNW dba Wilder v. Meridian Campus Partners Mechanics Lien Foreclosure. Pending Pilchuck Contractors, Inc. v. Heritage Valtera et al incl GNW Mechanics Lien Foreclosure Pending Coyote Excavating, Inc. v. Columbia Rim Construction, Inc. Mechanics Lien Foreclosure Pending v. Pacific Rock Products, LLC, dba Rinker Materials, aka Pacific Rock Products, LLC, dba Cemex (Third Party Plaintiff v. Charles A. Schmidt; et al including Granite Northwest, Inc. Third Party Defendants Appendix 131 CITY OF YAKIMA ' 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 t 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. J IG:\ PROJECTS \2009 \09024\Specifications 64th to 72nd (2).doc 3 -14 ATTEST: 1 J City Clerk D — 4 8 1 6 REsoLUTZ0a iqo- ' A REStiLUTTOPi 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- ' gatian of contracting with Women And Minority Business Enter- prises for the performance of public works, and ' AREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum ' practicable opport=ity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF' YAKIMA: ' The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this _ day of ' 1983. 4, AA rw Orr A yor ATTEST: 1 J City Clerk 1 1 CITY OF YAKIMA 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: ' The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. ' The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the treasons therefore. The contractor shall promptly notify the City of Yakima Engineering Division and 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. ' The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. ' 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. ' The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. 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. ' The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. IG.I PROJECTS120091090241Spedficatfons 64th to 72nd (2).doc 3 -96 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. 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. 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. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. The contractor shall make certain that all facilities and company activities are non - segregated. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. 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. 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. G:\ PROJECTS \2009\09024 \Specfcations 64th to 72nd (2).doc 3 -17 BIDDER'S CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: GRANITE NORTHWEST, INC. (BIDDER) certifies that: 1. It intends to use the following listed construction trades in the work under the contract: and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both Federal and non - Federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this Contract the Subcontractor Certification required by these Bid Conditions. Bv: (SignaturJ of G:IPROJECTS12009109024 %Specifications 64th to 72nd (2).doc 3 -18 Ronald L. Gatto, Vice President ntative of Bidder) 1 1 1 1 1 1 SUBCONTRACTOR'S CERTIFICATION Subcontractor's Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract: certifies that: (SUBCONTRACTOR) 1. It intends to use the following listed construction trades in the work under the subcontract: and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both Federal and non - Federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Subcontractor) G.\ PROJECTS \2009\o9024 \Specfications 64th to 72nd (2).doc 3 -19 0 Materially and Responsiveness This 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 this 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, 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 its fair share of the trade's goals of minority and women workforce utilization, 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 of subcontractor meets it goals, or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor or ' the subcontractor shall be presumed to be in compliance with the 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 contractor's 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 its goals shall shift to it the requirement to come forward with evidence to show that it 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 proceeding shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. ' It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. ' The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award ' G.IPROJECTS00091090241Spc cation 64th to 72nd (2).doc 3-20 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 (30) days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to: 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. G. \PROJECTS\2009 \09024 \Specifications 64th to 72nd (2) doc 3 -21 CONTRACT ' TH S AGREEMENT, made and entered into in triplicate, this S� day of r Y t.GU).S_ , 2009, by and between the City of Yakima, hereinafter called the OWNER, ' and Granite Northwest, Inc., 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, and equipment for NOB HILL BOULEVARD IMPROVEMENT PROJECT 64TH TO 72ND AVENUE - City Project No. 2278, in accordance with and as described in the attached Plans and Specifications and the Standard ' Specifications for Road, Bridge, and Municipal Construction, which are by this reference incor- porated 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) calendar days after Notice to Proceed and shall be completed by the dates set forth in Section 1 -08.5 TIME FOR COMPLETION of the Special Provisions. The first chargeable working day shall be the date set forth in the Notice to Proceed or the first day the ' Contractor begins work, whichever comes first. If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the ' specified time, liquidated damages as determined in Section 1 -08.9. The CONTRACTOR 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 OWNER. ' II. The OWNER hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached Plans and Specifications and ' the terms and conditions herein contained; and hereby contracts to pay for the same according to the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. ' III. The CONTRACTOR for himself, and for his /her heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. ' IV. It is further provided that no liability shall attach to the OWNER by reason of entering into this Contract, except as expressly provided herein. ' V. CONTRACTOR is an independent contractor and not an employee of the OWNER. The OWNER has designated the Contract performance and the CONTRACTOR shall be responsible for the details of that work. The parties recognize the CONTRACTOR has unique skills not otherwise ' available to the OWNER to accomplish the purpose of the Contract. The CONTRACTOR shall supply all equipment and supplies necessary to accomplish the Contract. The parties recognize that the purpose of the Contract is not within the regular course of business of the OWNER. The parties state that the right of control over the activities necessary to perform the Contract are with ' the CONTRACTOR. L' IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first herein above written. OWNER: City of Yakima, Washington By: Name: R. A. Zais, Jr. Title: City Manager CITY CONTRAC r NO:,-,?I),/ 2-&7 RESOLUTION NO: SEAL (SEAL) ; I ATTEST: Name: Deborah J. M'Gl Title: City Clerk CONTRACTOR: Granite Northwest, Inc. , By: (SEAL) Name: Martin P. Matheson, President ATTEST: (Please Print or Type) Address: P.O. Box 50085, Watsonville, CA 95077 Phone: (831) 724 -1011 it FAX: (831) 768 -4021 By: E -mail Address: Name: Ananya Mukherjee, Assistant Secretary (Please Print or Type) Employer Identification Number: 20- 5663385 IPremium: $3,828.00 Bond No.: 8218 -78 -30 Federal 105308560 Travelers 08978315 F &D CONTRACT BOND ' BOND TO CITY OF YAKIMA ' KNOW ALL PERSONS BY THESE PRESENTS: That we, the undersigned, Granite Northwest, Inc. ' as principal, and Federal Insurance Company* a corporation organized and existing under the laws of the State of Indiana ** as a ' surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the City of Yakima in the penal sum of $ 622, 508. 19 * ** for the payment of which sum on demand we bind ' ourselves and our successors, heirs, administrators, or personal representatives, as the case may be. ** *Six Hundred Twenty Two Thousand Five Hundred Eight and 19/100 Dollars This obligation is entered into in pursuance of the statutes of the State of Washington and the Ordinances of the City of Yakima. ' Dated at )Iak lk � Washington, this day of cc 2009. ' Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to action of the City of Yakima, on 2009, the City ' Manager and City Clerk of said City of Yakima has let or is about to let to the said Granite Northwest, Inc. , the above bounden Principal, a certain Contract, the said Contract being numbered City Contract No. 2278, and providing for the construction of ' NOB HILL BOULEVARD IMPROVEMENT PROJECT 64TH TO 72ND AVENUE (which Contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said Contract, and undertake to ' perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said Granite Northwest, Inc. shall ' faithfully perform all the provisions of said Contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said Contract, and shall pay all laborers, mechanics, subcontractors and material men and all industrial insurance premiums, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, ' and shall indemnify and hold the City of Yakima harmless from any damage or expense by reason of failure of performance as specified in said Contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. SURETY: Federal Insurance Company* (SEAL) ' ATTEST: By: ' Name: Eve Perez;. Attorney -in -Fact (Please Print or Type) Agent: Aon Risk Insurance :Services West, Inc. ' 199 Fremont Street, Suite 1500 Address: San Francisco, CA 94105 Name: "See attached Powers -of- Attorney IExecuted in 2 Counterparts (Please Print or Type) CONTRACTOR: Granite No thwest, Inc. By: ' Name: Martin P. Matheson, President (Please Print or Type) Approved as to Form: City o m *Travelers Casualty and Surety Company of America, Fidelity and Deposit Company of Maryland, Jointly and Severally Liable * *Connecticut, Maryland, respectively ' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT f- �(`.`C1C`.C'`C�:.(;�'. -- -�- - �--C 1.`. GO. St- 'L�.c�C'c�CSG:,n ^.c;(`�GI��G('. CCU. R-.^. e, �' �C'.'. �." �"_• S�." K% C: C: GY: C�^. C:�`.[."C <Gt ^.GC`.C.�C'.CC`c��a �L.�'c::��.cr.Ci�'�� I u State of California County of Santa Cruz On July 27, 2009 before me, Vanda Funk, Notary Public , Date Here Insert Name and We of the Officer personally appeared Eve Perez, Attorney -in -Fact Name(s) of Signer(s) VANDA FUNK Commission # 1790252 Notary Public - California z. Santa Cruz County My Comm. Expires Feb 1, 2012 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my ha and official seal. Signature n1, O � Signature of Notary Public Vanda Funk, Notary Public OPTIONAL a Though the information below fs not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than.Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: ISigner Is Representing: RIGHT7HUAAePAINT: OFSIGNEA 2 Number of Pages: Signer's Nat ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: RIGHTTyUM91?RINT = . �OF.SIGNER a ' ©2007 National Notary Association • 9350 De Soto Aire., P.O. Box 2402 -Chatsworth, CA 91313 -2402• %,NNv.NationalNotaryorg Item #5907 Reorder.CallToil -Free l- 800 -B76.6827 ' Chubb POWER Federal Insurance Company Attn: Surety Department Surety OF Vigilant Insurance Company 15 Mountain View Road tt*11lI.J11111111s ATTORNEY Pacific Indemnity Company Warren, NJ 07059 ' Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corrpporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jigisna Desai, John D. Gilliland, Ananya Mukherjee and Eve Perez of Watsonville, California------ ' each as their true and lawful Attorney- In- Fact to execute under such designation in their names and to affix their corporate seats to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than bail bonds) given or executed In the course of business on behalf Granite Construction Incorporated and all Subsidiadas alone or in joint venture _ in connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And ' the execution of such bond or obligation by such Attorney In. Fact In the Companya name and on Its behalf as surety thereon or otherwise, under Its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company. it is agreed that the power and authority hereby given to the Attomey -In -Fact cannot be modified or revoked unless priorwritten personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty days prior to the modification or revocation. ' In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIC4-ANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 13 day of March, 2009 Kenneth C. Wendel, Assistant Secretary Norris, Jr., Vlca Press STATE OF NEW JERSEY J County of Somerset On this 13th day of March, 2009 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing ' Power of Attorney, and the said Kenneth C. Wendel, being by me duly swom, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority, and that he Is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by ' authorfty of said By taws and in deponent's presence. _ Notarial Seal STFP14FN R' AbAr%? QX rrmory rV0I1C, Stair of Nwv J*" tla. 2321097 IOTA R Y Cornmissian EmSms Od.' 25,'1009 PU81 -%0 Notary Public Fly P CERTIFICATION Extract from the By Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: ' 'All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seat of the Company may be affixed by facsimile to any power of attorney or to any tx+riifirate relating thereto appointing Assistant Secretaries or Attorneys- in Fatt for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' A I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the ' 'Companies') do hereby certify that (I) the foregoing extract of the By. Laws of the Companies is true and correct, (n) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States or America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed In American Samoa, Guam, and each of the Provinces of Canada except Prince Edward ' Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this July 27, 2009 * DIAS . W M a ' .T. Kenneth C. Wendel, As stant Secrets N THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE .-r 1 — •nn- r 1C ft A.^— no ov T.,r.,..x,.,.,.. lnna% on7_ 7AQ'2 r —!anal onZ_ 2FC! c -m2ll• cv,roh,(irr rhkrhh nnm IPOnnts-t0- 01548 -U (Rev. 10-02) CORP CONSENT TRAVELERS J ' KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and ' Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint John D. Gilliland, Jigisha Desai, Ananya Mukherjee, and Eve Perez of the City of Watsonville, State of California, their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, ' recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. ' On behalf of Granite Construction Incorporated and all Subsidiaries alone or in Joint Venture. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 4th day of March, 2009, Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company O CAS�t�` � Y.�£Iy lN"� Q���..�NSp9 JP +,NSUggy NJ��ir GNU L ��yA yq�n, i ti % � �' ►�aa�i[p * * � ioevoN�i�y±� WQ;GOPPORNl�.� � $ +�" ,�`�� State of Connecticut By: �! City of Hartford ss. George Wes. *ompssoone or Vice President On this the 4th day of March, 2009, before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ' In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2011. 0 Marie C. Tetreault, Notary Public Page 1 of 2 POWER OF ATTORNEY ' Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company , Travelers Casualty and Surety Company of America ' St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In -Fact No. 220938 ' KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and ' Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint John D. Gilliland, Jigisha Desai, Ananya Mukherjee, and Eve Perez of the City of Watsonville, State of California, their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, ' recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. ' On behalf of Granite Construction Incorporated and all Subsidiaries alone or in Joint Venture. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 4th day of March, 2009, Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company O CAS�t�` � Y.�£Iy lN"� Q���..�NSp9 JP +,NSUggy NJ��ir GNU L ��yA yq�n, i ti % � �' ►�aa�i[p * * � ioevoN�i�y±� WQ;GOPPORNl�.� � $ +�" ,�`�� State of Connecticut By: �! City of Hartford ss. George Wes. *ompssoone or Vice President On this the 4th day of March, 2009, before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. ' In Witness Whereof, I hereunto set my hand and official seal My Commission expires the 30th day of June, 2011. 0 Marie C. Tetreault, Notary Public Page 1 of 2 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows; RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice ' President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is t FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and ' any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. ' I, Kori M. Johanson, the undersigned,. Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by ' said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this ,July 27, 2009 ' Kori M. Johanson, Assistant Secretary ' G�SU�� pyi1Y� SLP�ly !Pa'-- �� -�I,.M � .p� �XSVggn,. ��ptly SHp �`I.Mn�5�AE7r �J%TYAIrOC �' b^ (1 O NCtltpppq� „L f•m iy:C00.PORRT�:,�^Y �T G 1.97% C�f@OAA1E ,�, 1=: ,n' W HnFrtFORU, '• � FNfttFO '� "�+onu t9az o 1927 <y 3 `•.SEAL o'i St, SEAL W ca rv. gy��CONrI 7896 �yr�c�'PaD �d T� ��OFrhv+� !S * * 4, �5.•AN��r �r..... °rj ' To verify the authenticity of this Power of Attorney, call 1- 800 - 421 -3880 or contact us at trave/ersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. Page 2 of 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State of Maryland, by WILLIAM J. MILLS, Vice President, and GREGORY E. MURRAY, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Companies, which are set forth on the next page hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint Jigisha DESAI, John D. GILLILAND, Ananya NIUKHERJEE and Eve PEREZ all of Watsonville, California, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings issued on behalf of Granite Construction, Incorporated, Watsonville, California and all subsidiaries alone or in a joint venture, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if it had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, MD, in their own proper persons. This power of attorney revokes that issued on behalf of R.C. ALLBRITTON, Jigisha DESAI, Deborah S. JACKSON, John D. GILLILAND and Mary H. LONERGAN, dated June 23, 2005. The said Assistant Secretary does hereby certify that the extract set forth on the next page hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, on March 4, 2009. IATTEST: ti DLO O (4*am *'7 FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY Eric D. Barnes Assistant Secretary f SS: State of Maryland County of Baltimore By: Frank E. Martin, Jr. Vice- President On March 4, 2009, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN, JR., Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly swom, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Connie A. Dunn Notaiy Public My Commission Expires: July 14, 2011 ' EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President or any Vice President that is specially authorized by the Board of Directors or the Chairman in concurrence with the Corporate Secretary, shall have the power, by and with the concurrence of the Secretary, to appoint Attorney -in -Fact as the business of the Company may require, or to authorize any person or persons to t execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." EXTRACT FROM BY -LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice - President or any Vice President that is specially authorized by the Board of Directors or the Chairman in concurrence with the Corporate Secretary, shall have the power, by and with the concurrence of the Secretary, to appoint Attorney -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and t assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." CERTIFICATE . I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Vice - President who executed the said Power of ' Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors ' of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, at a meeting duly called and held on the IO`h day of May, 1990, and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. ' RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." ' IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Companies on July 27, 2009 BEAL C�1[�. n 4 •um �� Gerald F. Halev .4ssistant Secretary n u ACORD„I, CERTIFICATE OF LIABILITY INSURANCE DAT /03 /0D/YYYY) 08/03/09 PRODUCER LIC #0056172 1- 831 - 724 -3841 McSherry and Hudson 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 575 Auto Center Dr. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. POLICYNUMBER POLICYEFFECTIVE M P.O. Box 2690 Watsonville, CA 95076 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA:VALLEY FORGE INS CO 20508 GRANITE NORTHWEST, INC. EACH OCCURRENCE $2,000,000 _ DAMAGE TO RENTED PREMISES Ee occurence INSURER B: INSURER C: • COMMERCIAL GENERAL LIABILITY P. O. BOX 50085 INSURER D: WATSONVILLE, CA 95077 INSURER E: ' COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR = TYPEOFINSURANCE POLICYNUMBER POLICYEFFECTIVE M POLICY EXPIRATION ATE M D LIMITS • X GENERAL LIABILITY GL 2088596727 10/01/06 10/01/09 EACH OCCURRENCE $2,000,000 _ DAMAGE TO RENTED PREMISES Ee occurence $ 2,000,000 • COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $ NIL CLAIMS MADE lxl OCCUR PERSONAL BADVINJURY $2,000,000 • Contractual Liability • XCU Hazards GENERAL AGGREGATE $10,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 POLICY -X] PRO- LOC JECT • X AUTOMOBILE LIABILITY ANY AUTO BUA 2088596730 10/01/06 10/01/09 COMBINED SINGLE LIMIT (Ea accident) $2,000,000 X BODILY INJURY (Per person) $ ALLOWNEDAUTOS SCHEDULEDAUTOS REVISED CERTIFICATE THIS SUPERCEDES ANY AND X BODILY INJURY (Per accident) $ HIREDAUTOS NON- OWNEDAUTOS Contractual Liab. ALL OTHER CERTIFICATES PREVIOUSLY ISSUED DATE 7/2412009 • • PROPERTY (Per accident)AMAGE $ GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ OTHERTHAN EAACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ AGGREGATE $ OCCUR CLAIMS MADE $ DEDUCTIBLE $ RETENTION $ • ION AND WORKERS COMPENSATION WC2088596694 EL 10/01/06 0/01/09 ST H OTR - T QR RY LIMIT r2 E.L. EACH ACCIDENT $2,000,000 • EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? WC2088596694 (Outside WAI 10/01/06 10/01/09 E.L. DISEASE - EA EMPLOYEE $2,000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $2,000,000 OTHER DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES/ EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS JOB # 251060, PROJECT # 2278, HLA 09024E, FED, AID NO. ARRA 4566(006) NOB HILL BOULEVARD IMPROVEMENT PROJECT 850 C.Y. OF ROADWAY EXCAVATION, 590 TON OF HMA, 550 TON OF ATB, 1900 S.Y. OF GRINDING, 1800 I.F. OF CURB & GUTTER, 2750 S.Y. OF CONCRETE SIDEWALK, STORM DRAINAGE SYSTEM, STREET LIGHTS, PERMANENT SIGNING, 30R 1.F. OF 10° PVC. CONTINUED ON PAGE THREE GL PER ISO FORM CG0001 10/01; AL PER ISO FORM CA0001 10 /01 !`CDTICI!`ATC UnI nMD CANCFI I ATIUIN 10 -DAY NOTICE FOR NON PAY OF PREMIUM 2 510 6 0 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OF YAKIMA DATE THEREOF, THE ISSUING INSURER WILL LXW-M MAIL 60 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 9&1;lx fC9Glii[R 129 NORTH 2ND STREET R XXX% X% R% RXX X]CX %RXRXXXXXXXRRRXRXXXXXXXXXXX AUTHORIZED REPRESENTATIVE YAKIMA, WA 98901 USA ACORD 25 (2001 /08) marthag 12715725 V AGUKU GUKYUKA I Ivry I V50 n 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 The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. I�ACORD 25 (2001/08) 0 1 DATE SUPPLEMENT TO CERTIFICATE OF INSURANCE 08/03/09 NAME OF INSURED: GRANITE NORTHWEST, INC. CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED OR APPOINTED INSUREDS ADDITIONAL INSURED PER ATTACHED ENDORSEMENTS. Primary Wording The coverage afforded to the additional insured shall operate as primary insurance , and no other insurance shall be called on to contribute to a loss hereunder but only if the written contract requires that this insurance be primary and non - contributory. Severability of Interest The insurance afforded by this policy applies severally as to each insured except that the inclusion of more than one insured shall not operate to increase the limit of the Company's liability. Waiver of Subrogation The company waives any right of subrogation against the additional insured named above because of payments the company makes for injury or damage arising out of the activities under a contract for such additional insured by the named insured but only if a written contract requires such a waiver. Notice of Cancellation This insurance policy will not be cancelled, limited, non - renewed, or any coverage reduced until sixty _(60) days after receipt by any additional insured of a written notice of such cancellation, reduction of coverage or non - renewal. In the event of cancellation for non - payment of premium, ten (10) days written notice of such cancellation will be given. POLICY NUMBER: GL 2088596727 ' EFFECTIVE DATE: 10 -1 -2006 COMMERCIAL GENERAL LIABILITY CG 2503 0397 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: WHERE REQUIRED BY CONTRACT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) such limits will be subject to the applicable Designated A. For all sums which the insured becomes legally obli- Construction Project General Aggregate Limit. gated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), and for all medical B. For all sums which the insured becomes legally obli- expenses caused by accidents under COVERAGE C gated to pay as damages caused by "occurrences" (SECTION 1), which can be attributed only to ongoing under COVERAGE A (SECTION 1), and for all medical operations at a single designated construction project expenses caused by accidents under COVERAGE C shown in the Schedule above: (SECTION 1), which cannot be attributed only to on- going operations at a single designated construction 1. A separate Designated Construction Project Gen- project shown in the Schedule above: eral Aggregate Limit applies to each designated construction project, and that limit is equal to the 1. Any payments made under COVERAGE A for amount of the General Aggregate Limit shown in damages or under COVERAGE C for medical ex- the Declarations. penses shall reduce the amount available under the General Aggregate Limit or the Products - 2. The Designated Construction Project General Ag- Completed Operations Aggregate Limit, whichever gregate Limit is the most we will pay for the sum of is applicable; and all damages under COVERAGE A, except damages because of "bodily injury" or "property 2. Such payments shall not reduce any Designated damage" included in the "products - completed op- Construction Project General Aggregate Limit. erations hazard ", and for medical expenses under COVERAGE C regardless of the number of: C. When coverage for liability arising out of the "products - a. Insureds; completed operations hazard" is provided, any pay - b. Claims made or "suits" brought; or ments for damages because of "bodily injury" or c. Persons or organizations making claims or "property damage" included in the "products- completed bringing "suits ". operations hazard" will reduce the Products - Completed Operations Aggregate Limit, and not reduce the 3. Any payments made under COVERAGE A for damages General Aggregate Limit nor the Designated or under COVERAGE C for medical expenses shall Construction Project General Aggregate Limit. reduce the Designated Construction Project General Aggregate Limit for that designated construction D. If the applicable designated construction project has project. Such payments shall not reduce the General been abandoned, delayed, or abandoned and then re- Aggregate Limit shown in the Declarations nor shall started, or if the authorized contracting parties deviate they reduce any other Designated Construction Project from plans, blueprints, designs, specifications or time - General Aggregate Limit for any other designated tables, the project will still be deemed to be the same construction project shown in the Schedule above. construction project. 4. The limits shown in the Declarations for Each Oc- E. The provisions of Limits Of Insurance (SECTION 111) not currence, Fire Damage and Medical Expense continue otherwise modified by this endorsement shall continue to apply. However, instead of being subject to the to apply as stipulated. General Aggregate Limit shown in the Declarations, Hart Forms & Services Reorder No. 14 -EO44 CG 25030397 Copyright, Insurance Services Office, Inc., 1996 Page 1 of 1 CNA For All the Commitments You Make" Policy Number: BUA 2088596730 Valley Forge Insurance Company This endorsement modifies insurance provided under the following form: ADDITIONAL INSURED BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. SCHEDULE Additional Insured: Any person or organization whom the named insured is required by written contract to add as an additional insured on this policy. ' Who is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule but only for "bodily injury" or "property damage" resulting from the operation of an "auto" owned or used by the Named Insured. ' Primary Wording The coverage afforded to the additional insured shall operate as primary insurance , and no other insurance shall be called on to contribute to a loss hereunder but only if the written contract requires that ' this insurance be primary and non - contributory. Severability of Interest ' The insurance afforded by this policy applies severally as to each insured except that the inclusion of more than one insured shall not operate to increase the limit of the Company's liability. Waiver of Subrogation ' The company waives any right of subrogation against the additional insured named above because of payments the company makes for injury or damage arising out of the activities under a contract for such additional insured by the named insured but only if a written contract requires such a waiver. ' Notice of Cancellation This insurance policy will not be cancelled, limited, non - renewed, or any coverage reduced until sixty 60 days after receipt by any additional insured of a written notice of such cancellation, reduction of coverage ' or non - renewal. In the event of cancellation for non - payment of premium, ten (10) days written notice of such cancellation will be given. IPOLICY NUMBER: GL 2088596727 L n COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Locations Of Covered Operations CITY OF YAKIMA JOB #251060 NOB HILL BOULEVARD IMPROVEMENT PROJECT CONTRACT NO. 2278 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability 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(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. 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 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a princi- pal as a part of the same project. ICG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 ❑ IPOLICY NUMBER: GL 2088596727 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations CITY OF YAKIMA JOB #251060, PROJECT NO. 2278 BLA 090224E, FED AID NO. ARRA(4566(006) 129 NORTH 2ND STREET YAKIMA, WA 98901 USA Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section 11— Who Is An Insured is amended to include as 'an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and de- 'scribed in the schedule of this endorsement performed for that additional insured and included in the "products - completed operations hazard ". ICG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 ❑ I� ISCHEDULE OF WORKING HOURS In accordance with SECTION 1- 08.0(2) HOURS OF WORK (APWA ONLY), the normal straighttime working hours for this project will be from a.m. to p.m., days per week. It is understood that normal straight time working hours shall not exceed 40 hours per week, regardless of the number of days worked per week. All hours worked in excess of 40 hours per week shall be considered as overtime hours subject to the reimbursement provisions of SECTION 1- 08.0(3) REIMBURSEMENT FOR OVERTIME WORK OF CONTRACTING AGENCY EMPLOYEES as modified by the Special Provisions. ' Overtime hours are defined as any hours in excess of or outside of the above normal straight time working hours when the Contractor and/or his subcontractors are on the project site performing work. I hereby certify that my subcontractors have been notified of the normal straight time working hours provisions of this project and understand that Engineer /Contracting Agency costs for overtime hours will be deducted from amounts due to me for work performed on the project. ' Contractor Signature i 1 1 IG:\ PROJECTS %2009\09024\Spe - afications 64th to 72nd (2).doc 4-6 Date 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 and the 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 by reference made a part of this Contract. A schedule of prevailing wage rates is included in these Specifications. ' Inasmuch as the CONTRACTOR will be held responsible for paying this schedule of wages, it is imperative that all contractors and subcontractors familiarize themselves with the current wage rates before submitting bids based on these Specifications. ' Before any payment is made by the local government body of any sums due under this Contract, the local government body must receive from the CONTRACTOR and each subcontractor a copy of the "Statement of Intent to Pav Prevailinq Wages" approved by the Washinqton State Department of Labor ' and Industries. Also following the acceptance of the project, the local government body must receive from the CONTRACTOR and each subcontractor a copy of "Affidavit of Wages Paid" and, in addition, from the prime contractor a copy of "Release for the Protection of Property Owners and General Contractor," all ' approved by the State Department of Labor and Industries. Forms may be obtained from the Department of Labor and Industries_ The CONTRACTOR and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the CONTRAC- TOR. Payment by the CONTRACTOR and subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. ' The Contractor and all Subcontractors shall also be required to submit certified weekly payroll forms with an accompanying Statement of Compliance so that payment of prevailing wage rates and fringe benefits may be verified. 1 1 IG.I PROJECTS00091090241Sper9ticahons 64th to 72nd (2).doc 5-2 ' State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 ' PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. ' YAKIMA COUNTY EFFECTIVE 03 -04 -2009 ' (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ' ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS ' JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL ' CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER ' BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER ' MILLWRIGHT PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING SAWFILER ' SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER ' DIVER ON STANDBY DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ' ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER ' DRYWALL TAPERS JOURNEY LEVEL ELECTRICAL FIXTURE MAINTENANCE WORKERS ' JOURNEY LEVEL Pagel $30.31 1H 5D $53.37 1C 5N $37.52 2M 5A $19.24 1 $36.22 1 M 5D $45.56 1 M 5D $36.22 1 M 5D $36.22 1M 5D $36.22 1 M 5D $36.22 1 M 5D $36.22 1 M 5D $36.22 1M 5D $46.56 1M 5D $45.76 1 M 5D $36.22 1 M 5D $36.22 1 M 5D $36.22 1 M 5D $36.22 1M 5D $33.81 1N 5D $96.81 1 M 5D $54.19 1M 5D $49.84 1 M 5D $47.09 1T 5D $46.58 1T 5D $47.09 1T 5D $47.14 1T 5D $48.71 1T 5D $46.58 1T 5D $47.09 1T 5D $46.71 1T 5D $31.71 1P 5A $20.99 1 8A 8L 8L 8L 81- 81- 8L 81- 8L YAKIMA COUNTY EFFECTIVE 03 -04 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE JOURNEY LEVEL $48.30 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $58.36 4A 5A CERTIFIED LINE WELDER $53.30 4A 5A GROUNDPERSON $38.14 4A 5A HEAD GROUNDPERSON $40.25 4A 5A HEAVY LINE EQUIPMENT OPERATOR $53.30 4A 5A JACKHAMMER OPERATOR $40.25 4A 5A JOURNEY LEVEL LINEPERSON $53.30 4A 5A LINE EQUIPMENT OPERATOR $45.14 4A 5A POLE SPRAYER $53.30 4A 5A POWDERPERSON $40.25 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC $64.81 4A 6Q MECHANIC IN CHARGE $70.60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.72 1 LABORER $8.55 1 FENCE ERECTORS FENCE ERECTOR $21.64 1 FLAGGERS JOURNEY LEVEL $28.43 1 H 5D GLAZIERS JOURNEY LEVEL $22.43 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 HEATING EQUIPMENT MECHANICS MECHANIC $13.91 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $31.22 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8.55 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $46.61 10 5A Page 2 YAKIMA COUNTY EFFECTIVE 03 -04 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS ALL CLASSIFICATIONS $18.12 1 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $30.31 1H 5D PIPE LAYER $30.83 1 H 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 $36.22 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 $44.83 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $57.74 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44.64 IT 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $48.46 IT 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $49.03 IT 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $47,91 IT 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $47.00 IT 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $47.42 IT 5D 8P BARRIER MACHINE (ZIPPER) $47.42 IT 5D 8P BATCH PLANT OPERATOR, CONCRETE $47.42 IT 5D 8P BELT LOADERS (ELEVATING TYPE) $47.00 IT 5D 8P BOBCAT (SKID STEER) $44.64 IT 5D 8P BROKK- REMOTE DEMOLITION EQUIPMENT $44.64 IT 5D 8P BROOMS $44.64 IT 5D 8P BUMP CUTTER $47.42 IT 5D 8P CABLEWAYS $47.91 IT 5D 8P CHIPPER $47.42 IT 5D 8P COMPRESSORS $44.64 IT 5D 8P CONCRETE FINISH MACHINE - LASER SCREED $44.64 IT 5D 8P CONCRETE PUMPS $47.00 IT 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $47.42 IT 5D 8P CONVEYORS $47.00 IT 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $49.03 IT 5D 8P CRANE, FRICTION OVER 200 TONS $49.59 IT 5D 8P Page 3 YAKIMA COUNTY EFFECTIVE 03 -04 -2009 WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48.46 IT (See Benefit Code Key) WITH ATTACHMENTS) Over CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS, WITH ATTACHMENTS $47.00 IT 5D 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $47.42 IT 5D 8P CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $47.91 IT 5D 8P WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48.46 IT 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $49.03 IT 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $44.64 IT 5D 8P CRANES, A- FRAME, OVER 10 TON $47.00 IT 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $49,59 IT 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $47.42 IT 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $47.91 IT 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $48.46 IT 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $48.46 IT 5D SP CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $49.03 IT 5D 8P CRUSHERS $47.42 IT 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $47.42 IT 5D 8P DERRICK, BUILDING $47.91 IT 5D 8P DOZERS, D -9 & UNDER $47.00 IT 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $47.00 IT 5D 8P DRILLING MACHINE $47.42 IT 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $44.64 IT 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $47.00 IT 5D 8P FINISHING MACHINEIBIDWELL GAMACO AND SIMILAR EQUIP $47.42 IT 5D 8P FORK LIFTS, (3000 LBS AND OVER) $47.00 IT 5D 8P FORK LIFTS, (UNDER 3000 LBS) $44.64 IT 5D 8P GRADE ENGINEER $47.00 IT 5D 8P GRADECHECKER AND STAKEMAN $44.64 IT 5D 8P GUARDRAIL PUNCH $47.42 IT 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $47.00 IT 5D 8P HORIZONTAUDIRECTIONAL DRILL LOCATOR $47.00 IT 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $47.42 1 T 5D 8P HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $44.64 IT 5D 8P HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $47.00 IT 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $47.91 IT 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $48.46 IT 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $47.42 IT 5D 8P LOCOMOTIVES, ALL $47.42 IT 5D 8P MECHANICS, ALL $48.46 IT 5D 8P MIXERS, ASPHALT PLANT $47.42 IT 5D 8P MOTOR PATROL GRADER (FINISHING) $47.91 IT 5D 8P MOTOR PATROL GRADER (NON- FINISHING) $47.00 IT 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $47.91 IT 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44.64 IT 5D 8P OPERATOR PAVEMENT BREAKER $44.64 IT 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $47.42 IT 5D 8P PLANT OILER (ASPHALT, CRUSHER) $47.00 IT 5D 8P POSTHOLE DIGGER, MECHANICAL $44.64 IT 5D 8P POWER PLANT $44.64 IT 5D 8P PUMPS, WATER $44.64 IT 5D 8P Page 4 Ij 1 YAKIMA COUNTY EFFECTIVE 03 -04 -2009 Page 5 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9, D -10, AND HD-41 $47.91 IT 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $44.64 IT 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47,91 IT 5D 8P EQUIP RIGGER AND BELLMAN $44.64 IT 5D 8P ROLLAGON $47.91 IT 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $44.64 IT 50 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $47.00 IT 5D 8P ROTO -MILL, ROTO - GRINDER $47.42 IT 5D 8P SAWS, CONCRETE $47.00 IT 5D 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $47.91 IT 5D 8P OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $47.00 IT 5D 8P SCREED MAN $47.42 IT 5D 8P SHOTCRETE GUNITE $44.64 IT 5D 8P SLIPFORM PAVERS $47.91 IT 5D 8P SPREADER, TOPSIDER & SCREEDMAN $47.91 IT 5D 8P SUBGRADE TRIMMER $47.42 IT 5D 8P TOWER BUCKET ELEVATORS $47.00 IT 5D 8P TRACTORS, (75 HP & UNDER) $47.00 IT 5D 8P TRACTORS, (OVER 75 HP) $47.42 IT 5D 8P TRANSFER MATERIAL SERVICE MACHINE $47.42 IT 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $47,91 IT 5D 8P TRENCHING MACHINES $47.00 IT 5D 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $47.00 IT 5D 8P TRUCK CRANE OILER /DRIVER (100 TON & OVER) $47.42 IT 5D 8P TRUCK MOUNT PORTABLE CONVEYER $47.42 IT 5D 8P WHEEL TRACTORS, FARMALL TYPE $44.64 IT 5D 8P YO YO PAY DOZER $47.42 IT 5D 8P POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39.29 4A 5A SPRAY PERSON $37.21 4A 5A TREE EQUIPMENT OPERATOR $37,81 4A 5A TREE TRIMMER $35.18 4A 5A TREE TRIMMER GROUNDPERSON $26.55 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $57.74 10 5A RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $19.08 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $21.98 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.43 1B 61 Page 5 YAKIMA COUNTY EFFECTIVE 03 -04 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 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 METALWORKERS JOURNEY LEVEL (FIELD OR SHOP) $32.26 1X 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESIDENTIAL TERRAZZO /TILE FINISHERS JOURNEY LEVEL $17.00 1 ROOFERS JOURNEY LEVEL $31.31 2P 51 USING IRRITABLE BITUMINOUS MATERIALS $34.31 2P 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $46.11 1X 5A SIGN MAKERS & INSTALLERS (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 $45.35 1R 5Q STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $31.46 2B 5A HOLE DIGGER /GROUND PERSON $17.58 2B 5A INSTALLER (REPAIRER) $30.17 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $29,26 2B 5A SPECIAL APPARATUS INSTALLER 1 $31.46 2B 5A SPECIAL APPARATUS INSTALLER II $30.82 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $31.46 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $29.26 28 5A TELEVISION GROUND PERSON $16.67 28 5A TELEVISION LINEPERSON /INSTALLER $22.19 2B 5A TELEVISION SYSTEM TECHNICIAN $26.42 28 5A TELEVISION TECHNICIAN $23.76 28 5A TREE TRIMMER $29.26 2B 5A Page 6 1 1 1 YAKIMA COUNTY EFFECTIVE 03 -04 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $29.88 2M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $25.80 2M 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37.90 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $32.97 2G 61 DUMP TRUCK & TRAILER $32.97 2G 61 OTHER TRUCKS $32.97 2G 61 TRANSIT MIXER $32.97 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25.44 1 OILER $9.20 1 WELL DRILLER $18.00 1 Page 7 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 ' 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. ' PREVAILING WAGE RATE CORRECTION I POWER EQUIPMENT OPERATORS Corrected Rate JOURNEY LEVEL ' WAGE UPDATE PERIOD OF 03 -04 -2009 $47.42 CORRECTION PUBLISHED ON 03 -25 -2009 ' CORRECTED RATE WILL BE EFFECTIVE ON 04 -24 -2009 Corrected Rate Compared to the Incorrect Rate Previously Published. COUNTIES COVERED: I CHELAN, CLALLAM, DOUGLAS, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, ' KITTITAS, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON, WHATCOM AND YAKIMA Classification Corrected Rate Incorrect Rate SCREED MAN $47.91 $47.42 J I d Washington State Department of Labor and Industries Policy Statement ' (Regarding the Production of "Standard" or "Non- standard" Items) ' Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOTs predetermined list, these criteria shall be used by the Contractor (and the Contractors subcontractors, agents to subcontractors, suppliers, manufacturers, and ' fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. ' 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2_ ' 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. t 3. Is the item fabricated in an assembly/fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. ' 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any ' unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOTs Predetermined List, or for ' determinations of covered and non -covered workers shall be directed to State L &I at (360) 902 -5330. ISupplemental to Wage Rates WSDOrs Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L81's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, ..a:.....1 . ... 4 .....ir a f—, f'—# .k Q .r:.. Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std_ Plans J�, 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. X See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and X 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. J( 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch X to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. j Supplemental to Wage Rates 2 0 i C J I WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. i 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X ! in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X I , 11. Minor Structural Steel Fabrication - Fabrication of minor steel - Items such as special hangers, brackets, access doors for j structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or X boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X accordance with Section 9- 28.14(3). 13. Concrete Piling— Precast- Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. X �4. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment j Sections. X See Std. Plans. 16 Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and2----4 With adjustment sections. See Std. Plans. X ISupplemental to Wage Rates 3 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17. Precast Goncrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X i 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X i 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. I I X i 23. Valve Vault - For use with underground utilities. j X See Contract Plans for details. i _ 24. Precast Concrete Barrier - Precast Concrete Barrier for I _ use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as X permanent barrier. 25. Reinforced Earth Wall Panels – Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. —� 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall I panel in size and shape as shown in Plans. I X Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 0 7 1 0 WSDOrs Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to )( casting girders. j See Std. Spec. Section 6 -02.3(254 I 29. Prestressed Concrete Girder Series 4-14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. See Std. Spec. Section 6 -02.3(25)A I 30. Prestressed Tri -Beam Girder - Prestressed Tri-Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. i See Std. Spec. Section 6 -02.3(25)A 31. Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures_ Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to X be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6 -02.3(25)A 33. Monument Case and Cover X See Std. Plan. I ISupplemental to Wage Rates WSDOT's Predetennined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO s4 Cantilever Sian Structure - Cantilever Sian Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. j Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono-tube Sign Structures - Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. X i 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys_ See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 1 i 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X fabrication _! 38. Light Standard- Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway l illumination systems, poles to be fabricated to conform with methods and materials as specked on Std. Plans. See Specia X Provisions for pre - approved drawings. i 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std. Plans. See Special Provisions for pre - approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. Supplemental to Wage Rates s 1 i VYSDOTs Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, j the sources of the following materials must be submitted and 46. approved for reflective sheeting, legend material, and aluminum j sheeting. X X NOTE: — Fabrication inspection required- Only signs tagged 48. "Fabrication Approved" by WSDOT Sign Fabrication Inspector to X be installed treated or untreated timber pile — Std Custom e j Signing Messagj Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X i X Custom Standard . X End Sec Sec 45. Aggregates /Concrete mixes Covered nbyn,u Supplemental to Wage Rates 7 46. Asphalt Covered by WAC 296 - 127 -018 47. Fiber fabrics X 48. Electrical wiring /components X 49. treated or untreated timber pile X 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 7 WSDOrs Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons j X 56. Epoxy — ! X 57. Cribbing X 58. Water distribution materials X - "H" 59. Steel piles X 60. Steel pipe for concrete pile casings X i 61. Steel pile tips, standard j 62_ Steel nile tins_ custom v r. 7 L Supplemental to Wage Rates 8 1 Ll State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, 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. METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTERNVELDER $12.76 LABORER $8.55 MACHINE OPERATOR $12.66 PAINTER $10.20 n ISupplemental to Wage Rates Counties Covered: BENTON MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 ' WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 ' WELDER $12.24 1 ' Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 n ISupplemental to Wage Rates METAL FABRICATION (IN SHOP) EFFECTIVE 03/0412009 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Waqe Code Code FITTER LABORER MACHINE OPERATOR PAINTER WELDER LAYEROUT MACHINE OPERATOR FITTER WELDER FITTERIWELDER PAINTER FITTER LABORER MACHINE OPERATOR PAINTER WELDER FITTER LABORER MACHINE OPERATOR WELDER Counties Covered: CLARK $27.49 1E 6H $19.21 1E 6H $28.77 1 E 6H $25.31 1E 6H $26.89 1E 6H $28.77 1E 6H Counties Covered: COWLITZ $24.65 1 B 6V $24.65 1 B 6V $24.65 1 B 6V Counties Covered: GRANT $10.79 1 $8.55 1 Counties Covered: KING $15.86 1 $9.78 1 $13.04 1 $11.10 1 15.48 Counties Covered: KITSAP $26.96 1 $8.55 1 $13.83 1 $13.83 1 Supplemental to Wage Rates 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 METAL FABRICATION (IN SHOP) EFFECTIVE 03/04/2009 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Supplemental to Wage Rates 11 Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTERIWELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $1721 1 PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTERIWELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.55 1 MACHINE OPERATOR $13.26 1 PAINTER $1027 1 WELDER $10.80 1 Supplemental to Wage Rates 11 METAL FABRICATION (IN SHOP) EFFECTIVE 03/0412009 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code FITTER LABORER MACHINE OPERATOR LAYEROUT WELDER FITTER/WELDER LABORER MACHINE OPERATOR FITTER LABORER MACHINE OPERATOR PAINTER WELDER Counties Covered: THURSTON $26.24 1A 6T $16.42 1A 6T $20.23 1A 6T $28.56 1A 6T $23.97 1A 6T Counties Covered: WHATCOM $13.81 1 $9.00 1 $13.81 1 Counties Covered: YAKIMA $12.00 1 $10.31 1 $11.32 1 $12.00 1 $11.32 1 Supplemental to Wage Rates 12 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03104/2009 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS 8.61 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: FRANKLIN ALL CLASSIFICATIONS $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13.60 2K 5B Counties Covered: PIERCE ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: WHATCOM ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 LABORER $8.55 1 Supplemental to Wage Rates 1 1 13 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the stale Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and 1 or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential * ** ALL ASSOCIATED RATES **" • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOTs list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. Supplemental to Wage Rates 14 ' C C Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296- 127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above - listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g.,_ excavated materials, materials from demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the speck, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 15 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, § 296 - 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296 - 127 -018, filed 12/18/91 and 4/1/92, effective 8/31 /92.] Supplemental to Wage Rates 16 i J r 1 BENEFIT CODE KEY - EFFECTIVE 03 -04 -2009 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE ' HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' I. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1. 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 FLOURS 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 1S LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY- EFFECTIVE 03 -04 -2009 -2- Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY" RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE 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. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE.. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. V ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X THE FIRST FOUR (4) HOURS 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. 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 ' BENEFIT CODE KEY- EFFECTIVE 03 -04 -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 WAGE IN t 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 ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 'WORKED 2. 1. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE ' HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE ' OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY ' RATE OF WAGE. P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON ' SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE 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. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT ' DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES ' 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY; FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). 5 BENEFIT CODE KEY- EFFECTIVE 03 -04 -2009 -4- B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY 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 YEAR'S 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 YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORT: DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) L. HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 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 YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. Q PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. AND CHRISTMAS DAY (6). R PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2) S PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY. INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS, X. HOLIDAYS. AFTER 520 HOURS - NEW 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). BENEFIT CODE KEY- EFFECTIVE 03 -04 -2009 ' Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, ' THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, 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, CHRISTMAS DAY, AND A HALF -DAY ON CHRISTMAS EVE DAY. (91/2) ' 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. I)AY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (1 I)- ' H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A ' FLOATING HOLIDAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND ' CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE ' CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY; LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE ' CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S 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 YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, 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 AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). 8 BENEFIT CODE KEY- EFFECTIVE 03 -04 -2009 -6- Z.. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. 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: $1.001 LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: 51.00, LEVEL B: $0.75, LEVEL C: $050, AND LEVEL D: $025 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00, CLASS B SUIT: $150, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50. I I General Decision Number: WA080001 06/12/2009 WA1 Superseded General Decision Number: WA070001 State: Washington Construction Types: Heavy (Heavy and Dredging) and Highway Counties: Washington Statewide. HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Publication Date Modification Publication Number THE 120TH Number Date 0 02/08/2008 19 10/31/2008 1 02/15/2008 20 11/21/2008 2 02/22/2008 21 01/02/2009 3 04/04/2008 22 02/06/2009 4 04/25/2008 23 02/27/2009 5 05/09/2008 24 03/06/2009 6 06/06/2008 25 03/20/2009 7 06/13/2008 26 06/5/2009 8 06/20/2008 27 06/12/2009 9 06/27/2008 10 07/11/2008 11 07/25/2008 12 08/01/2008 13 08/08/2008 14 08/29/2008 15 09/05/2008 16 09/19/2008 17 10/03/2008 18 10/24/2008 * CARP0001 -008 06/01/2007 Carpenters COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) WALLA WALLA and Yakima COUNTIES Rates Fringes GROUP 1 :...................$ 25.68 9.30 GROUP 2 :...................$ 27.18 9.30 GROUP 3 :...................$ 25.95 9.30 GROUP 4 :...................$ 25.68 9.30 GROUP 5 :...................$ 59.40 9.30 GROUP 6 :...................$ 28.70 9.30 GROUP 7 :...................$ 29.70 9.30 GROUP 8 :...................$ 26.95 9.30 GROUP 9 :...................$ 32.70 9.30 WA080001 Modification 27 Federal Wage Determination 1 SPOKANE AREA: PAY: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES FREE ZONE GROUP 1 :...................$ 25.01 9.30 GROUP 2 :...................$ 26.51 9.30 GROUP 3 :...................$ 25.27 9.30 GROUP 4 :...................$ 25.01 9.30 GROUP 5 :...................$ 58.04 9.30 GROUP 6 :...................$ 28.02 9.30 GROUP 7: ................... $ 29.02 9.30 GROUP 8 :...................$ 26.27 9.30 GROUP 9 :...................$ 32.02 9.30 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter; Burner - Welder; Rigger and Signaler; Insulators (all types), Acoustical, Drywall and Metal Studs, Metal Panels and Partitions; Floor Layer, Sander, Finisher and Astro Turf; Layout Carpenters; Form Builder; Rough Framer; Outside or Inside Finisher, including doors, windows, and jams; Sawfiler; Shingler (wood, composition) Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw -Off Bearer; Wire, Wood and 'Metal Lather Applicator GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, dock and wharf carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell /Vehicle or Submersible Operator, Not Under Pressure. GROUP 8: Assistant Tender, ROV Tender /Technician. GROUP 9: Manifold Operator - Mixed Gas ZONE PAY: ZONE 1 0 -40 MILES FREE ZONE 2 41 -65 MILES $2.25 /PER HOUR ZONE 3 66 -100 MILES $3.25 /PER HOUR ZONE 4 OVER 100 MILES $4.75 /PER HOUR DISPATCH POINTS: CARPENTERS /MILLWRIGHTS: PASCO (2819 W. SYLVESTER) or Main Post Office of established residence of employee, whichever is closest to the wcrksite. WA080001 Modification 27 2 Federal Wage Determination r C J C C CARPENTERS /PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee, whichever is closest to the worksite. CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee, whichever is closest to the worksite. CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee, whichever is closest to the worksite. CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee, whichever is closest to the worksite. DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50 -100 feet $2.00 per foot 101 -150 feet $3.00 per foot 151 -220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0 -25 FEET Free 26 -300 feet $1.00 per Foot SATURATION DIVING The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. The diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. ' LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit ". ' LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- ' WA080001 Modification 27 Federal Wage Determination 3 CARP0003 -006 06/01/2007 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Carpenters: CARPENTERS; ACOUSTICAL ...... $ 27.56 DIVERS TENDERS ..............$ 30.28 DIVERS ......................$ 68.84 DRYWALL .....................$ 27.56 FLOOR LAYERS & FLOOR FINISHERS (the laying of all hardwood floors nailed and mastic set, parquet and wood -type tiles, and block floors, the sanding and finishing of floors, the preparation of old and new floors when the materials mentioned above are to be installed); INSULATORS (fiberglass and similar irritating materials ...................$ 27.71 MILLWRIGHTS. ................ $ 28.04 PILEDRIVERS .................$ 28.04 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 Fringes 13.30 13.30 13.30 13.30 13.30 13.30 13.30 WA080001 Modification 27 4 Federal Wage Determination ' WA080001 Modification 27 Federal Wage Determination 5 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, NOTE: All dispatches for Washington State Counties; Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities t ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ' ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected ' of the above mentioned cities -- -- -city ------------------------------------------------- CARP0770 -003 06/01/2007 ' Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) , KITTITAS, ' OKANOGAN,WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES Rates Fringes ' ACCOUSTICAL WORKERS ........ $ 23.25 10.85 BRIDGE, DOCK AND WHARF CAPPENTERS AND HEAVY & HIGHWAY ................... $ 32.49 10.85 ' CARPENTERS AND DRYWALL APPLICATORS ................$ 23.25 10.85 CARPENTERS ON CREOSOTE MATERIAL ...................$ 23.25 10.85 DIVERS TENDER ..............$ 33.29 10.93 DIVERS .....................$ 74.82 10.93 ' INSULATION APPLICATORS ..... $ 23.25 MILLWRIGHT AND MACHINE 10.85 ERECTORS ...................$ 33.49 10.85 PILEDRIVER, DRIVING, ' PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING ....... $ 32.69 10.85 SAWFILERS, STATIONARY ' POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR ' SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS ......................$ 23.25 10.85 ' WA080001 Modification 27 Federal Wage Determination 5 HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour ---------------------------------------------------------- - - - - -- WA080001 Modification 27 6 Federal Wage Determination CARP0770 -006 06/01/2007 Carpenters: WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes ACOUSTICAL WORKERS ......... $ 32.62 11.26 BRIDGE, DOCK & WHARF CARPENTERS .................$ 32.49 11.26 CARPENTERS AND DRYWALL APPLICATORS ................$ 32.49 11.26 CARPENTERS ON CREOSOTE MATERIAL ...................$ 32.59 11.26 DIVERS TENDER ..............$ 33.29 10.93 DIVERS .....................$ 74.82 10.93 INSULATION APPLICATORS ..... $ 32.49 11.26 MILLWRIGHT AND MACHINE ERECTORS ...................$ 33.49 11.26 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING ....... $ 32.69 11.26 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS ......................$ 32.62 11.26 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend WA080001 Modification 27 Federal Wage Determination VA Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Ha11, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour ELECO046 -001 06/01/2009 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES WA080001 Modification 27 8 Federal Wage Determination Rates Fringes CABLE SPLICER ....................$ 44.89 3% +15.71 ELECTRICIAN ......................$ 40.81 30 +15.71 ---------------------------------------------------------------- ELEC0048 -003 01/01/2009 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER ....................$ 34.40 3% +$14.85 ELECTRICIAN ......................$ 35.65 30 +$15.35 HOURLY ZONE PAY Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria. Zone Pay: Zone 1: 31 -50 miles $1.50 /hour Zone 2: 51 -70 miles $3.50 /hour Zone 3: 71 -90 miles $5.50 /hour Zone 4: Beyond 90 miles$9.00 /hour * These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ---------------------------------------------------------- - - - - -- WA080001 Modification 27 8 Federal Wage Determination ELECO073 -001 01/01/2009 ' ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES I- I u Rates Fringes Line Construction: Rates Fringes CABLE SPLICERS ..............$ CABLE SPLICER ....................$ ELECTRICIAN ......................$ 28.22 27.82----- 3°% +12.48 +12.48 GROUNDMEN ...................$ ---------------------------------- ELEC0076 -002 03/01/2007 26.31 - - - -3% ---- - - - - -- ' GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON LINEMEN, POLE SPRAYERS, COUNTIES HEAVY LINE EQUIPMENT MAN .... $ Rates Fringes POWDERMEN, JACKHAMMERMEN .... CABLE SPLICER ....................$ 36.31 3% +13.19 ' ELECTRICIAN...,,.,,...,.,,. ELECO077 -002 02/01/2007 .... *,$ 32.71- --- - - - -3% +13.19 I- I u Rates Fringes Line Construction: CABLE SPLICERS ..............$ 42.09 3.875+10.60 GROUNDMEN ...................$ 26.31 3.8750 +8.60 LINE EQUIPMENT MEN .......... $ 32.32 3.875% +8.70 LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN .... $ 37.58 3.8750 +10.60 POWDERMEN, JACKHAMMERMEN .... $ 28.19 3.875% +8.60 TREE TRIMMER ................$ 22.65 3.8750 +8.35 ELECO112 -005 12/01/2008 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER ....................$ 35.39 30 +13.48 ELECTRICIAN ......................$ 33.70- 3% +13.48 ---------------------------------- ELEC0191 -003 03/01/2008 - - - - -- - -- - ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER ....................$ 36.86 3% +12.98 ELECTRICIAN ......................$ --------------------------------------------- 33.51 3°%+12.98 ------------- - - - - -- WA080001 Modification 27 Federal Wage Determination 9 ELECO191 -004 03/01/2008 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER ....................$ 32.46 30 +12.81 ELECTRICIAN ......................$ 29.51 30 +12.81 ---------------------------------------------------------------- ELEC0970 -001 01/01/2009 COWLITZ AND WAHKIAKUM COUNTIES Rates Fringes CABLE SPLICER ....................$ 34.68 3% +9.59 ELECTRICIAN ......................$ 31.53 3% +9.59 ---------------------------------------------------------------- * ENGI0302 -003 06/01/2009 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUAN, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: Group 1A ...................$ 35.79 15.15 Group 1AA ..................$ 36.36 15.15 Group 1AAA .................$ 36.92 15.15 Group 1 .....................$ 35.24 15.15 Group 2 .....................$ 34.75 15.15 Group 3 .....................$ 34.33 15.15 Group 4 .....................$ 31.97 15.15 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) - $ 1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom WA080001 Modification 27 Federal Wage Determination 10 WA080001 Modification 27 11 Federal Wage Determination GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom ' (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft ' of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; ' Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operator- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom ' attachment; Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe- 3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders - overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers - asphalt plant; Motor patrol graders- finishing; Piledriver (other than crane mount); Roto -mill, roto - grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes -over 75 hp; Transfer material service machine - shuttle buggy, blaw ' knox - roadtec; Truck crane oiler /driver -100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer ' GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D -9 and under; Forklift -3000 lbs. t and over with attachments; Horizontal /directional drill locator; Outside hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loader - elevating type, belt; Motor patrol grader - nonfinishing; Plant oiler- asphalt, crusher; ' Pumps- concrete; Roller, plant mix or multi -lift materials; Saws - concrete; Scrapers- concrete and carry -all; Service engineer- equipment; Trenching machines; Truck Crane Oiler /Driver under 100 tons; Tractors, backhoe 75 hp and ' under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; ' Concrete finish machine -laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift - permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with WA080001 Modification 27 11 Federal Wage Determination attachments; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; wheel Tractors, farmall type; Shotcrete /gunite equipment operator Category B Projects: 950 of the basic hourly rate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. ---------------------------------------------------------- - - - - -- WA080001 Modification 27 12 Federal Wage Determination 1 ' ENGI0302 -009 06/01/2007 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, ' KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES ' ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. ' WORK PERFORMED ON HYDRAULIC DREDDGES: Zone 1 (0 -25 radius miles): Rates Frinqes Power equipment operators: GROUP 1 TOTAL PROJECT COST $300,000 AND OVER .......... $ 31.33 12.75 TOTAL PROJECT COST UNDER $300,000 ...................$ 26.96 8.40 GROUP 2 TOTAL PROJECT COST $300,000 AND OVER .......... $ 31.46 12.75 TOTAL PROJECT COST UNDER $300,000 ...................$ 27.06 8.40 GROUP 3 TOTAL PROJECT COST $300,000 AND OVER .......... $ 31.84 12.75 TOTAL PROJECT COST UNDER $300,000 ...................$ 27.38 8.40 GROUP 4 TOTAL PROJECT COST $300,000 AND OVER .......... $ 31.89 12.75 TOTAL PROJECT COST UNDER $300,000 ...................$ 27.43 8.40 GROUP 5 TOATL PROJECT COST $300,000 AND OVER .......... $ 33.46 12.75 TOTAL PROJECT COST UNDER $300,000 ...................$ 28.75 8.40 GROUP 6 TOTAL PROJECT COST $300,000 AND OVER .......... $ 31.33 12.75 TOTAL PROJECT COST UNDER $300,000 ...................$ 26.96 8.40 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima WA080001 Modification 27 Federal Wage Determination 13 POWER EQUIPMENT OPERATORS CLASSIFICATIONS: GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance Category B Projects: 95% of the basic hourly rate for each group plus full fringe benefits applicable to category A projects shall apply to the following projects. A Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. Heavy Wage rates (Category A) Applies to clam shell dredge, hoe and dipper, shovels and shovel attachments, cranes and bulldozers. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. WA080001 Modification 27 14 Federal Wage Determination 1 ENGIO370 -002 06/01/2008 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes Power equipment operators: GROUP 1A ...................$ 23.21 9.80 GROUP 1 .....................$ 23.76 9.80 GROUP 2 .....................$ 24.08 9.80 GROUP 3 .....................$ 24.69 9.80 GROUP 4 .....................$ 24.85 9.80 GROUP 5 .....................$ 25.01 9.80 GROUP 6 .....................$ 25.29 9.80 GROUP 7 .....................$ 25.56 9.80 GROUP 8 .....................$ 26.66 9.80 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Hydro- seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler- Driver (CLD required) & Cable Tender, Mucking Machine. WA080001 Modification 27 Federal Wage Determination 15 GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable- concrete); Pavement Breaker, Hydra- Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self - propelled); Railroad Power Tamper Operator (self- propelled); Railroad Tamper Jack Operator (self - propelled; Spray Curing Machine (concrete); Spreader Box (self - propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix. Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer /Tractor (up to D -6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze - crete, flow - crete, pump - crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front -end, under 4 yds. R /T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R /T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re- screening); Vacuum Drill (reverse circulation drill under 8 inch bit) i C WA080001 Modification 27 16 ' Federal Wage Determination 1 GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes ' (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation ' & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self - propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline ' Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes ' & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self - propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle ' & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front -end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving ' Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber - tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime ' Batch Tank Operator (Recycle Train);Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning /Decontamination 1 machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt ' (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front -end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ' ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly and Similar); Ultra High Pressure Waterjet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead, rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front -end, 10 ' yards and over); Helicopter Pilot ' WA080001 Modification 27 Federal Wage Determination 17 BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0370 -006 06/01/2008 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES WORK PERFORMED ON HYDRAULIC DREDGES Rates Fringes Hydraulic Dredge GROUP 1 :....................$ 31.85 13.53 GROUP 2 :....................$ 32.36 13.53 GROUP 3 :....................$ 32.41 13.53 GROUP 4 :....................$ 33.98 13.53 GROUP 5: .................... $ 31.85 13.53 GROUP 6 :....................$ 31.98 13.53 GROUP 7: .................... $ 32.36 13.53 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump) GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance GROUP 6: Oiler GROUP 7: Mates & Boatman HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. ----------------------------------------------------- - - - - -- WA080001 Modification 27 Federal Wage Determination UK ENGI0612 -001 06/01/2007 LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES PROJECTS: ' CATEGORY A PROJECTS below) (excludes Category B projects, as shown Rates Fringes Power equipment operators: group plus full fringe benefits applicable to Category A WORK PERFORMED ON projects shall apply to the following projects: Reduced HYDRAULIC DREDGES: Total rates may be paid on the following: Project cost $300,000 and 1. Projects involving work on structures such as buildings over and structures whose total value is less than GROUP 1 ....................$ 31.33 12.75 GROUP 2 ....................$ 31.46 12.75 GROUP 3 ....................$ 31.84 12.75 GROUP 4 ....................$ 31.89 12.75 GROUP 5 ....................$ 33.46 12.75 GROUP 6 ....................$ 31.33 12.75 WORK PERFORMED ON HYDRAULIC DREDGES: Total Project Cost under $300,000 GROUP 1 ....................$ 26.96 8.40 GROUP 2 ....................$ 27.06 8.40 GROUP 3 ....................$ 27.38 8.40 GROUP 4 ....................$ 27.43 8.40 GROUP 5 ....................$ 28.75 8.40 GROUP 6 ....................$ 26.96 8.40 ZONE 2 (26 -45 radius miles) - Add $.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates ' BASEPOINTS: Tacoma, Olympia, and Centralia CATEGORY B PROJECTS - 95% of the basic hourly rate for each ' WA080001 Modification 27 Federal Wage Determination 19 group plus full fringe benefits applicable to Category A t projects shall apply to the following projects: Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million ' excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is ' involved. Surfacing and paving included, but utilities excluded. ' WA080001 Modification 27 Federal Wage Determination 19 3. Marine projects (docks, wharfs, etc.) less than $150,000 WORK PERFORMED ON HYDRAULIC DREDGES: GROUP 1: Assistant Mate (Deckhand GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS ' HANDLING OF HAZARDOUS WASTE MATERIALS H -1 - When not outfitted with protective clothing of level D equipment - Base wage rate H -2 - Class "C" Suit - Base wage rate + $.25 per hour H -3 - Class "B" Suit - Base wage rate + $.50 per hour H -4 - Class "A" Suit - Base wage rate +$.75 per hour ENGI0612 -002 06/01/2008 LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): Rates Power equipment operators: GROUP 1A ...................$ 34.51 GROUP 1AA ..................$ 35.08 GROUP 1AAA .................$ 35.65 GROUP 1 .....................$ 33.96 GROUP 2 .....................$ 33.47 GROUP 3 .....................$ 33.05 GROUP 4 .....................$ 30.69 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) = $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS Fringes 13.95 13.95 13.95 13.95 13.95 13.95 13.95 GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) WA080001 Modification 27 Federal Wage Determination 20 LI ' GROUP 1AA - Cranes- 200 tons to 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom ' GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height ' base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft ' of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment ' 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9 HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- ' self - propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type ' GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer /deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 ' yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto- grinder; Screedman, spreader, topside operator -Blaw Knox, ' Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper - 'self- propelled, hard tail end dump, articulating off -road equipment- under 45 yards; Subgrader trimmer; ' Tractors, backhoe over 75 hp; Transfer material service machine - shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler /driver -100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay ' GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D -9 and under; Forklift -3000 lbs. and ' over with attachments; Horizontal /directional drill locator; Outside Hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loaders - elevating type, belt; Motor t patrol grader - nonfinishing; Plant oiler- asphalt, crusher; Pump- Concrete; Roller, plant mix or multi -lift materials; Saws- concrete; Scrapers, concrete and carry all; Service engineers - equipment; Trenching machines; Truck crane oiler /driver under 100 tons; Tractors, backhoe under 75 hp ' WA080001 Modification 27 21 Federal Wage Determination GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine - laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger- mechanical; Power plant; Pumps- water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded.. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. ---------------------------------------------------------------- ENGI0701 -002 01/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Power equipment operators: (See Footnote A) GROUP 1 .....................$ 36.22 GROUP 1A ....................$ 38.03 GROUP 1B ....................$ 39.84 GROUP 2 .....................$ 34.65 GROUP 3 .....................$ 33.69 GROUP 4 .....................$ 32.78 GROUP 5 .....................$ 31.71 GROUP 6 .....................$ 28.82 Fringes 10.90 10.90 10.90 10.90 10.90 10.90 10.90 10.90 WA080001 Modification 27 22 Federal Wage Determination All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and /or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton WA080001 Modification 27 Federal Wage Determination 23 Zone Differential (add to Zone 1 rates).: ' Zone 2 - $2.50 Zone 3 - $5.00 ' For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS ' INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 ' and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or projects located in Clark & Cowlitz County, ' Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. ' All jobs or projects located in the area outside the identified boundary above, but less than 5o miles from the ' Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border ' above, shall receive Zone III.pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; ' GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall ' receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above ' mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and /or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton WA080001 Modification 27 Federal Wage Determination 23 GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator, tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and /or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (without luffing or tower attachment); TOWER /WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and /or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc. operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator,- 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth - moving equ }pment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi- engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu_ yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required) ; Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES- EXCAVATOR: Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES - EXCAVATOR: excavator over 80,000 lbs, through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self- loading, paddle wheel, auger type, finish and /or 2 or more units; SHOVEL, DRAGLINE, CLAM SHELL, S KOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. r r C' WA080001 Modification 27 24 ' Federal Wage Determination 1 ' WA080001 Modification 27 25 Federal Wage Determination GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screedman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi- engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing ' Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF - PROPELLED: Compactor Operator, with blade; Compactor ' Operator, multi - engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K -17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick ' Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; ' Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; ' DiAesel- Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller - Percussion, Diamond, Core, Cable, Rotary and similar.type; Cat Drill (John Henry); ' Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel- electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. ' yds. (Fireman or Diesel - Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel - electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: ' Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders ' Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer 1 ' WA080001 Modification 27 25 Federal Wage Determination Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator, single engine, single scraper; Self - loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- pull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationary Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR - RUBBERED TIRED: Tractor operator, rubber- tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and /or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller- Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and /or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: C L WA080001 Modification 27 26 , Federal Wage Determination 7 WA080001 Modification 27 27 Federal Wage Determination J Hydraulic Boom Truck, Pittman; DRILLING: Churn Drill and Earth Boring Machine Operator; Vacuum Truck; Directional ' Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and /or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or similar types; Pavement Breaker Operator; PUMPS: Pump Operator, more than ' 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi - Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self - propelled; ' Pulva -mixer or similar types; Chip Spreading machine operator; Lime spreading operator,'construction job siter; SWEEPERS: Sweeper operator (Wayne type) self - propelled construction job site; TRACTOR- RUBBER TIRED: Tractor ' operator, rubber - tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey ' GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, ' Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or ' Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self - propelled Scaffolding Operator, construction job site (excluding working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail ' machines; Guardrail Punch oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler - Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; ' PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; WA080001 Modification 27 27 Federal Wage Determination J SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operator, mechanical, self - propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator ENGI0701 -003 01/01/2009 Clark, Cowlitz, Klickitat, Pacific (South), Skamania, and Wahkiakum Counties Rates Fringes Dredging: ZONE A ASSISTANT ENGINEER ......... $ 37.30 10.80 ASSISTANT MATE .............$ 32.96 10.80 LEVERMAN, DIPPER, FLOATING CLAMSHELL ......... $ 39.88 10.80 LEVERMAN, HYDRAULIC ........ $ 39.88 10.80 TENDERMAN ................... $ 36.12 10.80 ZONE B ASSISTANT ENGINEER ......... $ 39.80 10.80 ASSISTANT MATE .............$ 35.46 10.80 LEVERMAN, DIPPER, FLOATING CLAMSHELL ......... $ 42.38 10.80 LEVERMAN, HYDRAULIC ........ $ 42.38 10.80 TENDERMAN ..................$ 38.62 10.80 ZONE C ASSISTANT ENGINEER ......... $ 41.30 10.80 ASSISTANT MATE .............$ 36.96 10.80 LEVERMAN, DIPPER, FLOATING CLAMSHELL ......... $ 43.88 10.80 LEVERMAN, HYDRAULIC ........ $ 43.88 10.80 TENDERMAN ..................$ 40.12 10.80 ZONE DESCRIPTION FOR DREDGING: ZONE A - All jobs or projects located within 30 road miles of Portland City Hall. ZONE B - Over 30 -60 road miles from Portland City Hall. ZONE C - Over 60 road miles from Portland City Hall. *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. ---------------------------------------------------------- - - - - -- WA080001 Modification 27 28 Federal Wage Determination IRON0014 -005 07/01/2008 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER .......................$ 29.52 17.87 ---------------------------------------------------------------- IRON0029 -002 07/01/2008 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER .......................$ 31.65 17.87 ---------------------------------------------------------------- IRON0086 -002 07/01/2007 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER .......................$ 30.00 17.87 ---------------------------------------------------------------- IRON0086 -004 07/01/2008 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER .......................$ 34.40 17.87 WA080001 Modification 27 29 Federal Wage Determination LAB00001 -002 06/01/2009 Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Zone 1: 1 ....................$ Rates Fringes GROUP 1 ....................$ 21.77 9.07 GROUP 2 ....................$ 24.86 9.07 GROUP 3 ....................$ 30.96 9.07 GROUP 4 ....................$ 31.70 9.07 GROUP 5 ....................$ 32.21 9.07 CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 ....................$ 19.95 9.07 GROUP 2 ....................$ 20.58 9.07 GROUP 3 ....................$ 22.54 9.07 GROUP 4 ....................$ 23.09 9.07 GROUP 5 ....................$ 23.48 9.07 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall WA080001 Modification 27 30 Federal Wage Determination I Ll r LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper - Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder - Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power; Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re- Timberman; Hazardous Waste Worker (Level A). ---------------------------------------------------------- - - - - -- WA080001 Modification 27 Federal Wage Determination 31 I Zone Differential (Add to Zone 1 rate): $2.00 1 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. 1 Zone 2: 45 radius miles and over from the main post office. 1 LAB00238 -004 06/01/2008 GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic 1 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH 1 MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, 1 PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES 1 Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Rates Fringes 1 Laborers: 1 reference posts, sign posts, and right -of -way markers); ZONE 1: skin protection is minimal); Miner, Class "A" (to include GROUP 1 ....................$ 20.56 7.70 1 GROUP 2 ....................$ 22.66 7.70 GROUP 3 ....................$ 22.93 7.70 GROUP 4 ....................$ GROUP 5 ....................$ 23.20 23.48 7.70 7.70 1 GROUP 6 ....................$ 24.85 7.70 Zone Differential (Add to Zone 1 rate): $2.00 1 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. 1 Zone 2: 45 radius miles and over from the main post office. 1 LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic 1 Control Maintenance Laborer (to include erection and 1 maintenance of barricades, signs and relief of flagperson); Window Washer /Cleaner (detail cleanup, such as, but not 1 limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) 1 GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; 1 Carpenter Tender; Cement Handler; Clean -up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, 1 handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean -up, burning, loading, wrecking and salvage of all material); 1 Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and 1 reference posts, sign posts, and right -of -way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete 1 crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, 1 cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall 1 Be Classified As General Laborer WA080001 Modification 27 32 1 Federal Wage Determination u ' GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non - mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, ' Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo -crete nozzle); ' Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool ' Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and ' similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to ' include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete ' stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast ' nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line); ' Miner Class "D ", (to include raise and shaft miner, laser beam operator on raises and shafts) I GROUP 6 - Powderman ---------------------------------------------------------- - - - - -- WA080001 Modification 27 33 Federal Wage Determination LAB00238 -006 06/01/2008 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier ......................$ 24.10 7.70 ---------------------------------------------------------------- LAB00335 -001 06/01/2008 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 ....................$ 27.46 8.40 GROUP 2 ....................$ 28.06 8.40 GROUP 3 ....................$ 28.50 8.40 GROUP 4 ....................$ 28.88 8.40 GROUP 5 ....................$ 24.96 8.40 GROUP 6 ....................$ 22.54 8.40 GROUP 7 ....................$ 19.34 8.40 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. WA080001 Modification 27 34 Federal Wage Determination d 1 LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake - Setter; Tunnel - Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber - mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster WA080001 Modification 27 Federal Wage Determination 35 GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) - applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive- Tunnel; Powderman - Tunnel; Shield Operator - Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LAB00335 -010 06/01/2008 Rates Fringes Hod Carrier ......................$ 29.58 8.40 PAIN0005 -002 06/01/2008 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS ....................$ 26.50 11.40 ---------------------------------------------------------------- PAIN0005 -004 07/01/2007 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER ..........................$ 19.91 6.85 ---------------------------------------------------------- - - - - -- WA080001 Modification 27 36 Federal Wage Determination 1 C is t PAIN0005 -006 07/01/2008 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting, Bridges, Towers, Tanks, Stacks, Steeples ....................$ 20.84 7.88 Over 30' /Swing Stage Work..$ 21.54 7.88 Brush, Roller, Striping, Steam - cleaning and Spray .... $ 15.09 6.68 Lead Abatement, Asbestos Abatement ...................$ 20.84 7.88 TV Radio, Electrical Transmission Towers ......... $ 21.59 7.88 Over 30' /Swing Stage Work..$ 22.29 7.88 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- PAIN0055 -002 10/01/2008 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush & Roller ..............$ 19.69 7.14 High work - All work 60 ft. or higher ...............$ 20.44 7.14 Spray and Sandblasting ...... - - - - -- $ 20.29 7.14 - - - - -- -------- PAIN0055 -007 06/01/2007 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER .....................$ -------------------------------------------------- 28.27 8.27 ----- --- - - - - -- WA080001 Modification 27 Federal Wage Determination 37 PLAS0072 -004 06/01/2007 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes Cement Mason /Concrete Finisher ZONE 1: ..................... $ 24.68 7.98 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- PLAS0528 -001 06/01/2008 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Cement Masons: Rates Fringes CEMENT MASON ................$ 34.68 12.13 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE.$ 35.18 12.13 TROWLING MACHINE OPERATOR ON COLORED SLABS COMPOSITION OR KALMAN FLOORS ............ $ 36.18 12.13 ---------------------------------------------------------------- PLAS0555 -002 06/01/2008 CLARK, KLICKITAT AND SKAMANIA COUNTIES Cement Masons: ZONE 1: Rates Fringes CEMENT MASONS DOING BOTH COMPOSITION /POWER MACHINERY AND SUSPENDED /HANGING SCAFFOLD..$ 27.87 14.83 CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD ............ $ 27.34 14.83 CEMENT MASONS ...............$ 26.80 14.83 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS ... $ 27.34 14.83 WA080001 Modification 27 38 Federal Wage Determination ' CLALLAM, KING AND JEFFERSON COUNTIES Rates Fringes ' Plumbers and Pipefitters.. ....... $ 43.68 - -18.06 -------- ---- ---------------------- --- - - - - - -- PLUM0032 -003 01/01/2009 CHELAN, KITTLTAS (NORTHERN TIP), DOUGLAS (NORTH) , AND OKANOGAN (NORTH) COUNTIES ' Rates Fringes Plumbers and Pipefitters ......... $ 31.46 14.61 ---------------------------------------------------------------- PLUM0044 -003 06/01/2007 ADAMS (NORTHERN PART) , ASOTIN (CLARKSTON ONLY) , FERRY (EASTERN ' PART), LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES ' Rates Fringes Plumbers and Pipefitters ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN, PEND ORIELLE AND ' STEVENS AND SPOKANE COUNTIES ....................$ 30.14 12.81 WHITMAN COUNTY ..............$ 36.24 12.81 ' WA080001 Modification 27 Federal Wage Determination 39 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 ' Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 ' EUGENE, MEDFORD, PORTLAND, RASE POINTS: BEND, CORVALLIS, SALEM, THE DALLES, VANCOUVER ' ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the ' respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ' ZONE 5: More than 80 miles from the respective city hall PLUM0032 -002 01/01/2009 ' CLALLAM, KING AND JEFFERSON COUNTIES Rates Fringes ' Plumbers and Pipefitters.. ....... $ 43.68 - -18.06 -------- ---- ---------------------- --- - - - - - -- PLUM0032 -003 01/01/2009 CHELAN, KITTLTAS (NORTHERN TIP), DOUGLAS (NORTH) , AND OKANOGAN (NORTH) COUNTIES ' Rates Fringes Plumbers and Pipefitters ......... $ 31.46 14.61 ---------------------------------------------------------------- PLUM0044 -003 06/01/2007 ADAMS (NORTHERN PART) , ASOTIN (CLARKSTON ONLY) , FERRY (EASTERN ' PART), LINCOLN, PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES ' Rates Fringes Plumbers and Pipefitters ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN, PEND ORIELLE AND ' STEVENS AND SPOKANE COUNTIES ....................$ 30.14 12.81 WHITMAN COUNTY ..............$ 36.24 12.81 ' WA080001 Modification 27 Federal Wage Determination 39 PLUM0082 -001 06/01/2007 CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES Rates Fringes PLUMBER ..........................$ 38.64 19.10 ---------------------------------------------------------- - - - - -- WA080001 Modification 27 Federal Wage Determination 0 M Rates Fringes Plumbers and Pipefitters ......... $ 35.55 15.32 ---------------------------------------------------------------- PLUM0265 -003 06/01/2007 , ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES Rates Fringes Plumbers and Pipefitters ......... $ 35.55 15.32 ---------------------------------------------------------------- PLUM0290 -003 10/01/2008 CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) Rates Fringes Plumbers and Pipefitters ......... $ 35.69• 16.99 , ---------------------------------------------------------------- PLUM0598 -005 06/01/2008 ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF CLARKSTON), BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY (WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN (EASTERN), WALLA WALLA AND YAKIMA COUNTIES Rates Fringes PLUMBER ..........................$ 38.64 19.10 ---------------------------------------------------------- - - - - -- WA080001 Modification 27 Federal Wage Determination 0 M 1 PLUM0631 -001 06/01/2007 ' MASON (NE SECTION), AND KITSAP COUNTIES I Rates u i Plumbers and Pipefitters Fringes WA080001 Modification 27 Federal Wage Determination 41 All new construction, additions, and remodeling of commercial building projects such as: cocktail lounges and taverns, professional buildings, medical clinics, retail stores, hotels and motels, restaurants and fast food types, gasoline service stations, and car washes where the plumbing and mechanical cost of the project is less than $100,000 ....................$ 27.39 11.18 All other work where the plumbing and mechanical cost of the project is $100,000 and over ........... $ 34.90 15.32 ---------------------------------------------------------------- TEAM0037 -002 06/01/2008 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1 ....................$ 26.40 11.91 GROUP 2 ....................$ 26.52 11.91 GROUP 3 ....................$ 26.65 11.91 GROUP 4 ....................$ 26.91 11.91 GROUP 5 ....................$ 27.13 11.91 GROUP 6 ....................$ 27.29 11.91 GROUP 7 ....................$ 27.49 11.91 Zone Differential (Add to Zone 1 Rates).: Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 WA080001 Modification 27 Federal Wage Determination 41 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lift truck w /load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and /or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0 -10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; 'Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom Truck /Hydra -lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks /Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi - trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver - Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trucks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck /Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self- Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic - Welder -Body Repairman; Utility and Clean -up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons WA080001 Modification 27 42 Federal Wage Determination GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom ' dumps, including Semi - Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including ' 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons ' GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks ' GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations ' thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including ' Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) ---------------------------------------------------------------- ' TEAM0174 -001 06/01/2008 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, t ZONE B (25 -45 miles from center of listed cities *): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from center of listed cities *): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: 1 ' WA080001 Modification 27 Federal Wage Determination 43 MASON, PACIFIC (North of a straight line made by extending the ' north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES ' Rates Fringes Truck drivers: ' ZONE A: GROUP 1 :...................$ 31.37 12.88 GROUP 2 :...................$ 30.57 12.88 ' GROUP 3 :...................$ 27.90 12.88 GROUP 4 :...................$ 23.17 12.88 GROUP 5 :...................$ 30.95 12.88 t ZONE B (25 -45 miles from center of listed cities *): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from center of listed cities *): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: 1 ' WA080001 Modification 27 Federal Wage Determination 43 BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or " Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four - Wheeled power tractor with trailer and similar top- loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four - wheeled power tractor with trailer and similar top- loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and /or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber - tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic I t I WA080001 Modification 27 44 I Federal Wage Determination Ll HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunctiop with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self - contained breathing apparatus or a supplied air line. TEAM0760 -002 06/01/2008 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, QARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1 ....................$ 20.02 GROUP 2 ....................$ 22.29 GROUP 3 ....................$ 22.79 GROUP 4 ....................$ 23.12 GROUP 5 ....................$ 23.23 GROUP 6 ....................$ 23.40 GROUP 7 ....................$ 23.93 GROUP 8 ....................$ 24.26 Fringes 11.05 11.05 11.05 11.05 11.05 11.05 11.05 11.05 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP l: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material WA080001 Modification 27 Federal Wage Determination 45 GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber- tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001 - 16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver`; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loafing Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck - Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable operated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds_); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials WA080001 Modification 27 46 I Federal Wage Determination Footnote A - Anyone working on a HAZMAT job, where HAZMAT ' certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. ' LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical splash suit or fully encapsulated suit with a self - contained breathing apparatus. ' Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15 /hour over applicable truck rate ' WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- ' Unlisted classifications needed for work not included within the scope cif the classifications listed may be added after ' award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) ---------------------------------------------------------------- ' In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations ' indicate unions whose rates have been determined to be prevailing. ---------------------------------------------------------------- ' WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can ' be: • an existing published wage determination • a survey underlying a wage determination ' * a Wage and Hour Division letter setting forth a position on .a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. ' WA080001 Modification 27 Federal Wage Determination 47 With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION WA080001 Modification 27 48 Federal Wage Determination CITY OF YAKIMA YAKIMA COUNTY, WASHINGTON ' STANDARD SPECIFICATIONS FOR ' NOB HILL BOULEVARD IMPROVEMENT PROJECT 64T" TO 72ND AVENUE t City of Yakima Project No. 2278 Project No. 09024E Federal Aid No. ARRA 4566 (009) ' The 2008 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works ' Association are, by this reference, made part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. C IG. tPROJECTSt2009 109024\Specffications 64th to 72nd (2).doc 6 -2 I w n n CONTENTS SPECIAL PROVISIONS ...................................................................... ............................... DESCRIPTIONOF WORK .................................................................. ............................... 1 -01 DEFINITIONS AND TERMS ...................................................... ............................... 1 -02 BID PROCEDURES AND CONDITIONS ................................... ............................... 1 -03 AWARD AND EXECUTION OF CONTRACT ............................ ............................... 1 -04 SCOPE OF THE WORK ............................................................ ............................... 1 -05 CONTROL OF WORK .............................. .............................. .... ............................... 1 -06 CONTROL OF MATERIAL ......................................................... ............................... 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .......................... 1 -08 PROSECUTION AND PROGRESS ........................................... ............................... 1 -09 MEASUREMENT AND PAYMENT ............................................. ............................... 1 -10 TEMPORARY TRAFFIC CONTROL .......................................... ............................... 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ............ ............................... 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ............ ............................... 2 -03 ROADWAY EXCAVATION AND EMBANKMENT .:................... ............................... 2 -04 HAUL ......................................................................................... ............................... 2 -07 WATERING ................................................................................ ............................... 2 -11 TRIMMING AND CLEANUP ....................................................... ............................... 3 -01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING .................. 3 -02 STOCKPILING AGGREGATES ................................................. ............................... 4 -04 BALLAST AND CRUSHED SURFACING .................................. ............................... 5 -04 HOT MIX ASPHALT ................................................................... ............................... 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ..... ............................... 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS ................ ............................... 7 -17 SANITARY SEWERS ................................................................. ............................... 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL . ............................... 8 -04 CURBS, GUTTERS, AND SPILLWAYS .................................... ............................... 8 -14 CEMENT CONCRETE SIDEWALKS. ..................................................................... 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS AND ELECTRICAL ........................ 8 -21 PERMANENT SIGNING ............................................................. ............................... 8 -22 PAVEMENT MARKING .............................................................. ............................... tG:IPROJECTS12009109024%Sp ecff=abons 64th to 72nd (2).dcc 6 -3 PAGE NO. ..........6 -4 ..........6 -4 ..........6 -5 .........6 -6 ........6 -10 ........6 -11 ........6 -12 ........6 -14 ........6 -15 ........6 -41 ........6 -43 ........6 -45 ........6 -46 ........6 -47 ........6 -47 ........6 -49 ........6 -49 ........6 -49 ........6 -49 ........6 -50 ........6 -50 ........6 -50 ........6 -54 ... . .... 6 -54 ........6 -55 ........6 -56 ........6 -56 .. ...... 6 -57 ........6 -57 ........6 -59 ........6 -60 CITY OF YAKIMA tYAKIMA COUNTY, WASHINGTON SPECIAL PROVISIONS FOR ' NOB HILL BOULEVARD IMPROVEMENT PROJECT 64TH TO 72ND AVENUE City of Yakima Project No. 2278 ' HLA Project Number 09024E Federal Aid No. ARRA 4566 (009) ' TABLE OF CONTENTS I w n n CONTENTS SPECIAL PROVISIONS ...................................................................... ............................... DESCRIPTIONOF WORK .................................................................. ............................... 1 -01 DEFINITIONS AND TERMS ...................................................... ............................... 1 -02 BID PROCEDURES AND CONDITIONS ................................... ............................... 1 -03 AWARD AND EXECUTION OF CONTRACT ............................ ............................... 1 -04 SCOPE OF THE WORK ............................................................ ............................... 1 -05 CONTROL OF WORK .............................. .............................. .... ............................... 1 -06 CONTROL OF MATERIAL ......................................................... ............................... 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .......................... 1 -08 PROSECUTION AND PROGRESS ........................................... ............................... 1 -09 MEASUREMENT AND PAYMENT ............................................. ............................... 1 -10 TEMPORARY TRAFFIC CONTROL .......................................... ............................... 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ............ ............................... 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ............ ............................... 2 -03 ROADWAY EXCAVATION AND EMBANKMENT .:................... ............................... 2 -04 HAUL ......................................................................................... ............................... 2 -07 WATERING ................................................................................ ............................... 2 -11 TRIMMING AND CLEANUP ....................................................... ............................... 3 -01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING .................. 3 -02 STOCKPILING AGGREGATES ................................................. ............................... 4 -04 BALLAST AND CRUSHED SURFACING .................................. ............................... 5 -04 HOT MIX ASPHALT ................................................................... ............................... 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ..... ............................... 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS ................ ............................... 7 -17 SANITARY SEWERS ................................................................. ............................... 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL . ............................... 8 -04 CURBS, GUTTERS, AND SPILLWAYS .................................... ............................... 8 -14 CEMENT CONCRETE SIDEWALKS. ..................................................................... 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS AND ELECTRICAL ........................ 8 -21 PERMANENT SIGNING ............................................................. ............................... 8 -22 PAVEMENT MARKING .............................................................. ............................... tG:IPROJECTS12009109024%Sp ecff=abons 64th to 72nd (2).dcc 6 -3 PAGE NO. ..........6 -4 ..........6 -4 ..........6 -5 .........6 -6 ........6 -10 ........6 -11 ........6 -12 ........6 -14 ........6 -15 ........6 -41 ........6 -43 ........6 -45 ........6 -46 ........6 -47 ........6 -47 ........6 -49 ........6 -49 ........6 -49 ........6 -49 ........6 -50 ........6 -50 ........6 -50 ........6 -54 ... . .... 6 -54 ........6 -55 ........6 -56 ........6 -56 .. ...... 6 -57 ........6 -57 ........6 -59 ........6 -60 SPECIAL PROVISIONS ' FOR CITY OF YAKIMA tNOB HILL BOULEVARD IMPROVEMENT PROJECT 64T" TO 72ND AVENUE ' City of Yakima Project No. 2278 HLA Project No. 09024E Federal Aid No. ARRA 4566 (009) ' INTRODUCTION TO THE SPECIAL PROVISIONS (July 31, 2007 APWA GSP) ' The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 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 1 Work on this project includes, but is not necessarily limited to, the following approximate major quantities: ' 850 CY of roadway excavation; 590 TN of HMA; 550 TN of ATB; 1,900 SY of grinding; 1,800 LF of curb and gutter; 2,750 SY of concrete sidewalk, storm drainage system, street lights, permanent signing; 340 LF of 10" PVC sanitary sewermain, (1) precast concrete sanitary sewer manhole. ' The quantities of work indicated in the proposal are to be considered as estimates and are for comparative bidding purposes only. All payments will be made on the basis of actual field measurement of Contract work completed. ' All work shall be done in accordance with the Plans, the Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation dated 2008, IG\ PROJECTS12 0 0 9 10 9 02 41Specifications 64th to 72nd (2).doc 6-4 referenced codes and organizations, and these Special Provisions 1 -01 DEFINITIONS AND TERMS 1 -01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State," "Department of Transportation," "Washington State Transportation Commission," "Commission," "Secretary of Transportation," "Secretary," "Headquarters," and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. DATES Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. G \ PROJECTS\2009 \09024\Spedfca5ons 64th to 72nd (2).doc 6-5 L L r L 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. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 PREQUALIFICATION OF BIDDERS Delete this Section and replace it with the following: 1 -02.1 QUALIFICATIONS OF BIDDER (March 25, 2009 APWA GSP) Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: "Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: (a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; (b) Have a current state unified business identifier number; (c) If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)." 1 -02.2 PLANS AND SPECIFICATIONS (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the 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 Reduced plans (11" x 17 ") No. of Sets Basis of Distribution IG 1PROJECTS12009 \09024 \Specifications 64th to 72nd (2).doc 6-6 6 Furnished automatically and Contract Provisions upon award Large plans (22" x 34 ") 2 Furnished only upon and Contract Provisions request Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1 -02.4 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE OF WORK 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. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. 1 -02.6 PREPARATION OF PROPOSAL (October 10, 2008 APWA GSP) Supplement the second paragraph with the following: r I J r C 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or I exceed the minimum amount stated. (August 2, 2004) The fifth and sixth paragraphs of Section 1 -02.6 are deleted. G:\PROJECTS\2009 \09024 \SpeorFcations 64th to 72nd (2).doc 6 -7 n 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. 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 Proiect Number as stated in the Advertisement for Bids (Call for Bids) clearly marked on the outside of the envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. ' 1 -01.1 PUBLIC OPENING OF PROPOSAL (May 14, 2008) ' Supplement this section 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 129 North 2nd Street, Yakima, Washington 98902 until 11:00 AM of the bid opening date. ' 2. At City of Yakima City Hall, located 129 North Second Street, Yakima, Washington, until 11:00 AM of the bid opening date. ' The bid opening date for this project is July 15, 2009. Bids received will be publicly opened and read after 2:00 PM on this date. ' 1 -02.13 IRREGULAR PROPOSALS (March 25, 2009 APWA GSP) Revise item 1 to read: ' 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; ' d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; ' G:\ PROJECTS \2009 \09024\Specificaaons 64th to 72nd (2).doc 6 -8 f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1 -02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.14 DISQUALIFICATION OF BIDDERS (March 25, 2009 APWA GSP, Option B) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: 1. The Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or 2. Evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or 3. Tthe Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the Bidder; or 4. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices- termination termination r cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or 5. There is uncompleted work (Contracting Agency or otherwise), which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or 6. The Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency, or 7. The Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or 8. The Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or 9. There are any other reasons deemed proper by the Contracting Agency. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its G.\ PROJECTS \2009 \09024\Speclficatiom 64th to 72nd (2).doc 6 -9 7 L r_ final determination. If the final determination affirms that the Bidder is not responsible, the Contracting ' Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. ' 1 -02.15 PRE AWARD INFORMATION (October 1, 2005 APWA GSP) Revise this section to read: ' Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: ' 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time ' required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, ' 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or ' 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. ' 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 CONSIDERATION OF BIDS (January 23, 2006 APWA GSP) Revise the first paragraph to read: ' After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been ' established for any item and the bidder's unit or lump sum price is less than the minimum specified amount the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the ' Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. ' 1 -03.3 EXECUTION OF CONTRACT (October 1, 2005 APWA GSP) Revise this section to read: ' Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed ' by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. ' Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall ' G % PROJECTS00091090241Speafications 64th to 72nd (2).doc 6-10 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 ten (10) calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of thirty (30) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 CONTRACT BOND (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency- furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice - president). 1 -04 SCOPE OF THE WORK 1 -04.2 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 /APWA Standard Specifications for Road, Bridge and Municipal Construction; 7. Contracting Agency's Standard Plans (if any); and 8. WSDOT /APWA Standard Plans for Road, Bridge, and Municipal Construction. G \PROJECTSV009 \09024 \Specifications 64th to 72nd (2).doc 6-11 i i 7 L 1 -05 CONTROL OF WORK 1 -05.4 CONFORMITY WITH AND DEVIATION FROM PLANS AND STAKES Add the following new section: The Contractor shall be responsible for all project surveying. 1 -05.7 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. ' If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. ' Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the ' Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. ' No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. t 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 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 receiptof written notice concurring in ordenying 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. ' G \ PROJECTS \2009 \09024\,Specff=Mians 64th to 72nd (2).doc 6 -12 The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) FINAL INSPECTION AND PHYSICAL COMPLETION DATE When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) OPERATIONAL TESTING It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1 -05.13 SUPERINTENDENTS, LABOR AND EQUIPMENT OF CONTRACTOR (May 25, 2006 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1 -02.1, it will take these performance reports into account. G.I PROJECTS0 0 0 910 90 2 41Spedfications 64th to 72nd (2).doc 6 -13 C C' i I 1 -05.15 METHOD OF SERVING NOTICES (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as a -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1 -05.16 WATER AND POWER (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1 -05.17 ORAL AGREEMENTS (NEW SECTION) (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1 -06 CONTROL OF MATERIAL Buy America (August 6, 2007 WSDOT GSP) Section 1 -06 is supplemented with the following: The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American -made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining,.bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that IG. \PROJECTS12009109024\SPecdko iens 64th to 72nd (2).doc 6 -14 protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. C. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. Spinning wire into cable or strand. Corrugating and rolling into culverts. C. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350- 109EF. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 LAWS TO BE OBSERVED (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal woricing hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and G.\PROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc 6 -15 shall not, be intended to include review and adequacy of the Contractor's safety measures in, cn, or near Ithe project site. ' AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009 (ARRA) EMPLOYMENT REPORT (March 25, 2009 WSDOT GSP) ' Section 1 -07.1 is supplemented with the following: The Contractor shall submit monthly reports of the number of employees actively working on this project for the Contractor and all Subcontractors of every tier. The reports shall include all employees actively ' working on this project at the jobsite, in the project office, in the home office, or teleworking from a home or other alternative office location; and all engineering personnel, inspectors, sampling and testing technicians, and lab technicians actively performing work directly in support of this project (excluding ' suppliers) during the reporting month. The report shall be prepared using Form FHWA -1589 and submitted monthly to the Project Engineer. The initial report shall be submitted to the Project Engineer within 30 -days of execution. Subsequent ' reports shall be submitted to the Project Engineer no later than 10 -days after the end of each report month. ' Failure by the Contractor to submit ARRA Employment Reports for the Contractor and all Subcontractors of every tier shall be reason for withholding all progress payments until reports are received. The cost of preparing and submitting ARRA Employment Reports is incidental to the Contract. The Contractor shall include all related costs in the unit l5id prices of the Contract. G:\ PROJECTS \2009 \09024 \Specifications 64th to 72nd (2).doc 6 -16 Print FormA MONTHLY EMPLOYMENT REPORT AMERICAN RECOVERY AND REINVESTMENT ACT 1. Report Month: (mmlyyyy) 2. Contracting Agency 3. Federal -Aid Project Number 4. State Project Number or ID Number 5. Project Location: State, County or Federal Region 6. CONTRACTOR Name: Address: City: Zip: NAME AND ADDRESS State: 7. Contractor DUNS Number: 8. Employment Data 1EMPLOYEES1 HOURS PAYROLL Prime Contractor Direct, On- Project Jobs (see guidance for definitions) 1 0 0 $0.00 Subcontractor Direct, On- Project Jobs Subcontractor Name & DUNS Number 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 0 0 $0.00 Prime and Subcontractor Totals o o $0.00 9. PREPARED BY CEO or Payroll Official: DATE: Name: Title: Form FHWA -1589 � I Monthly Employment Report Coding Instructions BOX 1 Report month: The month and year covered by the report, as mmyy e.g. May 2009" would be coded as "0509 ". BOX 2 Contracting agency: The name of the contracting agency. Leave blank for state projects. For non -state projects, enter the name of the contracting agency (federal agency, tribe, MPO, city, county, etc.). BOX 3 Federal -aid project number: The state assigned federal -aid project number. BOX 4 State project number or agency identification number: The state or local agency assigned project number or ID. BOX 5 Project location: State, county, or city where project occurs. If the project performed for federal lands, provide the region name. BOX 6 Contractor name and address: The name and address of firm shall include the name, street address, city, state, and zip code for the contractor. BOX 7 Contractor DUNS number: The unique nine -digit number issued by Dun & Bradstreet. Followed by the optional 4 digit DUNS Plus number. Leave blank if contractor does not have one. Reported as "999999999.9999 ". BOX 8 Employment Data Subcontractor name: The name of each subcontractor that was active on the project for the reporting month. Employees: The number of employees on the contractor's workforce that month, and the number of employees for each of the active subcontractors that month. Do not include material suppliers. Total field at bottom will be automatically calculated. Reported as a whole number. Hours: The total hours on the specified project for all employees on the contractor's workforce that month, and the total hours for all employees for each of the active subcontractors that month. Total field at bottom will be automatically calculated. Reported as a whole number. Payroll: The total dollar amount of wages paid by the contractor that month for employees on the specified project, and the total dollar amount of wages paid by each of the active subcontractors that month. Total field at bottom will be automatically calculated. Rounded to the nearest whole dollar and reported as a whole number. BOX 9 Prepared by: Name: Indicate the person responsible for preparation of the form. By completing the form the person certifies that they are knowledgeable of the hours worked and employment status for all the employees. Contractors are responsible to maintain data to support the employment form and make it available to the state should they request supporting materials. Date: The date that the contractor completed the employment form. Reported as "mmddyy". 1 -07.2 STATE SALES TAX Delete this section, including its sub - sections, in its entirety and replace it with the following: 1 -07.2 STATE SALES TAX (October 1, 2005 APWA GSP) 1- 07.2(1) GENERAL The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(2) STATE SALES TAX — RULE 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 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; watermains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. G.\ PROJECTS \2009 \09024 \Specifications 64th to 72nd (2).doc 6-18 I C 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 -07.6 PERMITS AND LICENSES (March 13, 1995 WSDOT GSP) Section 1 -07.6 is supplemented with the following: 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. 1 -07.9 WAGES 1- 07.9(1) GENERAL (February 11, 2008 WSDOT GSP) Section 1- 07.9(1) is supplemented with the following: The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA080001. 1 -07.11 REQUIREMENTS FOR NONDISCRIMINATION (March 6, 2000 WSDOT GSP) Section 1 -07.11 is supplemented with the following: Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246 The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable I Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. IG:\PROJECTS\2009 109024 \Specifications 64th to 72nd (2).doc 6 -19 Seattle, WA: SMSA Counties: ' Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. ' Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. ' Portland, OR: SMSA Counties: Portland, OR -WA 4.5 ' WA Clark. - Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or Federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time ' tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall ' be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the ' Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of ' the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. The Contractor shall provide written notification to the Engineer within 10 working days of award of ' any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the ' subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as I designated herein. 0 G: \PROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc 6-20 1 Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non -SMSA Counties WA Walla Walla. 3.6 ' Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. , Seattle, WA: SMSA Counties: ' Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. ' Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. ' Portland, OR: SMSA Counties: Portland, OR -WA 4.5 ' WA Clark. - Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or Federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time ' tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall ' be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the ' Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of ' the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. The Contractor shall provide written notification to the Engineer within 10 working days of award of ' any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the ' subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as I designated herein. 0 G: \PROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc 6-20 1 C 0 7 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (Executive Order 11246) As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or Federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall IG:I PROJECTS t20091090246Specifications 64th to 72nd (2) doc 6-21 excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. C. Maintain a current file of the names, addresses and telephone numbers of each minority and female off- the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. Provide immediate written notification to the Directorwhen the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review G.\ PROJECTS \2009 \09024 \Specifications 64th to 72nd (2) doc 6 -22 J i 0 C J i Direct its recruitment efforts, both oral and written to minority, female and community ' organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship orothertraining by any recruitment source, the Contractor ' shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and ' of these items with on -site supervisory personnel such as Superintendents, General ' Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons ' attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the ' news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. Direct its recruitment efforts, both oral and written to minority, female and community ' organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship orothertraining by any recruitment source, the Contractor ' shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. IG:\ PROJECTS \2009 \09024\Specifications 64th to 72nd (2).doc 6-23 j. Encourage present minority and female employees to recruit other minority persons and ' women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. ' k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. ' I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from ' minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. ' p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a ' through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the ' Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the ' Contractor's noncompliance. IG:\ PROJECTS \2009 \09024\Specifications 64th to 72nd (2).doc 6-23 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative ' action for all minority groups, both male and female, and all women, both minority and non - minority. ' Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved , its goals for women generally, the Contractor may be in violation of the Executive Order if a specific The Contractor shall carry out such sanctions and penalties for violation of these specifications and minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. ' 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. , 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and ' its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. ' 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment ' opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. ' 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, ' for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per ' week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of ' local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). L G:IPROJECTS12009t09024 \Specifications 64th to 72nd (2).doc 6 -24 1 DISADVANTAGED BUSINESS ENTERPRISE CONDITION OF AWARD PARTICIPATION ' (December 3, 2007 WSDOT GSP) The Disadvantaged Business Enterprise, (DBE) requirements of 49 CFR Part 26 apply to this contract. ' This goal is considered a condition of award. DBE Goals ' The Contracting Agency has established a goal in the amount of: Five percent (5 %) rDBE Eligibility Selection of DBEs DBEs proposed by the bidder shall be listed as DBEs on the current list of firms certified by the Office of Minority and Women's Business Enterprises ( OMWBE.) In absence of being listed, the Contractor may provide written proof from OMWBE documenting that their proposed DBEs are currently certified. A list of firms certified by OMWBE is available from that office and on line through their website (www.omwbe.wa_gov /directory/directory.htm) or by telephone at (360) 704 -1181. It shall be the responsibility of the bidder to confirm with OMWBE that the certification of any proposed DBE firm is ' current and that the firm is certified in the North American Industry Classification System (NAICS) code for the work being proposed. In establishing the certification status of any subcontractor or supplier, the bidder may rely upon the website list or upon any written commitments from OMWBE ' provided that information is obtained no earlier than 24 hours prior to the time set for bid submittals. Proposed firms not meeting the specified requirements at the time fixed for the opening of bids will not be credited by the Contracting Agency for the purpose of meeting the goals. The amounts committed to a non - certified firm will not be counted in the evaluation of the bidder's DBE submittal. In the event that a DBE firm listed is certified at the time of the submission of the bid, but the listed ' DBE firm is subsequently determined to be ineligible prior to execution of the contract, then the contract execution will proceed and the Contractor will be required to substitute a certified DBE firm for the same amount or to make a good faith effort to do so. ' Counting DBE Participation Toward Meeting the Goal and Substitution Requirements When a DBE firm participates in a contract, only the value of the work actually performed by the DBE will be counted towards the DBE goal. 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the t contract, including supplies purchased or equipment leased by the DBE (except supplies and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliates, unless the Prime Contractor is also a DBE). Work performed by a DBE, utilizing resources of the ' Prime Contractor or its affiliates will not be counted toward DBE goals. In very rare situations, a DBE firm may utilize equipment and /or personnel from a non -DBE firm other than the Prime Contractor or its affiliates. Should this situation arise, the arrangement must be short-term and must have prior written approval from the Contracting Agency. The arrangement must not erode a ' DBE firm's ability to perform a Commercially Useful Function (See discussion of CUF, below). 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing ' bonds or insurance. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the ' subcontracted work may be counted toward the DBE goal only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE subcontracts to a non -DBE firm does not count IGAPR0JECTS\ 2009 \09024\SQecdkzbom 64th to 72nd (2).doc 6 -25 toward the DBE goal. The DBE firm may further subcontract to lower tier DBE subcontractors to the extent specified by section 1 -08.1. 4. When a non -DBE subcontractor further subcontracts to a lower -tier subcontractor or supplier who is a certified DBE, then that portion of the work further subcontracted may be counted toward the DBE goal, so long as it is a distinct clearly defined portion of the work of the subcontract that the DBE is performing in a commercially useful function with its own forces. 5. Continue to count the work subcontracted to a decertified DBE firm after decertification, provided the prime contractor had a subcontract in force before the decertification and the prime contractor's actions did not influence the DBE's decertification. DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. In the event that the DBE Prime contractor becomes decertified during the contract, for reasons other than graduation from the program, the portion of the work performed after the decertification will not count toward the goal. If this work is part of the Condition of Award the prime will be required to meet the Condition of award and may do so by increasing the dollars and work to another DBE firm in an amount equal to that which can not be counted, utilize the dollars committed /paid to a non -COA DBE who is already on the project, or make a good faith effort to do so. If the reason for decertification is for graduation, the work of the decertified DBE prime contractor may continue to be counted toward the goal. Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces will count toward COA DBE goal In the event that the DBE Joint Venture contractor becomes decertified during the contract, for reasons other than graduation from the program, the portion of the work performed after the decertification will not count toward the DBE goal. If this work is part of the Condition of Award the Joint Venture will be required to meet the Condition of award and may do so by increasing the dollars and work to another DBE firm in an amount equal to that which can not be counted, utilize the dollars committed /paid to a non -COA DBE who is already on the project, or make a good faith effort to do so. If the reason for decertification is for graduation the work of the decertified DBE Joint Venture contractor may continue to be counted toward the goal. Changes in the Quantity of Work Owner initiated Change Orders In the event the Contracting Agency reduces quantities or deletes work items that impact a DBE's work and insufficient work remains on the contract, the Contracting Agency may relieve the prime contractor from attainment of that portion of the goal. Original Quantity Under runs In the event that work committed to a DBE firm as part of the COA, under runs the original planned quantities and that work is completed according to the contract, the contractor shall not be required to substitute work for the portion of the COA not achieved. Contractor - Initiated Proposals -- General 1. Reductions or Deletions Any reduction or deletion of Condition of Award DBE work that is proposed by the Contractor under this provision shall not be permitted without the express prior written consent of the Contracting Agency, including concurrence by WSDOT /OEO, which shall have the discretion to deny approval. G: \PROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc 6-26 J Ll �J 1 The Contractor must notify and obtain written approval from the contracting agency prior to ' replacing a DBE or making any change in the participation. Approval for replacement will be granted only if it is demonstrated that the DBE is unable or unwilling to perform. The Contractor must make every good faith effort to find another certified DBE subcontractorto substituteforthe original DBE. The good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the contract as the original DBE, to the extent needed to meet the contract goal. Any deviation from the DBE condition -of -award letter or contract specifications must be approved by Change Order issued by the Contracting Agency. The Contractor shall notify affected DBEs in writing of any changes in the scope of work which result in a reduction in the dollar amount of condition -of -award to the contract. In addition to the above requirements for reductions in the Condition of Award, additional requirements apply to the two cases of Contractor- Initiated work substitution proposals. Where the contract allows alternate work methods which serve to delete or create underruns in condition of award DBE work, and the Contractor selects that alternate method or, where the Contractor proposes a substitute work method or material that serves to diminish or delete work committed ' to a DBE and replace it with other work, then the Contractor must demonstrate one of the following: a. That the replacement work will be performed by the same DBE (as long as the DBE is ' certified in the respective item of work) in a modification of the Condition of Award agreement; or b. That the DBE is aware that its work will be deleted or will experience underruns and has agreed in writing to the change. If this occurs, the Contractor shall substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so; or ' c. That the DBE is not capable of performing the replacement work or has declined to perform the work at a reasonably competitive price. If this occurs, the Contractor shall substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so. 1. Additions ' As stated above, any change in the condition of award will be evidenced by a change order. Where the revision includes work committed to a new DBE subcontractor, not previously involved in the project, then a Request to Sublet shall be submitted in accordance with Section 1 -08.1. If the commitment of work is in the form of additional tasks assigned to an existing subcontractor, then a new Request to Sublet shall not be required. However, the Contractor must document efforts to assure that the existing DBE subcontractor is capable of performing the additional work and has ' agreed (in writing) to the change. Commercially Useful Function Payments to a DBE firm will count toward DBE goals only if the DBE is performing a commercially useful function on the contract. ' 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, I determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. Two party checks are not allowed. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in orderto obtain the appearance of DBE participation. IG'\ PROJECTS \2009109024 \Specifications 64th to 72nd (2).doc 6 -27 Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is listed on a particular contract. 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 5. The DBE may lease trucks from another DBE firm and may enter an agreement with an owner - operator who is certified as a DBE. The DBE who leases trucks from another DBE or employs a DBE owner -operator receives credit for the total value of the transportation services the lessee DBE provides on the contract. 6. The DBE may also lease trucks from a non -DBE firm and may enter an agreement with an owner- operator who is a non -DBE. The DBE who leases trucks from a non -DBE or employs a non -DBE owner - operator is entitled to credit only for the fee or commission it receives as a result of the lease arrangement_ The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. 7. In any lease or owner - operator situation, as described in paragraphs 5 & 6 above, the following rules shall apply: • A written lease/rental agreement on all trucks leased or rented, showing the true ownership and the terms of the rental must be submitted and approved by the Contracting Agency prior to the beginning of the work. The agreement must show the lessor's name, trucks to be leased, and agreed upon amount or method of payment (hour, ton, or per load). All lease agreements shall be for a long -term relationship, rather than for the individual project. Does not apply to owner - operator arrangements. • Only the vehicle, (not the operator) is leased or rented. Does not apply to owner - operator arrangements. 8. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by the Contracting Agency prior to performing their portion of the work. G:\ PROJECTS \2009\09024 \Specifications 64th to 72nd (2).doc 6-28 i I 1 Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward DBE goals as provided in the following: Manufacturer Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies toward DBE goals. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 3. In order to receive credit as a DBE manufacturer, the firm must have received an "on- site" review and been approved by WSDOT -OEO to operate as a DBE Manufacturing firm priorto bid opening on any USDOT Federally- assisted contract. Use of a DBE manufacturer that has not received an on -site review and approval by WSDOT -OEO prior to bid opening will result in the bid ' being declared non - responsive. To schedule a review, the manufacturing firm must submit a written request to WSDOT /OEO and may not receive credit towards DBE participation until the completion of the review. Once a firm's manufacturing process has been approved in writing, it is 1 not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers (per contract) may be obtained from WSDOT -OEO. Regular Dealer Counting If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward DBE goals. 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long -term lease agreement and not on an ad hoc or contract -by- contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status is granted on a contract -by- contract basis. To obtain regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT /OEO.OEO must be in receipt of this request at least seven (7) calendar days prior to bid opening. Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific IG. \PROJECTS\2009 \09024 \Specifications 641h to 72nd (2).doc 6-29 contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by WSDOT -OEO, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. DBE firms that are approved as regular dealers for a contract (whenever possible) will be listed on the WSDOT Internet Homepage at: www.wsdot.wa.gov /biz/contaa/ prior to the time of bid opening. In addition, bidders may request confirmation of the DBE supplier's approval to operate as a regular dealer on a specific contract by writing the Office of Equal Opportunity, Washington State Department of Transportation, P.O. Box 47314, Olympia, WA 98504 -7314 or by phone at (360) 705 -7085. Use of a supplier that has not received approval as a regular dealer prior to bid opening will result in the bid being declared nonresponsive. (unless the contribution of the regular dealer was not necessary to meet the project goal). Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted toward the goal. No part of the cost of the materials and supplies themselves may be applied toward DBE goals. DBE Utilization Certification To be eligible for award of the contract, the bidder must properly complete andsubmit a DBE Utilization Certification which has been made a part of the bidder's formal bid proposal. The Certification will be used by the Contracting Agency in determining whether the bidder's bid proposal satisfies the DBE contract requirements. For each DBE described in the Certification, the bidder shall state the project role and work item in which that DBE will participate. A general description of the work to be performed by the DBE shall be included. If a DBE will perform a partial item of work, the bidder shall also include a dollar amount for each partial item of work. The bidder shall also include a dollar amount for each DBE listed in the Certification that will be applied towards meeting or exceeding the assigned DBE contract goal. In the event of arithmetic errors in completing the Certification, the amount listed to be applied towards the goal for each DBE shall govern and the DBE total shall be adjusted accordingly. The information and commitments demonstrated in the Certification shall become a condition of any subsequent award of a contract to that bidder and the Certification itself shall become a part of the subsequent contract. The Contracting Agency shall consider as non - responsive and shall reject any bid proposal submitted that does not contain a DBE Certification or contains a DBE Certification that fails to demonstrate that the bidder will meet the DBE participation requirements in one of the manners permitted by the contract as described below. Selection of Successful Bidder /Good Faith Efforts The successful bidder shall be selected on the basis of having submitted the lowest responsive bid, which demonstrates good faith effort to achieve the goal. Good faith efforts must be provided with the bid proposal. The first step in demonstrating good faith efforts is to document, through the DBE Utilization Certification, that the bidder has obtained enough DBE participation to meet or exceed the assigned DBE goal. If the bidder is unable to meet the goal as demonstrated above, the bidder shall supply documentation in addition to the DBE Utilization Certification of their good faith efforts to meet the DBE assigned contract goal. The additional documentation, if required, must be provided with the bid proposal. Based upon all of the relevant documentation submitted with the bid, the Contracting Agency shall determine whether the bidder has made a sufficient good faith effort to seek DBE participation. The Contracting Agency will make a fair and reasonable judgment whether a bidder that did not meet the goal made adequate good faith efforts. The quality, quantity, and intensity of the different kinds of efforts that the bidder has made will be considered. A determination will be made whether the efforts employed by the bidder were those that one could reasonably expect a bidder to take if the bidder were actively and G:( PROJECTS %? -W9\090241Speafications 64th to 72nd (2).doc 6-30 1 1 1 1 LI aggressively trying to obtain DBE participation sufficient to meet the DBE contract goal. Mere pro forma efforts will not be considered to be good faith efforts to meet the DBE contract requirements. The following is a list of types of actions, which will be considered as part of the bidder's good faith efforts to obtain DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases: 1. Attendance by the bidder at any pre - solicitation or pre -bid meetings that were scheduled by the Contracting Agency to inform DBEs of contracting and subcontracting or material supply opportunities available on the project; 2. Contacting local Tribes, Tribal Employment Rights Offices (TERO) concerning the subcontracting or supply opportunities in sufficient time to allow the enterprises to participate effectively; 1. Selection by the bidder of specific economically feasible units of the project to be performed by DBEs in order to increase the likelihood of participation by DBEs even if the bidder preferred to perform these work items as the prime contractor; 2. Advertising by the bidder in general circulation, trade association minority and trade oriented, women focus publications, concerning the subcontracting or supply opportunities; 3. Providing written notice from the bidder to a reasonable number of specific DBEs, identified from the OMWBE Directory of Certified Firms for the selected subcontracting or material supply work, in sufficient time to allow the enterprises to participate effectively; 4. Follow -up by the bidder of initial solicitations of interest by contacting the DBEs to determine with certainty whether they were interested. Documentation of this kind of action may include the information outlined below: a. The names, addresses, telephone numbers of DBEs who were contacted, the dates of initial contact, and whether initial solicitations of interest were followed -up by contacting the DBEs to determine with certainty whether the DBEs were interested; b. A description of the information provided to the DBEs regarding the plans, specifications, and estimated quantities for portions of the work to be performed; c. Documentation of each DBE contacted but rejected and the reason(s) for that rejection; 5. Providing, to interested DBEs, adequate information about the plans, specifications, and requirements for the selected subcontracting or material supply work; 6. Negotiating in good faith with the DBE firms, and not, without justifiable reason, rejecting as unsatisfactory, bids that are prepared by any DBE; 7. Advertising and making efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 8. Making any other efforts to obtain DBE participation that were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of the Contracting Agency; 9. Using the services of minority community organizations, minority contractor groups, local, state, and Federal minority business assistance offices and other organizations identified by WSDOT and advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged, minority, and women business enterprises; and IG:\PROJECTS\2009 109024 \Specifications 64th to 72nd (2).doc 6 -31 10. Using DBE Supportive Services by contacting the Office of Minority and Women's Business Enterprises DBE Supportive Services Offices: Seattle: (206) 553 -7356 Tacoma: (253) 680 -7393 If, after review of the documentation provided in the bidder's proposal, the Contracting Agency determines that a good faith effort was made to secure DBE participation, the assigned DBE goal will not be reduced to the bidder's partial commitment However, the bidder will be formally advised in the award letter that the partial commitment will satisfy the terms of the contract and there will be no adverse effect on the Contractor as a result of the reduced attainment. Should the low and otherwise responsive bidder fail to meet the DBE participation requirements in one of the manners provided in the proposed contract, its bid proposal will be rejected as non - responsive and the next lowest responsive bid accepted unless the Contracting Agency chooses to reject all bids. Administrative Reconsideration 1. A bidder has the right to reconsideration in the event its bid has been found to be nonresponsive due to a failure to make adequate good faith efforts to meet the DBE goal requirements of this specification. The bidder must request reconsideration within five working days of notification of being nonresponsive or forfeit the right to reconsideration. 2. The Contracting Agency's decision on reconsideration of the bidders good faith efforts shall be made by an official who did not take part in the original determination that the bidder failed to meet the goal or make adequate good faith efforts to do so. 1. The bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the bidder's position as to why the documents provided with its bid proposal supported adequate good faith efforts to meet the DBE contract requirements. The bidder's support for its position must be based on its bid submittal. The bidder may provide further explanation /clarification of the information and materials in the submittal, but no new materials or information will be considered by the official in reaching a decision on reconsideration. 2. The official shall send the bidder a written decision on reconsideration, explaining the basis for the finding as to whether the bidder's bid submittal supported adequate good faith efforts to meet the DBE contract requirements. The Contracting Agency has been advised that the United States Department of Transportation will not accept appeals concerning results of the reconsideration process. Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. The Contracting Agency will notify the successful bidder of the award of the contract in writing and will include a request for a further breakdown of the DBE information. After award and prior to execution of the contract, the bidder shall submit the following items: (1) Additional information for all successful DBE's as shown on the DBE Utilization Certification: Correct business name, Federal employee identification number (if available), and mailing address. List of all bid items assigned to each successful DBE firm, including unit prices and extensions. G. \PROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc 6-32 I I 7 1 Description of partial items (if any) to be sublet to each successful DBE firm specifying the distinct elements of work under each item to be performed by the DBE and including the dollar value of the DBE portion. ' 1. Age of the firm 2. Average of its gross annual receipts over the past three years ' Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20th, April 20th, ' July 20th, and October 20th of each year. The dollars reported will be in accordance with the "Counting DBE Participation" section of this specification. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower -tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. ' Damages for Noncompliance t When a Contractor violates the DBE provisions of the contract, the Contracting Agency may incur damages. These damages consist of additional administrative costs including, but not limited to, the inspection, supervision, engineering, compliance, and legal staff time and expenses necessary for investigating, reporting, and correcting violations as well as loss of Federal funding. Damages attributable to a Contractor's violations of the DBE provisions may be deducted from progress payments due to the Contractor or from retainage withheld by the Contracting Agency as allowed by RCW 60.28.021. Before any money is withheld, the Contractor will be provided with a notice of the basis of the violations and an opportunity to respond. The Contracting Agency's decision to recover damages for a DBE violation does not limit its ability to suspend or revoke the Contractor's pre - qualification status or seek other remedies as allowed by ' Federal or state law. In appropriate circumstances, the Contracting Agency may also refer the Contractor to state or Federal authorities for additional sanctions. Required Disadvantaged Business Enterprise Provisions The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of contracts, which contain funding assistance from the United States Department of Transportation. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other ' G:\PROJECTS \2009\09024 \Specifications 64th to 72nd (2).doc 6 -33 Total amounts shown for each DBE shall not be less than the amount shown on the Utilization ' Certification. This submittal, showing the DBE work item breakdown, when accepted by the Contracting Agency and resulting in contract execution, shall become a part of the contract. A breakdown that does not conform to the DBE Utilization Certification or that demonstrates a ' lesser amount of DBE participation than that included in the Certification will be returned for correction. The contract will not be executed by the Contracting Agency until a satisfactory breakdown has been submitted. ' (1) A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, Federal employer identification number (optional) and a mailing address. The firms identified by the Contractor may be contacted to solicit general information as follows: ' 1. Age of the firm 2. Average of its gross annual receipts over the past three years ' Procedures After Execution Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" (actual payments) on a quarterly basis for any calendar quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on January 20th, April 20th, ' July 20th, and October 20th of each year. The dollars reported will be in accordance with the "Counting DBE Participation" section of this specification. In the event that the payments to a DBE have been made by an entity other than the Prime Contractor (as in the case of a lower -tier subcontractor or supplier), then the Prime Contractor shall obtain the quarterly report, including the signed affidavit, from the paying entity and submit the report to the Contracting Agency. ' Damages for Noncompliance t When a Contractor violates the DBE provisions of the contract, the Contracting Agency may incur damages. These damages consist of additional administrative costs including, but not limited to, the inspection, supervision, engineering, compliance, and legal staff time and expenses necessary for investigating, reporting, and correcting violations as well as loss of Federal funding. Damages attributable to a Contractor's violations of the DBE provisions may be deducted from progress payments due to the Contractor or from retainage withheld by the Contracting Agency as allowed by RCW 60.28.021. Before any money is withheld, the Contractor will be provided with a notice of the basis of the violations and an opportunity to respond. The Contracting Agency's decision to recover damages for a DBE violation does not limit its ability to suspend or revoke the Contractor's pre - qualification status or seek other remedies as allowed by ' Federal or state law. In appropriate circumstances, the Contracting Agency may also refer the Contractor to state or Federal authorities for additional sanctions. Required Disadvantaged Business Enterprise Provisions The Contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of contracts, which contain funding assistance from the United States Department of Transportation. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other ' G:\PROJECTS \2009\09024 \Specifications 64th to 72nd (2).doc 6 -33 remedy as the Contracting Agency deems appropriate. If the Contractor does not comply with any part of its contract as required under 49 CFR part 26, and /or any other applicable law or regulation regarding DBE, the Contracting Agency may withhold payment, suspend, or terminate the contract, and subject the Contractor to civil penalties of up to ten percent of the amount of the contract for each violation. In the case of WSDOT contracts, repeated violations, exceeding a single violation, may disqualify the Contractor from further participation in WSDOT contracts for a period of up to three years. An apparent low bidder must be in compliance with these contract provisions as a condition precedent to the granting of a notice of award by the Contracting Agency. The Contractor is entitled to request an adjudicative proceeding with respect to the Contracting Agency's determination of contract violation and assessed penalties by filing a written application within thirty days of receipt of notification. The adjudicative proceeding, if requested, will be conducted by an administrative law judge pursuant to the procedures set forth in RCW 34.05 and Chapter 10.08 of the Washington Administrative Code. Payment Compensation for all costs involved with complying with the conditions of this specification and any associated DBE requirements is included in payment for the associated contract items of work. 1 -07.12 FEDERAL AGENCY INSPECTION (March 13, 1995 WSDOT GSP) Section 1 -07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1 -07.17 UTILITIES AND SIMILAR FACILITIES (April 2, 2007 WSDOT GSP) 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. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: City of Yakima 129 North 2nd Street, Yakima, WA 98902 (509) 576 -6797 Pacific Power 500 N. Keys Road, Yakima, WA 98901 (509) 575 -3140 Qwest Communications 8 South 2nd Avenue, Rm. 304, Yakima, WA 98902 (509) 575 -7183 Charter Communications 1005 N. 16th Ave., Yakima, WA 98902 (509) 962 -4801 Cascade Natural Gas 701 S. 15t Avenue, Yakima, WA 98902 (509) 457 -5905 Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for G \PROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc 6 -34 1 J 1 this project. It is anticipated that utility adjustment, relocation, replacement or construction within the ' project limits will be completed as follows: Utilities located on the east side of Beaudry Road will be moved sufficiently to the east in order to ' accommodate construction of the improvements and be permanently located outside the new roadway and /or sidewalk area, including all utility poles, overhead cables /wiring, underground cables /conduits, pedestals, or any other associated portion of the utility's facilities. ' The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected subcontractors, and all utility owners and their contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use: t Pacific Power 500 N. Keys Road, Yakima, WA 98901 (509) 575 -3140 Qwest Communications 8 South 2nd Avenue, Rm. 304, Yakima, WA 98902 (509) 575 -7183 ' 1 -07.18 PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Delete this section in its entirety, and replace it with the following: ' 1 -07.18 INSURANCE (May 10, 2006 APWA GSP) 1- 07.18(1) GENERAL REQUIREMENTS A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an ' insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state ' that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with ' proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. rD. The insurance polices shall contain a "cross liability" endorsement substantially as follows: ' 1. The inclusion of more than one insured under this policy shall not affect the rights of any insured as respects any claim, suit, or judgment made or brought by or for any other insured or by or for any employee of any other insured. This policy shall protect each insured in the same manner as though a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. E. The policies of insurance for general, automobile, and pollution policies shall be specifically endorsed ' to name the Contracting Agency and its officers, elected officials, employees, agents and volunteers, and any other entity specifically required by the Contract Provisions, as additional insured(s). IG:\ PROJECTS %20091090241Specifications 64th to 72nd (2).doc 6-35 F. 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. G. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 45 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. H. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. K. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1- 07.18(2) ADDITIONAL INSURED All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): The Contracting Agency and its officers, elected officials, employees, agents, and volunteers Huibregtse, Louman Associates, Inc. All subcontractors The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1- 07.18(3) SUBCONTRACTORS Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1- 07.18(4) EVIDENCE OF INSURANCE The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 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 G \PROJECTS \2009 \09024 \Specifications 64th to 72nd (2).doc 6-36 I t t 1 11 r n 1 Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. This section is supplemented with the following: The Certificate of Insurance shall stipulate that the policies named thereon cannot be canceled unless at least forty -five (45) days written notice has been given to the Contracting Agency. The Certificate shall not contain the following or similar wording regarding cancellation notification: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives." 1- 07.18(5)A COMMERCIAL GENERAL LIABILITY A policy of Commercial General Liability Insurance, including: Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1- 07.18(5)B AUTOMOBILE LIABILITY Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 Combined Single Limit 1- 07.18(5)C WORKERS' COMPENSATION The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1 -07.18(5)D COVERAGE FOR WORKING ON, OVER, OR NEAR NAVIGABLE WATERS (May 10, 2006 APWA GSP) Not required for this contract. IG.( PROJECTS t2009t09024%Specifications 64th to 72nd (2).doc 6 -37 1 -07.18(5)E ALL RISK BUILDER'S RISK (May 10, 2006 APWA GSP) Not required for this project. 1 -07.18(5)F EXCESS OR UMBRELLA LIABILITY (May 10, 2006 APWA GSP) The Contractor shall provide Excess or Umbrella Liability coverage at limits of $1 million per occurrence and annual aggregate. This excess or umbrella liability coverage shall apply, at a minimum, to both the Commercial General and Auto insurance policy coverage. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, or any combination thereof. 1 -07.18(5)G POLLUTION LIABILITY (May 10, 2006 APWA GSP) The Contractor shall provide a Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims arising out of: Contractor's operations related to this project; and /or Remediation, abatement, repair, maintenance or other work with lead -based paint or materials containing asbestos; and /or Transportation of hazardous materials away from any site related to this project. Such Pollution Liability policy shall provide the following minimum coverage: $1,000,000 Each Loss and Annual Aggregate 1- 07.18(5)H PROFESSIONAL LIABILITY (May 10, 2006 APWA GSP) The Contractor and /or its Subcontractor and /or its design consultant providing construction management, value engineering, or any other design - related non - construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions. Such policy must provide the following minimum limits: $1,000,000 Per Claim If the scope of such design - related professional services includes work related to pollution conditions, the Professional Liability insurance shall include Pollution Liability coverage. If insurance is 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. 1 -07.23 PUBLIC CONVENIENCE AND SAFETY 1- 07.23(1) CONSTRUCTION UNDER TRAFFIC (October 1, 2005 APWA GSP) Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractorwhen directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow G PROJECTS 12009\090241Specfications 64th to 72nd (2).doc 6 -38 i and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice ' control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: LI n 7 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. (April 2, 2008 WSDOT GSP) WORK ZONE CLEAR ZONE The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. IG: \PROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc 6 -39 Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Minimum Work Zone Clear Zone Distance ` s Posted Speed �° Mstance, 04& 1 " f : 35 mph or less 10' 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk 1- 07.23(2) CONSTRUCTION AND MAINTENANCE OF DETOURS (October 1, 2005 APWA GSP) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two -way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1 -07.24 RIGHTS OF WAY (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the.Flans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work_ Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, G \ PROJECTS \2009\09024\Specifications 64th to 72nd (2),doc 6-40 storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 PRELIMINARY MATTERS 1- 08.0(1) PRECONSTRUCTION CONFERENCE (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the ' Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, ' etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. ' The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; t 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. ' 1- 08.0(2) HOURS OF WORK (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal ' straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. ' Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. ' G: \PROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc 6-41 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 and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1 -08.1 SUBCONTRACTING (October 12, 1998 WSDOT GSP) Section 1 -08.1 is supplemented with the following: 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 -08.4 NOTICE TO PROCEED AND PROSECUTION OF THE WORK (October 1, 2005 APWA GSP) Revise this section to read: 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 shail not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the proiect site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1 -08.5 TIME FOR COMPLETION (June 28, 2007 APWA GSP, Option A) This project shall be completed within forty (40) working days. Revise the third and fourth paragraphs to read: G \PROJECTS%2009 \09024 \Specifications 64th to 72nd (2).doc 6-42 ' 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 ordinarilv be charged as a ' working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day: ' Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events ' must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: ' a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts ' Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1 -07.24 ' 1 -08.7 MAINTENANCE DURING SUSPENSION (October 1, 2005 APWA GSP) ' Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. ' 1 -09 MEASUREMENT AND PAYMENT 1 -09.6 FORCE ACCOUNT ' (October 10, 2008 APWA GSP) Supplement this Section with the following: ' The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, 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. IG: \PROJECTS \2009109024 \Specifications 64th to 72nd (2).doc 6-43 Washington State Department of Transportation Request to Sublet Work ❑ Subcontractor ❑ Lower Tier Subcontractor ❑ DBE Prime Contractor Federal Employer I.D. Number State Contract Number Job Description (Title) Request Number Approval is Requested to Sublet the Following Described Work to: Subcontractor or Lower Tier Subcontractor Federal Employer I.D. Number Address Telephone Number City State Zip Code Estimated Starting Date If Lower Tier Subcontractor, ID of Corresponding Subcontractor • If no Federal Employer I.D. Number, Use Owner's Social Security Number Item No. Partial I Item Description Amount i l understand and will insure that the subcontractor will comply fully with the plans and specifications under which this work is being performed. Prime Contractor Signature i Date Department of Transportation Use Only Percent of Total Contract This Request % Previous Requests % Sublet to Date % DBE Status Verification Project Engineer's Signature ❑ Approved Date Approved - Region Construction Engineer (When Required) Date DOT Form 421 -012 EF Distribution: White (Original) - Region Canary (Copy) - Project Engineer Pink (Copy) - Contractor Revised 03/2008 Contractor and Subcontractor or +®Washington State Lower Tier Subcontractor Department of Transportation Certification for Federal -Aid Projects (Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects) Contract Number Federal -Aid Number State Route Number Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor The contract documents for this subcontract include as part of the subcontract a special provision entitled 'Required Federal -Aid Provisions ", the 'Required Contract Provisions Federal -Aid Construction Contracts (FHWA 1273) ", and the minimum wage rates. I certify the above statement to be true and correct. Company Signature Date Title Contractor Certification To be completed and signed by the contractor 1. ❑ A written agreement has been executed between my firm and the above subcontractor. 2. ❑ A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor. All documents required by the special provision entitled "Required Federal -Aid Provisions" are included in the agreement for (1) or (2) marked above. 1 certify the above statements under Contractor Certification to be true and correct. Company Signature Title DOT Form 420 -004 EF Revised 03/2008 Date 1 -09.9 PAYMENT (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 meeting. 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 — the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item, or per the Schedule of Values for that item as approve by the Engineer. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined,by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. 1- 09.13(3) CLAIMS $250,000 OR LESS (October 1, 2005 APWA GSP; may be used on FHWA- funded projects) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1 -09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. G TROJECTS t2009V090241Specfications 64th to 72nd (2).doc 6-44 J 1- 09.13(3)A ADMINISTRATION OF ARBITRATION (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1 -10 TEMPORARY TRAFFIC CONTROL 1- 10.1(2) DESCRIPTION (May 25, 2006 APWA GSP) Revise the third paragraph to read: The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. 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 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 TRAFFIC CONTROL MANAGEMENT (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 G.%PROJECTSt2009 \09024 \Specifications 64th to 72nd (2).doc 6-45 27055 Ohio Ave. ' Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 ' The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 ' Phone: (540) 368 -1701 1 -10.4 MEASUREMENT ' Lump Sum Bid for Project (No Unit Items) Section 1- 10.4(1) is supplemented with the following: (August 2, 2004) G.%PROJECTSt2009 \09024 \Specifications 64th to 72nd (2).doc 6-45 The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(1) shall apply. 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.1 DESCRIPTION This section is supplemented with the following: The Contractor may be required to clear and grub beyond the right of way line, where specifically directed by the Engineer or noted on the Plans to remove trees, stumps, shrubs, or other items which, by proximity or due to root growth, would constitute a hazard to the public or endanger the facility. All work beyond the right of way line shall be coordinated with affected property owner(s) per Section 1 -07.24 Rights of Way. The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, all fences, mail boxes, small trees, shrubs, plants, street signs, culverts, irrigation facilities, concrete or rock walls, or other similar obstructions which lie in or near the line of work and are not intended for removal. Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor. 2 -01.3(2) GRUBBING Add the following: The Contracting Agency will, at its own cost, reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. 2- 01.3(4) ROADSIDE CLEANUP Add the following: Roadside cleanup shall include all project areas outside of the road right -of -way, including utility easements and private property, as shown on the Plans. Partial cleanup shall be done by the Contractor when he feels it is necessary or when, in the opinion of the Contracting Agency, partial cleanup should be done prior to either final cleanup or final inspection. The cleanup work shall be done immediately upon written notification of the Engineer and other work shall not proceed until this partial cleanup is accomplished. Should the Contractor not conduct the cleanup as directed and in a timely manner, the Owner shall take action to have such cleanup work completed by others and will deduct such costs from any payment due the Contractor. 2- 01.3(5) FENCING (NEW SECTION) Add the following: The Contractor shall be required to carefully remove all existing fencing located within or near the proposed work. All fencing materials to be removed and replaced shall be temporarily placed on the adjacent properties or stored as directed by the Engineer. The removal and replacement of all fencing shall be done at the Contractor's expense. Any fencing that is to be reset shall be relocated and reset by the Contractor along the property lines or as directed by the Engineer. Unless provided for otherwise, the necessary work to restore and reinstall the fencing shall be considered incidental. G: \PROJECTS\2009 109024 \Specifications 64th to 72nd (2).tloc 6-46 ' 2 -01.5 PAYMENT This section is supplemented with the following: t All costs incurred to complete the requirements of SECTION 2 -01, including partial roadside cleanup, will be considered as incidental work to the lump sum bid item "Clearing and Grubbing." 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.3(3) REMOVAL OF PAVEMENT, SIDEWALKS, AND CURBS tThis section is supplemented with the following: ' Where shown on the Plans or as directed by the Engineer, the Contractor shall be required to remove existing pavement, sidewalks, curbs, etc., which are outside the right of way line and are required to be removed for construction of the improvements. t In those areas where asphalt pavement removal is required, the Contractor shall, prior to excavation, score the edge of the asphalt concrete pavement with an approved pavement cutter such as a concrete saw. During the course of the work, the Contractor shall take precautions to preserve the integrity of this ' neat, clean pavement edge. Should the pavement edge be damaged prior to asphalt concrete paving activities, the Contractor shall be required to trim the edge with an approved pavement cutter as directed by the Engineer immediately prior to paving. ' No separate payment shall be made for saw - cutting pavement. 2 -02.5 PAYMENT This section is supplemented with the following: Unless a specific bid item has been included in the proposal, all costs incurred to complete the requirements of SECTION 2 -02 including sawcutting will be considered as incidental work to the various bid items and no separate payment will be made. 2 -03 ROADWAY EXCAVATION AND EMBANKMENT ' 2 -03.1 DESCRIPTION This section is supplemented with the following: Roadway excavation and embankment shall consist of removing the existing material in roadways and alleys of whatever nature encountered to the subgrade elevation and shaping the subgrade to conform to the cross - section shown on the Plans or as staked in the field. The material to be excavated shall be classified as "Unclassified Excavation Including Haul." ' Where directed by the Engineer, the Contractor shall excavate beyond the right of way in order to adequately slope adjacent properties. No additional compensation will be made for excavating outside the ' right of way. The Contractor shall use caution while performing roadway excavation. Heavy, rubber -tired equipment, particularly front end loader, shall limit their travel over a single area as much as possible. Trucks shall observe a 10 mph speed limit when traveling over exposed subgrade areas. IG:\PROJECTSt2009\09024 \Specifications 64th to 72nd (2).doc 6-47 2- 03.3(3) EXCAVATION BELOW GRADE This section is supplemented with the following: At the direction of the Engineer, areas within the street subgrade which exhibit instability due to high moisture content shall be: 1. Aerated and allowed to dry; 2. Over - excavated as directed by the Engineer and.backfilled with ballast, or crushed surfacing base course. The contractor may be instructed to install construction geotextile for soil stabilization in the excavation; 3. Or a combination of any of the above. Compensation for work done by the Contractor as described above shall be by increasing the quantities of the various appropriate bid items such as "Unclassified Excavation Including Haul" and "Crushed Surfacing Base Course" and applying the unit bid price. No separate compensation will be made for any equipment, tools, materials, or labor required to perform this work. 2- 03.3(7) DISPOSAL OF SURPLUS MATERIALS 2- 03.3(7)A GENERAL This section is supplemented with the following: Excavated material shall be bladed or hauled to fill low sections within the project area, except for sod or extraneous material, which shall be hauled to waste. A waste site has not been provided by the Contracting Agency for disposal of excess material, unsuitable material, asphalt, concrete, debris, waste material, or any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the requests of the Contracting Agency for placement and compaction of excess excavated suitable material back of new sidewalk, as directed by the Engineer. Suitable materials from the excavations shall be used in the embankments. Unsuitable material or soft spots shall be removed from the roadway and replaced with suitable material and compacted as for embankments. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173 -304, Subchapter 461. 2- 03.3(14)C COMPACTING EARTH EMBANKMENTS This section is supplemented with the following: Compacting embankments and excavations shall be by Method "C" as specified under SECTION 2- 03.3(14)C of the Standard Specifications. 2 -03.4 MEASUREMENT This section is supplemented with the following; "Roadway Excavation including Haul" will be measured by the cubic yard: 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, and the alignment, profile, grade, and roadway section as shown on the Plans and as staked by the Engineer. Control stakes will be set during construction to provide the Contractor with all essential information for the construction of excavation and embankment. 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. G.\ PROJECTS \2009 \09024 \Specifications 64th to 72nd (2) doc 6-48 ' 2 -03.3(3) EXCAVATION BELOW GRADE This section is supplemented with the following: ' At the direction of the Engineer, areas within the street subgrade which exhibit instability due to high moisture content shall be: 1. Aerated and allowed to dry; 2. Over - excavated as directed by the Engineer and backfilled with ballast, or crushed surfacing base course. The contractor may be instructed to install construction geotextile for soil stabilization in the excavation; t3. Or a combination of any of the above. Compensation for work done by the Contractor as described above shall be by increasing the quantities of the various appropriate bid items such as "Unclassified Excavation Including Haul" and "Crushed ' Surfacing Base Course" and applying the unit bid price. No separate compensation will be made for any equipment, tools, materials, or labor required to perform this work. ' 2- 03.3(7) DISPOSAL OF SURPLUS MATERIALS 2- 03.3(7)A GENERAL ' This section is supplemented with the following: Excavated material shall be bladed or hauled to fill low sections within the project area, except for sod or extraneous material, which shall be hauled to waste. A waste site has not been provided by the t Contracting Agency for disposal of excess material, unsuitable material, asphalt, concrete, debris, waste material, or any other objectionable material which is directed to waste by the Engineer. The Contractor shall comply with the requests of the Contracting Agency for placement and compaction of excess excavated suitable material back of new sidewalk, as directed by the Engineer. Suitable materials from the excavations shall be used in the embankments. Unsuitable material or soft ' spots shall be removed from the roadway and replaced with suitable material and compacted as for embankments. The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173 -304, Subchapter 461. 2- 03.3(14)C COMPACTING EARTH EMBANKMENTS This section is supplemented with the following: ' Compacting embankments and excavations shall be by Method "C" as specified under SECTION 2- 03.3(14)C of the Standard Specifications. 2 -03.4 MEASUREMENT This section is supplemented with the following; "Roadway Excavation including Haul" will be measured by the cubic yard: Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankmentwill be based on the original ground elevations recorded previous to the award of this Contract, and the alignment, profile, grade, and roadway section as shown on the Plans and as staked by the Engineer. Control stakes will be set during construction to provide the Contractor with all essential information for the construction of excavation and embankment. 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. IG:\PROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc 6-48 Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. 2 -03.5 PAYMENT This section is supplemented with the following: "Roadway Excavation Including Haul," per cubic yard: No separate payment shall be made for embankment compaction and all costs to perform this work as required shall be included in the unit price bid per cubic yard for "Roadway Excavation, Incl. Haul." 2 -04 HAUL 2 -04.5 PAYMENT Delete this Section and replace it with the following: All haul of materials on this project is incidental to and included in other pay items of work. 2 -07 WATERING 2 -07.1 DESCRIPTION This section is supplemented with the following: The Contractor shall be solely responsible for dust control on this project and shall protect motoring public, adjacent homes and businesses, orchards, crops, and school yards from damage due to dust, by whatever means necessary. The Contractor shall be responsible for any claims for damages and shall protect the Contracting Agency, Yakima County, and the Engineer from any and all such claims. When directed by the Engineer, the Contractor shall provide water for dust control within two hours of such order and have equipment and manpower available at all times including weekends and holidays to respond to orders for dust control measures. Water for use on the project may be obtained from Nob Hill Water Company. The Contractor shall make all arrangements with Nob Hill Water Company for the use, metering and payment for water on this project. All costs shall be considered incidental in the other Contract pay items. 2 -11 TRIMMING & CLEANUP 2 -11.5 PAYMENT This section is supplemented with the following: When the contract does not include trimming and cleanup as a pay item, performing this work shall be incidental to construction and all costs shall be included in other pay items. 3 -01 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3 -01.2 MATERIAL SOURCES, GENERAL REQUIREMENTS This section is supplemented with the following: No source has been provided for any aggregate or dirt or other materials necessary for the construction of this project. G:\PROJECTS \2009 \09024 \Specifications 64th to 72nd (2).doc 6-49 7 w The Contractor shall make his own arrangements to obtain the necessary materials at his own expense, and all costs of acquiring, producing, and placing this material in the finished work shall be included in the unit contract prices for the various items involved. 3 -02 STOCKPILING AGGREGATES 3- 02.2(2) STOCKPILE SITE PROVIDED BY CONTRACTOR This section is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 4 -04 BALLAST AND CRUSHED SURFACING 4- 04.3(5) SHAPING AND COMPACTION This section is supplemented with the following: Each course of crushed materials shall be compacted to a minimum of 95% of maximum density as determined by ASTM D698 (Standard Proctor). The Contractor shall notify the Engineer when he is ready for in -place ballast, base course, or top course density tests. Placement of successive courses of aggregate or asphalt concrete shall not proceed until density requirements are met. 5 -04 HOT MIX ASPHALT 5 -04.1 DESCRIPTION Add the following: An asphalt prime coat will not be required on this project, nor will a soil sterilant be required to be applied to the subgrade. The Contractor will be required to repair existing street and alley surfaces at locations shown on the Plans where utility trenches were excavated and backfilled prior to or along with this project. Trench patching with Hot Mix Asphalt (HMA) shall be completed within three (3) days of backfilling, and all patch joints shall be sealed per Section 5- 04.3(5)E. ' Asphalt concrete surfaces shall be so constructed that the finished pavement will conform to existing adjacent elevations and the cross - section, line, and grade as shown on the Plans and in accordance with the referenced Standard Specifications. ' 5 -04.2 MATERIALS This section is supplemented with the following: ' Hot mix asphalt used on this project shall be HMA Class3 /8 -Inch PG64 -28 conforming to the provisions of Section 5 -04 of the Standard Specifications. t5- 04.3(2) HAULING EQUIPMENT This section is supplemented with the following: ' Sufficient numbers of trucks shall be provided by the Contractor to assure a continuous paving operation at proper HMA mix temperatures. Paving operations shall not proceed until hauling equipment sufficient to assure continuous operations is provided. ' G:tPROJECTS\2009 \09024 \Specifications 64th to 72nd (2).doc 6-50 5- 04.3(5)A PREPARATION OF EXISTING SURFACE t This section is supplemented with the following: No impact tools or pavement breakers can be used for cutting trench crossings of existing pavement. Trench crossing of existing pavement shall be vertically sawcut as directed by the Engineer. 5- 04.3(5)E PAVEMENT REPAIR ' This section is supplemented with the following: After the completion of trench and patch repairs, the Contractor shall seal the joints with CSS -1 and t concrete sand. The cost of sealing shall be included in the unit contract price for "HMA Cl. 3/8" PG 64- 28." 5- 04.3(7)A MIX DESIGN Subsection 1. General shall be supplemented with the following: ' The Contractor may submit for acceptance an approved WSDOT mix design for the class of HMA specified in the contract if the mix design has been approved within the previous twelve month period I using aggregate and asphalt binder from the same sources. The Contractor shall provide the mix design to the Engineer at least fifteen (15) working1days prior to any paving. Delete Paragraph 1 in Subsection 2. Statistical or Nonstatistical Evaluation. The Contractor shall be ' responsible for the Verification of the mix design. 5- 04.3(8)A ACCEPTANCE SAMPLING AND TESTING — HMA MIXTURE ' Subsection 1 is deleted and replaced with the following: 1. General. Acceptance of HMA shall be as provided under Nonstatistical or Commercial evaluation. ' 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 and other ' nonstructural applications as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of Nonstatistical evaluation. , Commercial HMA can be used for patching utility or conduit trenches less than 24 inches in width. 5. Test Results. Paragraph 1 is deleted and replaced with the following; Payment will be made on the , basis of the unit contract price for HMA for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected. 5- 04.3(9) SPREADING AND FINISHING t Section 5- 04.3(9) of the Standard Specifications is revised with the following: Unless otherwise approved by the Engineer, the nominal compacted depth of any layer of HMA Cl. 1/2- inch and Cl. 3/4 -inch shall not exceed 0.25 feet. 5 -04.3(10) COMPACTION ' 5 -0 4.3(10)6 CONTROL I Section 5- 04.3(10)B of the Standard Specifications is deleted and replaced with the following: G.\ PROJECTS \2009 \090241Specirications 64th to 72nd (2).doc 6-51 1 ' HMA used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level relative density. The specified level of relative density shall be a minimum of 91.0 percent of the reference maximum density as determined by WSDOT for AASHTO T 209. The reference maximum density shall be determined as the moving average of the most recent five determinations for the lot of HMA being placed. The specified level of density attained will be determined by five nuclear gauge tests taken in accordance with WAQTC FOP TM8 and WSDOT SOPT 729 on the day the mix is placed (after completion of the finish rolling) at locations determined by the stratified random sampling procedure conforming to WSDOT Test Method 716 within each density lot. The quantity represented by each density lot will be no greater than a single day's production or approximately 400 tons, whichever is less. The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field within one working day. In addition to the randomly selected locations for tests of density, the Engineer may also isolate from a normal lot any area that is suspected of being defective in relative density. Such isolated material will not include an original sample location. A minimum of 5 randomly located density tests will be taken. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. 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. ' 5 -04.3(11) REJECT HMA This section is supplemented with the following: Delete all references to Combined Pay Factor (CPF). Payment will be made on the basis of the unit contract price for HMA Cl. _ -inch for all HMA accepted on the project. HMA not meeting the quality requirements of the Contract shall be rejected. 5 -04.3(13). SURFACE SMOOTHNESS ' This section is supplemented with the following: At planed surface transitions and where directed by the Engineer, the Contractor shall feather the HMA pavement in a manner to produce a smooth - riding connection to the existing pavement. HMA Cl, 318 -inch shall be utilized in the construction of the feathered connections to existing pavement. All costs for HMA for feathering shall be incidental to unit contract price per ton for HMA Cl. 3/8 inch PG 64 -28. HMA for preleveling will be required over a potion of the existing pavement surface to achieve the final grades, as shown on the Plans. HMA Cl. 3/8 -inch shall be used for all preleveling. Sawcutting will be required at the locations called out on the Plans and where directed by the Engineer, where new HMA abuts the existing paved surface (e.g. shoulder widening areas) to provide a smooth transition to existing pavement. ' All utility appurtenances such as manhole covers and valve boxes shall be adjusted to finished grade in accordance with the procedure in Section 7- 05.3(1). 5 -04.3(15) HMA ROAD APPROACHES ' This section is supplemented with the following: ' Where asphalt driveways or road approach HMA aprons are shown on the plans, they shall be constructed with 2- inches (compacted depth) of HMA. Materials used for construction of driveways and road approaches shall be paid at the unit contract price for HMA for Approach Class 3/8 -inch PG 64 -28. IG:%PROJECTS12009 \09024 \Specifications 64th to 72nd (2).doc 6 -52 r Grades from the edge of pavement to existing driveways (road approaches) shall be constructed to t provide safe ingress and egress and shall be constructed of materials in kind as shown on the plans. Any portion of the existing driveway (road approach) beyond the construction limits that is damaged by the Contractor's operations shall be replaced in kind at his expense to the satisfaction of the Engineer. All transitions to existing asphalt concrete and cement concrete driveways, curb, asphalt thickened edge for gutter, and walkways shall be vertically sawcut at least two (2) inches with straight, uniform edges. Existing asphalt pavement may be cut with a wheel, provided the wheel cut is full depth. and no damage occurs to the pavement which is to remain. 5 -04.3(17) PAVING UNDER TRAFFIC This section is supplemented with the following: Delete the following in paragraph 5: "except the costs of temporary pavement markings" 5 -04.3(19) SEALING OF PAVEMENT SURFACES This section is supplemented with the following: ' Revise the first sentence to read: "The Contractor shall apply a fog seal to all travel lanes and allow it to cure prior to opening the lane to traffic, when the weaving course is placed after October 1 and before April 1." , Add the following: The cost of providing and applying the fog seal shall be incidental to the unit contract price per ton for ' HMA Cl. 1/2 -inch PG 64 -28. 5 -04.3(21) ASPHALT BINDER REVISION ' Section 5- 04.3(21) is deleted. 5 -04.5 PAYMENT This section is supplemented with the following: "Temporary "Removing If there are no proposal bid items for Pavement Marking" and Temporary Pavement Marking," they shall be installed in accordance with Section 8 -23 and the MUTCD, and the work shall be considered incidental and included in the unit contract prices of the other work items. If there is no proposal bid item #or " Sawcutting Asphalt Pavement or Sawcutting Cement Concrete," then all costs, including labor and equipment, associated with cutting asphalt pavement or cement concrete shall be considered incidental and included in the unit contract price of other work items. The following sections are deleted: 5 -04.5(1) Quality Assurance Price Adjustment ' 5 -04.5(1)A Price Adjustment for Quality of HMA 5 -04.5(1)B Price Adjustment for Quality of HMA Compaction G:IPROJECTS\2009 \09024 \Specifications 64th to 72nd (2)-doc 6 -53 1 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7 -05.3(1) ADJUSTING MANHOLES AND CATCH BASINS TO GRADE This section is supplemented with the following: Manholes, water valve boxes, catch basins and similar utility appurtenances and structures shall not be adjusted until the Asphalt pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. Adjustment work shall be completed within five (5) working days following paving. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of frame plus 2 feet. The frame shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1 Y2 inches below the finished pavement surface. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. HMA CL 3/8" 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 the 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. ' Utility structures outside paved areas shall be adjusted to match the finish grade of the area surrounding the structure. The Contractor shall form an area a minimum of one foot outside the edges of the structure one foot deep, and pour and finish neatly with Class 3000 concrete to match the slope and grade of the adjacent area. The utility lid shall be cleaned of all concrete prior to acceptance. 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.2 MATERIALS ' Add the following: Crushed Surfacing Top Course (for Trench Backfill) Controlled Density Fill 7 -08.3(1)A TRENCHES ' Delete paragraph 8. 7- 08.3(1)C BEDDING THE PIPE 1 Supplement paragraph 2 with the following: All pipe shall be bedded as shown on the Typical Sewer Trench Detail S4 of the City of Yakima Standard Details. 7- 08.3(3) BACKFILLING Add the following paragraph: Where directed by the Engineer, mainline trenches or street -crossing trenches shall be backfilled for the full depth of the trenches with Crushed Surfacing Top Course (for Trench Backfill). IG:\ PROJECTS \2009 \09024\Spedfications 64th to 72nd (2).doc 6 -54 r Where the new sanitary sewer crosses beneath an existing watermain with a clearance less than 18- inches or when directed by the Engineer, the Contractor shall use Control Density Fill (CDF) per Section 2- 09.3(1)E to backfill the trench between the pipe bedding zone and the existing watermain. 7 -08.4 MEASUREMENT Add the following: Crushed Surfacing Top Course (for Trench Backfill) shall be measured by the Ton. ' 7 -08.5 PAYMENT Add the following bid items: "Crushed Surfacing Top Course (for Trench Backfill)", per Ton. 7 -17 SANITARY SEWERS 7 -17.2 MATERIALS Supplement this section with the following: ' Pipe used on this project shall only be one of the following: Solid Wall PVC Sanitary Sewer pipe conforming to Section 9- 05.12(1). ' 7 -17.3 CONSTRUCTION REQUIREMENTS 7- 17.3(2)H Television Inspection ' Replace the word "may" in the first sentence of the first paragraph with the word "shall'. Supplement the section with the following: Television inspection shall be done by City of Yakima Wastewater forces after the trench has been backfilled and compacted to the required density and before any repaving work. Television inspection ' shall be done following all repairs found to be needed by the air and mandrel tests. The Contractor shall make arrangements with City of Yakima Wastewater Collection at (509) 575 -6118 or (509) 952- 6077 at least 24 hours in advance of the test. Revise the second paragraph by adding the following: "All costs for testing the sewer pipe as required in Section 7- 17.3(2) shall be included in the unit , contract price for "PVC Sanitary Sewer Pipe _In. Diam. ", per linear foot. Delete the bid Item: "Testing Sewer Pipe," per linear foot and the paragraph immediately following. 7 -17.5 PAYMENT Replace the second paragraph with the following: The unit Contract price per linear foot for sewer pipe of the kind and size specified shall be full pay for furnishing and assembling in place all pipe materials for a complete installation including excavation, dewatering, bedding, backfill with native material, compaction, and testing all as shown on the drawings and as specified herein. G:\ PROJECTS \2009 \09024 \SpeafiCabons 64th to 72nd (2).doc 6 -55 1 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.5 PAYMENT ' This section is supplemented with the following: The lump sum price bid for "Temporary Water Pollution /Erosion Control," shall be full compensation for all labor, tools, materials, equipment and incidentals necessary to furnish and install all required stormwater BM P's, as shown on the Plans or as required by the Contractors approved modifications to the TESC Plan, in strict accordance with all Federal, State, and local laws and regulations governing waters of the State. Also included shall be the maintenance and removal of BMP's as required by the Plan. 1 8 -04 CURBS, GUTTERS, AND SPILLWAYS 8- 04.3(1) CEMENT CONCRETE CURBS, GUTTERS, AND SPILLWAYS ' This section is supplemented with the following: Cement concrete traffic curb and gutter constructed on this project shall be as shown on the Detail Sheet of the Plans. Full Height or "Barrier" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used on the roadway as shown on the Plans. Depressed or "Driveway" cement concrete traffic curb and gutter as shown on the Detail Sheet shall be used at all driveway and wheelchair ramp locations as shown on the Plans and as directed in the field by the Engineer. Cement concrete curb and gutter which does not comply with the section -details on the Plans shall be removed and replaced at the Contractor's expense. ' A template shall be required to be placed at the back of curb for construction of driveway transitions from Barrier to Driveway curb and gutter. The template shall extend from the bottom of curb to the top of the curb, and shall have a minimum length of 8 feet, with the 6 -foot long transition centered in the template. The Contractor shall also be required to use a template at the back of Driveway /Depressed curb and gutter to ensure a straight and uniform back of curb in conformance with the Details. ' The new concrete curb and gutter shall be cured in accordance with SECTION 5- 05.3(13)B of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. First -class workmanship and finish will be required on all portions of concrete curb and gutter work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the judgment of the Engineer. The Contractor shall be required to construct a minimum 10 linear foot section of curb and gutter which demonstrates quality which is acceptable by the Owner and Engineer. This "model" section will be referenced during construction for comparison to newly poured curb. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional curb and gutter shall be placed. Cement concrete curb and gutter which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first -class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce curb and gutter meeting the requirements of the Details and Specifications, no further curb and gutter construction will be allowed until corrections have been made to said equipment or methods. 8-04.5 PAYMENT This section is supplemented with the following: ' The unit price bid for "Cement Concrete Curb and Gutter' per linear foot, shall include steel reinforcement in driveway sections or catch basin locations. IG:% PROJECTS120 0910 9 02 41Specfications 64th to 72nd (2).doc 6 -56 8 -14 CEMENT CONCRETE SIDEWALKS 8- 14.3(3) PLACING AND FINISHING CONCRETE This section is supplemented with the following: , All sidewalks not located in driveway entrance areas shall be four (4) inches in thickness. All concrete approaches located behind a Depressed curb and gutter section shall be six (6) inches in thickness. Sidewalks shall be marked across the entire width every five (5) feet and with preformed asphalt impregnated joint fillers 3/8 -inch thick every twenty (20) feet. Concrete sidewalk shall be cured in accordance with SECTION 5- 05.3(13)A of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. Failure to properly secure or seal the cement concrete sidewalk will require the Contractor to remove and replace the sidewalk section at his expense. First -class workmanship and finish will be required on all portions of cement concrete sidewalk work. Quality of workmanship and finish will be evaluated continuously and will be based solely upon the ' judgment of the Engineer. If at any time it is found that quality is unacceptable, work shall be immediately stopped, and no additional sidewalk shall be placed. Cement concrete sidewalk which does not comply with the section details on the Plans, or in the Engineer's opinion does not demonstrate first -class workmanship and finish, shall be removed and replaced at the Contractor's expense. Should the Contractor's equipment or methods be unable to produce sidewalk meeting the requirements of the ' Details and Specifications, no further sidewalk construction will be allowed until corrections have been made to said equipment. 8 -14.5 PAYMENT Add the following: The unit price bid for "Cement Concrete Sidewalk," per square yard, shall also include preparation for sidewalk in areas where sidewalk only is being constructed. This preparation work shall include but not be limited to excavation or filling to sidewalk subgrade and compaction. The unit price bid shall also include all crushed surfacing under the sidewalk, curb ramp, or driveway approach as shown on the drawings. 8 -20 ILLUMINATION, SIGNALIZATION, AND ELECTRICAL 8 -20.1 DESCRIPTION Add the following: ' The work under this item includes furnishing and installation of underground PVC conduits with pull rope, pull boxes, conductors, street lights, luminaries, lamps, cement concrete anchor bases, anchor bolts, and electrical service for a complete installation ready for service. 8 -20.2 MATERIALS Add the following items: The provisions of Section 9 -29 shall apply, except for the following modifications or additions: Conduit: Below grade conduit on this project shall be Schedule 40 PVC, conforming to NEMA TC 2. PVC- ' Coated Rigid Steel Conduit and Fittings shall be used for all bends, entrances, and exits of pull boxes and where required by code, and shall conform to NEMA RN 1. Fiberglass conduit and sweeps shall be used where called out on the Plans or where required by Pacific Power. Light Standards: Poles and arms shall be hot - dipped galvanized over their entire surface per ASTM A- G. \PROJECTS\2009109024 \Speafications 64th to 72nd (2).doc 6 -57 ' 123. Anchor bolts, nuts, and washers shall be hot - dipped galvanized over their entire length per ASTM A- 153. All poles, arms and accessories shall be furnished by the same manufacturer. Luminaire poles shall have sixteen (16) foot arms and provide a nominal fixture mounting height of forty ' (40) feet. The pole base shall be of the "fixed" type. Handholes shall be 4 inches by 6-1/2 inches, located 18 inches above the base. A Y2 -inch NC ground stud shall be located inside the handholes. Accessories shall include anchor bolts (each with heavy hex nuts and washers) as sized by the ' manufacturer, bolt templates, full base covers, and pole end caps.. Luminaires: Luminaires shall be General Electric Lighting Systems Roadway Luminaires, M -400A2 ' Power /Door with Cutoff Optics, 400 watt, 120 volt high pressure sodium with charcoal filter and elastomer gasket. All luminaries shall be without individual photoelectric controls unless otherwise noted. The luminaire ANSI light distribution type shall be type III. High pressure sodium lamps shall have a 24,000 hour rated life. Service Cabinets: A 200 AMP modified Type B service cabinet rated NEMA 3R is required as detailed in Standard Plan J -3b. 8- 20.2(1) EQUIPMENT LIST AND DRAWINGS Delete the first paragraph and replace it with the following-. ' The contractor shall submit all shop drawings, sample articles, catalog cuts, and Requests for Approval of Material Source (RAMS) for electrical items at the Pre - Construction Conference. The Contractor shall order all major electrical items within ten working days of approval of these submittals and shall provide a copy of the order authorization, purchase order, or release -to -ship to the Engineer. No extension of contract working days or suspension of contract time shall be granted due to the Contractor's failure to submit RAMS and /or order electrical items in accordance with this paragraph. Item No. 1 in the fourth paragraph of Section 8- 20.2(1) of the Standard Specifications shall be replaced with the following: 1. Lightstandards with or without pre- approved plans. 8 -20.3 CONSTRUCTION REQUIREMENTS ' 8- 20.3(2) EXCAVATION AND BACKFILL Delete the first paragraph and replace it with the following: The excavation required for the installation of conduit, cement concrete anchor bases, and pullboxes shall be performed in such a manner as to cause the least possible injury to streets, sidewalks, and other ' improvements. The trenches shall not be excavated wider than necessary for the proper installation of the conduit and pullboxes. Anchor base excavation shall be augered or dug by hand with proper care to avoid damage to other utilities. Excavation shall not be performed until immediately prior to installation of conduit and /or structures. The material from the excavation shall be placed so as to cause the least inter- ' ference to vehicular and pedestrian traffic and to surface drainage. All surplus excavated material shall be removed and disposed of by the Contractor. Backfilling shall be as shown on the Plans and shall conform to the provisions specified herein. Compaction of conduit trenches and structure backfill shall be accomplished by a method which will result in backfill compacted to at least 95 percent of maximum density. 8- 20.3(6) JUNCTION BOXES ' Replace the first paragraph with the following: The terms "pullbox" and "junction box' are considered interchangeable. Pullboxes shall be constructed as shown on the Plans and in accordance with the Washington State ' G:% PROJECTS12009109024 \Speufications 64th to 72nd (2).doc 6 -58 r Department of Transportation's Standard Plan. The pullboxes shall be installed true to line and grade. The Contractor shall provide a good, firm foundation for the bearing surface edges of the pullboxes. The pullboxes shall be placed immediately behind the curb or sidewalk or adjacent to the lighting or signal standard foundations and shall be separated from other concrete surfaces by an expansion joint. 8- 20.3(10) ELECTRICAL SERVICE ' Section 8- 20.3(10) is supplemented with the following: Install Type B Modified electrical service per Standard Plan J -3b. The meter and service enclosure shall be strut mounted and the service enclosure shall be rated NEMA 3R. A photoelectric control shall be installed on the service cabinet, as shown in Standard Plan J -3b. The service cabinet shall be provided with provisions for a future 30 AMP signal circuit and additional 30 AMP lighting circuit. The Contractor shall submit shop drawings for all new services. The shop drawings shall show the proposed service panel layout, wiring schematics, circuit breaker layouts, attachment and installation ' details. All of the work shall meet the requirements of the local electrical utility company, Pacific Power, and the National Electric Code. The Contractor shall provide conduits to the proposed service locations shown on the Plans and shall coordinate the location of the service(s) with Pacific Power. 8- 2O.3(13)A LIGHT STANDARDS Add the following: Light standards shall have square base flanges requiring four (4) anchor bolts for connection to I foundation. Anchor bolt covers shall be provided on all light standards. Handholes in light standards shall be face toward the sidewalk. If no sidewalk is constructed, the handholes shall face toward the street. 8 -20.5 PAYMENT Delete the entire section and replace it with the following: The lump sum contract price for "Illumination System, Complete" shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to construct a complete illumination and electrical system as shown on the Plans and herein specified, including excavation, backfilling, concrete foundations, street light poles, luminaries, lamps, electrical service, pull boxes, conduit, imported gravel pipe bedding material in the pipe zone, wiring, restoring facilities destroyed or damaged during con- struction, and making all required tests. All additional materials and labor not shown on the Plans or called for herein and which are required to complete the various systems shall be considered as incidental to the construction and be included in the lump sum contract price, and no additional compensation shall be allowed. 8 -21 PERMANENT SIGNING , 8 -21.2 MATERIALS This section is supplemented with the following: Sign reflective background sheeting material shall be Type III for regulatory signs and Type I for all other signs, unless otherwise directed by the Engineer. - :1 8 -21.5 PAYMENT This section is supplemented with the following: 1 G. \PROJECTS\2009 \09024 \Specifications 64th to 72nd (2) doc 6 -59 1 All costs associated with furnishing and installing traffic signs shall be included in the lump sum bid item, "Permanent Signing." 8 -22 PAVEMENT MARKING 8 -22.1 DESCRIPTION This section is supplemented with the following: This work includes the installation of temporary pavement markings shown on the Contract Plans. The City of Yakima will install all permanent pavement markings. 8 -22.5 PAYMENT This section is supplemented with the following: Revise SECTION 8 -22.5 of the Standard Specifications as follows: The lump sum bid price for temporary "Pavement Markings" shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item of work in place, including dimensional layout in the field, cleaning pavement surfaces, furnishing, installing, temporary pavement markings, as shown on the Plans. ' STDPLANS.GR9 STANDARD PLANS April 7, 2008 ' The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 08 -001, effective April 7, 2008 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 ". ' C -1 Sheet 1 In the TYPE 1 ALTERNATIVE, the title of the first section view is revised to INITIAL INSTALLATION B -10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan C -1 a In the TYPE 11, WOOD POST ASSEMBLY, the 18" long Button Head Bolts are revised to 25" long. C -1b 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 -2s Delete reference to Cross - Section A. C -5 ' In the A CONNECTION, "Type 3 transition pay limit" is revised to "transition pay limit ". C -8 G:% PROJECTSt20091 09024%SpecFfications 64th to 72nd (2).doc 6-60 END VIEW A, shows two dimensions at the connecting pin counterbore opening at the top of the view, 1 '/2" R. and below another dimension of 1 %" R., the bottom dimension should be 7/8" R. C -10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" C -11 b Sheets 1 and 2 In the PRECAST FOOTING, ELEVATION view (Sheet 1) and in the CAST -IN -PLACE FOOTING, ELEVATION view (Sheet 2), COMMERCIAL CONCRETE is revised to CONCRETE CLASS 4000. In the BREAKAWAY ANCHOR ANGLE, ELEVATION view (Sheet 2), the welding symbols are revised to indicate that the 1/4" Inside Gussets have 1/4" fillet weld joints, and the 1/2" End Gussets have 1/2" fillet weld joints. C -12 Note 1 is revised to read: Approved inertial barrier systems (sand barrel arrays) are listed in the Qualified Products List and shall be installed in accordance with the manufacturer's recommendations. Products not listed on the Qualified Products List are considered when submitted with a Request of Approval of Materials (RAM) form. D -1a through D -1f Deleted. F -40.12 through F -40.18 The following note is added to these five plans: Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2 %. K- 80.30 -00 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K -80.35 M -1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to 300' MIN. 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- 30.15 - 00..........11/08 /07 A- 40.50 - 00 ........... 11 /08/07 A-10.20-00 ............ 10/05/07 A- 30.30- 00..........11/08 /07 A- 60.10 - 00 ........... 10 /05/07 A-10.30-00 ............ 10/05/07 A- 30.35- 00..........10/12 /07 A- 60.20- 00 ........... 10 /05/07 A- 20.10 -00 .............. 8/31/07 A- 40.10 -00 .......... 10/05/07 A- 60.30- 00........... 11/08/07 A- 30.10 -00 ............11 /08/07 A- 40.20 -00 ............ 9/20/07 A- 60.40- 00 ............. 8/31/07 B- 5.20 -00 ................ 6/01/06 B- 30.50 -00 ............ 6/01/06 B- 75.20- 00............. 6/01/06 B -5.40- 00 ................6 /01/06 B-30.70-01 ............ 8/31/07 B- 75.50- 00 ............. 6 /08/06 B- 5.60 -00 ................ 6/01/06 B- 30.80 -00 ............ 6/08/06 B- 75.60- 00............. 6/08/06 B- 10.20- 00 .............. 6/01/06 B- 30.90 -01 ............ 9/20/07 B- 80.20- 00............. 6/08/06 B- 10.40 -00 .............. 6/01/06 B- 35.20 -00 ............ 6/08/06 B- 80.40 -00............. 6/01/06 B- 10.60- 00 ..............6 /08/06 B-35.40-00 ............ 6/08/06 B- 82.20- 00 ............. 6 /01/06 B- 15.20- 00 .............. 6/01/06 B- 40.20 -00 ............ 6/01/06 B- 85.10- 00............. 6/01/06 B- 15.40- 00 ..............6 /01/06 B- 40.40 -00 ............ 6 /01/06 B- 85.20- 00 ............. 6 /01/06 B- 15.60- 00 ..............6 /01/06 B-45.20-00 ............ 6/01/06 B- 85.30 - 00 ............. 6 /01/06 B-20.20-01 ............ 11/21/06 B-45.40-00 ............ 6/01/06 B- 85.40- 00 .............6 /08/06 B-20.40-01 ............ 11/21/06 B-50.20-00 ............ 6/01/06 B- 85.50- 00 .............6 /08/06 B-20.60-01 ............ 11/21/06 B-55.20-00 ............ 6/01/06 B- 90.10 -00 .............6 /08/06 B- 25.20- 00 ..............6 /08/06 B-60.20-00 ............ 6/08/06 B- 90.20 -00 ............. 6 /08/06 B- 25.60- 00 ..............6 /01/06 B-60.40-00 ............ 6/01/06 B- 90.30- 00 ............. 6 /08/06 G:\ PROJECTS \2009 \09024 \Specfications 64th to 72nd (2).doc 6-61 B- 30.10- 00 ..............6 B-30.20-01 ............ 108106 11/21/06 B- 65.20 - 00..._.... B- 65.40 -00 ............ .... 6 /01/06 6/01/06 B- 90.40 - 00... B- 90.50- 00 ............. .......... 6 /08/06 6/08/06 B- 30.30 -00 ........... - 6/01/06 B- 70.20 -00 ............ 6/01/06 B- 95.20- 00 ............. 6/08/06 B- 30.40 -00 .............. 6/01/06 B- 70.60 -00 ............ 6/01/06 B- 95.40- 00............. 6 /08 /06 ' C- 1 .......................... 2/06/07 C -3b .................... 10/04/05 C- 13....................... 4/16/99 C -1 a ........................ 7/31/98 C -3c ...................... 6/21/06 C- 13a..................... 4/16/99 C -1 b .......................10 /31 /03 C -3d ...................... 3/03105 C- 13b..................... 4/16/99 C -1 c ........................ 5/30/97 C-4 ........................ 2/21/07 C- 14a..................... 7/26/02 C -1 d ......................10 /31 /03 C-4a ...................... 2/21/07 C- 14b..................... 7/26/02 C -2 .. ........................1 /06/00 C-4b ...................... 6/08/06 C- 14c ..................... 7/26/02 C -2a ........................ C -2 b ........................ 6/21/06 6/21/06 C-4e ...................... C-4f ....................... 2/20/03 6/30/04 C- 14d..................... C- 14e..................... 7/26/02 7/26/02 C -2c ........................ 6/21/06 C-5. . .................... 10/31/03 C -14f ..................... 9/02/05 C -2d ........................6 /21/06 C-6 ........................ 5/30/97 C- 14g ............. ...... 11/21/06 C -2e ........................6 /21/06 C- 6a ...................... 3/14/97 C- 14h ..................... 1/11/06 ' C -2f . ........................ 3 /14/97 C -6c ...................... 1/06/00 C-14i .................... 12/02/03 C -2g ........................ 7/27/01 C -6d ...................... 5/30/97 C- 14j .................... 12/02/03 C -2h ........................3 C -2 i ......................... /28/97 3/28/97 C- 6f. .......... - .... C -7 ...................... . .... 7 /25/97 10/31/03 C- 14k... ....... ... C- 16a ................... ....... .1/11/06 11 /08/05 C -2j . ........................6 /12/98 C- 7a ................ .... 10/31/03 C- 16b ................... 11/08%05 C -2k ........................7 /27/01 C-8 ........................ 4/27/04 C-20.14-00 ............ 2/06/07 C -2n ........................ 7/27/01 C -8a ...................... 7/25/97 C- 20.40 -00 ............ 2/06/07 C -2o ........................7 /13/01 C-8b ...................... 1/11/06 C- 22.40- 01..........10/05 /07 C -2 p ......................10 /31 /03 C -8e ...................... 2/21/07 C- 23.60 -00 ............ 2/06/07 ' C -2q ........................ C -2r . ........................3 3/03/05 /03/05 C -8f ....................... C-10 ...................... 6/30/04 7/31/98 C- 25.18 -01 ............ C-25.20-01 ............ 9/20/07 9/20/07 C -2s ........................ 3/03/05 C -11 ...................... 5/20/04 C- 25.22 -01 ..........10/05 /07 C- 2t ......................... 3/03/05 C -11 a .................... 5/20/04 C- 25.80 -00 ............ 9/20/07 C -3 ........................10 C -3a ......................10 /04/05 /04/05 C -11 b .................... C-12 ...................... 5/20/04 7/27/01 C- 28.40 -00 ............ 2/06/07 D- 2.02- 00 ..............11 D- 2.04- 00 ..............11 /10/05 /10/05 D- 2.36- 01. ......... D-2.38-00 ............ .. 11/08/07 11/10/05 D- 2.80 -00 ............11 D- 2.82 - 00 ............ /10/05 11 /10/05 D -2.06- 00 ..............11 /10/05 D-2.40-00 ............ 11/10/05 D-2.84-00 ............ 11/10/05 D- 2.08- 00 ..............11 /10/05 D-2.42-00 ............ 11/10/05 D-2.86-00 ............ 11/10/05 D- 2.10- 00 ..............11 D- 2.12- 00 ..............11/10/05 /10/05 D- 2.44 -00 ............ D- 2.46 -00 ............ 11/10/05 11/10/05 D- 2.88 -00 ............11 D- 2.92 -00 ............11 /10/05 /10/05 D -2.14- 00 ..............11 /10/05 D-2.48-00 ............ 11/10/05 D -3 ......................... 7 /13/05 D- 2.16- 00 ..............11 /10/05 D- 2.60- 00 ...... . .... .11 /10/05 D -3a ............. . ..... ....6 /30/04 D- 2.18- 00 ..............11 /10/05 D- 2.62 - 00 ............ 11 /10 /05 D -3b ....................... 6 /30/04 D- 2.20- 00 ..............11 /10/05 D-2.64-00 ............ 11/10/05 D- 3c ....................... 6 /30/04 D- 2.30- 00 ..............11 /10/05 D-2.66-00 ............ 11/10/05 D-4 ....................... 12 /11/98 D- 2.32 - 00 ..............11 D- 2.34- 00 ..............11 /10/05 /10/05 D- 2.68- 00- .......... D-2.78-00 ............ 11/1Q/05 11/10/05 D -6 ......................... 6 /19/98 E -1 .......................... 2/21/07 E-4 ........................ 8/27/03 E -2 .......................... 5/29/98 E -4a ...................... 8/27/03 F-10.12-00 ............ 12/20/06 F-30. 10-00 ............ 1/23/07 F- 40.18- 00 .............2 /07/07 F- 10.16- 00 .... . F- 10.40 -00 ..............1 ...... .12 /20/06 /23/07 F- 40.10- 01..........10/05 F- 40.12 -00 ............ /07 2 /07/07 F- 40.16- 00 .............2 F-40.20-00 ........... /07/07 10/05/07 F- 10.42 - 00 ..............1 /23/07 F-40.14-00 ............ 2/07/07 F- 42.10 - 00 ........... 10 /05/07 F- 10.62 - 01 ..............9 /05/07 F- 40.15 - 00 ............ 2 /07/07 F- 80.10- 00 ............. 1 /23/07 'F-1 0.64-01 ............ G -9a ........................6 10/05/07 /25/02 F-40.16-00 ............ G- 24.50 - 00..........11/08 2/07/07 /07 G-70.1 0-00 ............ 10/5/07 ' G- 10.10 00 .......... G- 20.10 - 00 .............9 .. .9 /20/07 /20/07 G24.60- 00.......... G- 25.10 - 00..........11/08 11/08/07 /07 G- 70.2000...... G-70.30-00 ............ * *,- 10 /5/07 10/5/07 G-22.1 0 00 .........11 /08/07 G-30.1 0-00 .......... 11 /08/07 G-95. 10 00 ..........11 /08/07 G:\PROJECTS12009 \09024 \Specifications 64th to 72nd (2).doc 6-62 G- 24.10 -00 G- 2420 -00 G- 24.30 -00 G- 24.40 -00 H- 30.10 -00 H- 32.10 -00 H- 60.10 -00 1- 10.10 -00 1- 30.10 -00 1- 30.20 -00 1- 30.30 -00 1- 30.40 -00 J- 1f.......... J- 3........... J- 3b......... J- 3c......... J- 3d......... J- 5........... J- 6c......... J- 6f.......... J- 6g......... J- 6h......... J- 7a......... J- 7c......... J- 7d......... J- 8a......... ......11 /08/07 ......11108/07 ......11 /08/07 ......11 /08/07 .......10/12/07 ......... 9/20/07 ......... 9/05/07 .8/31/07 .9/20/07 .9/20/07 .9/20/07 10/12/07 ............... 6/23/00 ............... 8/01/97 ............... 3/04/05 ............... 6/24/02 .............11 /05/03 ............... 8/01/97 ............... 4/24/98 ............... 4/24/98 .............12 /12/02 ............... 4/24/98 ............... 9/12101 ............... 6/19/98 ............... 4/24/98 ............... 5/20/04 K- 10.20 -01 K- 10.40 -00 K- 20.20 -01 K- 20.40 -00 K- 20.60 -00 K- 22.20 -01 K- 24.20 -00 K- 24.40 -01 K- 24.60 -00 K- 24.80 -01 K- 26.20 -00 L- 10.10 -00 L- 20.10 -00 L- 30.10 -00 ........10/12/07 ..........2/15/07 10/12/07 .....2/15/07 ..........2/15/07 ........10/12/07 .......... 2/15/07 ........10/12/07 ..........2/15/07 ........10/12/07 .....2/15/07 M- 1.20 -01 ...... M- 1.40 -01 ...... M- 1.60 -01 ...... M- 1.80 -02 ...... M- 2.20 -01 ...... M- 2.40 -01 ...... M- 2.60 -01 ...... M- 3.10 -01 ...... M- 3.20 -01 ...... M- 3.30 -01 ...... M- 3.40 -01 ...... M- 3.50 -01 ...... 2/21/07 2/07/07 2/07/07 .......1 /30/07 .......1 /30/07 .......1 /30/07 ....... 8/31/07 .......1 /30/07 .......1 /30/07 .......1 /30/07 .......1 /30/07 .......1 /30/07 .......1 /30/07 .......1 /30/07 .......1 /30/07 G- 50.10- 00.......... 11/08/07 G -00.10 -00............ 8/31/07 G- 60.20- 00............ 8/31/07 G -00.30 -00 ......... _ .. 8/31/07 H- 60.20 -00 ............ 9/05/07 H- 70.10 -00 ............ 9/05/07 H- 70.20 -00 ............ 9/05/07 1- 30.50 -00 ........... 11114/07 1- 40.10 -00 ............. 9/20/07 1- 40.20 -00 ............. 9/20/07 1- 50.10 -00 ............. 9/20/07 1- 50.20 -00 ............. 8/31/07 J -8b ....................... 5/20/04 J -8c ....................... 5/20/04 J -8d ....................... 5/20/04 J -9a ....................... 4124/98 J -10 ....................... 7/18/97 J -11 a ................... 10112107 J -11 b ..................... 9/02/05 J -11 c ..................... 6/21/06 J -12 ..................... 11/08/05 J-1 5a ................... 10/04105 J -15b ................... 10/04/05 J-1 6a ..................... 3/04/05 J -16b ..................... 9/20/07 J-1 6c ..................... 9/20/07 K- 26.40 -01 .......... 10/12/07 K-30.20-00 ............ 2/15/07 K- 30.40 -01 .......... 10/12/07 K- 32.20 -00 ............ 2/15/07 K- 32.40 -00 ............ 2/15/07 K-32.60-00 ............ 2/15/07 K- 32.80 -00 ............ 2/15/07 K- 3420 -00 ............ 2/15/07 K- 36.20 -00 ............ 2/15107 K -40.20 -00 ............ 2/15/07 K- 40.40 -00 ............ 2/15/07 L- 40.10 -00 ............ 2/21/07 L- 40.15 -00 ............ 2/21/07 L- 40.20 -00 ............ 2/21/07 M- 5.10 -01 ............. 1/30/07 M- 7.50 -01 ............. 1/30/07 M- 9.50 -01 ............. 1/30/07 M- 11.10 -01 ........... 1/30/07 M- 15.10 -01 ........... 2/06/07 M- 17.10 -01 ........... 1/30/07 M- 20.10 -01 ........... 1/30/07 M- 20.20 -01 ........... 1/30/07 M- 20.30 -01 ........... 1130/07 M- 20.40 -01 ........... 1/30/07 M- 20.50 -01 ........... 1/30/07 M- 24.20 -01 ........... 5/31/06 G- 95.20 -00 ..........11 /08/07 G- 95.30 -00 ..........11 /08/07 H- 70.30 -00 ............ 9/05/07 1- 60.10 -00 .............. 8/31/07 1- 60.20 -00 .............. 8/31/07 1- 80.10 -00 .............. 8/31/07 J -18 ....................... 9/02/05 J-19 ....................... 9/02/05 J -20 ....................... 9/02/05 J- 28.10 -00 ............. 8/07/07 J- 28.22 -00 ............. 8/07/07 J-28.24-00 ............. 8/07/07 J- 28.26 -00 ............. 8/07/07 J-28.30-00 ............. 8/07/07 J- 28.40 -00 ............. 8/07/07 J- 28.42 -00 ............. 8/07/07 J- 28.45 -00 ............. 8/07/07 J- 28.50 -00 ............. 8/07/07 J- 28.60 -00 ............. 8/07/07 J- 28.70 -00 ........... 11/08/07 K- 40.60- 00 ............. 2/15/07 K- 40.80- 00 ............. 2/15/07 K- 55.20- 00 ............. 2/15/07 K- 60.20- 01........... 11/12/07 K- 60.40- 00 ............. 2/15/07 K-70,20-00 ............. 2/15/07 K-80.10-00- ........... 2/21/07 K- 80.20- 00........... 12/20/06 K- 80.30- 00 ............. 2/21/07 K- 80.35- 00 ............. 2/21/07 K- 80.37- 00 ............. 2/21/07 L- 70.10 -00 ............. 1/30/07 L- 70.20 -00 .............1 /30/07 M- 24.40 -01 ............ 5/31/06 M- 24.60 -02 ............ 2/06/07 M- 40.10 -00 ............ 9/20/07 M- 40.20 -00 .......... 10/12/07 M- 40.30 -00 ............ 9/20/07 M- 40.40 -00 ............ 9/20/07 M- 40.50 -00 ............ 9/20/07 M- 40.60 -00 ............ 9/20/07 M- 60.10 -00 ............ 9/05/07 M- 60.20 -00 ............ 9/05/07 M- 65.10 -00 ............ 9/05/07 1 1 it 1 11 1 G: tPROJECTS t2009\09024\Specfcations 64th to 72nd (2).doc 6-63 1 �Mmmmlmm �Mmm M MM M MM MM RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN - SEE CONTRACT FOR RADIUS ------------------------------------------ C RAMPCENTERLINE 2'- 6" CEMENT CONCRETE PEDESTRIAN CURB (SEE STU PLAN F-10.`12) is 2'- 6* lay, SIDEWALK gq� 10 MEN IMPPOE --.Mop FACE OF CURB M" EXPANSION JOINT (TYP) (SEE STO. PLAN F-30 10) k 0 DETECTA13LE WARNING PATTERN (TYP) (SEE DETAIL) CEMENT CONCRETE SIDEWALK RAMP TYPE 2 CEMENT CONCRETE SIDEWALK RAMP TYPE 2 PLAN VIEW CURB, OR CURB AND GUTTER SIDEWALK RAMP TYPE 2 CROSSWALK LAYOUT 6 - Cr MIN. TOP OF 2% MAX ROADWAY I CEMENT CONC. :� �CEMENT CONCRETE RADIUS AT FACE OF CURB E F 20 FEET to'- 4 314" 3'- 8 1/2" 30 FEET 81 - 11 11r X- 2 1/4" 40 FEET 8* - 4 1/2" 2'- 11 3/4" 50 FEET 8'- 0 314" 2'- 10 114" 60 FEET T- 10 1/4" 2'- 9 314" 70 FEET T - 8 3/4" 2'- 9" 80 FEET 7'- 7 1/2" 2'- 8 3W 90 FEET r - 6 W" 7- 8 114' 100 FEET 7- - 6" 2'- 8' DIMENSIONS AT FACE OF CURB INTERMEDIATE RADII CAN BE INTERPOLATED VARIES, 2'. 6 to F VARIES: 7'.0" to E VARIES: 7'-O"toE RAMP RAMP 1 6" Z 3/8' EXPANSION JOINT (TYP) (SEE STD. PLAN F-30 1 0) LANDING SECTION nC SIDEWALK 6" 6 - 0' MIN. DETECTABLE WARNING CURB & GUTTER PATTERN (SEE DETAIL) SECTION (SEE NOTE 5) NDING 0 -2% FLUSH ROADWAY EPR S'a. 9�7� CEMENT CONCRETE DEPRESSED 9 PEDESTRIAN CURB CURB & GUTTER _76 CEMENT CONC (SEE STO PLAN F 10 12) SIDEWALK (SEE NOTE 5) SECTION (:�) NOTES 1. The bottom of the ramp shall have a level area (not in excess of 2% in any direction), 4' x 4'. 2. The Type 2 Ramp Layout requires two (2) of this bid item: "Cement Conc. Sidewalk Ramp Type 2". The bid item does not include the adjacent Curb (or Curb & Gutter). the Sidewalk between Ramps, or the Cement Conc. Pedestrian Curb. 3. Ramp slopes shall not be steeper than 12H 1V. 4. Avoid placing drainage structures, junction boxes or other obstructions in front of ramp access areas. 5. Curb & Gutter is shown, see the Contract Plans for the curb design specified. See Standard Plan F-10.12 for curb details. 6. See Std, Plan F-30. 10 for sidewalk joint placement and details. A RAMP B Ile. MIN. MAX. Al N, 1,; 1. 1, A 1 5/8' 2 318" 8 5/8" 1 1/2" PLAN C 71116" 314" D 7/8' 1 7116' THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL I EXPIRES AUGUST 26.20071 SIDEWALK RAMP TYPE 2 WITH LAYOUT STANDARD PLAN F-40.12-00 SHEET 1 OF I SHEET � AP PR7FOR PUBLICATION T_ VAF W i i i i i CEMENT CONCRETE SIDEWALK RAMP TYPE 4A I 318" EXPANSION JOINT (SEE STD. PLAN F- 30.10) IDEWALK i 5 m L- 0 MAJOR STREET b RADIUS POINT OF CURB RETURN - -- ---- - ----- 4 W 2 33 (qTF U) FFC qCB X O,t,T� pF oil RB/ 0 n� V CEMENT CONCRETE CURB, OR CURB PEDESTRIAN CURB AND GUTTER T- C RAMP LANDING I DETECTABLE WARNING PATTERN (SEE DETAIL) PLAN VIEW SIDEWALK RAMP TYPE 4A LAYOUT 2 %MAX TOP OF - � ROADWAY ;EMENT CONCRETE SIDEWALK CEMENT CONCRETE CURB & GUTTER SECTION O (SEE NOTE 4) 0 RADIUS AT FACE OF CURB X LANDING Y DISTANCE FROM P.C. 20 FEET 6' -212" V -7" 30 FEET 8'- 0 114" 3' - B" 40 FEET 9'- 6 1/4" 5'- 4 3/4" 50 FEET 10'- 9 314" 6' - 11" 60 FEET 11' -it 12" 6' -312" 70 FEET 13' -0" 9' -6112" 80 FEET 13'- 11 12" 10'- 8 12" 90 FEET 14'- 10 12" 11'. 9 3/4" 100 FEET 15' -8314" 12'- 10114" INTERMEDIATE RADII CAN BE INTERPOLATED CEMENT CONCRETE PEDESTRIAN CURB VARIES (SEE STD PLAN F- 10.12) 0 to fi' TOP OF ROADWAY / DEPRESSED CEMENT CONC RAMP CURB & GUTTER (SEE NOTE 4) SECTION CO CEMENT CONC. 2'- 0" - DETECTABLE WARNING PATTERN (SEE DETAIL) SIDEWALK T • 0" LANDING RAMP 'v FLUSH TOP OF / ROADWAY I fi" 318" EXPANSION JOINT IEE STD. PLAN F- 30.10) LANDING -/ DEPRESSED CURB & GUTTER (SEE NOTE 4) SECTION O ISOMETRIC VIEW NOTES 1. This layout is used to provide access to a single crosswalk parallel to the major street. The bid item "Cement Conc. Sidewalk Ramp Type 4A" does not Include the adjacent Curb (or Curb & Gutter), the Sidewalk, or the Cement Conc. Ped- estrian Curb. 2. Ramp slopes shall not be steeper than 12H:1 V. 3. Avoid placing drainage structures, junction boxes or other obstructions in front of ramp access areas. 4. Curb & Gutter is shown, see the Contract Plans for the curb design specified. See Standard Plan F -10.12 for curb details. 5. See Std. Plan F -30.10 for Sidewalk joint placement and details. 6. The bottom of the ramp shall have a level area (not in excess of 2% in any direction), 4' x 4'. RAMP B Al ,i '�,. r(i,^ B MIN. MAX. A l 518" 2 318" /n ,w *o {{jj B 518" 11/2" PLANT ( C 7116" 314" C D 7/8" 1 7116" THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL NAL V'' 001 07 EXPIRES AUGUST 26. 20071 SIDEWALK RAMP TYPE 4A WITH LAYOUT STANDARD PLAN F- 40.16.00 SHEET 1 OF 1 SHEET APPROVE FOR PUBLICATION STATE 0 SIG! E.t !E Ot M w..nl,.g— sat. o.P,nm.M or Tm- p,0.6.. POLE q MAST ARM LENGTH MAST ARM LENGTH GUSSET PLATE POLE — POLE MAST ARM LENGTH I L MA ARM LENGTH - I LUMINAIRE -1 , LUMINAIRE I HEAD c 8.0' R _ \ / HEAD I MAST ARM -/ \ \ I =a X R. J �- BOLT CONNECTION =60'R — / 1 MAST ARM -� VARIES - 1 0' TO 2.0' R. BOLT CONNECTION �� DOUBLE TYPE t MAST ARM BOLT CONNECTION -� m z w tt w m m m POLE pMAST ARM LENGTH MAST ARM LENGTH S I S I T Fz GUSSET PLATE F LUMINAIRE POLE Z LUMINAIRE POLE I Z \_' NOTES 1 This plan depicts the Steel Light Standard types and terms commonly referred to in the contract. All Steel Light Standards are fabricated In accordance with the Standard Speclfications and the Contract Provisions 2. The Luminaire Pole height shall not exceed 50' (111). 3. Slip Bases shall not be installed on 50' (111) poles with Double Mast Arms, nor on poles weighing more than 1000 lbs. 4• The optimal location of the Luminaire head Is over the edge of the traveled way. Based on the place- ment of the Steel Light Standard foundation, the position of the Luminaire head may vary, Sea Standard Plan J- 28.22. 5. Light Standard mast arm orientation Is typically perpendicular to roadway centerline. 6. See Standard Plan J -28.50 for Hand Hole Details. EXPIRES AUGUST 9, 2007 STEEL LIGHT STANDARD STANDARD PLAN J- 28.10 -00 SHEET 1 OF 2 SHEETS APPRO FOP B CATION ST.iF DE51 ENGINEER � WTE Woahinofen Sao D.Penmml of Tran.poAation Wr VARIES - � 1 0' TO 2 0' R (TYP.) T1 BOLT CONNECTION EDGE OF EDGE OF TRAVELED WAY VARIES WITH TRAVELED WAY VARIES WITH OFFSET DISTANCE DOUBLE TYPE 2 MAST ARM OFFSET DISTANCE SHOULDER SHOULDER POLE BAST HAND HOLE POLE BAST HAND HOLE BOTTOM OF / BOTTOM OF \' POLE BASE / POLE BASE STEEL LIGHT STANDARD FOUNDATION STEEL LIGHT STANDARD FOUNDATION - SEE STANDARO PLAN J -28.30 - - SEE STANDARD PLAN J -28 30 LIGHT STANDARD LIGHT STANDARD WITH TYPE 1 (DAVIT) MAST ARM WITH TYPE 2 (ELBOW) MAST ARM (SLIP BASE SHOWN) (SLIP BASE SHOWN) EXPIRES AUGUST 9, 2007 STEEL LIGHT STANDARD STANDARD PLAN J- 28.10 -00 SHEET 1 OF 2 SHEETS APPRO FOP B CATION ST.iF DE51 ENGINEER � WTE Woahinofen Sao D.Penmml of Tran.poAation Wr EDGE OF SHOULDER 1Dlb m W H UNDISTURBED SOIL ,�X, (TYP) i LIGHT STANDARD FOUNDATION 1 LUMINAIRE POLE ,— POLE BASE SLOPE ROUNDING SLOPE 2H 1V (MAX.) OR FLATTER y w o� 'v em UNDISTURBED SOIL. DIAM. UNDISTURBED SOIL J TEMPORARY SLOPE OR SHORE AS REQUIRED (TYP ) n (CASE A SHOWN) m METHOD 1 STANDARD FOUNDATION i I \ COMPACTED BORROW IN ACCORDANCE WITH STANDARD SPECIFICATION SECTION 8.20 3(2) NO SUBSURFACE FORM _ This option Is only used when the existing soil In the hole will remain standing and the cement concrete can be placed with- EXCAVATION out causing the soil to collapse. Concrete shall be cast directly against undisturbed soil. Auger the hole for the foundation. Use paper or cardboard form to achieve a smooth finish on the final exposed cement concrete. Support the form as necessary to remain plumb. See Standard Plans J -28.24 and J -28.26 for maximum heights of exposed foundation when no embankment widening is to be installed. Place the concrete foundation. After concrete has cured, remove the paper or cardboard form portion. Construct the embankment widening (if required) EDGE OF SHOULDER EMBANKMENT WIDENING CONSTRUCTION METHODS LUMINAIRE POLE POLE BASE NOTES These Foundation Construction Methods are applicable to all Steel Light Standard Placement Cases. See Standard Plans J- 28.22, J- 28.24, and J -28 26. SLOPE ROUNDING EMBANKMENT WIDENING SLOPE 2H:1V (MAX) OR FLATTER (CASE A SHOWN) METHOD 2 METAL (SUBSURFACE) FORM REQUIRED When the existing soli will not retain a vertical face, over - excavate the foundation area and Install a 38" diameter, corrugated metal (pipe) form. The corrugated metal form shall not extend more then 6" below any portion of the foundation that will remain exposed upon final grading. Continue forming to full height using paper or cardboard form to achieve a smooth finish on final exposed cement concrete. Support the form as necessary to remain plumb. See Standard Plans J -28.24 and J -28.28 for maximum heights of exposed foundation when no embankment widening Is to be installed. Place the concrete foundation. After concrete has cured, remove the paper or Cardboard form portion. Eackfill with controlled- density fill or compacted borrow in accord- ance with Standard Specification 8- 20.3(2). Construct the embankment widening (if required). p. ZELp 11Ftie a /O Z I NAL ��G VI O STEEL LIGHT STANDARD FOUNDATION TYPES A & R STANDARD PLAN J- 28.30 -00 SHEET 2 OF 2 SHEETS /]L // /.j ^ /�J)APPR V ED F R P LICAl10N 7 BATE DEVON ENOWEEii Y wnddnpf.D Sw D.n1m.M.f Trvn.p fte n 'v em UNDISTURBED SOIL. TYP. a m ( ) TEMPORARY SLOPE OR SHORE AS REQUIRED (TYP ) OVER - EXCAVATED AREA SHALL BE BACKFILLED METAL FORM FOR LIGHT t WITH CONTROLLED- DENSITY -FILL (CDF), OR WITH STANDARD FOUNDATION i I \ COMPACTED BORROW IN ACCORDANCE WITH STANDARD SPECIFICATION SECTION 8.20 3(2) _ LIMITS OF STRUCTURE N. 0` DIAM. EXCAVATION (TYP) UNDISTURBED SOIL (CASE A SHOWN) METHOD 2 METAL (SUBSURFACE) FORM REQUIRED When the existing soli will not retain a vertical face, over - excavate the foundation area and Install a 38" diameter, corrugated metal (pipe) form. The corrugated metal form shall not extend more then 6" below any portion of the foundation that will remain exposed upon final grading. Continue forming to full height using paper or cardboard form to achieve a smooth finish on final exposed cement concrete. Support the form as necessary to remain plumb. See Standard Plans J -28.24 and J -28.28 for maximum heights of exposed foundation when no embankment widening Is to be installed. Place the concrete foundation. After concrete has cured, remove the paper or Cardboard form portion. Eackfill with controlled- density fill or compacted borrow in accord- ance with Standard Specification 8- 20.3(2). Construct the embankment widening (if required). p. ZELp 11Ftie a /O Z I NAL ��G VI O STEEL LIGHT STANDARD FOUNDATION TYPES A & R STANDARD PLAN J- 28.30 -00 SHEET 2 OF 2 SHEETS /]L // /.j ^ /�J)APPR V ED F R P LICAl10N 7 BATE DEVON ENOWEEii Y wnddnpf.D Sw D.n1m.M.f Trvn.p fte n M M M M M i M M! M M M M M'M M M M M GROUNDING CONDUCTOR (TYP.) - NON - INSULATED #4 AWG /- STRANDED COPPER, PROVIDE S MIN. SLACK ROUTE 3" DAM GROUT WELL (TYP) - CONDUCTOR TO LUMINAIRE GROUNDING STUD R l AiC ANCHOR BOLT (TYP.) - SEE TABLE HEAVY HEX NUT (TYP.) - SIZE TO MATCH ANCHOR BOLT (SEE TABLE) W W K W m i m SEE FIXED BASE FOR DETAILS NOT SHOWN PARTIAL ELEVATION VIEW SLIP BASE ISOMETRIC VIEW ANCHOR BOLT ASSEMBLY (SLIP BASE SHOWN) #7 REINFORCING STEEL BAR #4 REINFORCING STEEL HOOP CLAMP CONDUCTOR TO STEEL REINFORCING BAR WITH LISTED CONNECTOR SUITABLE FOR USE EMBEDDED IN CONCRETE O7 1" CAM, CONDUIT - CAP EACH END, PROVIDE ADDITIONAL CON- DUIT FOR COMMUNICATION OR SIGNAL CABLE WHERE SHOWN IN THE CONTRACT, 36" -a TOP VIEW FIXED BASE EIGHT #7 BARS, EVENLY SPACED CENTER THE CONDUIT IN THE FOUNDATION 1' -3 'DIAM BOLT CIRCLE (TYP.) #4 HOOP (TYP) ROUND WASHER SIZE TO MATCH ANCHOR BOLT (TYP.) { Of V 1 V R R. 1' - 6" MIN. BELOW GROUND I I I RAP TEMPLATE SEMBLY(TYP.) ' ' �EE DETAIL L Z ZZ ANCHOR BOLT (TYP) E EXTEND THE CONDUIT il—rl ' I I_YI —YI ° °i FOUNDATION OR J i THE CONTROLLED DENSITY BACKFILL 1 IEAVY HEX NUT (TYP.) • SIZE TO MATCH 1NCHOR BOLT (SEE TABLE) ANCHOR BOLT TABLE LUMINAIRE MAST MAST ANCHOR SOL HEIGHT ARM ARM DIAMETER (Ht) TYPE LENGTH "D" 20' TO 50' SINGLE 6' TO 16' 1" 20' TO 80' DOUBLE 6' TO 8' 1' 20' TO 45' ~DOUBLE la TO 18' V 48' TO 50' DOUBLE 10' TO 16' 1 118" (Dt 1116 ") CLAM HOLr " ^' - SEE 114" STEEL BAR [P -2 ' WIDE - V -3 "LC #4 HOOP (TYP.) 1'-1 °fTMP) -a TOP VIEW STRAP TEMPLATE ASSEMBLY #7 (TYP.) oo am o I I U, 1/2" CLR. _ w w U I T Z SEE SLIP BASE FOR DETAILS NOT SHOWN <I ELEVATION VIEW FIXED BASE NOTES 1. See Standard Plan J -28.40 for luminaire pole base mounting details. 2. The Strap Templates shall be held in place by nuts, 6" from the top of the foundation and 3" from the bottom of the anchor bolts. 18 heavy duty hex nuts and 6 round washers are required for a Slip Base assembly. 18 heavy duty hex nuts and 6 plate washers are required for a Fixed Base assembly. 3. Use Steel Light Standard Foundation Type A on level ground or slopes not exceeding 4H:1V. Use Type B for slopes steeper than 4H:1V, but not exceeding 2H '1V. Slopes steeper than 2HAV shall require a special design. 4. These foundations are designed for a minimum of 2,000 PSF (TYPE A) or 1,500 PSF (TYPE B) allowable lateral bearing pressure for the soil. A special foundation shall be required for soil with lower allowable lateral bearing pressure titan 1,500 PSF 5. The Luminaire Pole height shall not exceed 50' (H1). 6. Slip Bases shall not be installed on 50' (Hi) poles with Double Mast Arms, nor on poles weighing more than 1000 lbs. 7. Slip Bases are not required on poles placed outside of the Design Clear Zone, nor on poles Installed behind traffic barrier. B. Foundations constructed within Ecology Embankments shall be Increased In depth by the depth of the Ecology Embankment. 9. Exposed portions of the foundation shall be formed to create a smooth finished surface. All forming shall be removed upon completion of foundation construction, 10. For excavation, concrete placement, and backfill options, see METHOD 1 and METHOD 2 on Sheet 2 of 2. 11. The Anchor Bolts shall be high strength steel, manufactured from ASTM A449, with heavy hex nuts and hardened washers. Galvanize the Anchor Bolts according to AASHTO M232. 12 The foundation shall meet the requirements of Standard Specification Sect. B- 20.3(8). 13. See Standard Plan C -Sb and C -14h for steel light standards on traffic barrier. A�RQ OP WASy2� r O � C O q 154TO��O �F LL SLIP BASE Ff I AL Er r- EXPIRES NOVEMBER 14, 2008 0 STEEL LIGHT STANDARD FOUNDATION TYPES A & B STANDARD PLAN J- 28.30 -00 FIXED BASE SHEET /1 OO�F�2 yS�Hy�EETS ANCHOR BOLT LAYOUT A APPJRE 7� ICATI DN +n r tN01Np6n Al Wo°hlnplen hob Dapcdmml el Tromp°Aallen (Dt 1116 ") CLAM HOLr " ^' - SEE 114" STEEL BAR [P -2 ' WIDE - V -3 "LC #4 HOOP (TYP.) 1'-1 °fTMP) -a TOP VIEW STRAP TEMPLATE ASSEMBLY #7 (TYP.) oo am o I I U, 1/2" CLR. _ w w U I T Z SEE SLIP BASE FOR DETAILS NOT SHOWN <I ELEVATION VIEW FIXED BASE NOTES 1. See Standard Plan J -28.40 for luminaire pole base mounting details. 2. The Strap Templates shall be held in place by nuts, 6" from the top of the foundation and 3" from the bottom of the anchor bolts. 18 heavy duty hex nuts and 6 round washers are required for a Slip Base assembly. 18 heavy duty hex nuts and 6 plate washers are required for a Fixed Base assembly. 3. Use Steel Light Standard Foundation Type A on level ground or slopes not exceeding 4H:1V. Use Type B for slopes steeper than 4H:1V, but not exceeding 2H '1V. Slopes steeper than 2HAV shall require a special design. 4. These foundations are designed for a minimum of 2,000 PSF (TYPE A) or 1,500 PSF (TYPE B) allowable lateral bearing pressure for the soil. A special foundation shall be required for soil with lower allowable lateral bearing pressure titan 1,500 PSF 5. The Luminaire Pole height shall not exceed 50' (H1). 6. Slip Bases shall not be installed on 50' (Hi) poles with Double Mast Arms, nor on poles weighing more than 1000 lbs. 7. Slip Bases are not required on poles placed outside of the Design Clear Zone, nor on poles Installed behind traffic barrier. B. Foundations constructed within Ecology Embankments shall be Increased In depth by the depth of the Ecology Embankment. 9. Exposed portions of the foundation shall be formed to create a smooth finished surface. All forming shall be removed upon completion of foundation construction, 10. For excavation, concrete placement, and backfill options, see METHOD 1 and METHOD 2 on Sheet 2 of 2. 11. The Anchor Bolts shall be high strength steel, manufactured from ASTM A449, with heavy hex nuts and hardened washers. Galvanize the Anchor Bolts according to AASHTO M232. 12 The foundation shall meet the requirements of Standard Specification Sect. B- 20.3(8). 13. See Standard Plan C -Sb and C -14h for steel light standards on traffic barrier. A�RQ OP WASy2� r O � C O q 154TO��O �F LL SLIP BASE Ff I AL Er r- EXPIRES NOVEMBER 14, 2008 0 STEEL LIGHT STANDARD FOUNDATION TYPES A & B STANDARD PLAN J- 28.30 -00 FIXED BASE SHEET /1 OO�F�2 yS�Hy�EETS ANCHOR BOLT LAYOUT A APPJRE 7� ICATI DN +n r tN01Np6n Al Wo°hlnplen hob Dapcdmml el Tromp°Aallen NOTES 1. See Standard Plan J -28.40 for luminaire pole base mounting details. 2. The Strap Templates shall be held in place by nuts, 6" from the top of the foundation and 3" from the bottom of the anchor bolts. 18 heavy duty hex nuts and 6 round washers are required for a Slip Base assembly. 18 heavy duty hex nuts and 6 plate washers are required for a Fixed Base assembly. 3. Use Steel Light Standard Foundation Type A on level ground or slopes not exceeding 4H:1V. Use Type B for slopes steeper than 4H:1V, but not exceeding 2H '1V. Slopes steeper than 2HAV shall require a special design. 4. These foundations are designed for a minimum of 2,000 PSF (TYPE A) or 1,500 PSF (TYPE B) allowable lateral bearing pressure for the soil. A special foundation shall be required for soil with lower allowable lateral bearing pressure titan 1,500 PSF 5. The Luminaire Pole height shall not exceed 50' (H1). 6. Slip Bases shall not be installed on 50' (Hi) poles with Double Mast Arms, nor on poles weighing more than 1000 lbs. 7. Slip Bases are not required on poles placed outside of the Design Clear Zone, nor on poles Installed behind traffic barrier. B. Foundations constructed within Ecology Embankments shall be Increased In depth by the depth of the Ecology Embankment. 9. Exposed portions of the foundation shall be formed to create a smooth finished surface. All forming shall be removed upon completion of foundation construction, 10. For excavation, concrete placement, and backfill options, see METHOD 1 and METHOD 2 on Sheet 2 of 2. 11. The Anchor Bolts shall be high strength steel, manufactured from ASTM A449, with heavy hex nuts and hardened washers. Galvanize the Anchor Bolts according to AASHTO M232. 12 The foundation shall meet the requirements of Standard Specification Sect. B- 20.3(8). 13. See Standard Plan C -Sb and C -14h for steel light standards on traffic barrier. A�RQ OP WASy2� r O � C O q 154TO��O �F LL SLIP BASE Ff I AL Er r- EXPIRES NOVEMBER 14, 2008 0 STEEL LIGHT STANDARD FOUNDATION TYPES A & B STANDARD PLAN J- 28.30 -00 FIXED BASE SHEET /1 OO�F�2 yS�Hy�EETS ANCHOR BOLT LAYOUT A APPJRE 7� ICATI DN +n r tN01Np6n Al Wo°hlnplen hob Dapcdmml el Tromp°Aallen M M M M M M M M M M M i M' � M i M M ? LONGITUDINAL BUFFER SPACE = B MINIMUM TAPER LENGTH = L (FEET) POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 LANE WIDTH POSTED SPEED (MPH) LENGTH B (FEET) 155 200 250 305 360 425 495 570 (FEET) 25 30 35 40 45 50 55 60 m a 10 105 150 205 270 450 500 550 - z 11 115 165 225 294 1495 550 605 1660 W F� S i BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK, MINIMUM WEIGHT 15,000 LBS, SERVICE TRUCK (MAXIMUM WEIGHT SHALL BE FLAT BED, ETC. IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) O1 ROLL AHEAD STOPPING DISTANCE =30 FEET MIN. (DRY PAVEMENT ASSUMED) 12 125 160 245 320 1 540 600 660 720 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50170 40 60 35145 30 60 25130 20 40 If ENO 11 G202A ROAD WORK OR DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 7 100' q 1 ° / j 9EE NOTE 5 p 10 WORK AREA O O 1 ° ° 0 o D D ® a o 0 0 Z41 �I a SIGN SPACING = X (1) 2 RURAL HIGHWAYS 60 / 65 MPH 800' 3 RURAL ROADS 451 55 MPH 500'± RURAL ROADS 8 URBAN ARTERIALS 35140 MPH 350'± RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL 8 BUSINESS DISTRICTS 200'± (2) URBAN STREETS 25 MPH OR LESS 100' t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W4 -2L - COMPLIANCE DATE 12Y23/13 I O O SEE STANDARD PLAN K -24.20 FOR ALTERNATE ENCROACHMENT LEGEND 2 N SIGN LOCATION o D D CHANNELIZING DEVICES �o PROTECTIVE VEHICLE - RECOMMENDED PCMS PORTABLE CHANGEABLE MESSAGE SIGN �{> ARROW PANEL PCM SAMPLE MESS SAGE 1 2 ONE LANE MILE CLOSED AHEAD 1 5 SEC 1.5 SEC FIELD LOCATE 1 MILE 3, IN ADVANCE OF LANE CLOSURE jW20-5R flIGHT LANE CLOSED -0 i AHEAD ROAD WORK AHEAD X X a a a n 11 N N N NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Devices shall not encroach into adjacent lanes. 3. Extend device taper (U3) across shoulder - recommended. 4. Portable Changeable Message Sign (PCMS) - recommended. 5. Use Transverse Devices In closed lane every 1000'± - recommended. 6. Traffic Safety Drums for all tapers on high speed roadway - recommended. 7. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55.05 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9, 2007 SINGLE LANE CLOSURE ON MULTILANE ROADWAY STANDARD PLAN K- 24.60 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION �� E WafhMpron Sb D.pamnonl oI Tnn.POdwlon Alp Z N m z W W w r m K M M M M M M M M r M M M M M� M M M M ENO POSTED SPEED (MPH) ROAD WORK G20-2A 35 OR jDOWNSTREAM TAPER / TO SHOW END OF WORK 65 AREA - SEE NOTE 5 G20-2A END ROAD WORK T X ,//NN W20.7A }/ BE U 9�" p PREPARED TO STOP W20.7B - OPTIONAL IF POSTED + ONE LANE SPEED 40 MPH OR LESS P ROAD AHEAD W204 ROAD WORK LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 65 LENGTH B (FEET) 155 200 250 305 360 425 495 570 645 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK, MINIMUM WEIGHT 15,000 LBS. SERVICE TRUCK, (MAXIMUM WEIGHT SHALL BE FLAT BED, ETC. IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE= 30 FEET MIN. (DRY PAVEMENT ASSUMED) - OPTIONAL IF POSTED SPEED SPEED 40 MPH OR LESS PREPARED + TO STOP W204 ONE LANE ROAD * AHEAD W20-1 ROAD 4 + WORK AHEAD AHEAD LEGEND w20-1 800' t 4 500' t f FLAGGING STATION N SIGN LOCATION ® a D CHANNELIZING DEVICES ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERVIASE PROTECTIVE VEHICLE - RECOMMENDED NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Night work requires additional roadway lighting at flagging stations. See WSDOT Standard Specifications for additional details. 3. Extend Channelizing Device taper across shoulder - recommended. 4. Sign sequence is the same for both directions of travel on the roadway. 5. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55 -05. SIGN SPACING = X (1) RURAL HIGHWAYS 60165 MPH 800' t RURAL ROADS 45 / 55 MPH 500' t RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350't RURAL ROADS, URBAN ARTERIALS, MPH RESIDENTIAL & BUSINESS DISTRICTS 200 t (2) _ URBAN STREETS 25 MPH OR LESS 100' t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERVIASE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9, 2007 LANE CLOSURE WITH FLAGGER CONTROL STANDARD PLAN K•20.40.00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION VrTATS DE I NENGWEFA 0� Wa.Nnplon $bl. D.pu nl d Trvn.F —fi n SIGN SPACING = X (1) POSTED SPEED (MPH) RURAL HIGHWAYS 60 / 65 MPH 600' t RURAL ROADS 45 155 MPH 500' t RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350' t RURAL ROADS, URBAN ARTERIALS, 25130 MPH RESIDENTIAL 8 BUSINESS DISTRICTS 200' t (2) URBAN STREETS 25 MPH OR LESS 100' t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. X CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50/70 40 60 35/45 30 60 25/30 20 40 / W21 -7701 w8 -2007 MD1DBCrcLE3 GROOVED \S IXiBNME PAVEMENT,/ // WORK AREA /� a LEGEND IN SIGN LOCATION ° CHANNELIZING DEVICES MC5 ARROW PANEL ° q ° 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 Tratflc Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55 -05. ° ABRUPT GROOVED LOOSE STEEL EGGS PAVEMENT GRAVEL PLATES / W21 -801 W8 -2001 WB -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 EXPIRES AUGUST 9, 2007 MOTORCYCLE SUPPLEMENTAL SIGNING STANDARD PLAN K- 60.40 -00 SHEET 1 OF 1 SHEET APP R0 ED FOR PUBLICATION Wr nrft D ST TE DESIGN ENGINEER MlE Washfnplen SM• D•poAmeM d Tnmpertalien 6' TO 12' I SHOULDER 6' MIN. EDGE OF 5 TRAVELED WAY �J SIGN INSTALLATION (FILL SECTION) 6' TO 12' SHOULDER 2' MIN 0' MIN, SIGN EDGE OF 3" AX. M �S- TRAVELED —� WAY CURB FACE CURB SIGN INSTALLATION (CURB SECTION) SIGN INSTALLATION SIGN WITH SUPPLEMENTAL " (BEHIND TRAFFIC BARRIER) PLAQUE INSTALLATION (FILL SECTION) 8' TO 12' I SHOULDER 6' MIN. 4- EDGE OF ^S TRAVELED WAY V DITCH SIGN INSTALLATION (DITCH SECTION) NOTES 1. For sign installation details, see Std. Plan G - series 2. In rural areas, the "Y' 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. I- 6' TO 12' PRIMARY 12' SIGN i SHOULDER PLAQUE) " —SIGN S MINIMUM EDGE OF URBAN SUPPLEMENTAL TRAVELED S PLAQUE I— WAY SHOULDER 6'MIN. �� EDGE OF SIGN SHALL PRIMARY NOT INTRUDE ON EDGE OF SIDEWALK Z CURB V I FACE Z V SIGN SIDEWALK •l I i�',I- CURB — SIGN INSTALLATION EDGE OF (SIDEWALK AND CURB SECTION) SIGN INSTALLATION SIGN WITH SUPPLEMENTAL " (BEHIND TRAFFIC BARRIER) PLAQUE INSTALLATION (FILL SECTION) 8' TO 12' I SHOULDER 6' MIN. 4- EDGE OF ^S TRAVELED WAY V DITCH SIGN INSTALLATION (DITCH SECTION) NOTES 1. For sign installation details, see Std. Plan G - series 2. In rural areas, the "Y' 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 6' TO 12' B TO 12' SUPPLEMENTAL PLAQUE PLAQUE) (WHEN REQUIRED) RURAL S MINIMUM 4' MINIMUM URBAN T MINIMUM SHOULDER 6' MIN. SHOULDER 6'MIN. �� PRIMARY SIGN S MIN. ,— SIGN I •l I i�',I- EDGE OF 0' MIN ^�- k`ila.zhd TRAVELED S WAY 3" MAX I;�I �` SUPPLEMENTAL TRAVELED S WAY I�•' +•' I �• PLAQUE �- ;'�1;11� ,: FACE OF BARRIER OR GUARDRAIL IL V v SIGN INSTALLATION SIGN WITH SUPPLEMENTAL " (BEHIND TRAFFIC BARRIER) PLAQUE INSTALLATION (FILL SECTION) 8' TO 12' I SHOULDER 6' MIN. 4- EDGE OF ^S TRAVELED WAY V DITCH SIGN INSTALLATION (DITCH SECTION) NOTES 1. For sign installation details, see Std. Plan G - series 2. In rural areas, the "Y' 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. SIGN EXPIRES AUGUST 9, 2007 CLASS A CONSTRUCTION SIGNING INSTALLATION STANDARD PLAN K- 80.10 -00 SHEET 1 OF 1 SHEET APPROVED FOR jPUBLICATION ,,,����� AWL W..hinplon S— D.parlm.nl of Tm-po itfli n HEIGHT V TO BOTTOM OF SIGN TO BOTTOM OF (NO SUPPLEMENTAL SUPPLEMENTAL PLAQUE PLAQUE) (WHEN REQUIRED) RURAL S MINIMUM 4' MINIMUM URBAN T MINIMUM 6' MINIMUM SIGN EXPIRES AUGUST 9, 2007 CLASS A CONSTRUCTION SIGNING INSTALLATION STANDARD PLAN K- 80.10 -00 SHEET 1 OF 1 SHEET APPROVED FOR jPUBLICATION ,,,����� AWL W..hinplon S— D.parlm.nl of Tm-po itfli n USE ATTACHMENT DETAIL O OR 0 ATTACHMENT DETAIL 8 0 C J ELEVATION WARNING LIGHT 6" - 1 12" - 1 12" - 1 /8" ATTACHMENT /� STEEL ANGLE TOP OF BARRICADE SUPPORT ANGLE DRILL TWO 12" DIAM HOLES THROUGH DRILL THREE BARRICADE SUPPORT ANGLE 12 "DIAM. HOLES (1) 318 "_18„1. STEEL HEX BOLT / (2) 1' FLAT WASHERS (1) STEEL HEX NUT r 1 I ATTACHMENT DETAIL O (1) 3/8'• -16 - 1 3/4" STEEL HEX BOLT (2) V FLAT WASHERS (1) LOCKWASHER (1) 3/8" - 16 STEEL HEX NUT (TYP.) 314" ACX PLYWOOD PANEL WARNING LIGHT ATTACHMENT 6" - 2` - 2" - 1/8' TUBULAR STEEL WITH PRE - DRILLED HOLES SANDBAGS AS REQUIRED TO STABILIZE BASE - ALL LEGS I I TOP OF BARRICADE SUPPORT ANGLE DRILL TWO 12" DIAM, HOLES THROUGH O BARRICADE SUPPORT ANGLE (r TOP OF BARRICADE ,® 0 STEEL HEX BOLT (2) 1" FLAT WASHERS SUPPORT ANGLE — -8 I I m 0 ANGLE RESTS ON TOP OF BOLT II •'•' "'� •I' I,I•(:Ig., „II % 0 (2) 1- FLAT WASHERS % A b- `, C( WARNING LIGHT ATTACHMENT DETAIL C J ELEVATION WARNING LIGHT 6" - 1 12" - 1 12" - 1 /8" ATTACHMENT /� STEEL ANGLE TOP OF BARRICADE SUPPORT ANGLE DRILL TWO 12" DIAM HOLES THROUGH DRILL THREE BARRICADE SUPPORT ANGLE 12 "DIAM. HOLES (1) 318 "_18„1. STEEL HEX BOLT / (2) 1' FLAT WASHERS (1) STEEL HEX NUT r 1 I ATTACHMENT DETAIL O (1) 3/8'• -16 - 1 3/4" STEEL HEX BOLT (2) V FLAT WASHERS (1) LOCKWASHER (1) 3/8" - 16 STEEL HEX NUT (TYP.) 314" ACX PLYWOOD PANEL WARNING LIGHT ATTACHMENT 6" - 2` - 2" - 1/8' TUBULAR STEEL WITH PRE - DRILLED HOLES SANDBAGS AS REQUIRED TO STABILIZE BASE - ALL LEGS I I TOP OF BARRICADE SUPPORT ANGLE DRILL TWO 12" DIAM, HOLES THROUGH O BARRICADE SUPPORT ANGLE (r If S•• , 2, . 2" - - 1/8" STEEL HEX BOLT (2) 1" FLAT WASHERS -O- I 1 — -8 I I (/) 318" - 16 STEEL HEX NUT 1 ATTACHMENT DETAIL OB 2' -6" 5'-cr l r SIDE TYPE 3 BARRICADE ORANGE AND WHITE REFLECTIVE SHEETING ASTM D4956 - TYPE Z OR IV (SEE NOTE 3) 112 " - 112` -US' STEEL ANGLE 4' - 11` LONG (TYP.) 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 warning light on the traffic side of the barricade. Install two Type A Low - Intensity flashing warning lights per barricade when the barricades are used 10 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. 1 12” - 1 1/2" - 1/8" r STEEL ANGLE j5' - 0" LONG (TYP.) DETAIL CO EXPIRES AUGUST 9. 2001 TYPE 3 BARRICADE STANDARD PLAN K- 80.20 -00 S ET I OF 2 SHEETS XT OV FOR PUBLICATION Woshi.Won Slob D.panm.nl el Tramporlotion STEEL ANGLE FRONT OF BARRICADE S•• , 2, . 2" - - 1/8" 'll. +' •'I' /- TUBULAR STEEL ANGLE RESTS ON TOP OF BOLT II •'•' "'� •I' I,I•(:Ig., „II (1) 318` - 16 - 3" STEEL HEX BOLT (2) 1- FLAT WASHERS (1) 318` • 18 STEEL HEX NUT b- `, C( 1 12” - 1 1/2" - 1/8" r STEEL ANGLE j5' - 0" LONG (TYP.) DETAIL CO EXPIRES AUGUST 9. 2001 TYPE 3 BARRICADE STANDARD PLAN K- 80.20 -00 S ET I OF 2 SHEETS XT OV FOR PUBLICATION Woshi.Won Slob D.panm.nl el Tramporlotion GENERAL NOTES 200 AMP TYPE 1201240 1a SERVICE CABINET 1. SEE STANDARD SPECIFICATION 9- 29.24, SERVICE CABINETS 2. HINGES SHALL HAVE STAINLESS STEEL OR BRASS PINS. 3. CABINETS SHALL BE RATED NEMA 3R AND SHALL INCLUDE TWO RAIN TIGHT VENTS 4. METERING EQUIPMENT DOOR SHALL BE PAD LOCKABLE EACH DOOR SHALL BE GASKETED. INSTALL BEST CX CONSTRUCTION CORE ON RIGHT DOOR, SEE DOOR HINGE DETAIL, SHEET 1 OF 2. S. THE FOLLOWING EQUIPMENT WITHIN THE SERVICE ENCLOSURE SHALL HAVE AN APPROPRIATELY ENGRAVED PHENOLIC NAME PLATE ATTACHED WITH SCREWS OR RIVETS: KEY NUMBERS 2, 3, 4, 6, 7, 8, B AND I& KEY NUMBER 4 NAME PLATE SHALL READ: "PHOTOCELL BYPASS TEST ON" AND "PHOTOCELL TEST OFF. AUTOMATIC ". SEE SERVICE CABINET DETAIL. B. METERING ARRANGEMENTS VARY WITH DIFFERENT SERVING UTILITIES. THE UTILITY MAY REQUIRE METER BASE MOUNTING IN THE ENCLOSURE, ON THE SIDE OR ON THE BACK OF THE ENCLOSURE. THE UTILITY MAY REQUIRE THE DIMENSION BETWEEN THE DOOR AND THE FRONT OF THE SAFETY SOCKET BOX TO BE LESS THAN THE 11 INCHES SHOWI4 IN THE LEFT SIDE- SAFETY SOCKET BOX MOUNTING DETAIL. THE CONTRACTOR SHALL VERIFY THE SERVING UTILITY'S REQUIREMENTS PRIOR TO FABRICATION OF AND INSTALLING THE SERVICE EQUIPMENT. 7. DIMENSIONS SHOWN ARE MINIMUM AND SHALL BE ADJUSTED TO ACCOMMODATE THE VARIOUS SIZES MOUNTING BLOCK OF EQUIPMENT INSTALLED. - (TYP) - SEE DETAIL 8 ALL BUSSWORK SHALL BE HIGH GRADE COPPER AND SHALL EQUAL OR EXCEED THE MAIN BREAKER RATING. ALL BREAKERS SHALL BOLT ONTO THE BUSSWORK JUMPERING OF BREAKERS SHALL NOT BE ALLOWED. BUSSWORK SHALL ACCOMMODATE ALL FUTURE EQUIPMENT AS SHOWN IN THE BREAKER SCHEDULE. B. THE PHOTOCELL UNIT SHALL BE CENTERED IN THE PHOTOCELL ENCLOSURE TO PERMIT 380 DEGREE ROTATION OF THE PHOTOCELL WITHOUT REMOVAL OF THE PHOTOCELL UNIT OR THE PHOTOCELL ENCLOSURE. 0. ALL INTERNAL WIRE RUNS SHALL BE IDENTIFIED WITH "TO • FROM" CODED TAGS LABELED WITH THE CODE LETTERS AND /OR NUMBERS SHOWN ON THE SCHEDULES APPROVED PVC OR POLYOLEFIN WIRE MARKING SLEEVES SHALL BE USED. 1. ALL NUTS, BOLTS AND WASHERS USED FOR MOUNTING THE PHOTOCELL ENCLOSURE SHALL BE STAINLESS STEEL 2. A 1% TOLERANCE IS ALLOWED FOR ALL DIMENSIONS, 3. UNISTRUT TYPE CHANNEL AND MOUNTING HARDWARE COMPONENTS SHALL BE STAINLESS STEEL, CONDUIT CLAMPS SHALL BE HOT DIPPED, GALVANIZED STEEL OR STAINLESS STEEL 1 INSTALL CONDUIT COUPLINGS ON ALL CONDUITS, PLACE COUPLINGS FLUSH WITH TOP OF CONCRETE FOUNDATION. i NOTE 15 HAS BEEN DELETED 1. THE METER BASE PORTION OF THIS SERVICE WAS DESIGNED TO MEET METERING PORTION OF EUSERC DRAWING 309 REQUIREMENTS. WHEN USING ALTERNATE DOOR HINGE. REMOVE HINGE PIN PRIOR TO WELDING HINGE TO CABINET AND PRIOR TO HOT DIP GALVANIZING CABINET. AFTER GALVANIZING, REPLACE PIN WITH BRASS PIN AND SOLDER IN PLACE I. VERIFY THE SERVICE UTILITY STAND -OFF DIMENSION. ADJUST THE REMOVABLE PANEL TO THE MEASUREMENT PROVIDED BY THE UTILITY COMPANY, AFTER ADJUSTMENT, CUT OFF ALL - THREAD BOLTS SO THAT NO LESS THAN 2 AND NO MORE THAN 3 FULL THREADS EXTEND PAST THE FACE OF THE NUTS SEE NOTE 6, VENTS I 1B I - 19„ ' SEE DOOR .1N T 6' 12) r --1 9 REMOVABLE ,91� 19 MOUNTING PANEL,� ^ in LEFT SIDE FRONT SERVICE CABINET DETAIL 18 1/2" 19" WELD TO EACH END 3 /B" p TYP. I MIN, OF MOUNTING BLOCK 3132 - 3132 'Z 11" MAX INSIDE FACE 2" " 3" END PLATE (TYP) OF DOOR .1 ro 112" UNC S.S.• B" LONG ALL - THREAD, 8 PLACES TYP. �� /� (TYP.) - CUT OFF AFTER PLACE NUT AGAINST END C 3132 / II / I�ADJUSTMENT, SEE NOTE 18 PLATE BEFORE WELDING BYPASS CABINET — DOOR EST ON METER BASE PER SERVING UTILITY REQUIREMENTS. O T SLIDE OTOCELL LATCH SEE NOTE 17 TEST 21 17 F11110t1AT LEFT SIDE FRONT SERVICE CABINET DETAIL 18 1/2" 19" WELD TO EACH END 3 /B" p TYP. I MIN, OF MOUNTING BLOCK 3132 - 3132 'Z 11" MAX INSIDE FACE 2" " 3" END PLATE (TYP) OF DOOR .1 ro 112" UNC S.S.• B" LONG ALL - THREAD, 8 PLACES TYP. �� /� (TYP.) - CUT OFF AFTER PLACE NUT AGAINST END C 3132 / II / I�ADJUSTMENT, SEE NOTE 18 PLATE BEFORE WELDING TACK WELD / FRONT VIEW SIDE VIEW 90' t V BOLT TO NUT, (TYP.) 4 PLACES FRONT SURFACE OF MOUNTING BLOCK DETAIL SAFETY SOCKET BOX 12 OA. - MATERIAL TO BE THE SAME AS CABINET MATERIAL THREE 1/2" S.S. NUT (TYP.) WASHER - EACH SIDE OF THE PANEL FOUR 114.20 S.S. D PHILLIPS MACHINE SCREWS, S, WASHERS, AND NUTS - TOP AND BOTTOM, SPACED EVENLY STAND -OFF DIMENSION 12 GA REMOVABLE PANEL 1 1/2" (TYP.) - SEE NOTE 18 1/2" RETURN - WELD AT CORNERS LEFT SIDE- SAFETY SOCKET BOX MOUNTING DETAIL 1/4" x 1 1/4" CLOSED CELL NEOPRENE GASKET KEY CABINET — DOOR 0 METER BASE PER SERVING UTILITY REQUIREMENTS. AS A MINIMUM, THE METER BASE SHALL BE SAFETY SOCKET ALTERNATE FOR TYPE B MODIFIED BOX WITH FACTORY INSTALLED TEST BYPASS FACILITY SEE NOTE 17 THAT MEETS THE REQUIREMENTS OF EUSERC DRAWING 305 � 'J MAIN BREAKER (SEE BREAKER SCHEDULE) DOOR PHOTOCELL BREAKER (SPST 15 AMP - 1201240 VOLT) r ar 0 TEST SWITCH (SPOT SNAP ACTION, POSITIVE CLOSE TYP; 15 AMP - 120/277 VOLT - -r RATED) CI PHOTOELECTRIC CONTROL, STD SPEC. 9 - 29 11(2) BRANCH BREAKER (SEE BREAKER SCHEDULE) 2" HIGH x 2" OPEN �0 U' SIGNAL BREAKER (SEE BREAKER SCHEDULE) 0 � CONTACTOR (SEE BREAKER SCHEDULE) LAP WELD (9 ) RECEPTACLE BREAKER (SPST 20 AMP - 120/240 VOLT) 10 RECEPTACLE, GROUNDED (GFCI 20 AMP - 125 VOLT) n NEUTRAL BUSS, 14 LUG COPPER 12 PHOTOCELL ENCLOSURE - ENCLOSURE TO BE FABRICATED FROM 6/8" EXPANDED STEEL MESH WITH WELDED SEAMS AND MOUNTING FLANGES. HOT DIP GALVANIZED AFTER FABRICATION. TYPE 5052 - H32 ALUMINUM WITH 518`x 518" OPENINGS EQUIVALENT TO 5/8" EXPANDED STEEL MESH MAY BE USED AS ALTERNATIVE MATERIAL. SEE PHOTOCELL ENCLOSURE MOUNTING DETAIL, SHEET 2 OF 2. 33 HINGED FRONT FACING DOOR WITH 4'. 4' MIN. POLISHED WIRE GLASS WINDOW. 14 HINGED DEAD FRONT WITH 1/4 TURN FASTENERS OR SLIDE ? LATCH. 15 CABINET MAIN BONDING JUMPER BUSS SHALL BE 4 LUG TACK WELD / FRONT VIEW SIDE VIEW 90' t V BOLT TO NUT, (TYP.) 4 PLACES FRONT SURFACE OF MOUNTING BLOCK DETAIL SAFETY SOCKET BOX 12 OA. - MATERIAL TO BE THE SAME AS CABINET MATERIAL THREE 1/2" S.S. NUT (TYP.) WASHER - EACH SIDE OF THE PANEL FOUR 114.20 S.S. D PHILLIPS MACHINE SCREWS, S, WASHERS, AND NUTS - TOP AND BOTTOM, SPACED EVENLY STAND -OFF DIMENSION 12 GA REMOVABLE PANEL 1 1/2" (TYP.) - SEE NOTE 18 1/2" RETURN - WELD AT CORNERS LEFT SIDE- SAFETY SOCKET BOX MOUNTING DETAIL 1/4" x 1 1/4" CLOSED CELL NEOPRENE GASKET CABINET — DOOR B B DOOR HINGE DETAIL ALTERNATE FOR TYPE B MODIFIED CABINET SEE NOTE 17 CABINET DOOR r ar TYP; HINGE 2" HIGH x 2" OPEN 3/8" BARREL LAP WELD VIEW B -B — CABINET OR PANEL WALL 118, TYP PIANO - -�~ HINGE PANEL DOOR L 114" x 518" NEOPRENE GASKET DOOR HINGE DETAIL SIGNAL CKT SPARE CKT 120/240 VAC e cl �, � CO TINNED COPPER. SEE CABINET MAIN BONDING JUMPER DETAIL ON SHEET 2 OF 2. i6 SPARE BRANCH BREAKER (DPST 20AMP- 120Q40 VOLT) b217 WA METAL RIN13 DIAGRAM HOLDER 18 1N" DIAMETER DRAIN HOLE, DRILL BEFORE GALVANIZING, 18 MOUNTING HOLE, SEE SERVICE CABINET MOUNTING DETAILS. 20 18 CIRCUIT PANEL BOARD • MINIMUM 812E WITH SEPARATE MAIN BREAKER. (21 LABEL CABINET WITH BUSSWORK RATING. PHOTOCELL BYPASS TEST ON - ,/ - PHOTOCELL TEE OFF - AUTOMATI ILL CKT EXPIRES MAY 5, 20051 ILL CKT 8 SERVICE CABINET TYPE B n105 MODIFIED (0 - 200 AMP TYPE 120/240 SINGLE PHASE) STANDARD PLAN J -3b SIZE PER NEC. --% SHEET, OF 2 SHEETS MINIMUM SIZE M2 gpPR D OR PUBLICATION WIRING SCHEMATIC STATE DESI ENGINE DATE DI /I005 BEYISFO SdFEty SO[YC1 BDY uDUNiIND DETAIL EB ANk Wethinalan Slott Otp rl,ntnl of transportation vrl DdiE REVISION By m r m m m m m m m m m m m m m m m m m �- SEE NOTE 6 24" ILL CABINET BASE 24" 1 5/8" x 1 2" POLICE PANEL SEE STRAP DETAIL i TO SLOTTED STEEL CHANNEL SEE NOTE 6 SLOTTED STEEL -) r- CABINET MOUNTING DETAILS CHANNELBRACKETS AND STRAP DETAIL) 1 BEVEL 1/2' - -_- __...- (TWO REQUIRED) 1 515" x 1 516" 12 GA. , SLOTTED STEEL CHANNEL ;I SERWCE I, BRACKETS BOLTED TO 4 CABINET POST USE BOLTS. ra / WASHERS AND NUTS Z N 51 #4 BAR EACH CORNER 0 GROUND ROD -� PEEN BOLT THREADS. FRONT (SEE SERVICE MOUNTING 1n 8 8 CONDUITS AS REQUIRED. -� `- 15/6" x 2 7118" 12 GA. LE CONTROLLER SLOTTED STEEL CHANNEL BRACKETS BOLTED TO -•' ":..•' PLUMB CONDUIT 3 V SEE GENERAL NOTE 14 POST USE TWO - 3/8" BOLTS, CABINET WASHERS AND NUTS TO LUMINAIRES— I =. I I TO CONTROLLER CABINET FOR EACH CHANNEL 1 5IB" x 2 7118" 12 GA. \ SLOTTED STEEL CHANNEL 8 -� BRACKETS (3 REO'D), EMBED 12" MIN. IN FOUNDATION H ANCHOR BOLT (TYP.) i / % I ✓ #4 BARS EACH CORNER 10•h _ -- -;u #4 HOOPS 24,. 6" CONDUIT COUPLING (TYP.) (4, SEE GENERAL NOTE 14 TO UTILITY TO CONTROLLER TO LUMINAIRES CABINET FRONT OF SERVICE CABINET STRUT MOUNT GROUND ROD !D 24" ILL CABINET BASE 24" SERVICE CABINET BOLTED RIGHT SIDE OF SERVICE CABINET SEE STRAP DETAIL i TO SLOTTED STEEL CHANNEL SEE NOTE 6 �- 2" x 1/8" HOT DIPPED GALVANIZED STRAP ON CABINET \ } CABINET MOUNTING DETAILS AND STRAP DETAIL) 1 BEVEL 1/2' T-T) 8 yl 1 515" x 1 516" 12 GA. , SLOTTED STEEL CHANNEL ;I SERWCE I, BRACKETS BOLTED TO 4 CABINET POST USE BOLTS. ra / WASHERS AND NUTS Z N 51 #4 BAR EACH CORNER 0 GROUND ROD -� PEEN BOLT THREADS. PLAN VIEW OF SERVICE CABINET GROUND ROD -� (TYP.) 3..� 13" DIAMETER DRAIN TILE WITH APPROVED COVER. (TYP.) RIGHT SIDE OF SERVICE CABINET TWO #4 HOOPS /- ANCHOR BOLT (TYP.) SEE STANDARD PLAN J-6c "CABINET FOUNDATION DETAILS ", FOR DETAILS NOT SHOWN. DRIVE GROUND ROOS BEFORE PLACING CONCRETE. MOVE ROO(S) AND DRAIN TILE(S) WITH COVER(S) AS REQUIRED TO ACHIEVE FULL GROUND PENETRATION MAINTAIN A 6' MINIMUM CLEARANCE BETWEEN GROUND RODS AS DETAILED ON STD. PLAN J -9a "TYPICAL GROUNDING DETAILS ", n2 ALL CONDUITS PENETRATING CABINET SHALL BE TERMINATED WITH GROUNDING END BUSHING AND BONDED TO THE CABINET GROUNDING BUS. C� 4" DIAM. x 1/2' DEEP SUMP. SLOPE FOUNDATION TOWARDS SUMP. 318" DIAM. POLYETHYLENE OR COPPER DRAIN PIPE. SLOPE TO DRAIN OUTSIDE FOUNDATION, (A) TO SERVICE GROUND - PER STO. PLAN J -9a "TYPICAL GROUNDING DETAILS" 318" BOLT (TWO FOR EACH CHANNEL) NOT REQUIRED FOR STRUT MOUNT SPRING NUT SERVICE CABINET L SLOTTED STEEL / CHANNEL BRACKET L BOLT SIZED FOR SLOTTED STEEL CHANNEL T , WITH L OCK BRACKET. WASHER 6 SPRING NUT (3 FOR EACH CHANNEL) CABINET BRACKET MOUNTING DETAIL SERVICE CABINET MOUNTING DETAILS II(�j Y 6 x B TREATED TIMBER PEEN BOLT THREADS. SERVICE CABINET BOLTED RIGHT SIDE OF SERVICE CABINET SEE STRAP DETAIL i TO SLOTTED STEEL CHANNEL SEE NOTE 6 �- 2" x 1/8" HOT DIPPED GALVANIZED STRAP BRACKET (SEE SERVICE \ } CABINET MOUNTING DETAILS AND STRAP DETAIL) BEVEL 1/2' T-T) 8 / \)- 1 515" x 1 516" 12 GA. , SLOTTED STEEL CHANNEL 1 BRACKETS BOLTED TO 4 POST USE BOLTS. ra / WASHERS AND NUTS Z r_ FOR EACH CHANNEL. g PEEN BOLT THREADS. t7 (SEE SERVICE MOUNTING 1n PLUMB CONDUIT t 1 DETAILS AND STRAP DETAIL) `- 15/6" x 2 7118" 12 GA. SLOTTED STEEL CHANNEL BRACKETS BOLTED TO -•' ":..•' II y� POST USE TWO - 3/8" BOLTS, TO UTILITY —� _ WASHERS AND NUTS TO LUMINAIRES— I =. I I TO CONTROLLER CABINET FOR EACH CHANNEL SERVICE CABINET MOUNTING DETAILS II(�j Y 6 x B TREATED TIMBER PEEN BOLT THREADS. POST, 10' LONG RIGHT SIDE OF SERVICE CABINET FRONT OF SERVICE CABINET �- 2" x 1/8" HOT DIPPED GALVANIZED STRAP POST MOUNT \ } METAL WASHERS i— NUT PHOTOCELL RUBBER WASHER (APPLY SILICONE ENCLOSURE SEALER TO BOTH SIDES OF RUBBER FLANGE 318" m x 1" BOLT, LOCK WASHER WASHER PRIOR TO INSTALLATION) NUT __ SERVICE AND NUT. (TYP.) CABINET POST MOUNT STRAP DETAIL 1/4" x V MACHINE BOLT PHOTOCELL ENCLOSURE MOUNTING DETAIL BUSS 114" x 2" STAINLESS STEEL BOLT WTH 2 STAINLESS STEEL NUTS. LIBERALLY COAT THIS ASSEMBLY w WITH ANTI OXIDANT COMPOUND, -7 go BELLEVILLE STAINLESS STEEL :ABINET TIDE WALL SPRING WASHER •a STAINLESS FILLET - �'(' :'. o .➢ 28680 O STEEL �� '�' E'C PF' ALLEN HEAD WELD --'- - c� I STF- G\ TONAL \ EXPIRES MAY 5, 2005 CABINET _ L SIDE WALL FLAT WASHER EL SERVICE CABINET TYPE B 116" x 1 x 1 VIEW x 6" ANGLE MODIFIED (0 - 200 AMP TYPE ELEVATION VIEW SIDE VIEW DETAILA -A 120/240 SINGLE PHASE) CABINET MAIN BONDING JUMPER DETAIL STANDARD PLAN J -3b SHEET 2 OF 2 SHEETS APPR .D OR PUBLICATION x•4.0 STATE no... DATE �o-/� W"...lon Sral- G-P ml of TnnEpoNalion m m m m m m m r m m m s m i m m m m m LUMINAIRE - - - - -- ----------------- SINGLE OR DOUBLE MAST ARM AS REOUIRED� INSTALL SIZED REDUCING WASHER AND CONNECTOR TO SECURE CON- DUCTORS AT END OF MAST ARM POLE AND BRACKET CABLE CONDUCTOR WIRES - TO LUMINAIRE i CONDUCTOR WIRES � INSULATING —� �GRI UNDING BUSHING _/ BONDI NG JUMPER WIRE REMOVE ALL SLACK BONDING JUMPER WIRE \� CABLE 3EFORE INSTALLING / \j-END BELL BUSHING ' CABLE ATTACHMENT CABLE TIE / / \ A�BRACKET �� �- HANDHOLE BRACKET ` REMOVE ALL SLACK L BEFORE INSTALLING 11 CABLE TIE 1 GROUNDING NUT — -� GROUNDING NUT -- SINGLE QUICK DISCONNECTS • CABLE TIE - 120 POUND IO CABLE TIE - 120 POUNDO I j TENSILE STRENGTH, BLACK TENSILE STRENGTH, BLACK BONDING JUMPER a DETAIL "A" DETAIL "B.. BONDING JUMPER _/ / WIRE RIGID STEEL CONDUIT Q APPLICATION FOR FIXED BASE PVC CONDUIT SIMILAR EXCEPT NO CABLE TIE IS REQUIRED AT JUNCTION BOX � IF LIGHT STANDARD ONDING JUMPE MRES FOR RIG[ STEEL CONDUI !RAVEL PAD --, POLE AND BRACKET CABLE - TO LUMINAIRES HANDHOLE DOUBLE QUICK DISCONNECTS BONDING JUMPER WIRES ,- SPLICE (TYP ) FOR PVC CONDUIT • • l I % � DETAIL "C" "D" 2 - i SEE DETAIL "A" OR "B" r i n _SEE TY o PER CONDUIT TYPE PER CONDUIT TYPE BASE WIRING DETAIL BASE WIRING DETAIL FOR SINGLE MAST ARM FOR DOUBLE MAST ARMS L ' i (SLIP BASE SHOWN) (SLIP BASE SHOWN) JUNCTION BOX WIRING DETAIL FOR GROUNDING REQUIREMENTS, SEE STD. PLAN J -9a TRAVELED WAY SHOULDER JUNCTION BOX O2 24" SLACK REQUIRED TO ALLOW QUICK DISCONNECTS TO BE PULLED OUTSIDE HANDHOLE B" MIN. i TO GROUNDING NUT TO GROUNDING NUT i CONDUCTOR WIRES / CONDUCTOR WIRES I CONDUIT - RIGID i STEEL OR PVC WIRE BONDING JUMPER BVOIRNEDING JUMPER POLE AND BRACKET CABLE \ \ 5' MIN. (PREFERRED) 10' MAX. 1 LIGHT STANDARD BASE (SLIP BASE SHOWN) • Y 6.._.._.... N •L DETAIL "C" RIGID STEEL CONDUIT FINISHED GROUND LINE CONCRETE FOUNDATION TYPICAL LOCATION OF JUNCTION BOX AND FOUNDATION DETAIL "D" PVC CONDUIT NOTE See Standard Specification 8 -20. of O efiBO O <L ���ONAL �'�G,•`•v1I EXPIRES MAY 5, 2007 v1I LIGHT STANDARD WIRING DETAILS STANDARD PLAN J -1 e SHEET 1 OF 1 SHEET APPRC OR PUBLICATION STATE DESIGN FAIGINEE • I W 4 Y Wc,hinpron Slm. DaP• ."1 DI YmmponDIIDD l I % � 2 ° r ....�_.... a.-, O O .� IsO C`@4O O �O JUNCTION BOX WIRING DETAIL FOR GROUNDING REQUIREMENTS, SEE STD. PLAN J -9a TRAVELED WAY SHOULDER JUNCTION BOX O2 24" SLACK REQUIRED TO ALLOW QUICK DISCONNECTS TO BE PULLED OUTSIDE HANDHOLE B" MIN. i TO GROUNDING NUT TO GROUNDING NUT i CONDUCTOR WIRES / CONDUCTOR WIRES I CONDUIT - RIGID i STEEL OR PVC WIRE BONDING JUMPER BVOIRNEDING JUMPER POLE AND BRACKET CABLE \ \ 5' MIN. (PREFERRED) 10' MAX. 1 LIGHT STANDARD BASE (SLIP BASE SHOWN) • Y 6.._.._.... N •L DETAIL "C" RIGID STEEL CONDUIT FINISHED GROUND LINE CONCRETE FOUNDATION TYPICAL LOCATION OF JUNCTION BOX AND FOUNDATION DETAIL "D" PVC CONDUIT NOTE See Standard Specification 8 -20. of O efiBO O <L ���ONAL �'�G,•`•v1I EXPIRES MAY 5, 2007 v1I LIGHT STANDARD WIRING DETAILS STANDARD PLAN J -1 e SHEET 1 OF 1 SHEET APPRC OR PUBLICATION STATE DESIGN FAIGINEE • I W 4 Y Wc,hinpron Slm. DaP• ."1 DI YmmponDIIDD A- ADJUST FOR TOP OF HOOD_ TO MATCH TOP OF CURB. SIDEWALK - %0 a A COMBINATION CURB & GUTTER CATCH BASIN FRAME, GRATE, & HOOD. INLAND FOUNDRY NO. 517 OR APPROVED EQUAL. (SHOWN WITHOUT GRATE) -.-- SURFACING 30- RCP REMOVABLE 90' PVC TEE M - ........ .. BASE SECTION A A o, CATCH BASIN DETAIL NTS City of Yakima — Engineering Division 1:2 GROUT COLLAR STORM DRAIN PIPE APPROVED: 6.7.01 CITY OF YAKIMA - STANDARD DETAIL CATCH BASIN D1 1' A _j 8 8 N N 17" r 5/8" 23 -1/2" i _T 6 -1/2" 5/8" `�' 2 -1/2" 2" 17" SECTION 8 -8 I 3/4- HOLE 3/4" 23" f 36" M SECTION A —A L 24' i f _ r--c N M I N THE FRAME, GRATE -& HOOD SHALL BE INLAND FOUNDRY CO. NO.517 OR APPROVED EQUAL THE CATCH BASIN SHALL BE AS SHOWN ON CITY OF YAKIMA DETAIL D1. SECTION 02 FRAME, GRATE & HOOD NTS City of Yakima — Engineering Division APPROVED: 2.10.99 I CITY OF YAKIMA - STANDARD DETAIL I FRAME, GRATE & HOOD I D2 GEOTEXIILE FABRIC 12" PERFORATED P d 4' TYPICAL SECTION AT DRAIN TRENCH ity of Yakima — Engineering Division APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL SECTION AT DRAIN TRENCH D3 FINISHED GRADE y BACKFILL AND CONDUIT o ✓t BEDDING MATERIAL SHALL BE COMPACTED CRUSHED .y SURFACING TOP COURSE. 6' 2' SCHEDULE 40 CONDUIT SHOWN ON THE PLANS CONDUIT TRENCH SECTION NOTE: 1. All WORK AND MATERIALS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC). 2. JUNCTION BOX, CONDUIT AND CONSTRUCTION METHODS SHALL BE PER WSDOT - TYPE 1 UNLESS OTHERWISE SPECIFIED AND APPROVED BY THE CITY ENGINEER. 3. ALL ELECTRICAL CONDUIT SHAL BE A MINIMUM OF 2" DIA. AND MAINTAIN 24" MINIMUM COVER. SWEEPS AND PLAN LOCATION SHALL BE PER POWER COMPANY AND SHALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL. 4. ALL SERVICE CONNECTIONS WETHER INDIVIDUAL OR MULTIPLE POLES SHALL BE PEDISTAL MOUNT ONLY. SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE. City Of Yakima Engineering Division ' 129 North Second Street Yaidrna, Washington City of Yakima - Standard Detail CONDUIT TRENCH SECTION NOT TO SCALE Revision 12 -2008 E5 12" # 3 BARS (TYP) NOTE JOINTS MAY BE FORMED DURING 10 -ti INSTALLATION USING A RIGID DIVIDER OR 12' BETWEEN JOINTS (TYp) SAW CUT AFTER CONCRETE CURES TO MINIMUM STRENGTH. ( 12 12" EXTRUDED CURB Y 10" 2 12' 2 1f2" 12" R I I— 1/2' R 1 "R - 1 "R —� cc #3 REBAR @ 10'0.C. CEMENT CONCRETE EXTRUDED CURB FLOW LINE 112"R 16"R 12" R 19' R:-. s 13" 11" TAPER 12' TO ZERO EXPANSION JOINT 36" CURB TERMINAL END FLOW LINE 25" 11" 1/2'R 1/2"R � 9/16" CEMENT CONCRETE VALLEY GUTTER CEMENT CONCRETE ROLLED CURB NOTES: 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 2. EXCAVATION LIMITS ARE 6" BEHIND AND 6" IN FRONT FOR REMOVING AND REPLACING EXISTING CURB & GUTTER. 3. ROLLED CURB MAY BE PERMITTED ALONG RESIDENTIAL ROADWAYS ONLY AND MUST BE APPROVED BY THE CITY ENGINEER. ■ o� -' City Of Yakima ' Engineering Division '129 North Second Street • +d" Yaldm, Washington City of Yakima - Standard Detail CEMENT CONCRETE CURB R1 NOT TO SCALE Revision 11 -2008 RP 7S• SF (I PREFERRED RAMP CONFIGURATION CONCRETE - I III WIDTH PER YMC 8.64.070 SEE PLANS CONCRETE APRON T MIN. OR III I TO RWV LINE (WHICHEVER IS GREATER) RP A 5 ALTERNATE RAMP - _ ... CONFIGURATION COMMERCIAL APPROACH COLD JOINT (TYP) O _ 14 `F COLD JOINT (FYP) RAISED CURBING MAY CONTINUE INTO SITE. VALLEY GUTTER / FLOW LINE r0 -6 CEMENT CONCRETE 1' MIN. 0.25' CSTC (COMPACTED DEPTH) SECTION A I—MIN. 0.17' CSTC (COMPACTED DEPTH) 0.5' CEMENT CONCRETE RESIDENTIAL APPROACH of City Of Yakima Engineering Division ' 129 North Second Street Yakkm, WashingEOn City of Yakima - Standard Detail DRIVEWAY APPROACHES NOT TO SCALE Revision 11 -2008 MA NOTES 1. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE ' SEPARATED BY 3/8" THICK EXPANSION JOINT MATERIAL_ 2. THIS DETAIL INDICATES GENERAL CONFIGURATION REQUIREMENTS FOR COMMERCIAL DRIVEWAY APPROACHES. STYLE AND LOCATION OF ' HANDICAP RAMPS WILL DEPEND UPON SITE CONDITIONS AND SHALL BE CONSTRUCTED ACCORDING TO THE SPECIFIC PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER. 3. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. ' 4. DUE TO THE MINIMUM SIZE RADIUS OF 15' SPECIAL CONSIDERATIONS NEED TO BE MADE TO ALLOW FOR ADA REQUIREMENTS ON THE RAMPS. 15' RADIUS DESIGNS MUST BE SUBMITTED AND APPROVED BY THE CITY ' ENGINEER PRIOR TO CONSTRUCTION. of City Of Yakima Engineering Division ' 129 North Second Street Yakkm, WashingEOn City of Yakima - Standard Detail DRIVEWAY APPROACHES NOT TO SCALE Revision 11 -2008 MA THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE E FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING 0.33' CEMENT CONCRETE I COLD JOINT S = 0.02 ft/ft 1 ' r COMPACTED SUBGRADE OAT MIN. CSTC (COMPACTED DEPTH) 4" STANDARD SECTION JOINT I S = 0.02 ft/ft _ I b L--0.5 CEMENT CONCRETE — COMPACTED SUBGRADE 0.1 T MIN. CSTC (COMPACTED DEPTH) 6" SIDEWALK SECTION NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, 'V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. ■ OF -� City Of Yakima City of Yakima - Standard Detail Engineering Division CEMENT CONCRETE SIDEWALK R5 '129 North Second Street NOT TO SCALE •� °� .�• Yana' Wastu Von Revision SCALE i MONUMENT CASE TO BE SATHER MFG. CO. #2022 OR APPROVED EQUIVALENT 3/16" WIDE BEAD, 118' HIGH MONUMENT CASE MONUMENT 1 112' CLASS 'G" ASPHALT (COMPACTED DEPTH) 6" CLASS 3000 CONCRETE CRUSHED SURFACING TO BE PLACED AFTER PLACEMENT OF J MONUMENT CASE SUFFICIENT TO SECURE MONUMENT 2" ALUMINUM, BRONZE OR BRASS SURVEY CAP 5/8" REBAR - 24' LENGTH MIN. SECTION NOTES 1. MONUMENT TO BE PLACED AFTER FIRST LIFT. 2. TOP OF MONUMENT CASE SHALL BE 1" BELOW TOP OF FIRST LIFT. 3. MONUMENT CASE TO BE PLACED AFTER FINAL LIFT OF ASPHALT. 4. IN UNIMPROVED ROADS, THE MONUMENT CASE SHALL BE SET WITH THE TOP OF THE CASE 6" BELOW EXISTING GRADE. 5. WSDOT CLASS 3000 CONCRETE WITH AGGREGATE GRADING NO. 5. City Of Yakima ' Engineering Division ' 129 North Second Street •�n Yalona, Washington City of Yakima - Standard Detail SURVEY MONUMENT NOT TO SCALE Revision 11 -2008 .: 1 1 1 1 1 1 1 1 SAND COLLAR It CAST IN PLACE BASE CAST IN PLACE BASE — CL 400 CONCRETE PLAN VIEW 94- SECTION A -A o! 0 0 z Q m ANHOLE OPENING TLET PIPE SECTION B -B sl SANITARY SEWER MANHOLE DETAIL NTS City of Yakima — Engineering Division CAST —IRON FRAME & COVER PER SPECIFICATIONS ADJUSTMENT SECTION GROUTED OR DRY PACKED SMOOTH INSIDE BARREL PRECAST ECCENTRIC CONE SECTION STEPS PRECAST SECTION PRECAST SECTION BASE .10' DROP IN CHANNELS CROSS MANHOLE APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL SEWER MANHOLE I S1 X Q SAND COLLAR IN CAST IN PLACE BASE CAST IN PLACE BASE CL 4000 CONCRETE Z tD z X a r r 24" V m111. a— PLACE MANHOLE OPENING OVER OUTLET PIPE 48" FLAT TOP SLAB DRY PACK ALL JOINTS AND VOIDS MAX. PIPE SIZE 21" PRECAST BASE SANITARY SEWER SHALLOW MANHOLE City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL SHALLOW MANHOLE S2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CLASS 3000 CEMENT CONCRETE FULL DEPTH OF SECTION LESS 1 1/2" SUBGRADE 1 1/2- CLASS "G" ASPHALT ASPHALT PAVEMENT -� 12" i i -�-- -- _T SUBGRADE `- BASE DRY PACK ALL JOINTS AND VOIDS SMOOTH INSIDE BARREL MANHOLE ADJUSTMENT DETAIL City of Yakima — Engineering Division 0 APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL MANHOLE ADJUSTMENT 53 WWI /_ SEE DETAIL R24 FOR TRENCH PATCHING UNSUITABLE F y'W yet 1 SUITABLE EARTH FOUNDATION (SEE NOTE) IAL SHALL BE USED FOR =SS OTHERWISE DIRECTED EER. =ACING TOP COURSE :D FOR BEDDING MATERIAL ZWISE DIRECTED BY OUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL FOR FOUNDATIONS CLASS B. s4 TYPICAL TRENCH EXCAVATION NTS City of Yakima PAYMENT LINE FOR PIPES 15 INCHES AND UNDER I.D. + 30 INCHES NATIVE MATEF BACKFILL UNL BY THE ENGII\ CRUSHED SUR SHALL BE USI UNLESS OTHEI 'L THE ENGINEEF UNSUITABLE F y'W yet 1 SUITABLE EARTH FOUNDATION (SEE NOTE) IAL SHALL BE USED FOR =SS OTHERWISE DIRECTED EER. =ACING TOP COURSE :D FOR BEDDING MATERIAL ZWISE DIRECTED BY OUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL FOR FOUNDATIONS CLASS B. s4 TYPICAL TRENCH SECTION NTS City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAILT TYPICAL TRENCH DETAIL I S4 Required Contract Provisions Federal -Aid Construction Contracts FHWA -1273 Electronic Version — March 10, 1994 I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Payment of Predetermined Minimum Wage V. Statements and Payrolls VI. Record of Materials, Supplies, and Labor VII. Subletting or Assigning the Contract VIII. Safety: Accident Prevention IX. False Statements Concerning Highway Projects X. Implementation of Clean Air Act and Federal Water Pollution Control Act XI. Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion XII. Certification Regarding Use of Contract Funds for Lobbying Attachments A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) 1 2 6 7 12 14 14 15 16 17 17 21 23 I. GENERAL 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 1 Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. 6. Selection of Labor: During the performance of this contract, the contractor shall not: discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractors project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his /her activities under the contract. b. The contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: 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, preapprenticeship, and /or on- the -job training." r t L I 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. C. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractors EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be ' brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such ' advertisements will be placed in publications having a large circulation among minority in the area from which the project work force would normally be derived. groups a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and ' establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive ' hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract ' provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. C. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. Consistent with the contractors work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on- the -job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. 2 J I u 1 Ll 1 The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his /her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. C. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. 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 agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and /or qualifiable minority group persons and women. (The DOL 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 employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. The records kept by the contractor shall document the following: 1. The number of minority and non - minority group members and women employed in each work classification on the project; 2. The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; 3. The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and 4. The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non - minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA -1391. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal -aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, 0 1J Ll I I i Ll IV religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) General: All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination ") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH -1321) or Form FHWA -1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is ' performed. c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. fringe benefits only when the following criteria have been met: ' Classification: ' a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: ' 1. the work to be performed by the additional classification requested is not performed by a classification in the wage determination; 2. the additional classification is utilized in the area by the construction industry; 1 3. the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and 4. with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the , amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropriate, the laborers or , mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period R 1 I i Ll 1 w I that additional time is necessary. e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he /she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: Apprentices: Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his /her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman -level hourly rate) 6 specified in the contractor's or subcontractor's registered program shall be observed. 3. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. 4. In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: 1. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration. The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Every trainee must be paid at not less than the rate specified in the approved program for his /her level of progress, expressed as a percentage of the journeyman - level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. 10 w ' 4. In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. 1 c. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, ' shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally - assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further ' payment, advance, or guarantee of funds until such violations have ceased. ' 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he /she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one - and- one -half times his /her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 11 1 Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his /her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally - assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the 12 � I L 1 1 1 'J 1 labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. C. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029 - 005 - 0014 -1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his /her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 1. that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; 2. that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; 3. that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. 13 M f. The falsification of any of the above certifications may subject the contractor to civil ' or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b ' of this Section V available for inspection, copying, or transcription by authorized , representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. ' VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR On all Federal -aid contracts on the National Highway System, except those which provide ' solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than ' $1,000,000 (23 CFR 635) the contractor shall: , a. Become familiar with the list of specific materials and supplies contained in Form FHWA -47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA -47, and in the units shown on Form FHWA -47. c. furnish, upon the completion of the contract, to the SHA resident engineer on Form , FHWA -47 together with the data required in paragraph 1 b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate I reports for the contractor and for each subcontract shall be submitted. SUBLETTING OR ASSIGNING THE CONTRACT I The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). 14 1 1 1 1 1 1 1 1 1 Vill 1 "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. SAFETY: ACCIDENT PREVENTION In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his /her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 15 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10, 000 or imprisoned not more than 5 years or both. " Rot 7 rl X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or ' more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: ' 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seg., as amended by Pub.L. 92 -500), Executive Order 11738, ' and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for ' the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. ' XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION ' 1. Instructions for Certification - Primary Covered Transactions: (Applicable to all Federal -aid contracts - 49 CFR 29) ra. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. ' b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. ' 17 C. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," 'lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" ( Nonprocurement List) which is compiled by the General Services Administration. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. [I L I r] 1 1 1 I 1 I Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- - Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3 -year period preceding this application /proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. 19 The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. The terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. OR 1 r_1 L] j i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment. ' Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - -Lower Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING ' (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the ' awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, ' loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, ' loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its . instructions. r 21 1 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she ' shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. r 22 C! 1 n 17, t 1 1 t 1 2. The contractor shall place a job order with the State Employment Service indicating (a) the ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) ' During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work ' is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. 'C. 4. If, within 1 week following the placing of a job order by the contractor with the State For the obligation of the contractor to offer employment to present or former employees ' as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph 1c shall not exceed 20 percent ' of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 1 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on ' which he estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, he shall promptly notify the State Employment Service. ' 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within 1 week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job ' applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. ' Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1c above. 5. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. 2 3 AMENDMENT REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) Section I, General, is supplemented with the following: 7. Section 902 of the American Recovery and Reinvestment Act (ARRA) of 2009 requires that each contract awarded using ARRA funds must include a provision that provides the U.S. Comptroller General and his representatives with the authority to: "(1) to examine any records of the contractor or any of its subcontractors, or any State or local agency administering such contract, that directly pertain to, and involve transactions relating to, the contract or subcontract; and (2) to interview any officer or employee of the contractor or any of its subcontractors, or of any State or local government agency administering the contract, regarding such transactions." The Contractor shall include the following provision in all contracts, subcontracts, and other contracts for services for an ARRA funded project: "Accordingly, the Comptroller General and his representatives shall have the authority and rights as provided under Section 902 of the ARRA with respect to this contract, which is funded with funds made available under the ARRA. Section 902 further states that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of the Comptroller General." "Section 1515(a) of the ARRA provides authority for any representatives of the Inspector General to examine any records or interview any employee or officers working on this contract. The contractor is advised that representatives of the inspector general have the authority to examine any record and interview any employee or officer of the contractor, its subcontractors or other firms working on this contract. Section 1515(b) further provides that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of an inspector general." Under Section II, Paragraph 8b is revised as follows: The reference to 49 CFR 23 is revised to read 49 CFR 26. Under Section II, Paragraph 8b is supplemented with the following: The contractor, sub - recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT- assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. Amendment to Form FHWA 1273 Revised March 26, 2009 L� u it I1 I I 11 Under Section II, in accordance with standard specification 1- 08.1(1) and applicable RCWs a new paragraph 8d is added as follows: The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract and /or agreement no later than ten (10) days from the receipt of each payment the prime contractor receives from WSDOT or its sub - recipients. The prime contractor agrees further to return retainage payments to each subcontractor within ten (10) days after the subcontractor's work is satisfactorily completed. Any delay or ' postponement of payment from the above referenced time frame may occur only for good cause following written approval of the WSDOT. This clause covers both DBE and non -DBE contractors. ' Under Section IV, the applicability statement is supplemented with the following: (Applicable to all ARRA funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right -of -way.) Under Section IV, Paragraph 2b(4) is deleted. Under Section IV, Paragraph 4, "and helpers" is deleted from the title. Under Section IV, Paragraph 4a(1), add: The provisions in this section allowing apprentices to work at less than the predetermined rate.when they are registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, or with the Bureau of ' Apprenticeship and Training, does not preclude a requirement for the Contractor to pay apprentices the full applicable predetermined rate in the event a State Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws approval, of an apprenticeship program. Under Section IV, Paragraph 4c is deleted. ' Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper'. Under Section IV, Paragraph 7 is revised by deleting "helpers ". ' Under Section V, the applicability statement is supplemented with the following: (Applicable to all ARRA funded construction contracts and related subcontracts regardless of ' location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right -of -way.) Under Section V, Paragraph 2a is revised by deleting "helpers ". Amendment to Form FHWA 1273 ' Revised March 26, 2009 2 Under Section V, Paragraph 2b, the first sentence is revised to read: "The payroll records shall contain the name and an individually identifying number (e.g., the last four digits of the employees social security number) for each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. Payrolls shall not include the full social security number and home address of covered workers. Contractors and subcontractors shall maintain the full social security number and home address of each covered worker and shall provide them to the SHA upon request." Under Section V, Paragraph 2d(2) is revised by deleting "helper". Section VI, Records Of Material, Supplies, And Labor, is deleted Amendment to Form FHWA 1273 Revised March 26, 2009 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2008 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 1 2 3 4 6 7 9 10 11 12 13 14 15 16 17 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(9) 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. L L� II I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 6 7 9 10 11 12 13 14 15 16 17 18 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. 1 2 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 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. L 11 I L' 1 1 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ' 2 April 6, 2009 3 1- 07.2(2) State Sales Tax: Work on State -Owned or Private Land ' 4 5 The following new paragraph is inserted in front of the first paragraph: 6 State Department of Revenue Rule 170 and its related rules apply for this section. ' 7 8 1 -07.8 High Visibility Apparel 9 This section is revised to read. 10 ' 11 The Contractor shall require all personnel under their control (including service 12 providers, Subcontractors and lower tier Subcontractors) that are on foot in the work 13 zone and are exposed to vehicle traffic or construction equipment to wear the high ' 14 visibility apparel described in this Section. 15 16 The Contractor shall ensure that a competent person as identified in the MUTCD selects 17 the appropriate high - visibility apparel suitable for the job -site conditions. t 18 19 High visibility garments shall always be the outermost garments. 20 ' 21 High visibility garments shall be in a condition compliant with the ANSI 107 -2004 and 22 shall be used in accordance with manufacturer recommendations. ' 23 24 This section is supplemented with the following new sub - sections. 25 ' 26 27 1- 07.8(1) Traffic Control Personnel All personnel performing the Work described in Section 1 -10 (including traffic control 28 supervisors, flaggers, spotters, and others performing traffic control labor of any kind), 29 shall comply with the following: ' 30 31 1. During daylight hours with clear visibility, workers shall wear a high - visibility 32 ANSI /ISEA 107 -2004 Class 2 or 3 vest or jacket, and hardhat meeting the high 33 visibility headwear requirements of WAC 296- 155 -305; and 34 35 2. During hours of darkness (1/2 -hour before sunset to 1/2 -hour after sunrise) or 36 other low visibility conditions (snow, fog, etc.), workers shall wear a high - ' 37 visibility ANSI /ISEA 107 -2004 Class 2 or 3 vest or jacket, high visibility lower 38 garment meeting ANSI /ISEA 107 -2004 Class E, and hardhats meeting the high 39 visibility headwear requirements of WAC 296 - 155 -305. ' 40 41 1- 07.8(2) Non- Traffic Control Personnel 42 All personnel, except those performing the Work described in Section 1 -10, shall wear 43 high visibility apparel meeting the ANSI /ISEA 107 -2004 Class 2 or 3 standard. 44 t 45 46 1- 07.9(1) General The following new paragraph is inserted to follow the sixth paragraph: 47 48 The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that t 49 falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC 50 296 - 127 -010, complies with all the requirements of RCW 39.12. 51 1 1 1 -07.15 Temporary Water Pollution /Erosion Control 2 This section is supplemented with the following: 3 4 Stormwater or dewatering water that has come in contact with concrete rubble, concrete 5 pours, or cement treated soils shall be maintained to pH 8.5 or less before it is allowed 6 to enter waters of the state. If pH exceeds 8.5, the Contractor shall immediately 7 discontinue work and initiate treatment according to the plan to lower the pH. Work may 8 resume, with treatment, once the pH of the stormwater is 8.5 or less or it can be 9 demonstrated that the runoff will not reach surface waters. 10 11 High pH process water shall not be discharged to waters of the state. Unless specific 12 measures are identified in the Special Provisions, high pH process water may be 13 infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system. 14 Water being infiltrated or dispersed shall have no chance of discharging directly to 15 waters of the state, including wetlands or conveyances that indirectly lead to waters of 16 the state. High pH process water shall be treated to within a range of 6.5 to 8.5 pH units 17 prior to infiltration to ensure the discharge does not cause a violation of groundwater 18 quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide 19 a copy of permits and requirements for placing the material into a sanitary sewer system 20 prior to beginning the work. Process water may be collected and disposed of by the 21 Contractor off the project site. The Contractor shall provide a copy of the permit for an 22 approved waste site for the disposal of the process water prior to the start of work which 23 generates the process water. 24 25 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan 26 This section is revised to read: 27 28 The Contractor shall prepare a project- specific spill prevention, control, and 29 countermeasures plan (SPCC Plan) that will be used for the duration of the project. The 30 Contractor shall submit the plan to the Project Engineer no later than the date of the 31 preconstruction conference. No on -site construction activities may commence until 32 WSDOT accepts an SPCC Plan for the project. 33 34 The term "hazardous materials ", as used in this Specification, is defined in Chapter 447 35 of the WSDOT Environmental Procedures Manual (M31 -11). Occupational safety and 36 health requirements that may pertain to SPCC Plan implementation are contained in but 37 not limited to WAC 296 -824 and WAC 296 -843. 38 39 Implementation Requirements 40 The SPCC Plan shall be updated by the Contractor throughout project construction so 41 that the written plan reflects actual site conditions and practices. The Contractor shall 42 update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan 43 on the project site. All project employees shall be trained in spill prevention and 44 containment, and shall know where the SPCC Plan and spill response kits are located 45 and have immediate access to them. 46 47 If hazardous materials are encountered or spilled during construction, the Contractor 48 shall do everything possible to control and contain the material until appropriate 49 measures can be taken. The Contractor shall supply and maintain spill response kits of 50 appropriate size within close proximity to hazardous materials and equipment. 51 ir1 0 1 t G C] 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 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 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 documents. Identify equipment and work practices that will be used to prevent the release of contamination. 6. Spill Prevention and Response Training Describe how and when all personnel (including refueling contractors and Subcontractors) will be trained in spill prevention, containment and response in accordance with the Plan. Describe how and when all spill responders will be trained in accordance with WAC 296 -824. 7. Spill Prevention Describe the following items: A. Spill response kit contents and location(s). B. Security measures for potential spill sources. C. Secondary containment practices and structures for hazardous materials. D. Methods used to prevent stormwater from contacting hazardous materials. E. Site inspection procedures and frequency. F. Equipment and structure maintenance practices. ' G. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external ' petroleum based products. H. Refueling procedures for equipment that cannot be moved from below ' the ordinary high water line. 8. Spill Response ' Outline the response procedures the Contractor will follow for each scenario listed below. Include a description of the actions the Contractor shall take and the specific, on -site, spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, and clean up and ' dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in I 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. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 E. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor will be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map Provide a map showing the following items: A. Site location and boundaries. B. Site access roads. C. Drainage pathways from the site. D. Nearby waterways and sensitive areas. E. Hazardous materials, equipment, and decontamination areas identified in 4, above. F. Pre - existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor will use in the event of a release or spill. Payment Payment will be made in accordance with Section 1 -04.1 for the following Bid item when it is included in the Proposal: "SPCC Plan ", lump sum. When the written SPCC is accepted by WSDOT, the Contractor shall receive 50- percent of the lump sum Contract price for the plan. The remaining 50- percent of the lump sum price will be paid after the materials and equipment called for in the plan are mobilized to the project. The lump sum payment for "SPCC Plan" shall be full pay for: 1. All costs associated with creating the accepted SPCC Plan. 2. All costs associated with providing and maintaining the on -site spill prevention equipment described in the accepted SPCC Plan. 3. All costs associated with providing and maintaining the on -site standby spill response equipment and materials described in the accepted SPCC Plan. 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 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(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: t 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: r 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 L� f 1 Specifications. Nothing contained in this Contract is intended to create any third -party ' 2 3 beneficiary rights in favor of the public or any individual utilizing the Highway facilities being constructed or improved under this Contract. 4 ' 5 6 1- 07.23(1) Construction Under Traffic The second sentence in the second paragraph is revised to read: 7 8 The Contractor shall maintain existing roads, streets, sidewalks, and paths within the 9 project limits, keeping them open, and in good, clean, safe condition at all times. 10 11 The fifth sentence in the second paragraph is revised -to read: ' 12 13 The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the 14 project limits when affected by the Contractor's operations. ' 15 16 The final paragraph in this section is deleted. 17 18 1- 07.23(2) Construction and Maintenance of Detours ' 19 Number 1. under the first paragraph is revised to read: 20 21 Detours and detour bridges that will accommodate traffic diverted from the Roadway, ' 22 bridge, sidewalk or path during construction, f 1 2 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 SECTION 1 -08, PROSECUTION AND PROGRESS ' August 4, 2008 1 -08.1 Subcontracting ' Item (2) in the first sentence of the seventh paragraph is revised to read: (2) Delivery of these materials to the Work site in vehicles owned or operated by such plants or by recognized independent or commercial hauling companies hired by those commercial plants. ' 1- 08.3(2)A Type A Progress Schedule This section is revised to read: ' The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 days after the date the contract is executed, or some other mutually agreed upon ' submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and ' approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1 -08.5 Time for Completion ' The third sentence in the first paragraph is revised to read: A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the ' Contract specifically prohibits Work on the critical path of the Contractor's approved progress schedule, or one of these holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, ' Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 1 -08.6 Suspension of Work ' The first paragraph is revised to read: The Engineer may order suspension of all or any part of the Work if: , 1. Unsuitable weather that prevents satisfactory and timely performance of the Work; or ' 2. The Contractor does not comply with the Contract: or 3. It is in the public interest. ' 1 -08.7 Maintenance During Suspension The first sentence in the fourth paragraph is revised to read: ' 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 I bear its cost). The fifth paragraph is revised to read: I 1 2 4 5 7 8 9 1 1 1 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. 1 2 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 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. Ll L L 1 1 SECTION 1 -10, TEMPORARY TRAFFIC CONTROL ' 2 April 6, 2009 3 1- 10.1(2) Description 4 The following new paragraph is inserted after the second paragraph: 5 6 Unless otherwise permitted by the Contract or approved by the Project Engineer, the ' 7 8 Contractor shall keep all existing pedestrian routes and access points (including sidewalks, paths and crosswalks) open and clear at all times. 9 ' 10 11 The second and third sentences in the third paragraph are revised to read: 12 The Contractor shall erect and maintain all construction signs, warning signs, detour 13 signs, and other traffic control devices necessary to warn and protect the public at all 14 times from injury or damage as a result of the Contractor's operations which may occur 15 on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done 16 on or adjacent to any Traveled Way until all necessary signs and traffic control devices ' 17 are in place. 18 19 1- 10.2(1) General 20 The second sentence in the third paragraph is revised to read: ' 21 22 Possession of a current TCS card and flagging card by the primary and alternate TCS is 23 mandatory. ' 24 25 1- 10.2(2) Traffic Control Plans 26 The first sentence in the first paragraph is revised to read: 27 28 The traffic control plan or plans appearing in the Contract documents show a method of ' 29 30 handling vehicle, bicycle and pedestrian traffic. 31 In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised 32 to "MUTCD, Part 6 ". ' 33 34 1- 10.3(2)6 Rolling Slowdown 35 The first two paragraphs are deleted and replaced with the following: ' 36 37 Rolling slowdown traffic control operations are not to be used for routine work that can 38 be addressed by standard lane or shoulder closure traffic control. When a short-term 39 roadway closure is needed for an infrequent, non - repetitive work operation such as a t 40 sign bridge removal, or utility wire crossing, the Contractor may implement a rolling 41 slowdown on a multi -lane roadway, as part of an approved traffic control plan. 42 ' 43 The Contractor shall submit for approval a traffic control plan detailing the expected 44 delay time, interchange ramp control and rolling slowdown distance. A portable 45 changeable message sign shall be placed ahead of the starting point of the traffic ' 46 control to warn traffic of the slowdown. The sign shall be placed far enough ahead of the 47 Work to avoid any expected backup of vehicles. 48 49 A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least 50 one traffic control vehicle will be used for every two lanes to be slowed, plus a control 51 vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade. The 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 1- 10.3(3)G Traffic Cones and Tall Channelizing Devices , traffic control vehicles shall enter the roadway and form a moving blockade to reduce 1 traffic speeds and create a clear area ahead of the blockade in which to accomplish the work without a total stoppage of traffic. ' 1- 10.3(3)A Construction Signs ' The fifth paragraph is revised to read: ' Where it is necessary to add weight to signs for stability, sand bags or other similar ballast may be used but the height shall not be more than 4- inches above the Roadway surface, and shall not interfere with the breakaway features of the device. The ' Contractor shall follow the manufacturer's recommendations for sign ballasting. 1- 10.3(3)D Barricades ' The second paragraph is revised to read: Where it is necessary to add weight to barricades for stability, sand bags or other similar ballast may be used but the height shall not be more than 4- inches above the Roadway surface and shall not interfere with the breakaway features of the device. The Contractor shall follow the manufacturer's recommendation for sign ballasting. ' The system shall be trailer mounted, fully self- contained and designed so that it can be 1- 10.3(3)G Traffic Cones 1 This section including title is revised to read: 1 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 1 Contractor shall provide, install and maintain traffic cones or tall channelizing devices. Cones and tall channelizing devices shall be kept in good repair and shall be removed immediately when directed by the Engineer. Where wind or moving traffic frequently ' displaces cones, an effective method of stabilizing them, such as stacking two together at each location, shall be employed. 1- 10.3(3)K Portable Temporary Traffic Control Signal The first paragraph is revised to read: Where shown on an approved traffic control plan, the Contractor shall provide, operate, maintain and remove a portable temporary traffic control signal system to provide alternating one -lane traffic operations on a two -way facility. A portable temporary traffic control signal system shall be defined as two traffic control units that operate together. ' The system shall be trailer mounted, fully self- contained and designed so that it can be easily transported and deployed at different locations. 1 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 1 manufacturer. This Work may include cleaning and replacing lamps and other routine maintenance as needed. u n 1 1 1- 10.4(2) Item Bids with Lump Sum for Incidentals 2 The unit of measurement statement for "Portable Temporary Traffic Control Signal" is revised ' 3 to read: 4 ' 5 6 No specific unit of measurement will apply to the lump sum item of "Portable Temporary Traffic Control Signal ". 7 t 8 9 1- 10.5(1) Lump Sum Bid for Project (No Unit Items) This section is revised to read: 10 11 'Project Temporary Traffic Control ", lump sum. ' 12 13 The lump sum Contract payment shall be full compensation for all costs incurred by the 14 Contractor in performing the Contract Work defined in Section 1 -10, except for costs ' 15 compensated by Bid Proposal items inserted through Contract Provisions as described 16 in Section 1- 10.4(3). 17 18 1- 10.5(2) Item Bids with Lump Sum for Incidentals 19 The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to 20 lump sum. 21 ' 22 The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: 23 24 The lump sum Contract price shall be full compensation for all costs of labor, materials ' 25 and equipment incurred by the Contractor in performing the Contract Work as described 26 in Section 1- 10.3(3)K, including all costs for traffic control during manual control, t 27 28 adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. u n 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 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. 1 2 3 4 6 7 1 1 1 1 1 1 1 1 1 1 1 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. 1 2 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 45 46 47 48 49 50 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 less than 8 -feet wide at the bottom, but excludes ditches that are part of the Roadway. Before excavating channels or ditches, the Contractor shall clear and grub the area in accordance with Section 2 -01. 2 -03.4 Measurement The first sentence in the first paragraph is revised to read: Roadway excavation, channel excavation, ditch excavation, unsuitable foundation excavation, and common borrow items will be measured by the cubic yard. The fourth sentence in the first paragraph is revised to read: For Roadway excavation, channel excavation and ditch excavation items, the original ground will be compared with the planned finished section shown in the Plans. 2 -03.5 Payment The first paragraph is supplemented with the following: "Channel Excavation ", per cubic yard. "Channel Excavation Incl. Haul ", per cubic yard. r_ J 1 "Ditch Excavation ", per cubic yard. 2 3 "Ditch Excavation Incl. Haul ", per cubic yard. 4 The first sentence in the second paragraph is revised to read: 5 6 The unit Contract price per cubic yard for "Roadway Excavation ", "Roadway Excavation 7 Incl. Haul ", "Roadway Excavation — Area _ ", "Roadway Excavation Incl. Haul — Area 8 ", "Channel Excavation ", "Channel Excavation Incl. Haul ", "Ditch Excavation" and ' 9 "Ditch Excavation Incl. Haul' shall be full compensation for all costs incurred for 10 excavating, loading, placing, or otherwise disposing of the material. 11 12 The second paragraph is supplemented with the following: ' 13 14 When a bid item is not included in the proposal for channel excavation or ditch 15 excavation all costs shall be included in roadway excavation. ' 16 17 The third paragraph is revised to read: 18 19 When the Engineer orders Work according to Section 2- 03.3(3), unit Contract prices 20 shall apply, unless the Work differs materially from the excavation above Subgrade, ' 21 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 3 r5 6 ' 20 ' 8 Less than 0.10 9 45 °F 10 ' 11 More than 0.20 12 35 °F 13 ' 14 15 16 ' 17 18 19 ' 20 ' 21 Less than 0.10 22 ' 23 24 25 SECTION 5 -04, HOT MIX ASPHALT December 1, 2008 5- 04.3(8) 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 1/2" wearing course 0.30 -feet other courses 0.35 -feet 5- 04.3(12)B Longitudinal Joints The first two paragraphs are revised to read: 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)6 shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted mix. The reference to Standard Plan A -1 in the third paragraph is revised to read "Standard Plan A40.10 -00." 5- 04.3(16) Weather Limitations The chart for Surface Temperature Limitation is revised to read: Surface Temperature Limitation 26 ' 27 Less than 0.10 28 45 °F 29 ' 30 More than 0.20 31 35 °F 32 ' 33 34 35 ' 36 SECTION 5 -04, HOT MIX ASPHALT December 1, 2008 5- 04.3(8) 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 1/2" wearing course 0.30 -feet other courses 0.35 -feet 5- 04.3(12)B Longitudinal Joints The first two paragraphs are revised to read: 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)6 shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted mix. The reference to Standard Plan A -1 in the third paragraph is revised to read "Standard Plan A40.10 -00." 5- 04.3(16) Weather Limitations The chart for Surface Temperature Limitation is revised to read: Surface Temperature Limitation 37 ' 38 Less than 0.10 39 45 °F 40 45 °F 41 SECTION 5 -04, HOT MIX ASPHALT December 1, 2008 5- 04.3(8) 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 1/2" wearing course 0.30 -feet other courses 0.35 -feet 5- 04.3(12)B Longitudinal Joints The first two paragraphs are revised to read: 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)6 shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted mix. The reference to Standard Plan A -1 in the third paragraph is revised to read "Standard Plan A40.10 -00." 5- 04.3(16) Weather Limitations The chart for Surface Temperature Limitation is revised to read: Surface Temperature Limitation Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 557 45 °F 0.10 to 0.20 45 °F 35 °F More than 0.20 35 °F 35 °F 5- 04.3(21) Asphalt Binder Revision This section is revised to read: 1 When the Contracting Agency provides a source of aggregate, the expected percentage ' 2 content of asphalt binder in the resulting mix will be identified in the Contract 3 documents. ' 4 5 Should the percentage of asphalt binder shown in the job mix formula for Hot Mix 6 Asphalt produced with Agency - provided aggregate vary by more than plus or minus 0.3- 7 percent from the amount shown in the Contract documents, an adjustment in payment 8 will be made. The adjustment in payment (plus or minus) will be based on the invoice 9 unit cost, including shipping cost, without any markups. The quantity subject to an ' 10 adjustment shall be the difference between the JMF asphalt binder percentage and the 11 contract document asphalt binder percentage except that the first 0.3% of this difference 12 shall not apply. No adjustment will be made when the Contractor elects not to use a ' 13 Contracting Agency - provided source, or when no source is made available by the 14 Contracting Agency. t C r I 1 2 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 SECTION 5 -05, CEMENT CONCRETE PAVEMENT April 6, 2009 5- 05.3(1) Concrete Mix Design for Paving The first paragraph under 1. Materials is revised to read: 1. Materials. Materials shall conform to Section 5 -05.2. Fine aggregate shall conform to Section 9- 03.1(2), Class 1. Coarse aggregate shall conform to Section 9- 03.1(4) AASHTO grading No. 467. An alternate combined gradation conforming to Section 9- 03.1(5) may be proposed, that has a nominal maximum aggregate size equal to or greater than a 1 '/2 -inch square sieve. Under the first paragraph; 3. Mix Design Modifications is revised to read: 3. Conformance to Mix Design. Cement, coarse and fine aggregate weights shall be within the following tolerances of the mix design: Portland Cement Concrete Batch Volumes Cement +5% _1% Coarse Aggregate + 200 Pounds - 200 Pounds Fine Aggregate + 200 Pounds - 200 Pounds If the total cementitious material weight is made up of different components, these component weights shall be within the following tolerances: 1. Portland cement weight plus 5- percent or minus 1- percent of that specified in the mix design. 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5- percent of that specified in the mix design. 3. Microsilica weight plus or minus 10- percent of that specified in the mix design. Water shall not exceed the maximum water specified in the mix design. The Contractor may initiate minor adjustments to the approved mix proportions within the tolerances noted above without resubmitting the mix design. Utilizing admixtures to accelerate the set or to increase workability will be permitted only when approved by the Engineer. Only non - chloride accelerating admixtures that meet the requirements of Section 9 -23.6 Admixture for Concrete, shall be used. The Contractor shall notify the Engineer in writing of any proposed modification. A new mix design will designate a new lot. 5- 05.3(3)C Finishing Equipment The second sentence in the first paragraph is revised to read: 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 On other roads and on WSDOT projects requiring less than 1000 - square yards of cement concrete pavement or requiring individual placement areas of less than 1000 - square yards, irregular areas, intersections and at locations inaccessible to slip -form paving equipment, cement concrete pavement may be placed with approved placement and finishing equipment utilizing stationary side forms. 5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement The third sentence in the ninth paragraph is deleted. 5- 05.3(8)A Contraction Joints The fifth paragraph is revised to read: When cement concrete pavement is placed adjacent to existing cement concrete pavement, the vertical face of all existing working joints shall be covered with a bond breaking material such as polyethylene film, roofing paper or other material as approved by the Engineer. 5- 05.3(8)B Sealing Sawed Contraction Joints The fifth sentence is revised to read: The hot - poured compound and the cold - poured compound shall be applied under sufficient pressure to fill the groove from bottom to top and the cured joint sealant shall be between 1/4 inch and 5/8 inch below the top surface of the concrete. J C 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 ". 1 SECTION 7 -04, STORM SEWERS 2 December 1, 2008 3 7 -04.2 Materials 4 In the chart for Storm Sewer Pipe Schedules, for Schedule B, 15'- 25', in the column for 5 PE, insert "Allowed ". 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL April 6, 2009 8- 01.3(1) General The first sentence in the eighth paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the following time period, using an approved soil covering practice: The ninth paragraph is revised to read: If the Engineer, under Section 1 -08.6, orders the Work suspended, the Contractor shall continue to control erosion, pollution, and runoff during the shutdown. 8- 01.3(1)C Water Management Item 2. "Process Water" is supplemented with the following new first paragraph: High pH process water or wastewater (non - stormwater) that is generated on -site, including water generated during concrete grinding, rubblizing, washout, and hydrodemolition activities, shall not be discharged to waters of the state. Water may be infiltrated upon the approval of the Engineer. Off -site disposal of concrete process water shall be in accordance with Standard Specification 5- 01.3(11). 8- 01.3(2)D Mulching The second paragraph is supplemented with the following: Wood strand mulch shall be applied by hand or by straw blower. 8- 01.3(2)E Tacking Agent and Soil Binders The second sentence in the fourth paragraph is revised to read: Pam may be reapplied on actively worked areas within a 48 -hour period. 8- 01.3(6)D Wattle Check Dam The reference to Section 8- 01.3(10) is revised to Section 9- 14.5(5). 8- 01.3(12) Compost Sock The last paragraph is deleted. 8- 01.3(13) Temporary Curb The first paragraph is revised to read: Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, or geotextile /plastic encased berms of sand or gravel, or as approved by the Engineer. 1 2 3 4 5 6 7 8 9 10 SECTION 8 -02, ROADSIDE RESTORATION April 7, 2008 8- 02.3 (3) Planting Area Weed Control The second paragraph is deleted. This section is supplemented with the following: Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square and shall be secured by a minimum of 5 staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. SECTION 8 -04, CURBS, GUTTERS, AND SPILLWAYS January 7, 2008 8 -04.5 Payment The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck Apron Outer Cem. Conc. Curb and Gutter" are revised to read: "Roundabout Central Island Cement Concrete Curb ", per linear foot. "Roundabout Truck Apron Cem. Conc. Curb and Gutter ", per linear foot. This section is supplemented with the following new bid item: "Roundabout Truck Apron Cement Concrete Curb ", per linear foot. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 SECTION 8 -12, CHAIN LINK FENCES AND WIRE FENCE January 7, 2008 8- 12.3(1)A Posts All references to "Type 3 fence" in the second and third paragraphs are revised to read "Type 3 and Type 4 fences ". The first sentence in the eighth paragraph is revised to read: Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the manner shown in the Standard Plans. The tenth paragraph is revised to read: All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap designed to fit securely over the post to support the top rail. All round posts for chain link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts. 8- 12.3(1)C Tension Wire This section including title is revised to read: 8- 12.3(1)C Tension Wire and Tension Cable Tension Wires shall be attached to the posts as detailed in the Standard Plans or as approved by the Engineer. Tension Cables shall be installed in accordance with Section 8- 25.3(5). 8- 12.3(1)D Chain Link Fabric The following new paragraph is inserted in front of the first paragraph: Attach the chain link fabric after the cables and wires have been properly tensioned and /or the top rail has been installed. The third and fourth sentences in the third paragraph are revised to read: Fastening to posts shall be with tie wire, metal bands, or other approved method attached at 14 -inch intervals. The top and bottom edge of the fabric shall be fastened with tie wires to the top rail, and with hog rings to the tension cable or top and bottom tension wires as may be applicable, spaced at 24 -inch intervals. 1 SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ' 2 ELECTRICAL 3 April 6, 2009 4 8 -20.1 Description ' 5 The first paragraph is revised to read: 6 7 This Work consists of furnishing, installing and field testing all materials and equipment ' 8 necessary to complete in place, fully functional system(s) of any or all of the following 9 types including modifications to an existing system all in accordance with approved ' 10 11 methods, the Plans, the Special Provisions and these Specifications: 12 1. Traffic Signal System ' 13 14 2. Illumination System 3. Intelligent Transportation System 15 16 8- 20.3(1) General ' 17 The following new paragraph is inserted after the fifth paragraph: 18 19 The embedded anchors attaching existing electrical, illumination, and traffic signal ' 20 systems specified for removal to existing concrete Structures shall be removed a 21 minimum of one inch beneath the existing concrete surface. The void left by removal of 22 the embedded anchors shall be coated with epoxy bonding agent and filled with grout. 23 The epoxy bonding agent shall be Type II conforming to Section 9 -26.1 with the grade ' 24 and class as recommended by the epoxy bonding agent manufacturer and as approved 25 by the Engineer. The grout shall consist of cement and fine aggregate mixed in the 26 proportions to match the color of the existing concrete surface as near as practicable. ' 27 28 8- 20.3(4) Foundations 29 The fifth paragraph is revised to read: ' 30 31 Where soil conditions are poor, the Engineer may order the Contractor to extend the ' 32 33 foundations shown in the Plans to provide additional depth. Such additional Work will be paid for according to Section 1 -04.4. 34 35 8- 20.3(5) Conduit ' 36 This section is revised to read: 37 38 Installation of conduit shall conform to appropriate articles of the Code and these ' 39 Specifications. 40 41 The size of conduit used shall be as shown in the Plans. Conduits smaller than 1 -inch 42 electrical trade size shall not be used unless otherwise specified, except that grounding ' 43 conductors at service points may be enclosed in' /z -inch diameter conduit. 44 45 Conduit between light standards, PPB, PS or type 1 poles and the nearest junction box ' 46 shall be the diameter specified in the Plans. Larger size conduit is not allowed at these 47 locations. At other locations it shall be the option of the Contractor, at no expense to the 48 49 Contracting Agency, to use larger size conduit if desired, and where larger size conduit is used, it shall be for the entire length of the run from outlet to outlet. Reducing 50 couplings will not be permitted. ' 51 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 The ends of all conduits, metallic and non - metallic shall be reamed to remove burrs and rough edges. Field cuts shall be made square and true. Slip joints or running threads will not be permitted for coupling metallic conduit; however, running threads will be permitted in traffic signal head spiders and RGS outerduct. When installing rigid galvanized steel conduit and standard coupling cannot be used, an approved 3 -piece coupling shall be used. Conduit fittings and couplings for steel conduit shall be cleaned first and then painted with one coat of galvanizing repair paint Formula A -9 -73. The paint shall have a minimum wet film thickness of 3 mils. The painted coating shall cover the entire coupling or fitting. The threads on all metallic conduit shall be rust -free, clean and painted with colloidal copper suspended in a petroleum vehicle before couplings are made. All metallic couplings shall be tightened so that a good electrical connection will be made throughout the entire length of the conduit run. If the conduit has been moved after assembly, it shall be given a final tightening from the ends prior to backfilling. Non- metallic conduit shall be assembled using the solvent cement specified in Section 9- 29.1. Where the coating on galvanized conduit has been damaged in handling or installing, such damaged areas shall be thoroughly painted with galvanizing repair paint, Formula A -9 -73. Conduit ends shall be capped (do not glue non metallic caps). Metallic conduit ends shall be threaded and capped with standard threaded conduit caps until wiring is started. When conduit caps are removed, the threaded ends shall be provided with approved conduit bushings or end bells (do not glue in place) for nonmetallic conduit. Conduit stubs from controller cabinet foundations shall extend to the nearest junction box in that system. Metallic conduit bends, shall have a radius consistent with the requirements of Article 344.24 and other articles of the Code. Where factory bends are not used, conduit shall be bent, using an approved conduit bending tool employing correctly sized dies, without crimping or flattening, using the longest radius practicable. Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. Eighteen -inch radius elbows shall be used for PVC conduit of 2 -inch nominal diameter or less. Standard sweep elbows shall be used for PVC conduit with greater than 2 -inch nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less than 2 -inch nominal diameter, pull ropes or flat tapes for wire installation shall be not less than '/4 inch diameter or width. In nonmetallic conduit of 2 -inch nominal diameter or larger, pull ropes or flat tapes for wire installation shall be not less than '/Z inch diameter or width. Conduit shall be laid so that the top of the conduit is a minimum depth of: 24- inches below the bottom of curb in the sidewalk area. 2. 24- inches below the top of the roadway base. 48- inches below the bottom of ties under railroad tracks unless otherwise specified by the railroad company. 4. 24- inches below the finish grade in all other areas. Rigid galvanized steel conduit shall be installed at the following locations: LI 1 1. Within railroad right of way; 2 3 2. All pole risers, except when as otherwise required by owning utilities; 4 5 3. All surface mounted conduit, with the exception of electrical service utility 6 poles. 7 8 4. All runs within slip form structures. 9 10 Couplings in cabinet foundations shall be PVC schedule 40. The stub -outs above the 11 couplings shall be PVC end bell bushings. The schedule 40 section of PVC between 12 the coupling and end bell bushing shall be installed without glue. 13 14 Conduit runs, without.innerduct, installed using the directional boring method, which 15 enter the traveled way or shoulders, shall be schedule 80 high density polyethylene 16 (HDPE), schedule 80 PVC with mechanical couplings or rigid galvanized steel. 17 18 Conduit runs, without innerduct, installed using the directional boring method, which do 19 not enter the traveled way and shoulders, shall be schedule 40 high density 20 polyethylene (HDPE), schedule 40 PVC with mechanical couplings or rigid galvanized 21 steel. 22 23 Multi -cell conduit runs, installed outside the Traveled Way and Shoulders, when using 24 the directional boring method shall have 4 -inch PVC Schedule 40 outerduct with 25 mechanical couplings or 4 -inch rigid galvanized steel outerduct. The conduit shall be 26 installed with four 1 -inch smooth wall innerducts. 27 28 When HDPE conduit is used for directional boring, it shall be continuous, with no joints, 29 for the full length of the bore. The conduit run shall be extended to the associated 30 outlets with the same schedule HDPE or PVC conduit. Entry into associated junction 31 box outlets shall be with the same schedule PVC conduit and elbows. The same 32 requirements apply for extension of an existing HDPE conduit crossing. 33 34 PVC conduit and elbows shall be connected to HDPE conduit with an approved 35 mechanical coupling. The connection shall have a minimum pull out strength of 700 36 pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be 37 prepared with a clean, straight edge. A water based pulling lubricant may be applied to 38 the threaded end of the mechanical coupling before installation. Solvent cement or 39 epoxy shall not be used on the threaded joint when connecting the HDPE conduit to the 40 mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit 41 seats approximately 3/4 of the distance into the threaded coupling depth. 42 43 For PVC installation through a directional bore, the PVC shall be in rigid sections 44 assembled to form a water tight bell and spigot type mechanical joint with a solid 45 retaining ring around the entire circumference of the conduit installed per the 46 manufacturer's recommendations. The conduit run shall be extended beyond the length 47 of the bore, to the associated outlets with the same mechanical coupled PVC or with 48 standard PVC conduit of the same schedule. The same requirements apply for 49 extension of an existing PVC conduit Roadway crossing. 50 51 Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. 52 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 At all other locations, conduit shall be PVC or rigid galvanized steel and the same type ' of conduit shall be used for the entire length of the run, from outlet to outlet. Standard PVC conduit shall be connected with medium grade gray solvent applied per the ' manufacturer's recommendations. Where nonmetallic conduit is installed, care shall be used in excavating, installing, and ' backfilling, so that no rocks, wood, or other foreign material will be left in a position to cause possible damage. When PVC conduit is installed by a method other than directional boring, conduit shall ' be schedule 40 with the exception that PVC conduit within the traveled way or shoulders and service lateral runs shall be schedule 80. ' Metallic and nonmetallic conduit installation shall include equipment grounding conductor and shall conform to requirements noted in the Standard Plans. ' Conduit shall be placed under existing pavement by approved directional boring, jacking or drilling methods, at locations approved by the Engineer. The pavement shall not be disturbed unless allowed in the Plans, or with the approval of the Engineer in the event obstructions or impenetrable soils are encountered. ' Where boring with casing is called for the casing shall be placed using an auger inside of the casing to remove the soil as the casing is jacked forward. The auger head shall ' proceed no more than 4- inches ahead of the pipe being jacked. Boring operations shall be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free from grease, dirt, rust, moisture and any other deleterious contaminants. ' The space between the conduit and casing shall be plugged with sand bags and a grout seal 12- inches thick at each end of the casing. Casing abandoned due to an ' encountered obstruction shall be grout sealed in the same manner. Grout shall obtain a minimum of 4000 -PSI compressive strength at 7 -days. 32 In lieu of sand bags and grout, unopened of prepackaged concrete may be used to seal 33 the casing. 34 Material shall not be removed from the boring pit by washing or sluicing. 35 36 All joints shall be welded by a Washington State certified welder. Welding shall conform 37 toAWS D 1.1 -80 Structural Welding Code, Section 3, Workmanship. 38 39 Directional boring for electrical installations shall be supervised by a licensed electrical 40 contractor in accordance with Section 8- 20.1(1). Where directional boring is called for, 41 conduit shall be installed using a surface launched, steerable drilling tool. Drilling shall 42 be accomplished using a high - pressure fluid jet toolhead. The drilling fluid shall be used 43 to maintain the stability of the tunnel, reduce drag on the conduit and provide backfill 44 between the conduit and tunnel. A guidance system that measures the depth, lateral 45 position and roll shall be used to guide the toolhead when creating the pilot hole. Once 46 the pilot hole is established a reamer and swivel shall be used to install the conduit. 47 Reaming diameter shall not exceed 1.5 times the diameter of the conduit being 48 installed. Conduit that is being pulled into the tunnel shall be installed in such a manner 49 so the conduit is not damaged during installation. The pullback force on the conduit shall 50 be controlled to prevent damage to the conduit. A vacuum spoils extraction system shall 51 be used to remove any excess spoils generated during the installation. Excess drilling 52 fluid and spoils shall be disposed of. The method and location used for disposal of r C C n 0 J 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 excess drilling fluid and spoils shall be subject to the Engineers approval. Drilling fluid returns (caused by fracturing of formations) at locations other than the entry and exit points shall be minimized. Any drilling fluid that surfaces through fracturing shall be cleaned up immediately. Mobile spoils removal equipment capable of quickly removing spoils from entry or exit pits and areas with returns caused by fracturing shall be used as necessary during drilling operations. Bore pits shall be backfilled and compacted in accordance with Section 2- 09.3(1)E. Directional boring, and jacking or drilling pits shall be kept 2 -feet from the edge of any type of pavement wherever possible. Excessive use of water that might undermine the pavement or soften the Subgrade will not be permitted. When approved by the Engineer, small test holes may be cut in the pavement to locate obstructions. When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional Work to place the conduit will be paid in accordance with Section 1 -04.4. When open trenching is allowed, trench construction shall conform to the following: The pavement shall be sawcut a minimum of 3- inches deep. The cuts shall be parallel to each other and extend 2 -feet beyond the edge of the trench. 2. Pavement shall be removed in an approved manner. 3. Trench depth shall provide 2 -feet minimum cover over conduits. 4. Trench width shall be 4- inches or the conduit diameter plus 2- inches, whichever is larger. 5. Trenches located within paved Roadway areas shall be backfilled with Controlled density fill (CDF) meeting the requirements of Section 2- 09.3(1)E. The controlled density fill shall be placed level to, and at the bottom of the existing pavement. The pavement shall be replaced with paving material that matches the existing pavement. On new construction, conduit shall be placed prior to placement of base course pavement. Conduit terminating in foundations shall extend a maximum of 2- inches above the foundation vertically including grounded end bushing or end bell. Conduit stub -outs within cabinet foundations shall be placed so that they do not interfere with cabinet installation. Modification of the cabinet to accommodate the stub -out placement is not allowed. Conduit entering through the bottom of a junction box shall be located near the end walls to leave the major portion of the box clear. At all outlets, conduit shall enter from the direction of the run, terminating 6 to 8- inches below the junction box lid and within 3- inches of the box wall nearest its entry location. Galvanized rigid steel conduit entering cable vaults shall extend 2- inches for the installation of grounded end bushing and bonding. PVC or HDPE conduit entering cable 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 vaults and pull boxes shall terminate flush with the inside walls of the Structure. All conduit ends shall be terminated with termination kits. Steel conduit entering concrete shall be wrapped in 2 -inch wide pipe wrap tape with a minimum 1 -inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. Innerduct conduit ends shall be terminated with termination kits. Galvanized rigid steel conduit ends shall be terminated with grounded end bushings. PVC conduit ends shall be terminated with end bell bushings. Fittings shall be installed in accordance with the current electrical codes. All covered underground conduit shall be cleaned with an approved sized mandrel and blown out with compressed air prior to pulling wire. Conduits installed for future use shall be prepared according to this Section. After final assembly in place, the conduit shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, both ends of the conduit shall be sealed with conduit caps. All conduits scheduled for future use shall originate in a foundation or junction box as detailed in the Plans and terminate in a junction box. All equipment grounding conductors, and the bonding conductor for metallic conduits shall be bonded in all junction boxes in accordance with Section 8- 20.3(9). Where surface mounting of conduit is required, supports shall consist of channel with clamps sized for the conduit. Support spacing shall comply with the Code, with the exception that spacing of channel supports for conduit shall not exceed 5 -feet. The minimum distance between adjacent clamps and between the clamp and the end of the channel supports shall be 1 -inch. Channel supports shall be installed with stops, to prevent clamps from sliding out of the ends. Existing conduit in place scheduled to receive new conductors shall have any existing conductors removed and a cleaning mandrel sized for the conduit shall be pulled through. All conduits attached to or routed within bridges, retaining walls, and other concrete structures, shall be equipped with approved expansion, deflection, and or combination expansion /deflection fittings at all expansion joints and at all other joints where structure movement is anticipated, including locations where the Contractor, due to construction method, installs expansion and /or construction joints with movement. All conduit fittings shall have movement capacity appropriate for the anticipated movement of the structure at the joint. Approved deflection fittings shall also be installed at the joint between the bridge end and the retaining wall end, and the transition from bridge, wall or other concrete structure to the underground section of conduit pipe. Conduit runs shown in the Plans are for Bidding purposes only and may be changed, with approval of the Engineer, to avoid obstructions. Where conduit with innerduct is installed a maximum of 1000 -feet of continuous open trench will be allowed, unless otherwise approved by the Engineer. All conduit with innerduct exposed above grade level, or on any elevated Structures, or as noted in the Plans shall be galvanized rigid steel conduit. 1 r 1 r, 7 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Detectable underground warning tape shall be placed 12- inches above all conduit that contains fiber optic cable and all conduits identified to contain future fiber optic cable unless otherwise detailed in the Plans. Detectable underground warning tape shall extend 2 -feet into boxes. Splicing shall be per the tape manufacturer's recommended materials and procedures. The warning tape shall be polyethylene with a metallic backing. The polyethylene shall have a minimum 4 -mils thicknesses and be 3- inches wide. The polyethylene shall be orange in color and printed in black with the words conveying message of Fiber Optic Cable Buried Below. Location 14 AWG stranded orange USE insulated wire shall be placed in continuous lengths directly above all non metallic conduit that contains fiber optic cable and all conduits identified to contain future fiber optic cable unless otherwise detailed in the plans. Location wire shall extend 8 feet into boxes. Coil and secure location wire at the entrance and exit points of all boxes. Splices shall be crimped using a non - insulated butt splice, soldered and covered with moisture blocking heat shrink. After final assembly in place, all innerducts shall be blown clean with compressed air. Then, in the presence of the Engineer, a cleaning mandrel, correctly sized for the innerduct, shall be pulled through to ensure that the conduit has not been deformed. As soon as the mandrel has been pulled through, a 200 -lb. minimum tensile strength pull string shall be installed in each innerduct and attached to duct plugs at both ends of the innerduct. At all innerduct conduit terminus points, including those in cable vaults and pull boxes, removable and reusable mechanical plugs shall be employed as follows: Outerduct conduits shall be plugged using a quadplex expansion plug inside the conduit around the innerduct. 2. Duct plugs shall be installed in all unused innerducts (those that are specified as empty) at the time of conduit installation. 3. Duct plugs shall be installed in all used innerducts (as specified in the Plans) at the time of conduit installation, unless cable pulling for those innerducts will commence within 48- hours. Innerduct containing 1 -cable shall be plugged using an expandable split plug. Innerducts with multiple cables shall be sealed with self- expanding waterproof foam. The waterproof foam shall not be placed more than 2- inches into the innerduct. 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull boxes The third paragraph is revised to read: Adjustments involving raising or lowering the junction boxes shall require conduit modification if the resultant clearance between the top of the conduit and the junction box lid becomes less than 6- inches or more than 10- inches in accordance with the Plans. 8- 20.3(8) Wiring The following new paragraph is inserted after the third paragraph: 1 2 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 All termination for traffic signal control systems shall follow the conductor sequence color code as shown in the following table. Conductor Number Color Code Color Trace Use 1 R Red Red or Don't Walk 2 O Orange Yellow or Spare 3 G Green Green or Walk 4 W White Neutral 5 B Black Ped Call or Spare 6 Wb White /Black Neutral or Spare 7 BI Blue Ped Call or Spare 8 Rb Red /Black Red or Don't Walk 9 Ob Orange /Black Yellow or Spare 10 Gb Green /Black Green or Walk The first sentence in the fifth paragraph is deleted and replaced with the following: Quick disconnect connectors shall be installed in the base of all poles supporting a luminaire. Every conductor above ground potential shall be served by a fused quick ' disconnect kit. Every conductor at ground potential shall be served by an unfused quick disconnect kit. The sixth paragraph is revised to read: Pole and bracket cable meeting the requirements of Section 9- 29.3(2)D shall be installed between the quick disconnects and the luminaire and between the sign light hand hole and the isolation switch. In addition the conductors from the isolation switch and the sign light shall be minimum AWG 14 meeting the requirements of Section 9- 29.3(2)A or 9- 29.3(2)B. Pole and bracket cable jacket shall be removed from the quick disconnect to within 2- inches below the support bracket clamp. 8- 20.3(9) Bonding, Grounding The second sentence in the second paragraph is revised to read: Bonding jumpers and equipment grounding conductors meeting the requirements of Section 9- 29.3(2)A.3 shall be minimum AWG 8 installed in accordance with the NEC. 8- 20.3(13)D Sign Lighting This section is revised to read: I i I C C 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 Sign illumination equipment shall include fixtures, brackets, conduit, electrical wire,, and other material required to make the sign lighting system operable. Sign illumination fixtures shall be fused according to the table in Section 9 -29.7. 8- 20.3(13)E Sign Lighting Luminaires The first paragraph is deleted. 8 -20.4 Measurement The first paragraph is revised to read: When shown as lump sum in the Plans or in the Proposal as illumination, intelligent transportation, or traffic signal system no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. 8 -20.5 Payment The bid item "Traffic Data Accumulation and Ramp Metering System _" is deleted and replaced with the following: "Intelligent Transportation System ", lump sum. The first sentence of the paragraph following the bid item "Traffic Signal System_" lump sum, is revised to read: The lump sum Contract price for "Illumination System, ", "Traffic Signal System "Intelligent Transportation System ", shall be full pay for the construction of the complete electrical system, modifying existing systems, or both, including sign lighting systems, as described above as shown in the Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, and for making all required tests. li 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 SECTION 8 -21, PERMANENT SIGNING December 1, 2008 8- 21.3(4) Sign Removal The following two new paragraphs are inserted after the first sentence in the first paragraph: Sign Structures shall include sign bridges, cantilever sign Structures, bridge mounted sign brackets, and any other sign mounting structure shown in the Plans to be removed by the Contractor. The embedded anchors attaching signs and sign Structures specified for removal to existing concrete Structures shall be removed a minimum of one inch beneath the existing concrete surface. The void left by removal of the embedded anchors shall be coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall be Type II conforming to Section 9 -26.1 with the grade and class as recommended by the epoxy bonding agent manufacturer and as approved by the Engineer. The grout shall consist of cement and fine aggregate mixed in the proportions to match the color of the existing concrete surface as near as practicable. 8- 21.3(9)F Bases This section including title is revised to read: 8- 21.3(9)F Foundations The excavation and backfill shall be in conformance with the requirements of Section 2- 09.3(1)E. Where obstructions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. The bottom of concrete foundations shall rest on firm ground. If the portion of the foundation beneath the existing ground line is formed or cased instead of being cast against the existing soil forming the sides of the excavation, then all gaps between the existing soil and the completed foundation shall be backfilled and compacted in accordance with Section 2- 09.3(1)E. Foundations shall be cast in one operation where practicable. The exposed portions shall be formed to present a neat appearance. Class 2 surface finish shall be applied to exposed surfaces of concrete in accordance with the requirements of Section 6- 02.3(14)B. Where soil conditions are poor, the Engineer may order the Contractor to extend the foundations shown in the Plans to provide additional depth. Such additional work will be paid for according to Section 1 -04.4. Forms shall be true to line and grade. Tops of foundations for roadside sign structures shall be finished to ground line, unless otherwise shown in the Plans or directed by the Engineer. Tops of foundations for sign bridges and cantilever sign structures shall be finished to the elevation shown in the Plans. Both forms and ground which will be in contact with the concrete shall be thoroughly moistened before placing concrete; however, excess water in the foundation excavation will not be permitted. Forms shall not be removed until the concrete has set at least three days. All forms shall be removed, except when the Plans or Special Provisions specifically allow or require the forms or casing to remain. L I I 1 2 Foundation concrete shall conform to the requirements for the specified class, be cast - 3 in -place concrete and be constructed in accordance with Section 6 -02.2 and 6 -02.3. 4 ' 5 6 Sign structures shall not be erected on concrete foundations until foundations have attained a compressive strength of 2,400 psi. 7 ' 8 9 In addition to the basic requirements, sign bridges and cantilever sign structures shall be installed in accordance with the following: 10 11 1. Tops of foundations for sign bridges and cantilever sign structures shall be ' 12 finished to the elevation shown in the Plans. 13 14 2. Steel reinforcing bars shall conform to Section 9 -07. 15 16 3. Concrete shall be Class 4000, except as otherwise specified. Where water is 17 present in the shaft excavations for Type 1 foundations for sign bridges and 18 cantilever sign structures, the shaft concrete shall be Class 4000P placed in ' 19 accordance with Section 6- 02.3(6)B. 20 21 4. All bolts and anchor bolts shall be installed so that two class full threads extend 22 beyond the top of the top heavy -hex nut. Anchor bolts shall be installed plumb, 23 plus or minus 1 degree. 24 25 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished 26 by adjusting leveling nuts. Shims or other similar devices for plumbing or ' 27 28 raking will not be permitted. 29 6. The top heavy -hex nuts of sign bridges and cantilever sign structures shall be 30 tightened in accordance with Section 6- 03.3(33), and by the Turn -Of -Nut ' 31 Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug 32 tight. Permanent marks shall be set on the base plate and nuts to indicate nut 33 rotation past snug tight. ' 34 35 In addition to the basic requirements, roadside sign structures shall be installed in 36 accordance with the following: 37 38 1. Tops of foundations shall be finished to final ground line, unless otherwise 39 shown in the Plans or staked by the Engineer. 40 ' 41 2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement 42 shall conform to the requirements of Section 9 -07. ' 43 44 3. Concrete shall be Class 3000. 45 46 4. The assembly and installation of all Type TP — A or B bases for roadside sign ' 47 structures shall be supervised at all times by either a manufacturer's 48 representative or an installer who has been trained and certified by the 49 manufacturer of the system. If the supervision is provided by a trained ' 50 installer, a copy of the installer certification shall be provided to the Engineer 51 prior to installation. 52 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 5. For all Type — A or B bases the Contractor shall attach four female anchors to a flat rigid template following the manufacturer's recommendations. The Contractor shall lower the anchor assembly into fresh concrete foundation and vibrate into position such that the tops of the anchor washers are flush with the finished top surface of the foundation. The Contractor shall support the template such that all anchors are level and in their proper position. Slip base and hinge connection nuts of roadside sign structures shall be tightened using a torque wrench to the torque, and following the procedure, specified in the Standard Plans. 8- 21.3(10) Vacant This section is revised to read: C I 8- 21.3(10) Sign Attachment , Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be attached or mounted to sign posts or sign structures as shown in the Standard Plans. Signs not conforming to the above, including all variable message sign (VMS) assemblies and other message board type assemblies, shall be attached or mounted to sign posts or sign structures by means of positive connections - defined as through - bolted connections. The use of clips or clamps to accomplish the attachment or mounting of such signs and assemblies is prohibited. 8- 21.3(12) Steel Sign Posts This section is revised to read: For roadside sign structures on Type — A or B bases, the Contractor shall use the following procedures and manufacturer's recommendations: 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all ' Type — A or B bases shall be tightened using the Turn -Of -Nut Tightening Method to a maximum rotation of 1/2 turn past snug tight. 2. The Contractor shall shim as necessary to plumb the steel sign posts. ' For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use I the following procedures: The Contractor shall assemble the steel sign post to stub post with bolts and I flat washers as shown in the Standard Plans. 2. Each bolt be tightened using a torque wrench to the torque, and following the t procedures specified in the Standard Plans. I SECTION 8 -22, PAVEMENT MARKING ' 2 April 6, 2009 3 8- 22.3(2) Preparation of Roadway Surfaces 4 This section is revised to read: ' 5 6 All surfaces shall be dry, free of any loose debris and within the proper temperature 7 8 range prior to striping. When required by the pavement marking manufacturer's installation instructions, remove pavement markings from pavement surfaces that will 9 adversely affect the bond of new pavement marking material to the roadway surface 10 according to Section 8- 22.3(6). 11 12 Remove all other contaminants from pavement surfaces that may adversely affect the 13 installation of new pavement markings by sandblasting, shot - blasting, or sweeping. Air 14 blast the pavement with a high - pressure system to remove extraneous or loose 15 material. 16 ' 17 Apply materials to new HMA that is sufficiently cured according to the manufacturer's 18 recommendations. Typically, Type D material applied to new HMA pavement requires a 19 pavement cure period of 21 days. This cure period may be reduced if the manufacturer 20 performs a successful bond test and approves the reduction of the pavement cure 21 period. 22 23 For new Portland .Cement Concrete surfaces remove curing compounds and laitance by 24 an approved mechanical means. Air blast the pavement with a high - pressure system to 25 remove extraneous or loose material. Apply materials to concrete that has reached a 26 27 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 28 cement concrete pavement requires a pavement cure period of 28 days. This cure 29 period may be reduced if the manufacturer performs a successful bond test and ' 30 approves the reduction of the pavement cure period. 31 32 After the pavement surface is clean and dry, apply primer as recommended by the 33 manufacturer to the area receiving the pavement markings. Apply the primer in a 34 continuous, solid film according to the recommendations of the primer manufacturer and 35 the pavement markings manufacturer. 36 37 8- 22.3(3) Marking Application 38 The content of this section is deleted. This section is supplemented with the following new 39 sub - sections: ' 40 41 8- 22.3(3)A Marking Colors 42 Lane line and right edge line shall be white in color. Center line and left edge line shall 43 be yellow in color. Transverse markings shall be white, except as otherwise noted in the 44 Standard Plans. ' 45 46 8- 22.3(3)6 Line Patterns 47 Solid line — a continuous line without gaps. 48 49 Broken line — aline consisting of solid line segments separated by gaps. 50 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 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: 1 Dotted line — a broken line with noticeably shorter line segments separated by noticeably shorter gaps. 8- 22.3(3)C Line Surfaces Flat Lines — Pavement marking lines with a flat surface. ' Profiled Marking — A profiled pavement marking is a marking that consists of a base line thickness and a profiled thickness which is a portion of the pavement marking line that is applied at a greater thickness than the base line thickness. Profiles shall be applied using the extruded method in the same application as the base line. The profiles may be slightly rounded provided the minimum profile thickness is provided for the length of the profile. See the Standard Plans for the construction details. Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse grooves. An embossed plastic line may also have profiles. See the Standard Plans for the construction details. 8- 22.3(3)D Line Applications Surface line — a line constructed by applying pavement marking material directly to the ' pavement surface or existing pavement marking. Grooved line — A line constructed by grinding or saw cutting a groove into the pavement surface and spraying, extruding or gluing pavement marking material into the groove. Groove depth is measured vertically from the bottom of a 2 -foot or longer straight edge placed on the roadway surface to the ground surface. The groove depth is dependent upon the material used, the pavement surface and location. See these Standard Specifications, the project Plans and Special Provisions. 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: 1 n �I 1 1 2 ' 4 5 6 8 Pavement Type 9 Time Period 10 Low VOC Waterborne 11 Treatment 12 ' 13 Low VOC Waterborne 14 Paint- second coat 15 30 -days max. 16 Low VOC Waterborne 17 Pavement 18 Pavement Type Paint Type Time Period Bituminous Surface Low VOC Waterborne 4 -hours min., Treatment spray 48 -hours max. Hot Mix Asphalt Pavement Low VOC Waterborne 4 -hours min., Paint- second coat spray 30 -days max. Cement Concrete Low VOC Waterborne 4 -hours min., Pavement extruded 30 -days max. Bituminous Surface High and Low VOC Solvent 40 min. min., Treatment spray 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., Type A -with profiles extruded 30 -days max. Cement Concrete High and Low VOC Solvent 40 min. min., Pavement extruded 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 120 120 120 161 Type D - flat/transverse & symbols extruded 120 120 120 89 Type D - flat/long line spray 90 90 120 73 Type D - flat/long line extruded 90 90 120 54 Type D - profiled /long line extruded 90 90 120 36 Type D — grooved /flat/long line extruded 230 230 230 250 1 2 3 Liquid pavement marking material yield per gallon depending on thickness shall not 4 exceed the following: 5 6 7 9 10 Mils thickness Feet of 4" linelgallon Square feetigallon 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 C 1-1 LIB A 1 11 0 1 2 3 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 125 - embossed with profiles 58 20 230- flat grooved 47 15 All grooved lines shall be applied into a groove cut or ground into the pavement. For Type A or Type D material the groove shall be cut or ground with equipment to produce a smooth square groove 4- inches wide. For Type C -1 material the groove shall be cut with equipment to produce a smooth bottom square groove with a width in accordance with the material manufacturer's recommendation. After grinding, clean the groove by shot blasting or a method approved by Engineer. Immediately before placing the marking material clean the groove with high pressure air. 8- 22.3(3)A Grass beads This section is renumbered as follows: 8- 22.3(3)G Glass Beads The second sentence in the second paragraph is revised to read: For plastic pavement markings, glass bead type and application rate shall be as recommended by the marking material manufacturer. 8- 22.3(4) Tolerances for Lines This section is revised to read: Allowable tolerances for lines are as follows: Length of Line — The longitudinal accumulative error within a 40 -foot length of broken line shall not exceed plus or minus 1 -inch. The broken line segment shall not be less than 10 feet. Width of Line — The width of the line shall not be less than the specified line width or greater than the specified line width plus' /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 '/z -inch. 8- 22.3(5) Plastic Installation Instructions This section's title is revised to read: 1 2 4 5 6 8 9 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. r E r_ L 1 n 1 n Ci Ll 1 1 1 2 3 4 5 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 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 -02, BITUMINOUS MATERIALS April 6, 2009 9 -02.1 Asphalt Material, General This section is supplemented with the following: The Asphalt Supplier of Performance Graded Asphalt Binder (PGAB) and Cationic ' Emulsified Asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and Emulsified Asphalts." The Asphalt Supplier's QCP shall be submitted and approved by the WSDOT State Materials Laboratory. Any change to the QCP will require a new QCP to be submitted. The Asphalt Supplier of PGAB and Cationic Emulsified Asphalt shall certify through the Bill of Lading that the PGAB or Cationic Emulsified Asphalt meets the Specification requirements of the Contract. 9- 02.1(4)A Quality Control Plan This section including title is revised to read: 9- 02.1(4)A Vacant 1] 1 r--1 L 1� J 3 17 18 19 20 21 22 14 ' 5 Class B 6 98 -100 26 2" square 8 75 -100 9 72 -87 10 3/4' square 11 0 -5 12 3 -14 13 17 18 19 20 21 22 14 Sieve Size 15 Class B 16 17 18 19 20 21 22 ' 27 1 SECTION 9 -03, AGGREGATES April 6, 2009 9- 03.1(1) General Requirements The reference to ASTM C -1260 in the third, fifth, and sixth paragraphs is deleted. The following new paragraph is inserted after the sixth paragraph: The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 may be approved for use for aggregates with expansions greater than or equal to 0.21 percent. The Contractor shall submit test results according to ASTM C 1567 through the Project Engineer to the State Materials Laboratory that demonstrate that the proposed fly ash when used with the proposed aggregates and portland cement will control the potential expansion to 0.20 percent or 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- 03.8(7) HMA Tolerances and Adjustments The third sentence in the second paragraph under (1.), (Beginning with: The tolerance limits on sieves... ) is deleted. 9 -03.17 Foundation Material Class A and Class B This section is revised to read: Foundation material Class A and Class B shall conform to the following gradations: 23 Sieve Size 24 Class B 25 98 -100 26 2" square 92 -100 ' 27 1 SECTION 9 -03, AGGREGATES April 6, 2009 9- 03.1(1) General Requirements The reference to ASTM C -1260 in the third, fifth, and sixth paragraphs is deleted. The following new paragraph is inserted after the sixth paragraph: The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 may be approved for use for aggregates with expansions greater than or equal to 0.21 percent. The Contractor shall submit test results according to ASTM C 1567 through the Project Engineer to the State Materials Laboratory that demonstrate that the proposed fly ash when used with the proposed aggregates and portland cement will control the potential expansion to 0.20 percent or 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- 03.8(7) HMA Tolerances and Adjustments The third sentence in the second paragraph under (1.), (Beginning with: The tolerance limits on sieves... ) is deleted. 9 -03.17 Foundation Material Class A and Class B This section is revised to read: Foundation material Class A and Class B shall conform to the following gradations: All percentages are by mass. Percent Passing Sieve Size Class A Class B 2'/2" square 98 -100 95 -100 2" square 92 -100 75 -100 1'/2' square 72 -87 30 -60 3/4' square 27 -47 0 -5 W square 3 -14 - -- U.S. No. 4 0 -5 - -- All percentages are by mass. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 SECTION 9 -07, REINFORCING STEEL April S, 2009 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 -07.10 Prestressing Reinforcement Strand The first sentence in the fourth paragraph is revised to read: For every 5 reels furnished, one sample, not less than 5'/z -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 51/2-feet long, to the Engineer for testing. 1 SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING 2 April 6, 2009 3 9- 14.4(4) Vacant 4 This section including title is revised to read: 5 6 9- 14.4(4) Wood Strand Mulch 7 Wood strand mulch shall be a blend of loose, long, thin wood pieces derived from native 8 conifer or deciduous trees with high length -to -width ratio. A minimum of 95% of the 9 wood strand shall have lengths between 2 and 10- inches, with a width and thickness 10 11 between 1/16 and 3/8- inches. 12 The mulch shall not contain resin, tannin, or other compounds in quantities that would 13 be detrimental to plant life. Sawdust or wood shavings shall not be used as mulch. 14 15 9- 14.4(8) Compost 16 This section is revised to read: 17 18 Compost products shall be the result of the biological degradation and transformation of 19 plant- derived materials under controlled conditions designed to promote aerobic 20 decomposition. Compost shall be stable with regard to oxygen consumption and carbon 21 dioxide generation. Compost shall be mature with regard to its suitability for serving as 22 a soil amendment or an erosion control BMP as defined below. The compost shall have 23 a moisture content that has no visible free water or dust produced when handling the 24 material. 25 26 Compost production and quality shall comply with Chapter 173 -350 WAC. 27 28 Compost products shall meet the following physical criteria: ' 29 30 1. Compost material shall be tested in accordance with U.S. Composting Council 31 Testing Methods for the Examination of Compost and Composting (TMECC) 32 02.02 -6, "Sample Sieving for Aggregate Size Classification ". ' 33 34 Fine Compost shall meet the following: 35 ' 36 Min. Max. 37 Percent passing 2" 100% 38 Percent passing V 95% 100% 39 Percent passing 5/8" 90% 100% ' 40 Percent passing '/4" 75% 100% 41 Maximum particle length of 6 inches 42 43 Coarse Compost shall meet the following: 44 ' 45 46 Min. Max. Percent passing 3" 100% 47 Percent passing 1" 90% 100% ' 48 49 Percent passing 3/4" 70% 100% Percent passing '/4" 40% 60% 50 Maximum particle length of 6 inches r 51 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 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 (1-01)". 5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity ". 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 /9 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). n Ll 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. 1 1 1 1 1 11 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 9- 14.4(8)B Compost Acceptance Seven days prior to initial application of any compost the Contractor shall submit a compost sample, a STA test report dated within 90 calendar days, and the list of feedstocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in section 9- 14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall be 'immediately removed from the project and replaced at no cost to the Contracting Agency. 9- 14.5(1) Polyacrylamide (PAM) The second sentence is revised to read: PAM shall be anionic and shall be linear, and not cross - linked. 9- 14.5(3) Clear Plastic Covering This section is revised to read: Clear plastic covering shall conform to the requirements of ASTM D 4397, for polyethylene sheeting having a minimum thickness of 6 mils. 9- 14.5(7) Coir Log The reference to Standard Plans in the second sentence of the first paragraph is revised to read Plans. 9- 16.1(1)C Tension Wire and Tension Cable ' Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. ' Tension cable shall meet the requirements of Section 9- 16.6(5). 9- 16.1(1)D Fittings and Hardware r This section is supplemented with the following: Fabric bands and stretcher bars shall meet the requirements of Section 9- 16.6(9). Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section 9- 16.6(6). ' 9- 16.1(1)E Chain Link Gates The first sentence in the first paragraph is revised to read: ' SECTION 9 -16, FENCE AND GUARDRAIL December 1, 2008 9- 16.1(1)A Post Material for Chain Link Fence The first paragraph is supplemented with the following: ' • Round Post Material Round post material shall be Grade 1 or 2. • Roll Form Material , Roll- formed post material shall be Grade 1. Roll- formed end, corner, and pull posts shall have integral fastening loops to connect to the fabric for the full length of each post. Top rails and brace rails shall be open rectangular sections with internal flanges as shown in ASTM F 1043. The Round Post Material and Roll Form Material information following the third paragraph is deleted. 9- 16.1(1)B Chain Link Fence Fabric The first paragraph is revised to read: Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 9 gage wire for chain link fence Type 1. The fabric shall be zinc - coated steel wire conforming to AASHTO M 181, Class C. Zinc 5- percent Aluminum - Mischmetal alloy meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot- dipped) at the application rate specified by ASSHTO M 181 for hot -dip zinc coating. Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with minimum weight of coating of uncoated wire surface 1.0 oz/sq ft (305 g /m2). 9- 16.1(1)C Tension Wire ' This section including title is revised to read: 9- 16.1(1)C Tension Wire and Tension Cable ' Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing shall be Class 1. ' Tension cable shall meet the requirements of Section 9- 16.6(5). 9- 16.1(1)D Fittings and Hardware r This section is supplemented with the following: Fabric bands and stretcher bars shall meet the requirements of Section 9- 16.6(9). Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of Section 9- 16.6(6). ' 9- 16.1(1)E Chain Link Gates The first sentence in the first paragraph is revised to read: ' 1 Gate frames shall be constructed of not less that 1 1/2 -inch (I.D.) galvanized pipe ' conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9- 16.1(1)A. ' The fourth sentence in the first paragraph is revised to read: All welds shall be ground smooth and painted with an A -9 -73 galvanizing repair 1 paint or A -11 -99 primer meeting the requirements of Section 9 -08.2. 9- 16.2(1)A Steel Post Material ' The paragraph under Angle Post Material is revised to read: All angle post material shall be galvanized in accordance with the requirements of AASHTO M 111 except the anchor plate on fence post material shall be grade 55. Angle post used for end, corner, gate and pull post and brace shall have a minimum weight of 3.1 lb/ft. The first sentence in the third paragraph is revised to read: ' Posts shall not be less than 7 -feet in length. The last sentence in the third paragraph is revised to read: tThe anchor plate shall be securely attached and have a surface area of 20 ±2 in z, and a minimum weight of 0.67 pounds. 9- 16.3(2) Posts and Blocks The first sentence in the second paragraph is revised to read: ' Timber posts and blocks shall conform to the grade specified in Section 9- 09.2(2). 9- 16.3(3) Galvanizing ' The first sentence in the first paragraph is revised to read: W -beam or thrie beam rail elements and terminal sections shall be galvanized in ' accordance with AASHTO M -180, Class A, Type 2, except that the rail shall be galvanized after fabrication, with fabrication to include forming, cutting, shearing, punching, drilling, bending, welding, and riveting. ' 9- 16.3(4) Hardware This section is revised to read: ' Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, shall conform to 9- 06.5(1). High Strength bolts, nuts, and washers for High ' Strength Bolts shall conform to 9- 06.5(3). Unfinished bolts will be accepted by field verification and documentation that bolt heads are stamped 307A. The Contractor shall submit a manufacturer's certificate 111 of compliance per 1 -06.3 for high strength bolts, nuts, and washers prior to installing any of the hardware. 9- 16.3(5) Anchors The reference to "hot dip galvanized" in the tenth paragraph is revised to "galvanized ". 9- 16.4(2) Wire Mesh The reference to "hot dip galvanized" in the second sentence in the third paragraph is revised to "galvanized ". 9- 16.6(2) Glare Screen Fabric The reference to "A 491" in the second sentence in the first paragraph is revised to "ASTM A 491 ". 9- 16.6(3) Posts The first paragraph is revised to read: Line posts for Type 1 glare screen shall be 1 1/2- inches by 1 7/8- inches galvanized steel H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 glare screen shall be 1 5/8- inches by 2 1/4- inches galvanized steel H column with a minimum weight of 4.0 pounds per linear foot, or 2 -inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall be used on any one project. The first paragraph is supplemented with the following: End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2- inches by 1 7/8- inches steel H column with a minimum weight of 2.8 pounds per linear foot. The first sentence in the second paragraph is revised to read: End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2 -inch inside diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. The reference to "hot dip galvanized" in the third sentence in the second paragraph is revised to "galvanized ". The first two sentences in the fifth paragraph are revised to read: All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The minimum average zinc coating is per square foot of surface area. 9- 16.6(5) Cable The reference to "hot dip galvanized" is revised to "galvanized ". 9- 16.6(6) Cable and Tension Wire Attachments The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to "galvanized ". ' The third sentence in the first ara ra h is deleted. P 9 P 9- 16.6(9) Fabric Bands and Stretcher Bars The reference to "hot dip galvanized" is revised to "galvanized ". 9- 16.6(10) Tie Wire This section including title is revised to read: ' 9- 16.6(10) Tie Wire and Hog Rings Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy 1100 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279. Galvanizing shall be Class 1. Hog rings shall be 12 gage galvanized steel wire. 9- 16.8(1) Rail and Hardware The word "Composition" following the first paragraph is deleted. 1 1 2 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 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. r- u 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. I 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. I 1 r, C 1 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 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. 1 2 3 4 5 6 7 8 9 10 11 0 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. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 SECTION 9 -28, SIGNING MATERIALS AND FABRICATION April 6, 2009 9 -28.8 Sheet Aluminum Signs The second paragraph (excluding chart) is revised to read: After the sheeting has been fabricated, the surface of each panel shall be protected from corrosion. The corrosion protection shall meet the requirements of ASTM B -449 class II Specification for Chromates on Aluminum. Aluminum signs over 12 -feet wide by 5 -feet high shall be comprised of vertical panels in increments of 2, 3, or 4 -feet wide. No more than one 2 -foot and/or 3 -foot panel may be used per sign. The Contractor shall use the widest panels possible. All parts necessary for assembly shall be constructed of aluminum, galvanized, or stainless steel in accordance with the plans. Sheet thickness shall be as follows: 9- 28.9(1) Mechanical Properties The chart in this section is revised to read: Mechanical Property Tensile Strength Tensile Modulus Flexural Strength Flexural Modulus Compression Strength Compression Modulus Punch Shear Ave. Min. Requirement ASTM Test 10.0 psi x 103 D638 1.2 psi x 106 D638 20.0 psi x 103 D790 1.2 psi x 106 D790 32.0 psi x 103 D695 1.4 psi x 106 D695 12.0 psi x 103 D732 9- 28.14(2) Steel Structures and Posts The first sentence in the fifth paragraph is supplemented with the following: Steel used for slip bases (S13-1, S13-2, S13-3) and heavy duty anchors shall have a controlled silicon maximum of 0.40 - percent. 1 SECTION 9 -29, ILLUMINATION, SIGNAL, ELECTRICAL 2 April 6, 2009 3 9 -29.1 Conduit, Innerduct, and Outerduct 4 This section's content is deleted. This section is supplemented with the following: 5 6 Conduit shall be free from defects, including out of round, and foreign inclusions. 7 Conduit shall be uniform in color, density, and physical properties. The inside shall be 8 smooth and free from burrs which could damage cable during installation. Conduit ends 9 shall be cut square to the inside diameter, and supplied with thread protectors. All 10 conduit, conduit fittings, and associated hardware /appurtenances shall be listed by a 11 Nationally Recognized Testing Laboratory. 12 13 9- 29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings 14 Rigid metal conduit, shall be straight, and be rigid galvanized steel, or stainless steel, as 15 required and bear the mark of a Nationally Recognized Testing Laboratory. Exterior and 16 interior surfaces of the galvanized steel conduit, except threaded ends, shall be 17 uniformly and adequately zinc coated by a hot -dip galvanizing process. The average of 18 the zinc coating shall comply with Federal Specification WW- C -581d. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 9- 29.1(2) Rigid Metal Conduit Fittings and Appurtenances Couplings for rigid metal type conduits may be either hot -dip or electroplated galvanized. Conduit bodies and fittings for rigid steel conduit systems shall be listed by Nationally Recognized Testing Laboratory listed for wet locations, and shall be hot -dip galvanized malleable iron, or bronze. Conduit bodies shall have tapered threads, and include a bolt on cover with stainless steel screws and a neoprene gasket seal. Grounding end bushings shall be bronze or galvanized malleable iron with copper, tinned copper, stainless steel, or integral lug with stainless steel clamping screw, mounting screw and set screw. •1 I I Conduit clamps and straps shall be type 304 or type 316 stainless steel or hot -dip ' galvanized. Two -hole type straps shall span the entire width of the support channel and attach to the supports on both sides of the conduit with bolts and associated hardware. Two piece conduit clamps shall interlock with the support channel with a single bolt. ' Conduit supports for surface mounted conduit shall be hot -dip galvanized or type 304 or type 316 stainless steel channel using type 304 or type 316 stainless steel bolts and ' spring nuts. 9- 29.1(2)A Expansion Fittings, Deflection Fittings, and Combination I Expansion /Deflection Fittings Expansion fittings for rigid galvanized steel conduit shall be weather tight, with hot -dip galvanized malleable or ductile iron end couplings and body and shall allow for 4- inches ' of movement minimum (2- inches in each direction). Expansion fittings for rigid galvanized steel conduit shall have an external tinned copper bonding jumper or an internal tinned copper bonding jumper. The internal tinned copper bonding jumper shall not reduce the conduit conductor capacity. ' 'J 1 Deflection fittings for rigid galvanized steel conduit shall be weather tight, with hot -dip 2 galvanized ductile iron or bronze end couplings, with molded neoprene sleeve, stainless 3 steel bands and internal tinned copper bonding jumper. Deflection fittings shall provide 4 for conduit movement of 1/4-inch in all directions and angular movement of 30 degree in ' 5 6 any direction. 7 A combination of a deflection and an expansion fitting for rigid galvanized steel conduit 8 shall be assembled from a deflection fitting and an expansion fitting as defined above. 9 10 The bonding jumper used for expansion fittings and combination expansion deflection 11 fittings shall be a tinned copper braid attached to the conduit with a galvanized "U" bolt ' 12 type connection designed for the application. 13 14 9- 29.1(3) Flexible Metal Conduit 15 Liquidtight flexible metal conduit shall consist of a single strip of continuous flexible 16 interlocked steel galvanized inside and out, forming a smooth internal wiring channel 17 with a liquid tight covering of sunlight resistant flexible PVC conforming to NEC Article 18 350. ' 19 20 9- 29.1(3)A Flexible Metal Conduit Appurtenances 21 Liquidtight connectors shall be the insulated throat type, conforming to NEC Article 350, ' 22 and listed for wet locations. 23 ' 24 9- 29.1(4) (Von- Metallic Conduit 25 26 9- 29.1(4)A Rigid PVC Conduit 27 Rigid PVC conduit shall conform to NEMA TC 2 and ASTM F 2136, and UL 651. ' 28 Fittings shall conform to NEMA TC -3, and be UL 514C and UL 651. 29 30 PVC solvent cement shall meet ASTM D 2564 including note 8 (label to show pipe sizes ' 31 for which the cement is recommended). 32 ' 33 34 9- 29.1(4)6 HDPE Conduit HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory. Couplings 35 for HDPE shall be mechanical and listed for use with HDPE. 36 ' 37 Aluminum mechanical couplings are prohibited. 38 39 9- 29.1(5) Innerduct and Outerduct ' 40 The innerduct system shall be factory- installed and shall be designed so that expansion 41 and contraction of the innerducts takes place in the coupling body to eliminate 42 compatibility problems.The conduit coupling body shall have a factory- assembled 43 gasket that is multi -stage and anti - reversing, sealing both the outerduct and innerducts. ' 44 A secondary mid -body O -ring gasket shall be seated into the coupling body and shall 45 hold the coupling body firmly in the outerduct. 46 ' 47 All fittings, adapters, and bends (sweeps) shall be provided and shall be manufactured 48 from the same materials and manufacturing process as the conduit, except as specified 49 otherwise. The conduit system shall be a complete system with the following 50 accessories: 51 ' 52 Manhole Terminator Kits 1 2 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Deflection Fittings Offset Fittings Expansion /Contraction Fittings Repair Kits Conduit and Innerduct Plugs Pull string Pull rope Conduit spacers Split Plugs 9- 29.1(5)A Rigid Galvanized Steel Outerduct with PVC or PE Innerduct Each section of steel outerduct shall be supplied with one reversing spin coupling that allows straight sections and fittings to be joined without spinning the conduit. The reversing coupling shall be galvanized and have three setscrews or a lock nut ring to lock the coupling in place. Setscrews or lock nut ring shall be galvanized or stainless steel and insure continuous electrical ground. The couplings shall be galvanized steel with the same material properties as the conduit. The conduit system shall be designed so that assembly of components can be accomplished in the following steps: 1. Loosen setscrews or lock nut ring on coupling and spin back to allow for insertion. 2. Spin coupling mating sections forward to bottom. 3. Tighten setscrews on lock nut ring. 9- 29.1(5)6 Rigid PVC Outerduct with PVC or PE Innerduct Protective outerduct for schedule 40 PVC and schedule 80 PVC conduit outerduct shall be 4 -inch with a minimum 5 -inch extended integral "bell end" and shall be gray in color. The outerduct minimum wall thickness shall be 0.23 -inch for Schedule 40 PVC and 0.32 -inch for Schedule 80 PVC. Conduit and fittings for PVC outerduct shall be manufactured with an ultraviolet inhibitor The coupling body for PVC outerduct shall include a factory- assembled, multi -stage gasket that is anti - reversing, sealing both the outer and innerducts. A secondary mid - body gasket shall be seated at the shoulder of the bell to assure air and water integrity of the system. The bell end and the coupling body assembly shall accept a minimum of 5- inches of the spigot end. The conduit system shall be designed so that straight sections and fittings will assemble without the need for lubricants or cement. PVC outerduct shall have a longitudinal print -line that denotes "Install This Side Up" for proper innerduct alignment. PVC outer -ducts shall have a circumferential ring on the spigot end of the duct to provide a reference point for ensuring the proper insertion depth when connecting conduit ends. The line shall be a minimum of 5- inches from the end of the conduit. 1 rJ r 2 3 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 9- 29.1(5)C Innerduct for Straight Sections of Galvanized Steel Outerduct or PVC Outerduct The innerducts shall have a minimum outside diameter of 1.25 -inch, and a minimum inside diameter of 1.2 -inch. Larger diameter innerducts may be provided if the wall thickness and diameter tolerances are met. The tolerance for inside and outside diameters shall be 0.005 -inch. The innerducts shall have a minimum wall thickness of 0.060 -inch. Innerduct shall be color coded and shall index a minimum of one innerduct with a different color. Alternate color codes are permitted as long as the color codes are contiguous between adjacent junction boxes. The innerducts shall be factory installed in the outerduct. Dynamic coefficient of friction of innerducts shall be tested in accordance with Telcordia GR- 356 -CORE procedure. The coefficient of friction shall be less than 0.30 between medium density polyethylene jacketed fiber optic cable and the prelubricated innerduct. The coefficient of friction shall be less than 0.10 between the '/4 -inch diameter polypropylene rope (suitable for fiber optic cable pulling) and the prelubricated innerduct. Pull rope used for testing (meeting the 0.10 coefficient of friction requirement) shall be the same type as the pull rope used for cable installation. The Contractor shall provide as part of the conduit submittals a certificate of compliance with these coefficient of friction requirements. The innerduct shall have a smooth, non - ribbed interior surface, with a factory prelubricated coating. The coating shall provide the required dynamic coefficient of friction. Innerduct shall be extruded polyvinyl chloride (PVC) or polyethylene (PE). The coupling body for the innerduct shall be factory assembled in the bell end of the outerduct and shall be manufactured from a high impact engineered thermoplastic. The coupling body face shall be supplied with lead -ins to facilitate assembly. All outerduct shall be marked with data traceable to plant location. 9- 29.1(5)D Conduit with Innerducts Fittings and Appurtenances Duct plugs shall be polypropylene and be equipped with a neoprene or polyurethane gasket. Plugs shall be equipped with an attachment to secure the pull rope in the innerduct. The plug shall withstand 5 psi. 9- 29.1(5)D1 Bends for 4 -inch PVC Conduit with Innerducts or Galvanized Steel Conduit with Innerducts All bend radii shall be 36- inches or greater. The conduit system shall provide a complete line of fixed and flexible sweeps with system compatible bell and spigot or threaded ends. The bends shall contain high- temperature burn - through- resistant innerducts manufactured from PVC, PE, or Nylon -66. The innerducts shall meet all other requirements for innerduct In Sections 9- 29.1(1) and 9- 29.1(5)A. 9- 29.1(5)D2 Prefabricated Fixed and Flexible Bends (for Innerducts) The prefabricated standard fixed PVC bends shall have a radius between 4 -feet and 9- feet and sweep angles of 11.25- degree, 22.5- degree, 45- degree, or 90- degree. Flexible bends shall be prefabricated. These conduits may be field bent to a uniform radius no less than 4 -feet. The field bend shall be no greater than 90- degrees. 1 2 4 5 6 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Grounding shall be continuous in flexible bends. Outerduct for flexible ends shall be ' manufactured from reinforced PVC. Expansion and Deflection fittings for rigid galvanized steel conduit with innerduct shall be provided in accordance with 9- 29.1(2)A. ' 9- 29.1(6) Detectable Underground Warning Tape Detectable Underground Warning tape shall be Orange imprinted in black lettering with ' the message; "FIBER OPTIC CABLE BURIED BELOW" or equal. The warning tape shall be polyethylene with a metallic backing. The polyethylene shall be a minimum 4- mils thick and 3- inches wide. I 9- 29.1(7) Steel Casings Steel casing material shall conform to ASTM A 252 Grade 2 or 3 or casing as approved ' by the Engineer. The Contractor shall furnish pipe of adequate thickness to withstand the forces exerted by the boring operation as well as those forces exerted by the earth during installation and shall be a minimum of % -inch thick.All joints shall be welded by a ' welder qualified in accordance with AWS D1.1 structural welding code, section 3. 9- 29.1(8) Drilling Fluid ' Drilling fluid used for directional boring shall be an inert mixture of water and bentonite clay, conforming to the drilling equipment manufacturers recommendations. 9 -29.3 Conductors, Cable ' This section's content is deleted. This section's title is revised to read: 9 -29.3 Fiber Optic Cable, Electrical Conductors, and Cable ' 9- 29.3(1)A Singlemode Fiber Optic Cable ' This section is revised to read: Singlemode fibers utilized in the cables specified herein shall be fabricated from 100 kpsi proof stress glass and primarily composed of silica which shall provide a matched ' clad index of refraction (n) profile and the following physical and performance characteristics: 1. Maximum Attenuation: 0.4/0.3 dB /km at 1310/1550 nanometers, respectively, ' 2. Typical Core Diameter: 8.3 microns; ' 3. Cladding Diameter: 125 micron; 4. Core- to-Cladding Offset (Defined as the distance between the core center and , the cladding center: < 0.8 microns; 5. Cladding Non - Circularity (Defined as {f1- (minimum cladding diameter maximum cladding diameter)] X 100. }: < 2.0 %; 6. Coating Diameter of 250 microns ± 15 microns with a minimum coating ' thickness at any point of not less than 50 microns; 7. The coating shall be a dual - layered, UV -cured acrylate applied by the fiber , manufacturer; and, 1 J 1 8. The coating shall be mechanically or chemically strippable without damaging 2 the fiber. 3 4 9- 29.3(2) Twisted -Pair (TWP) Copper Cable 5 This section's content is deleted. This section's title is revised to read: 6 7 9- 29.3(2) Electrical Conductors and Cable 8 9 This section is supplemented with the following new sub - sections: 10 11 9- 29.3(2)A Single Conductor 12 13 9- 29.3(2)A1 Single Conductor Current Carrying 14 All current carrying single conductors shall be stranded copper conforming to ASTM 133 15 and 138. Insulation shall be chemically XLP (cross - linked polyethylene) or EPR (Ethylene 16 Propylene Rubber) Type USE rated for 600 volt. 17 18 9- 29.3(2)A2 Grounding Electrode Conductor 19 Grounding electrode conductor shall be bare or insulated stranded copper. The 20 insulation shall be green or green with a yellow tracer. 21 22 9- 29.3(2)A3 Equipment Grounding and Bonding Conductors 23 Equipment grounding and bonding jumper conductors shall be bare or green insulated, 24 stranded copper with cross - linked polyethylene insulation rated USE and 600 volts, 25 with the exception that the equipment grounding and bonding jumper conductors 26 installed between junction box, pull box, or cable vault frame and lids shall be tinned, 27 braided copper. 28 29 9- 29.3(2)A4 Location Wire 30 Location wire shall be a single stranded copper size AWG 14 insulated conductor. The 31 insulation shall be type USE Orange in color. 32 33 9- 29.3(2)B Multi- Conductor Cable 34 Two conductor through 10 conductor unshielded signal control cable shall conform to 35 International Municipal Signal Association (IMSA) signal cable Specification 20 -1. 36 37 9- 29.3(2)C Aluminum Cable Steel Reinforced 38 Triplex or Quadraplex type ACSR neutral self - supporting aerial conductors of the 39 appropriate size for aluminum conductors shall be used where required in the Contract. 40 The neutral conductor shall be the same size as the insulated conductor. All conductors 41 shall be stranded. 42 43 9- 29.3(2)D Pole and Bracket 44 Pole and bracket cable shall be a two - conductor cable rated for 600 volts. The individual 45 conductors shall be one red and one black 19- strand No. 10 AWG copper, assembled 46 parallel. The conductor insulation shall be 45 -mil polyvinyl chloride or a 600 volt rated 47 cross - linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not 48 less than 45 -mils thick. If luminaires with remote ballasts are specified in the Contract, 49 this same cable shall be used between luminaire and ballast for both timber and 50 ornamental pole construction. If the luminaire requires fixture wire temperatures greater 51 than 75 °C, the outer jacket shall be stripped for that portion of the cable inside the 1 luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving 2 of the temperature rating recommended by the luminaire manufacturer. 3 4 9- 29.3(2)E Two - Conductor Shielded 5 Two conductor shielded (2CS) cable shall have 14 AWG (minimum) conductors and 6 shall conform to IMSA Specification No. 50 -2. 7 8 9- 29.3(2)F Detector Loop Wire 9 Detector loop wire may be 12 or 14 AWG stranded copper wire, IMSA 51 -3 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 9- 29.3(2)G Four - Conductor Shielded Cable Four conductor shielded cable (4CS) shall consist of a cable with four 18 AWG conductors with polypropylene insulation, an aluminized polyester shield, water blocking material in the cable interstices, and a 26 -mil minimum outer jacket of polyethylene. The four - conductor assembly shall be twisted 6 turns per foot. Each conductor shall have a different insulation color. Overall cable diameter shall be 0.25 -inch maximum. Capacitance between adjacent pairs shall be 18 pf per foot and 15 pf per foot between diagonal pairs. The capacitances shall not vary more than 10 percent after a 10 -day immersion test with ends exposed in a saturated brine solution. 9- 29.3(2)H Three - Conductor Shielded Cable Three - conductor shielded cable (3CS) for the detector circuit for optical fire preemption receivers shall consist of three 20 AWG conductors with aluminized mylar shield and one No. 20 drain wire, all enclosed with an outer jacket. All wires shall be 7 X 28 stranded tinned copper material. Conductor insulation shall be rated 75 °C, 600 volt. The drain wire shall be uninsulated. Conductor color coding shall be yellow, blue, and orange. DC resistance of any conductor or drain wire shall not exceed 11 ohms per 1,000 -feet. Capacitance from one conductor to the other two conductors and shield shall not exceed 48 pf per foot. The jacket shall be rated 80 degree C, 600 volt, with a minimum average wall thickness of 0.045 -inch. The finished outside diameter of the cable shall be 0.3 -inch maximum. I r I� 9- 29.3(2)1 Twisted Pair Communications Cable Twisted Pair Communications Cable shall meet RUS Specification 1755.390 and shall ' be AWG22 conductor. The cable shall have a petroleum compound completely filling the inside of the cable and rated for OSP (Outside Plant) applications. 9 -29.6 Light and Signal Standards ' This section is supplemented with the following: Materials for steel light and signal standards, and associated anchorage and fastening ' hardware, shall conform to Sections 9- 29.6(1), 9- 29.6(2) and 9- 29.6(5) unless otherwise specified in one of the following documents: , 1. The steel light and signal standard fabricator's pre- approved plan as approved by the Washington State Department of Transportation and as identified in the Special Provisions. ' 2. The steel light and signal standard fabricator's shop drawing submittal, including supporting design calculations, as submitted in accordance with ' Sections 6 -01.9 and 8- 20.2(1) and the Special Provisions, and as approved by the Engineer. C C C 1 SECTION 9 -30, WATER DISTRIBUTION MATERIALS 2 December 1, 2008 3 9- 30.3(1) Gate Valves (3- inches to 16- inches) 4 The second paragraph is revised to read: 5 6 The Contractor shall provide an affidavit of compliance stating that the valve furnished 7 fully complies with AWWA C509 or AWWA C515. 1 2 3 4 5 6 7 8 9 10 11 12 13 SECTION 9 -34, PAVEMENT MARKING MATERIAL April 6, 2009 9- 34.2(4) Temporary Pavement Marking Paint This section is revised to read: Paint used for temporary pavement marking shall conform to the requirements of Section 9 -34.2. 9 -34.5 Temporary Pavement Marking Tape The third sentence is deleted. 9 -34.6 Temporary Raised Pavement Markers The eighth and ninth sentences in the first paragraph are deleted. 1 r U— I 1 SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS ' 2 December 1, 2008 3 9 -35.2 Construction Signs 4 The fourth paragraph is revised to read: ' 5 6 The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other ' 7 8 previously approved sign materials except aluminum or aluminum composite is prohibited. 9 10 9 -35.14 Portable Temporary Traffic Control Signal ' 11 The third sentence in the eighth paragraph is revised to read: 12 13 A highly retroreflective yellow strip, 3 -in wide, shall be placed around the perimeter of 14 the face of all vehicle signal backplates to project a rectangular image at night towards 15 oncoming traffic. t 1 r U— I Nob WE 0 CITY OF YAKIMA Nob Hill Boulevard Improvement Project South 64th Avenue to South 72nd Avenue Federal Aid No. ARRA- 4566(009) City Project No. 2278 HLA PROJECT NO. 09024E JUNE 2009 ai SHEET INDEX 1151 ..West Washin nu SHEET 1 COVER SHEET v SHEETS 2 - 7 PLAN AND PROFILE ® SHEET 8 64th AVENUE SHEET 9 TYPICAL SECTIONS ® SHEET 10 DETAILS 8 SHEET 11 TESC PLAN ' SHEET 12 TEMPORARY PAVEMENT MARKING PLAN VICINITY MAP SHEETS13 -18 CROSS SECTIONS ' NOT TO SCALE LEGEND EXISTING FEATURES NEW FEATURES FENCE * x TREE, ASPHALT PAVEMENT ' GAS LINE s UTILITY POLE a UP NEW CURB AND GUTTER SANITARY SEWER ss MANHOLE OMH NEW CEMENT DOMESTIC WATER . r DRYWELL ®i ow CONCRETE SIDEWALK STORM DRAIN so CATCH BASIN ®ca NEW SIDEWALK RAMP OVERHEAD POWER a ^' a"R FIRE HYDRANT FH NEW SEWER LINE DATUM ELEVATION IRRIGATION POST R VALVE ®WV NEW MANHOLE HLA CONTROL —PK NAIL SET IN EXISTING ASPHALT BOX THE SOUTHWEST CORNER OF SPLICE STREET LIGHT ° se INFILTRATION TRENCH MANHOLE E ' THE INTERSECTION OF NOB ° # HILL BLVD. AND 64th AVE. WATER METER ®w^ ELEVATION: 1154.54 (NGVD 29) IRRIGATION VALVE e JOB NUMBER: DATE: CITY O F YAKIMA i y`S �. }yy1TC 09024 06 -19 -09 SHEET HAtbregtse, Lowman Associates, Inc• q`v��eoFwA ' . FlLE NAMES: 9 Nob Hill Boulevard Improvement Project �Q � /V /vI`�,�-/✓ DRAWING: Cover.dw CIVIL ENGINEERING 39th Avenue A D SURVEYING A 9 PLANNING Federal Aid No. ARRA- 4566(009) OF ( DESIGNED DJW (509) 966 -7000 0 FAX 509) 965 -3800 IO E� � ' REVISION DATE ENTERED BY: Y: KDY COVER SHEET 18 N KEY NOTES: O1 SAW CUT LINE. SAW CUT A MINIMUM OF 1 F00T FROM EDGE VV E OF EXISTING PAVEMENT OR AS OTHERWISE SHOWN ON THE PLAN. SEALING AND SANDING IS REQUIRED AT PAVING JOINTS. 2 REMOVE EXISTING ASPHALT PAVING AND BASE. 3 M 3 CONSTRUCT NEW CLASS 1/2 INCH, PG 64 -28 HMA PAVEMENT EXISTING AND BASE COURSES PER ROAD SECTION DETAILS. 0 10 20 40 -- CURB & GUTTER TO w O4 CONSTRUCT NEW BARRIER CURB AND GUTTER PER CITY OF 12 REMAIN. r2 81. 30.00 O9 YAKIMA DETAIL R1. MATCH -1 _- -- EXISTING 39.5' LT. , I'LL- OS CONSTRUCT NEW 7' WIDE CONCRETE SIDEWALK PER CITY OF SIDEWALK. - YAKIMA DETAIL R5. EXISTING - ` r` O6 CONSTRUCT NEW TYPE 2 HANDICAP RAMP PER WSDOT OT CURB. GUTTER - -`\;,\ STANDARD P F 40 SPECIFICATIONS. LAN - 12 -00 IN ,\ n "' ��' ' � �` � - �"_•`• �� AND SIDEWALK -," _ - � o _ _ _ - _-_' :____'_- _ " :____, ,: ____ - - -_- - - -- _ �''` mss- ���-� \�����\ \ \\ � -������♦� TO REMAIN. - ---- - ---- - -- " - -.___ 7 CONSTRUCT NEW CONCRETE COMMERCIAL DRIVEWAY APPROACH O BARRIER PER CITY OF YAKIMA DETAIL R4. REMOVE EXISTING CURB ALONG NOB HILL BLVD BETWEEN EXISTING MASTIC \ \\ \ \ \ \\ W ___ _ '♦ _���,.� _ \_ \ - ••\ \ - \\ or ` \ \, \ \ \ \ \ \ \ \ \ �\ \� ` \.` \\ \ \ `\ \ \ \• \ \� \ \' ` \\ \ CONSTRUCTION JOINTS. CONSTRUCT NEW VALL EY GUTTER AND DRIVEWAY APPROACH PER DETAIL 8 CONSTRUCT NEW ASPHALT RAMP AT END OF NEW SIDEWALK \ \` \ \` PER DETAIL ON DETAIL SHEET. \. •,, ` TEL i= \ ` \ \ ` \ `\ \. ,' `,, '` `, \ `- FURNISH AND INSTALL NEW 40', 400W STREETLIGHT 16" WITH O •\ ♦ \' - \ \ \ + J\ ` •` \ \•• ` \ ♦� -`\ \ ♦♦ \ \` \` \ \ \` `♦ \ \ �\ \ 13.00 ,.� - '�_ MAST ARM LENGTH PER WSDOT STANDARD PLAN, J- 28.10 -00, - s,� - ,\ �y_� \ - \ �- -• `\ \ ,- \`` \ \ \ -=� c_� rn = ;�_` ".- -. -'.�• -- - \';/ �- ,; ,\ .� - •c- �c=�,. -_ - \- \�_ -c�� \ asp �::...�_Q \ \ \ `\ \ \ I \ \\ \ -\ `\ `\\ \ \ \,\ �, •\ __ _ _ �-\ i`� y \ \ \ \ \ 1 `SAW\CUT, TYPE 1 AND RELATED DETAILS. REFER TO SPECIFICATIONS. REMOVE AND REINSTALL PUBLIC STREET SIGN. \ \� Q \ \\\, '\ \ `' ` `♦ \ \- - I \ \ ` -'- TRUCZION_ - ^sue -F -`°- ''lrj u_ --._- .i\ 'v �:'.'<; �Y ;tea- v ?vim \ LINE \ .,�>y :3 ` =� };'� T; '' � \`\ \ ',M 11 CONSTRUCT CURB INLET AND UNDER SIDEWALK DRAIN PER DETAIL ON DETAIL SHEET. .. CEE \ o+ ♦ '`. \ \\ \ \\ \ \ \\ `. \ ��+� � \ \ \\ •� .:.. 'Jt�9av' , t+ a c �, $. t '? � u,_ a - t r+ , ??.,. /a� ' . -� - I'.{ 4'.:�g kC 'ist` - .. �.\ t00.__t' -- .\ .« ` K ,: 12 FURNISH AND INSTALL (2) 2• CONDUITS WITH PULL BOXES AS O SHOWN. REFER TO CITY OF YAKIMA DETAIL E5. \ " ,�.. - \ \ S +OP_ 10` � / 6 � \ \ _\ ` 31 B ''� a •�c p. §.,> Sta •\ \ \ Q,. r 'a�: >, �y]'. °;" C � , ;ay„g. ,. �y:"` ^' '.\ � ` �� `• \\ \ \ ♦ \ -- - - '�♦ \ ♦ \ .\ .` \ •. .. \ \ - -> - `- '-mac' =sue_'_ _ �. _ t =- x^_ �-- =� - PATCH HMA DRIVEWAY APPROACH TO BACK OF NEW SIDEWALK O - -Do +- � G Sta St03 4 \ \ _ --- - _ _ - :,. - -- -� -oie 99 .r.� _ -- -n-b, r�5:- .f.. ard\ _ _.. _ -T p ule -'� \ \ `\ \\ WITH HMA R 6 C C. 1` \ -P Sta 4+24.99 \ :.� . .. \ \ ._ �. \ \ :-il, ,;;.�t'it,3a� \ 11� \ vO \ \ \ \ \ - - ��?�+ ='!: 10 w' \ '\ \ `\ ' Oil \\ \'V.• \ \0 %W - - -- , �•\ \ \ � \ __- �r ?; �� � "' 14 FURNISH AND INSTALL 48 -INCH DIA. SHALLOW MANHOLE WITH SLOTTED COVER AND A MINIMUM 2' SUMP BELOW THE LOWEST INVERT OF 12" PERFORATED DRAIN PIPE TO GRAVEL TRENCH. 11 8 +93.00 SEE CITY OF YAKIMA DETAIL S2. 15 CONSTRUCT SUBSURFACE INFILTRATION TRENCH PER CITY OF YAKIMA DETAIL D3. a - --'" EXISTING '� - ', r {;I 'I" -'-". w CURB, GUTTER '� I` \`J `�.i Z AND SIDEWALK �\ •'I �I y -J TO REMAIN. /•�. �`''i'� \ 2 6 16 ADJUST RIM ET EXISTING MANHOLE TO FINISH GRADE PER CITY OF YAKIMA DETAIL S3. 17 CONSTRUCT NEW 10" DIA. PVC, ASTM D -3034, SDR 35 SANITARY SEWERMAIN PER CITY OF YAKIMA STANDARD DETAILS. I \ `. ( H Q x - (.�I \ I _ INSTALL END CAPS AND MARKER POSTS. SEE CITY OF YAKIMA DETAIL S4 FOR TRENCH SECTION. 18 FURNISH AND INSTALL NEW 48• PRECAST CONCRETE SEWER MANHOLE PER CITY OF YAKIMA DETAIL S1. N tj, a �> I "\ \\ \ \ I "� --- ._'_, -{.-- 19 CONNECT TO EXISTING MANHOLE. MATCH CROWNS. RE- CHANNEL BASE. I ELECTRICAL NOTES: 20 GRIND EXISTING ASPHALT PAVEMENT WITHIN LIMITS L -1 INSTALL CONDUIT WITH AND 1#8G. INSTALL IN SHOWN. FURNISH AND INSTALL SPECIFIED PAVING FABRIC. SPECIFIED OVERLAY WITH 0.20' HMA CLASS 1/2 INCH, PG 64 -28 FOR OVERLAY. ON SAME TRENCH AS (2) 2• CONDUITS, 1 AWAY. E L -2 PACIFIC POWER SECONDARY CIRCUIT. CONDUCTORS BY PACIFIC POWER. INSTALL 3• CONDUIT (WITH TRENCHING 21 CONSTRUCT NEW WSDOT TYPE 4A HANDICAP RAMP PER WSDOT STANDARD PLAN F- 40.16 -00. AND BACKFlLL) TO PACIFIC POWER STANDARDS. 22 FURNISH AND INSTALL TYPE III BARRICADE ON 4 X 4 POSTS L -3 INSTALL NEW 120/240 VOLT, 1 PHASE, 3 HARE TYPE PER WSDOT STANDARD PLAN K- 80.20 -00. 8 MODIFIED SERVICE CABINET PER WSDOT STANDARD PLAN J -3b. PROVIDE WITH 2P -60A SUSE RATED MAIN 23 CONSTRUCT NEW UNDER SIDEWALK DRAIN AT EXISTING CURB INLET REFER TO DETAIL SHEET. DISCONNECT AND TWO 2P -30A BRANCH CIRCUIT BREAKERS. PROVIDE A 6 POLE, 30 AMP LIGHTING CONTACTOR. PROVIDE GROUNDING SYSTEM WITH TWO 24 CONSTRUCT NEW CONCRETE RESIDENTIAL DRIVEWAY APPROACH 10 FOOT COPPER CLAD GROUND RODS AND INSTALL PER REQUIREMENTS OF NEC. MAKE PROVISIONS FOR PER CITY OF YAKIMA DETAIL R4. EXCAVATE AND PAVE 10' WIDE (MAX. OR TOR LINE) BY APPROACH LENGTH HMA TWO FUTURE 2P -30A CIRCUIT BREAKERS STRIP BEHIND NEW CONCRETE SIDEWALK WITH 2" HMA OVER 6- CSBC. H-I-; _ __ fa -�-- - - ' __ --- , , - _ ; -- t+ -�-r' J- - - - .; � �-FrJ - -' _ _ __ , -' - -L' -- - _ r ! H h-! F r 1 - - --• -L- L i -- - - - , - - r - ---- - - `rte- 1 _ - - -- - -- i i -- - �-I- -I _ r - - - '-r+a- r + -L 14 . r r r -T�1 -1-} `- , r , a-N-rr i-I- h I-I _- _ -I--I_ ' r � i-h + - - '. , �- � = L-r t N-} •� r,a-r} I • r - -{ : -!-I- i t - +r • F i- i 'r � ? I .... -�-I -I r _ T. L r- I -f-1-� . � J i J -- i- r --1- `- - }: . ++H - i- L _ - � frF j F-' � ALL y ±ifl r = � = - 1r - _ .t+. ' H- 1 -- - - -1 - -LI_ - -- =- - - 1ti-J- - -' -�---- - LL -« -'- - i - •- - ---1I -- -J- _ --`--- '--- �= = - -, : -«1- ' ' � - ' -_ _; '- L� ^ = 1- - , --- --- -'- J- -L- _ - -rt- i- - -- -_ t ---- -- -- : , -- -_ - -- - --- --'. -' -1 -- - -�- r r -_� - - r '" - • - - -r , -^r' - -r - - - . -- '- -"}ii -_ - -_ r ' • - {- __ - - {I rt I t `: -__I_- - 1175 1--- - - L t-- --'------- -_ :- - ` . 1 T l; r l I { ' { - . rT , +_ ,L: --.i: - r 1175 I-� _L ___ _ - L.�- F� --...�.1 J -~=i -f i L - -~.i � � _ i- _ _ i -!-r.- _ _ ��� _ �- rrF --'-F- _ -'-7- ,-TI -i _ - : -j _LL , I f -r 'i _ 1i - I- _ r'i-, _-I _ f _ r r i:- ~]J-. -1 i i I 'i i L- r I _-4_`'r.l -}' _ { _ _ _ L- ' H `�- _ --1{r ' � LLB � I_ � -�iI1 _ - _ _I I � � L'--h- _iI 1 �- _ ' , { _Y.=; , -I--if _ =1 -I _= L I-r ' '-�- -. - _- _ _ _- -14 - -• rl -- _ _�_ - --I-r + _ L' 1- -= r-- _i'F _=. _ �t_ _i- r _ , _ .r _ , _ .1 L1� , , _., r _• r,-.r I- --r __�-I- r , _: H- n ,-I ._ - -'F: I � L} w _ . 1 - - - }_ r I , .1 _J. 1 _ _- -L' •r- -LJ{ - _--- �-r- ' _- L'L - -! - ^`F- -- - --1 -- _ .1 .. �; - -a -1 - f -- ' -� rIr. r - ' - - - _ 't - _ _ _ _ 1170 - - - - - r �} ` r =i +I : h � r' :I ' - , -� r i , I'T _ -� - I - ;�, _' 0 i.-__ . - - - �' 1- _ a _ - F- - _ -- N' m •- --_- �= , , _- JL L ?:`, '- - -}t- -- -' _, _} _ { - ' - -- T ' L_ L , , L- -+-- -- -- -_- _ ---�_ , -_ r -� - - - r • r - - - r_ _ . � __._ i'+ _ t _'_ t «' - F , � 1_ ' - I -' - J-_ �- _LI I I ! 1; L I L' ' _ i _'_ Ir - ' - I-- ,F ' - L_r - 1- I_ 'I __ 1 _. _ rI, F di-HA - - - - - I - , •I - _ L -_ -- _ - , � -_ _-+- . _I_ . r - r' � . 1 rf � -- + NS 1R TON U C NE _ J I i .'iI 4- • . .iJ , r _ _ - _{{Li _-i _ 1165 -__ - _ -, - -- - - - - --_-!- " --- _ h - - � , � , - - ! -i r'I.r , +I - - l -T -- '� r- -- ''- _ .- . . - H --" i +1 - � -i ' -- f 7-7- r . 1111675 4 r , , � I I , : - A , . -'- � :. ,_r_ , , � {jht m_r'', � � , , I � , , -' :_ i I__._ „ 'I' I ! ` ;- -J-.----'- I ..... , • _ ,I-nr,:, .J_L _ �i .. , ___.- - r,-t�, , , : � - -' -,_- - 1- --'„f-ri � -,__ T_.J__ -, _L_ __i_. . , I I L _� - , ., - _J___ _._ _ .-r , i,. _t L_ -I- + , _,�,_,___ -- I , -F . _._i�_yJ__,_ . I _I_. - _ _ -_L_ ___ - I - -- - ___ _ rf - - - ._.. :_.1 _ �_ - - - -- - -` -- .__I .. - - -- - J I_'_ . '' __ -- _ ..__ . T' _ .__ __'-" _ . - i 1 i -- i � - - •I' = -I I- .. L.. _ 1 _ - a - . _ -- - N, - -i f - - { 'F k - +, I I- - - 1160 -r -r :-• -__- - ' _ ❑ - -I, ,L'I -., f_ f L. __.L -- .._Lr _ - - , y y ._ -- - + -- --'- r- - -- - - --• - `° L -- - - - ' r - r 'rte ,t• - J H I I• , , __. f .... . 1 I -'-T . rr ril,It - -t T r - .:1 _ 1 = rl III r a . J .-L. ! ' l ! Lr L'. I -__ 1 .. r `- i'__ i" •_ 1160 �L. L; I-'IJ- J--- ;,-I- •.I ._ i;; _', -�_. j_''_ -_._ i, ._rL __ J -- - - `~ i n'I - - -i -1 1r..i t ll4 i i ,I -I _ _ .,. I. _ .1 ri -I1 -A r' - - -- rI:I I+I - --• I- : --- - +rl'I, - - - 'rr - - - -I I : : 1 -- '-: _ -I- I _-__ �_ - ,; - _ _ -j ._. - - -} -- -i. -1- 1_7 I _I 1 r1 - - r - - -- - 'r� 1 .t - t - -- - -- - '_I- J "• t -'-' -"L - _ L --;- u- - -- --lt.,-"- + -r L � ' L ... .,- `r r� r , '-- _- - + --`-- "-1 --44 -! { --�- -r --_. IL:--'- _ .. - r L� I -• . -_' ----- i ' I - - _ it -1 - IJ 1 i 4-! I: IT r. ! I '- --1-.i. rl ,r,r �1-- . 1- ��ItJ -_."t` 1 -1 -'-' rii 't l', - - - -i a a } _ I , i - - IJ---� - 1 - - - -- 1 -'- ; - :I. L -l�:i ..I -', t_;1 II - 1155 -r 1 �, ^r -i ri rTr �L 1 II r- 4+001 5 +00 6 +00 7 +00 8 +00 9 +00 J.Wy7TC JOB NUMBER: 09024 DATE: 06 -19 -09 CITY OF YAKIMA SHEET Hnibregtse, Lon m Inc. 44, am Associates, ��S �v�F °F WA Q Nob HIII Boulevard Improvement Project 2 FILE NAMES: WI DRANG: Sheets CIVIL ENGINEERING • LAND SURVEYING • PLANNING r west.dwg PLAN: 09024.dwg PROFILE: RCPRF002.dwg Federal Aid N No. ARRA - 4566(009) OF 801 North 39th Avenue *Yakima, WA 98902 (509) 966 -7000 o FAX (509) 965 -3800 tJ� \� r/� 1 DESIGNED BY: DJW NALE PLAN AND PROFILE REVISION DATE `_) ENTERED BY: KDY 1 I1 ! 7 1 1 N KEY NOTES: O1 SAW CUT LINE. SAW CUT A MINIMUM OF 1 FOOT FROM EDGE OF EXISTING PAVEMENT OR AS OTHERWISE SHOWN ON THE 0 10 20 40 psi PLAN. SEALING AND SANDING IS REQUIRED AT PAVING JOINTS. W• E. +4'r"+. 2 REMOVE EXISTING ASPHALT PAVING AND BASE. 14 15 CONSTRUCT NEW CLASS 1/2 INCH, PG 64 -28 HMA PAVEMENT I I STA. 11 +15.00 S d. V AND BASE COURSES PER ROAD SECTION DETAILS. r GRATED MANHOLE AND W CURB AND GUTTER PER CITY OF O STA. 17 +00.00 STA. 20 LF INFILTRATION I I _ CENTER NEW S A68.05, TRENCH. SEE CITY DETAIL. STA. 12 +10.00 9 w CENTER NEW O EXISTING = YAKIMA DETAIL R18ARRIER OS CONSTRUCT NEW 7' WIDE CONCRETE SIDEWALK PER CITY OF '1 SIDEWALK 39.5' LT. s N STA O UNDERDRAIN. SEE a SIDEWALK 12 +55.50, CURB & YAKIMA DETAIL R5. ` I I " DETAIL SHEET. @ UN ER RAIN GUTTER I I STA. , -' ;; Tp3p R'�' fm 6 L -t DETOAILDSHEET.SE 39.5' LT, REMAIN. TO L -1 '•, i' 22 22 \'tip �i O6 CONSTRUCT W 2 HANDICAP RAMP PER WSDOT STTANDARD PLAN 40.72 -00 IN SPECIFICATIONS. _R/W _ _ 9 +69.50, L -1 - "" r 25' BACK R eqC• .... .......... 39.5 LT. .. .�' ? N L -1 •, _� .. pis? � TO BACK - '-_=- - -. -. -.. -. - ..___.. -.. O ' L . ..- .. -.. -.. NOB HILL B EM ��STINGnMASTICRR W - .. .:C:i::::: i.:;' {{ w v? �. :''i1:::,nv:. ,�0 O 1- ...._:' ._:.::::.._._......._.:.::': n - ..] - •� - ':...:..:::;:. :.:.::.:....::i::'�: ? ?i:'ii.� "� .: :7::::...... CONSTRUCTION CONSTRUCT NEW VALLEY GUTTER AND APPROACH PER DETAIL _ ::... _. - .: ?.'': ?:: i . .. ... rL. ,. .: • ........ t ..............:......... ......... ... N .. .. ... .. .. ....._..... .. - - - - � ............._. ..........__............... ..............._.._............ ..... ...... ._. - - - - - -- - - - - - - - - e - - - - m - - ® e e e .......... ...................... ............ .......................... ... - ��\= �:,� �'' ,`'\ ;\ \�:Y�d' - \ : a, ' � "" � " � � � "-" •�a.�.;' ./\ C\ :' �\a a\ :;: :i�\\r DRIVEWAY F W SIDEWALK O8 CONSTRUCT NEW ASPHALT RAMP AT END 0 NE S DE LK \:�` \`\\ \ \:;� ..-�- \ \ "� \ \ `et �� \` - - ' 1.2 \ 5 \\ \. \ \ \� \ \. - - \ \ \. ft \ \,. # r �� r rx- \: \ `:. X,EX:NOB, HILL WATER.- r �� `\ \, .0 �, w \ °xo �� PER DETAIL ON DETAIL SHEET. O9 FURNISH AND INSTALL NEW 40', 400W STREETLIGHT WITH 16' wa 5 \ 1 s\ - - 0�i w lv w \ w _, - r -� \ \ \_ 160 �.¢ TZ \ 21 �\ �\ \ ` .,\ _\ �` \`� \\ \ �,,; ���\ \ ,\ ,\ �, �y @., \� B \' . \��� \\ \\ �o � u�lev \ \\ MAST ARM LENGTH PER WSDOT STANDARD PLAN, J- 28.10 -00, TYPE 1 AND RELATED DETAILS. REFER TO SPECIFICATIONS. �P@\ \armed` � Nob \ H.ill \ \��Boulevard.� � \ \ \., �- ^, � `,, '\ \ �� \�, �� `�_�� \,�� \�� _� �` \\� \�`Nob��Hil�\ �\ 70 REMOVE AND REINSTALL PUBLIC STREET SIGN. \ �± \pl St. 1T\ 55 \ �� \_ 2tQ0 T ` \ \ CONSTRUCTION \'� O\ \ O O \� \ ' \ \ �' \ \`'• .1 +.100 =�- \- - - 11 CONSTRUCT CURB INLET AND UNDER SIDEWALK DRAIN PER DETAIL ON DETAIL SHEET. 00 PT�Sta 9 +22.99\ 0 +00. -� - _� O 9. ,� •• �. ... duo_ ^� 0 \� \ .` \ \ \ �. \ \ \ \ s \ \'. \ $s\ \ s� "c1Y \ ss -. \ 5 . CONTRO UN-=� \ + \ 55'� �ss� \ ` `mss FURNISH AND INSTALL (2) 2" CONDUITS WITH PULL BOXES AS ss s =\ss �` \\ �\ \ \ SHOWN. REFER TO CITY OF YAKIMA DETAIL E5. CU \ \•\� \ •- ,.� -4r -.:' - �„ �,>: ' •,t• '•*�saE +• •dr�r -a: �}.. \ \\ ".�' �s t, \�30 PATCH HMA DRIVEWAY APPROACH 70 BACK OF NEW SIDEWALK s•�!... .:w - _ _ Q \ \ - _...F, -,' ,� •- ='-",e rs,., :rta;,. ,- :�- \•;;rte, ,o.e z\ _k., . E p --.- 1 - - - - - - - r ,. -- F r r ati;' :. r - n ... a.E. _�. .1 :13 ru. : _ mz:= - -�' 1 � s -i 4 .'.j'.' - "??e::- 'utx ->• � _ � r 'g F '-iE,,�6 a`• ,.ten,., i'L r" ,E • .. �,c :"F �f •.. 7::�:?Z':,�` -�r.V k.. .. .', B: eta !,, .,f 1:• � A E ����. �-- ',I _ �:.y.'• ' ,_••�� .rte_ ! . ,.3 �� �. , $. `.:.� � - r "•: "dam': P - ,2 <::.. •:� - - -0"� -s .1 z. .3 :` -�� +,�, =_ `- {Ai°`.• .r r.h3 rx .1:. ,�i -' _ {a,, s,•r?, +' -M'. 1. Is, Er,: ..€1 `�a. a - O [='' =£'? . Efi r .:\ ' ✓3._ \? �.. '.'t? I - 4 +.T �i _ �F :•t J .:I. - __ - �y • 3. -x ,,,,t.,. E� �,.' WITH 2" HMA OVER 6" CSBC FURNISH AN INSTALL 48 -INCH DIA. SHALLOW MANHOLE WITH 14 FU S D 5 LL R AN A MINIMUM SUMP W THE LOWEST SLOTTED COVE D 2' BELOW `r•r ._ r _ `�E�[s" ..3>:,Y�•`'� 'E_''_�-�tir"`., - - w. ���'+� __ - r�� _ - xt:Fe�- ,.r,- -- - _��- � :may _ t' � "`- " "" "°" -�- -" `� - -" "-,3 "--- i:�"`i•: - INVERT OF 12" PERFORATED DRAIN PIPE TO GRAVEL TRENCH. ._. -•--- r = - t=L'e`'�;z +,- -if -'- - .... ... ..,. .. .......... .... .... .. ...... _...._ -. ...... . -. .> ., ........ �'�Y-: {: �ii: i::�: ::::��i:: ? ?2. :: SEE CITY F YAKIMA TAIL S2. - ��� �������� "������� «���- '• " "'«� � -• ^� G '�• :�- �- •' v . , « "`'„ Flp - - 15 CONSTRUCT SUBSURFACE INFILTRATION TRENCH PER CITY OF .,_-�- 51cc ::.. ... ... ... v - .�,.. _. ,";" r<:. _kx.. \' ' _:� - "� b!5 YAKIMA DETAIL - _ F�....;- <r,`.,I 16 ADJUST RIM OF EXISTING MANHOLE TO FINISH GRADE PER CITY _ __ r• R W STA. I _ _ ,5 8P •:. 'r�l.', -r'l,Q _ L -ilC" r':' B :p- � 11 s5 R/W STA. 6 .: •`art {f;Jt'�,g� q 13 O 13 +48.00 OF YAKIMA DETAIL S3. 17 CONSTRUCT NEW 10" DIA. PVC, ASTM D -3034, SDR 35 13 11 10 +96.00 ,• '�,' : E�.Q" C'¢ - mod- SANITARY SEWERMAIN PER CITY OF YAKIMA STANDARD DETAILS. -V 11 STA. / 9i <a } ?SE1 ?. 'wi s 9 +50.00 INSTALL END CAPS AND MARKER POSTS. SEE CITY OF YAKIMA SRW ;a•t,� •� STA. 11 +00.00 , , CU1; 'r r `'} ., rx STA. 9 +65.00 / GRia?ED- MANHOLE AND \ \ °ora 'T- - - DETAIL 54 FOR TRENCH SECTION. 18 FURNISH AND INSTALL NEW 48" PRECAST CONCRETE SEWER _ GRATED MANHOLE AND 301LF INFILTRATION " �� ?` -._ ,- _ x � x ` - -- Z 14 15 40 LF,WFILTRATION' ��62 " "� 1 8 -.33• BACK \ ' TRENCH. SEE CITY DETAI TREIJCH. SEE CITY] DETAIL TO BA 8 ` MANHOLE PER CITY OF YAKIMA DETAIL S1. - \\ \C = r \ \ \� `\ ( % -__ I% Q J_�° '+,1 I I 79 BASEECT TO EXISTING MANHOLE. MATCH CROWNS. RE- CHANNEL 20 GRIND EXISTING ASPHALT PAVEMENT IFIED WITHIN LIMITS SHOWN. FURNISH AND INSTALL SPECIFIED PAVING FABRIC. = I I ELECTRICAL NOTES ( OVERLAY MATH 0.20' HMA CLASS 1/2 INCH, PG 64-28 FOR I T (, \ I I F '1 OVERLAY. - `�- •- p\ 1`\ I L -1 INSTALL 2" CONDUIT WITH 2#8 AND 1 #8G. INSTALL IN Q 1 \ SAME TRENCH AS 2 2" CONDUITS, 1 AWAY. ( ) - I u• , 21 CONSTRUCT NEW WSDOT TYPE 4A HANDICAP RAMP PER WSDOT • L -2 PACIFIC POWER SECONDARY CIRCUIT. CONDUCTORS BY STANDARD PLAN F- 40.16 -00. PACIFIC POWER. INSTALL 3" CONDUIT (WITH TRENCHING AND BACKFILL) TO PACIFIC POWER STANDARDS. 22 FURNISH AND INSTALL TYPE III BARRICADE ON 4 X 4 POSTS PER WSDOT STANDARD PLAN K- 80.20 -00. L -3 INSTALL NEW 120/240 VOLT, 1 PHASE, 3 WIRE TYPE B MODIFIED SERVICE CABINET PER WSOOT STANDARD 23 CONSTRUCT NEW UNDER SIDEWALK DRAIN AT EXISTING CURB PLAN J -3b. PROVIDE WITH 2P -60A SUSE RATED MAIN INLET REFER TO DETAIL SHEET. DISCONNECT AND TWO 2P -30A BRANCH CIRCUIT BREAKERS. PROVIDE A 6 POLE, 30 AMP LIGHTING 24 CONSTRUCT NEW CONCRETE RESIDENTIAL DRIVEWAY APPROACH PER CITY OF YAKIMA DETAIL R4. EXCAVATE AND PAVE 10' CONTACTOR. PROVIDE GROUNDING SYSTEM WITH TWO 10 FOOT COPPER CLAD GROUND RODS AND INSTALL WIDE (MAX. OR TO R/W UNE) BY APPROACH LENGTH HMA STRIP BEHIND NEW CONCRETE SIDEWALK WITH 2" HMA OVER 6" PER REQUIREMENTS OF NEC. MAKE PROVISIONS FOR CSBC. TWO FUTURE 2P -30A CIRCUIT BREAKERS r� ,yr - -=J- - - -LI - { r r r i ,rrr r r ,_... r LI - ' ' =- - �-�-'- ' -' ' J :;� - +i , r' r I h- r. I- ..I1_ . r r rr rrrr r r r ,� -�- -- --- ____ -- _ -- -1 -" - - -- - - 1 - j I 7 7� _ r r r r . r N r - - - - - L� - - -- - -- --' --- ` ----' ---'-' 4 -, r r r - , - _ i_L L L JJ_ , "i-Tf, r �-1r r+ -r-' -1 i r L JJ1_ __�'_I___ _ • .: - � � � r r r r � � r � i r -� _ r r_ _l__ L_ _ _... -,_L'_ J_ � ' r r- L r� +' r r , "- 1 -'i _� _l.' _!_L 1.._ __ _._._ _ _ _l_� -_ ?_ .. _I_ ___1_._ J__ I- _ _ r r_ _ . 1_ _._ ._1_ _1.L1_L _ , r r r r r _ 1 _L ,� �_, 1 ----h -Ir -r-Fi- n r.1 : I,-i r ri-I'r r T -- �_� , �_f -.- -_ -C __I - I____f._. - -- - --- t1 LL 1 _L rte, r r __ L r _LL r � r r may- .._r ->-_L �, r r . - „ ;-T ; � � r r � � :: � 1 � r ru . r :+r, �? r . t-rr� - -' - -- -- f ---- - -- - -- - - - - - - -- - - - -- - - - - --- -- -- - - - -- - 4-i- , - r; - r r , r I-I-r rl-- IIj J_!_L• - I J -r .. .ii_! � ! - -- - I - F L- F-==1- - r , . r __!_' :l -= -- -- -!- ------ -- ' - I - r - � i'+ -r i i-r,_I - - ! - -I - ++- n,- + -r-I r - l+i-+r -r - - - - -- - - ---- - - - - -- r r��, 1- I� I- � l-i-� � '.'-t -h'-h- -- F �-- 1 - �t.' ' "_� ' 1 f + { +- i `i i-F, i--I- I-' L . ��- r r r r ,, --` -- - -- - -- •- - -i. - --- --r r r - -'-- - -- - -- -- - -- -- -- -- r _ - - - - - -- .-I � - - r? I-I- -E-I- r r F ' ; I +r -� I-)- H--I+F r riT F+ f-i- f r ----��-- -- - -i- - ---1-- -�-- J------ - ----- � , , r r r r r_ :.. -- - �_I-«- 1-' -_J_ ..J_ , . , r r r _ _ -` .. L - ::- L�-'��'-W- --•- - `- -- - --- -- _ � �- r i-. I I H-r� � r'��• , �, r � • r r I r. I -- �-1 -- -- -- - - - -- --- ---'- -- - --- - � -!-' ----1 -- - -1- - --- ---- -- r _ _ _ _ ti _ 1 _ - _I_ _ _�_ -i-, ! -t--r- l r +rr' h I r �.__ -. __ -. 1_ r_ _ _ _ rr- ,_L___ -__ -. _ _._ _ _ L _ _ _ _ _ __ _ _ _ _ _ _ _ , f ------ 1----- J------ •------------- !- � -� - -= T -1-'_ L__ � T r r r i � : r : r r t - - - - ._ L. _L- :_J_L_ "�' -1 -- - - _L.' -- -- -- -L -- - .�- _1 -' -- - -- -- - r�-� r+ r F+ .: �% F- r-- i-F-Fr r r r � - -- �-. - -'- --- --- --- ---- - - -- -� -- --- - - -* ------ - -'-- -- r r r � � � } ... r r r : r r , r :: r , _ � : -, r , : � •'- ' -J-J- -- - I-'-`- -- 1- I_ 1� r i-i r+T: n f-!,-{ r � J :_t_! rr r-i 1- , I I' 1 J�Cf 17.!_= 1--- -� -- -- --- - -- -- - - -- -- --- -- ! h• -- - -- - - -� -- ._+1_- �i-- - - - -1- -- r r r , r r rrr . _ _ - J - - - - -r �- - � +r. ?,', I - -�r_ L - ''_i }{ it- H�+i- T I+fi -fi jj__{f �+- i { =f} -- 1 - - - - -- r : rrt r ,_ r r r j1 -! =L - - - -- - - -- - - - -- - J -� - -- -- -- '?- -r - - -i _ate - +I-r `rl 11 -h L - + FF + - - - - -- 1 __ _.__.___ y - T_._._ ___ - r r r _.__ - -- - -�' - -- - + r, ? r Lr i_!_I :_._._ L_ L ,_I_ _ __{ __ = -- - --- --7 - - -� - -- -- - - -- - - -' - - - . _L i:I T - -{ -r{ r ~r 1 -� - - -i -- 1_ Ir:,r J- I_L_,_ - - J -- -- - - -- tr rr, {irr , -�T1 {- 1r{ - lrrif+r iir iFHfhi +1i IIr�{ + �� -; {,Fr 'rY'-- t -I �: {7rH -- I -!_�'r 1- t_._i -Ir r ! _L I _ }_ - _ __ 1170 -+- 4- r r r _ r I' L�.H.�Lli- -h +rl - -I_Fl :-1, r r rY '-� : r r r r I-'r r- i-i- __ _ _ _ _ _ _ I _ _ +? r i+r -irr '__I - -�-I- _ 11' -' 1_J_' 1 r :_ �'., _ _L'_I. __ _ a F' -h- + LI r h ' _ J L r r 1 r i �i.. _ __ r_( }_r___._. , Y I 1 .. L1... J _ .J- i' r h r L- -1� -- 1 i I - ! Ii -Fr �i �� r 1t I i 1 Li ri- I�' -T"' r `? I I 1 -- L I h - - -a- -h - a f F _ 1 L u J I -_ - _ � . _ � - t _ L - i i- r+ ' - - - --- - , t L, r i -I f- r+- � C_ )_ �T�- 1- - - - - - - ' . �... ' I : L J r. +.. �- , h i f-ITl LLyy LL . 1 t L - j r '- rl-I- -L_ -'-'-i h f �--h { y I '-- - -I - - - - -r '+ i J,�--r 1 _ _ I_ __J-1- __ _ _I_. _ __�_ L,_ _ _ _ _ _ _ _ _ _ _ J i + I I L+ 1 H I rrr... I-I I .r.. . I I r r i--1 r , +M F , I - H F I r F if-T I . _ _ ..:� 1 _-r _ L, -- r Ll . - - - .. . _ }-' r L ri-r-1 --:" _r 1 t `:I �'T .� .�.L.,_I . 1 .:_� i +_ , tJ- f i ! 1 __ _- _ ' 1 r r TTr -r- -� r -i-1-r -�'f - _ r}} L r ; 1 ,-'-rl ' _ -+ y 1-i- F -i- r , -+ - - T - L,- - -' - u T + r n i r r r i :. I F I r, 7 h + t F H i + i j� �_._._ _ _._`�Tf F t'� -i -i-' 1- �._!�_.. _._,_r i- {I- }-�' F= L , I- r t'-} -I 1 [ J-i-1 -F 1 I'-tr I L 1 + - - -} r } r 11 ' - i _ r-_. _ _..� r r rt r r f r -- i". r r r_!_ __!- __ -r_t!- _ ._! _ -� L'Tr -i] _' _._ __.._ .. _ _.1_:__._.___._L _ r 7 r r � r • .r r r -i- r -I r I' -Try r r r r r r :: ,- r 'r?Tr �_ -_. .___._. -__._ ____. ___,_. .. _1__._. , r , 1 r -�y 7' __U _ 11' _ _ _ �_ ._L - _ -1 r r r i r.{: rF� L�-!_f =L, -- -�----- ------ - --- ----- --- .. r : r r �_I -1_ _I- !-1- _LJ. ''-I'- - 1-J-'-' - --- --L. I�i_i -- - - --- - -, F - _�. _�_._.__ __.__, _ _ __ _ Lr __ (ri r ++r r h r 1 _L „_L_ . _. _ _L ._, -, r r i r r + r ' r, f r Fr + r }_ - -L - -- ti W r - _ - I . - -' - -- - - - - -' ! r r- ._L,..._ , ._f [ "?';'?� { -i'r rr -- -• y "' I 'r �+�-I r_I__ S __ _ _ _L____. _L. '_j. L'_ __ _ J_J__I_._ -.L- L� i I.LI_ rl { r I- rt-r - { I-rl- 1 r1 } E r I-.- h r r } L }'. j_ _ !..! . - _ - - - - - - -- -- - - - - - - L L' ! 'r l � r r r r r r _ .1 .. _ _ -__ , 7 r' - - - : - -- r r r rr. rr, rrr r r r - --- - ---- -- -- -' -- - ------- -- --- --- -- '- - --- r • i l r i - -- -- - -' - -- - - -- L - - = r --- '-�- -!-•- - == '- !- -' - - -` - - ---[ - 1-' - -, +�� T� , r . r -I _ _ L ' '�_ T� ,_ _J_ L _ 1 1:_LLL�,T - - _ LJ_ _- J ' - +- ' i-[- - -r r' +t i i f i r r -! a'�r+rl I 'J ! � `� �-! -1-F h I t h 1-f - i-)-i -FBI r r :r H _ _ _rr -' -L -I_ _'' _ _ - - -I- T _tj -r' I+ 1 i- HF IFfI rrlr ,fi° irr ;r r r - -1 " -" !--,. •T +'rI : ,r r h r -I-�_! r ," r rr i'i 1165 �f t-; Li "' !, ; r, r L - _L L _I - - - --- - - - - - i-i-I r n r -i t , + h' i r I I i 1 r : I -h+ I ! i i (. i'! 1165 '_L J L ;_1- - - - -- - -_ r F'r T'- ,rrr, ! : -IJ -J.1 -L_ - ,- -. I' n T r. 1 - - - r _ r F fl L - -' H r 1 I r 1 i L ! r ' rrr r r r : '- ---'- - '- --'- r . . .t' r r r r. F . +? , _ -- -'- -'--- ' -- _ - -' �a- - -- - - -' - -J- -•- - - .�. -L - � r I - r , { ; r I -i± � :- � ! _! 1 t = - -- - !----- - -•:�_ : -- -- -�L -1- -- - - -1-! - -.- - - - r - - ---- __ -- -- -'-'-'-- -. -- -.-- -... EX15 _. ___ L _. ..._?�____. , � � _. - __L��_.. __L._._. -r-. _ - -- - - -- -- 'r r u {I - r r r ,rrrr : - - � -�-- -- -• _ r - r I r , + a r- - � -- _ - __ _ _ _ J_L _,J -, -.-r -- ,- .-_.�. i r '-, r r r _. L r. CTION_ N1ROL. - - - -- I -4 ' 4-' , r +I _..CON57RU - - - - - ' i r �J I i ' t- !- ! " ----- - "' -1 - "- - -' -- - ------ -- �- � - - - -- - =- ' - --- -- - - - -- - - '-� --- - - _ - -- - -- - -- - - - -- r � r , r r , , . h , - - - - - - - -. I - ,I -�; iFf, it 11+ � +, rte, .t_I__.. __r- - -' -- r r r r _r _ _.JJ _ �. _; -' : -'- -' �j _ L.1 _ t a h r • i lr L' -• - __ J - - _ ; -I __ - -' - - -J_:. -_ _I 1 , . , . - -1 -'- - - -1- - - - - - - -- -�i .- - • 1 - - - :-� -- - L!_a_i.!. i'iJ h I }} I 'r , . -- '4.,J _I_ „ r ._'_:__: :_.__: _!_LL.r�r:_._ :_. :1_:...___._!_.!. _ r r r _I_L_ _I__..L_ -�.!_ .: -I- _- .__. , -; -• -- ,.. -r --�� -- '_L :_'_ !_i' - - - -[ - -- -- - - -i-- -� -- - -, F I I I rj r� r l rl Ir } -l-h� r r1 r t-r F L F �� 1 r -r r r r r :.'_�._ ._!_� ' _Jy�_t�l� _ELI I_t_r �_i_ I -- -1 Tr `i I • 1 I 1 �! -+ =f+ L r t r hI }7- � I- ti-. i+ h : "I' - - -- i+rr,i - -L "1- -'- -� -- - -!'1 -- - - - - - - - - -- - - - - +- h ! i_ i [ J ' I I r r I i i i i rrr r r i r rTr i r r ' r_[_, _ _ _ _ Y r r -- -' - '-- ,----- -, -- -- . - -- -. � I r r - -- -- _ _ _- , _I • _Li _ -- � - - -- -I r II H {'r h; li .4 - -- _ : � i � L. L J_ - +r rl. JL L i r' "' I' _ _ _ _ __LL: _ _r.L r _ _ _ -1 ; _ _ _ _ _ i �-I I- +H- ++ I 1 r r : H . r • I I-r r • , . I .'; r:�+ I r 1 1160 -,1, nr 160 {- - i "! -I-ri ; � � -r I -I' I r I .: � r � r , � i i -I- 1 , �1 .rrr Hh :,i, :. :; ; _L 1J = -'. -' -i - _ _ -- - --- 'Ji -1-' - J -'.- - - -- - F, + H H +`ii'r ' -•- J--- -^ ''- r r ; I' +� -;-i -! 1 !r � r ; r {- r h _ -1-.' I I + h I !_I� i__J_.. i �r '' -.!_l_ +''I• i! `''I:. r 'L - - - - t• it t ! r r I , : , . r 7 r , r , r . r , I 1 rim �- { r _' - _!_ _Y_. _. _ .. __ __ r .. r IJ_,_I - ,-L .I . -.I_ _ _ _ _L_.., . - L - I - - '+ -t- 1 - -- -- 1 - - - -- - - - - , r r , r L - r_._ ' - - - - - -- - - - -- �• ' , r r r _: -' L; r a �' I- - -I - -! ' -- t I- -- : J-_-� - I ' I-�? r , r L I -i {- r r - -'_ - -�, . -- " - "- •- - -- - � r � rrr i : i i � � __: ,_ _.:_ _L� `I-I -" J- .r_.__ ,-.1 .- , _ _. _- !-: � �-t-' -r i' 'r I 1 � i -. I. i • + i , r r r rrr r : � � - -- -- IJ- - -- - . _ � � r ____ -� I+ r r , .. +_ � r � � _ _�� LL J +, . I I „ r I-r r i r r I, r r „ r -- -- . - -- ~- ......:.. .1 . _ _ ... , __ . 1 ___ _ '- -" ,_ ,- _. ___I -__. :__.._._ __ __.' _' :.-, - --I, -, r.r._ !." - "' I : i 1_.. -- - - - - "_I i I_. J. -� ;-; .`- I-r I-1 � • F: + 1 I i . I . - - - "ri, _i - r r : r r r -! , _1 - -_J -- _ _ . i L" L - L� _i! - L -i ' , J - - L:' a [ .t r:: { - - -d -' -• - -- r7 -- , r .. - - r .J- ' L -- - - 7 r+ • '+' ' h ' , : r r I , 1.1 : -L' -I r - _ - - J L_f_ -1' - - - -I• '7-J _ .... f -i - T l'rr!T� rl - irl ri ! - ` -- ' r_. r r r : ---- - .._. _.. - - _ r : _ ::_ L ' ;;', :I +ih![ - 'I ,r- l;l!ii; L jJ- L Ili _t_: �,_i_. �. ! ! -'r. _,. _III- . ____., II_i_ I"_ _ �. -' r1r -1 r, ly 1155 .__ r -�ti -__r_i �,,r 1155 T r l • r ~ -: - - 1 7? 1 -'- -i r � � � 4 J _.._. , I:, L�_! -_• _r__ I •' , .J. -:� 4 - = -'- r r -I. _>__ (- I +♦- : -' r r I : : L-1 - 1 I- 1 �-- - } +- ! [ '.L_: 1 ' 1 ' - - _ _ r rr , rl- r !. ! . -� :-! .- -!- ... __ .' - - _ _ : 1 . : i �: . 1 [ -._ _, - - - -_ - - - -.._,_ .._.: ..•- - - :.- - _ ii ,i - it r 11t .I i r r }} : y i ..'� .., � - I I r 1 1 J � : 1 1 , _ _ _ _ _ _ __ - - ": " I.. _''-' 1 i11: 11111. _ _ _ _ _ _ _ !: " _ tt ti _ _. -I _ _ 1 :_: _ : L;_I 1 _._- -«- - � _ . . r r _.._ I L L'' - ' - -- -- - , .. - - - - - -r , .Ili .._ __ r r r r : _ . -_ _._ L.__. -._ • -I _ J_ �_ _ .__ r _ _ .. y- : �`'� rl_•TrI 1_ ! .', I., r l l ' _ i W '_I _1 _-'- - r r r r r r -'_' - - -- -:_ I_I,i _I _ _1 -' ! ' 1 F •- ! -- - - 1- -... _ . __ 1 .. - - - - - '- - -- - - : ' 1 .. - - - - - - -- - - -- r _ 1 . rT -I f T '_ _ T � I 1 i r 1 ' r r t r r r r - - ' _ L '- r_'_ '. �_ .__ ; '_�-- --r- '_-- - _- - 'r-'-' - --` L -rr - - _ -- i r rt 1 , - h ! �-- 7 .-i :- - - . ! 1.. j . __ ._t - - ^,-, l._ - - Ll -� i l t { '� '- _• , r_ t l.I ``I- -'_ I-t : ,_ .__ _ . ..: _ __ _ -_ _- _ _ _ __ _ r 7 .i. 1 .: [ L I- J-. , _ LI ._III I. L r. .I _.Y __ _ - I::I i ?'I I, ,I II FIIIIT I II .I I: .-.I L.L1 -1 I E L' -I I _ 'I' :T'!, 1 L:i - -f ;, _ _ _ _ l - - 1150 II irrrY I r1' I II - 1150 rl `rl r `L'- ; r r 9 +00 10 +00 11 +00 12 +00 13+00 �. wHiT JOB NUMBER: 90 4 0 2 DATE: 0 6 -19 -09 CITY O F YAKIMA SHEET Haibregtse, Lohman Associates, Inc. �,�s ����YW c o Nob Hill Boulevard Im rovement Pro ect p 3 FILE NAMES: DRAWING: Sheets west.dwg CIVIL ENGINEERING LAND SURVEYING • PLANNING PLAN: 09024.dwg PROFILE: RCPRF002.dwg Federal Aid No. ARRA- 4566(009) OF 801 North 39th Avenue oYakil WA 98902 ro DESIGNED BY: DJW PLAN AND PROFILE 1 p 5TER6 I 1$ (509) 966- 70009FAX (509) 965 -3800 NALEQV\ 1 ENTERED BY: KDY REVISION DATE t 1 1 1 1 l 1 N KEY NOTES: 0 10 20 40 O1 SAW CUT LINE. SAW CUT A MINIMUM OF 1 FOOT FROM EDGE Ir Vy E I 23 14 15 OF EXISTING TING PAVEMENT OR AS OTHERWISE SHOWN ON THE PLAN. SEALING AND SANDING IS REQUIRED AT PAVING JOINTS. W S STA. 17 +00.00 STA. 17 +10.00 W 14 15 CENTER NEW GRATED MANHOLE AND OZ REMOVE EXISTING ASPHALT PAVING AND BASE. 0 CONSTRUCT NEW CLASS 1/2 INCH, PG 64 -28 HMA PAVEMENT = STA. 14 +05.00 23 SIDEWALK 20 LF INFILTRATION 0 23 AND BASE COURSES PER ROAD SECTION DETAILS. 23 GRAD MANHOLE 14 15 STA. 16 +40.00 NEW POLE UNDERDRAIN. SEE TRENCH. SEE CITY DETAIL O Ary ®]00 LF GRATED MANHOLE STA. 14 +54.00 STA. 15 +60.00 BY PACIFIC DETAIL SHEET. O4 CONSTRUCT NEW BARRIER CURB AND GUTTER PER CITY OF STA. 1 NEW 0 IN ATION AND 100 LF (R STA. CENTER NEW EXISTING CENTER NEW POWER F- CENTER NEW STA. INFILTRATION r L•� SIDEWALK TRENCH. SEE 14 +13.50, SIDEWALK CURB & SIDEWALK 15 +71,50, I p 3S. ��i y;1� -y5 P,Ct' TRENCH. SEE YAKIMA DETAIL R1. OS CONSTRUCT NEW 7' WIDE CONCRETE SIDEWALK PER CITY OF W CITY DETAIL UNDERDRAIN. SEE GUTTER TO UNDERDRAIN. SEE O �,� UNDERDRAIN. SEE 39.5' LT. o R 0 39.5' LT. CITY DETAIL. L_2 @q .� y 22 22 22 'CO R�,y S YAKIMA DETAIL R5. DETAIL SHEET. REMAIN. DETAIL SHEET. �` DETAIL SHEET. R W _ _ _ _ -0'i- - _ ........... ' OT 6 CONSTRUCT NEW TYPE 2 HANDICAP RAM PER WSDOT - - "" STANDARD PLAN F- 40.12 -00 IN SPECIFICATIONS. otn ,,.,.: ;;: Y ...................... `'`' "'`' ' "' "" 7 CONSTRUCT NEW CONCRETE COMMERCIAL DRIVEWAY APPROACH O PER CITY OF YAKIMA DETAIL R4. REMOVE EXISTING BARRIER N......... . . -..:: CURB ALONG NOB HILL BLVD BETWEEN EXISTING MASTIC " .:::....... ....... - ::............... .. ......... .. ..... ._ ...... ....... .. -::. ............. ............... NEW VALLEY GUTTER AND ....._. . -_.. ..- ..-- "- ---.. -..- - .. -... -. :r \:: n m 5 -•- _,` ' \a..r ." -�\ ,\ \\\ \ \ \ \ ,�f +,? � \ ' - DRIVEWAY APPROACH PER DETAIL. \;; _ v\ 5.• \�_ \` \ x \ �. y \ X. NOB\HILC WATER` f -r T'\ .c \ 12 \ EX. NOB HILL `WATER, .L -t, \ \ \ \ \� `` 12 w y . \ _ w \\ \ w" Fp, y `` "" t w - 8 CONSTRUCT NEW ASPHALT RAMP AT END OF NEW SIDEWALK O PER DETAIL ON DETAIL SHEET. .x _ ,\w -, w \ \ \ w _ w\ a w`\ w w w\ \ \_,-- "- 1 -^ \�, _:. \- \' �� �. \_,\ \ \ \ - \ <�� 'L -1 \�._ =\ •\ - - "".. ": \ \\� ,.- `\ g� }. '\ ,: '� \ �.- �� �. {' ob ' Hilly Boulevar \ \S @ \`\ \1 \`� \\ �5a" ���� -\ -� \\ \ \ \� '� \ \ ''. \ - 1 \ \ `� -, J\ -5�'• O ` \ lfi 9 FURNISH AND INSTALL NEW 40', 40OW STREETUGHT WITH 16' O MAST ARM LENGTH PER WSDOT STANDARD PLAN, J- 28.10 -00, TYPE 1 AND RELATED DETAILS. REFER TO SPECIFICATIONS. SS _ _ \ \ \\ \ � \` �`\ ` ss 5 8+ � E >tlasl } Lr) + \ \_ #00\ \ \- CONSTRUCAOI 15 +00 PI,Stm15�- 0�5.62���,55 "p+. 5 -• . - - '.� - •o - `- `- \ ` Y \ - ��� _ -s� \ \•s.,��\ \�s \I `'iQN11ROL_LN '- ssr�rss -ss'\ _M2= - \'\--�:= \\\ f \ -� - -�. \ \ \ � _- \,•_ ��\ ` c- --\ �� 10 REMOVE AND REINSTALL PUBLIC STREET SIGN. 11 CONSTRUCT CURB INLET AND UNDER SIDEWALK DRAIN PER DETAIL ON DETAIL SHEET. fur n5e asp- • c \, \c \ \ G G G G . YE: NaS.B� G \ G=--G - G` -_ -�" \ \ \ ` `\ \ ,. _. _ `-\ - ^;.__ \ _ \ \_ \` \ \ \ \ \ \ \ \ \ \ `\ F -'\ �� \ ` \ \ \ \- \ - \ \ \ \ \ \ \ \ \�\ \ \ \ \ ` \ -,- \� F_ SAW \\ \\ \ ' 12 FURNISH AND INSTALL (2) 2" CONDUITS WITH PULL BOXES AS SHOWN. REFER TO CITY OF YAKIMA DETAIL E5. �\ \- \ N �:�s • si.- rv: .y °a,d; -• -w max.- - �ra�. 's - " aESi: fi • ',.� y eJ •':` �"j'i •- \ -,t;: e k•, b -4';;',,hr 'G`�:�.�r,�y..�j§a.`:,,��'":-� �k.:; ° '� .;=�F ^fir, :"i¢y: •�u }I .'rs�?S.' *: `9!t. i`f' \ \ \�\ \ `\ - \ \ \\� \ \ \\ \ �.r,,e =, -•. pn ,�'. •:pt �- ,-, n -, -• ''.1 'tt1,` -.d'' I: -� n,; �- a€ _ .:'s, Y'm y - ,_, -.4,, �:. �.4:' w �J. •h \ Y \ -\ - \ \\ \•� , - -' :° ` 'MATCH \- \ \ \ \ \ \ \ \ \ \ -F : ° ;�, q'.:21� -:.` �; s ,, ..rp •��. a : -� ; .3; `_ � ^ #`' ?t 1� "� , '`, `':�,t kz.: �, E11' ':•> \ o Q \ ` \ \\ \ \ \ \ \ .EXISTING "\ _ .. �159� .\ \ \ \ \ � ��..'�? °gym 1H.;,. �. t '; . ,'r�•$4,, ,x . "_ .,, ,.�i'" ` r'.`:`�`'�� . \ _`� \I \ 13 PATCH HMA DRIVEWAY APPROACH TO BACK OF NEW SIDEWALK O WITH 2" HMA OVER 6" CSBC. .;ifa�k ;'rFy,\ , 24 bIo- RIN 11 26 \ 24 � ...,.._ \ ....,... ...:�•.:: °xr:: °�.::::. - r..�::::• ... ...::..:::_ :.- ` 5' -.:R. ' r I .' - OSAW CUTS 5q ?� \ \ \ .................... . ........ ... ......... -... ..a. .. ... -�:.::c. ::.:::".`. = "::: ., :cr'4:"i.).ii: :".. _ .� ti�i.'. i,- � .,. .t z�Si • \ \ IE:IN92\ �'\, �li� \ - �i�i - _ \GIB FURNISH AND INSTALL 48 -INCH DIA. SHALLOW MANHOLE WITH SLOTTED COVER AND A MINIMUM 2' SUMP BELOW THE LOWEST INVERT F 1 PERFORATED RAIN PIP T A TRENCH. VE O 2 E TED D E 0 GRAVEL ...... ...... .. ,,... ..... __ ...... ,...... _... \ _:............`.�\.. .o . _?'rs4 - --- - - - - --- - -- _ _......� _ ..::. :: ..:..:._ \ ":: :::::. "........._ x:: " ��'.r -• -- m oIO'- m No - -- � --- '� H HP 0 D SEE CITY F YAKIMA DETAIL S2. .......... "? "i's<r. �' >�� °'�� �� 15 CONSTRUCT SUBSURFACE INFILTRATION TRENCH PER CITY OF YAKIMA DETAIL r 8 �P R 16 1 (" , ". 9 16 '? A 16 ADJUST RIM OF EXISTING MANHOLE TO FINISH GRADE PER CITY _ 6 �. t • - m �"',� ;. QF W " ",4 �; 13 ROTATE LID TO ' Q 40 LF INFILTRATION Z OF YAKIMA DETAIL S3. x x x _ zrr'I'a3 -III CLEAR GUTTER 5 • :�;, TRENCH. SEE CITY 4 1 ,�� DETAIL - - _� ! 17 CONSTRUCT NEW 10" DIA. PVC, ASTM D -3034, SDR 35 SANITARY SEWERMAIN PER CITY OF YAKIMA STANDARD DETAILS. Z 5 ill pOWER POLE R%W �+I C=J J { 11 STA. ggJ\ STA. 16 +18.00 AND TELEPHONE MATCH EXISTING � U - F- INSTALL END CAPS AND MARKER POSTS. SEE CITY OF YAKIMA DETAIL S4 FOR TRENCH SECTION. = 14 +54.00 8 �_ 3' BAC I NEW TYPE 1 CATCH CURB, GUTTER C Q I !' 6 PEDESTAL TO BE g CU STA. 14 +60.00 ,�11 \TO BACr< \\ ` BASIN. SEE DETAIL SHEET. RELOCATED BY - _.- AND SIDEWALK. L 18 FURNISH AND INSTALL NEW 48" PRECAST CONCRETE SEWER MANHOLE PER CITY OF YAKIMA DETAIL S1. Q 1415 65 tFDNEILTRATION AND j I \\ STA. 16 +18.00 SERVING UTILITY. y.. �- \ I NEW PRE-TREATMENT C , TRENCH. SEE CITY DETAI �-_, T -� \, MANHOLE- SEE DETAIL SHEET- I 19 CONNECT TO EXISTING MANHOLE. MATCH CROWNS. RE- CHANNEL BASE. I I, `• II \ \ \ I I I I / I •aJ�" I \ j ELECTRICAL NOTES: 20 GRIND EXISTING ASPHALT PAVEMENT 0.20' WITHIN LIMITS SHOWN. FURNISH AND INSTALL SPECIFIED PAVING FABRIC. OVERLAY WITH 0.20' HMA CLASS 1/2 INCH, PG 64 -28 FOR INSTALL 2" CONDUIT WITH 2$8 AND 18G. INSTALL IN SAME TRENCH AS (2) 2' CONDUITS, 1 AWAY. OVERLAY. 21 CONSTRUCT NEW WSDOT TYPE 4A HANDICAP RAMP PER WSDOT L -2 PACIFIC POWER SECONDARY CIRCUIT. CONDUCTORS BY PACIFIC POWER. INSTALL 3" CONDUIT (PATH TRENCHING STANDARD PLAN F- 40.16 -00. 22 FURNISH AND INSTALL TYPE III BARRICADE ON 4 X 4 POSTS - AND BACKFILL) TO PACIFIC POWER STANDARDS. PER WSDOT STANDARD PLAN K- 80.20 -00. L -3 INSTALL NEW 120/240 VOLT, 1 PHASE, 3 WIRE TYPE 23 CONSTRUCT NEW UNDER SIDEWALK DRAIN AT EXISTING CURB B MODIFIED SERVICE CABINET PER WSDOT STANDARD PLAN J -3b. PROVIDE WITH 2P -60A SUSE RATED MAIN DISCONNECT AND TWO 2P -30A BRANCH CIRCUIT INLET REFER TO DETAIL SHEET. 24 CONSTRUCT NEW CONCRETE RESIDENTIAL DRIVEWAY APPROACH BREAKERS. PROVIDE A 6 POLE, 30 AMP LIGHTING PER CITY OF YAKIMA DETAIL R4. EXCAVATE AND PAVE 10' CONTACTOR. PROVIDE GROUNDING SYSTEM NTH TWO RODS AND INSTALL WIDE (MAX. OR TO R/W LINE BY APPROACH LENGTH HMA 10 FOOT COPPER CLAD GROUND PER REQUIREMENTS OF NEC. MAKE PROVISIONS FOR STRIP BEHIND NEW CONCRETE SIDEWALK WITH 2" HMA OVER 6" CSBC. TWO FUTURE 2P -30A CIRCUIT BREAKERS I I l 1 I J J _ L _ , I rr- _ IJ �L, �_ - I - + i I is j._ ._ 'r j ..,.�- - r r r -- -- - - -- `I I �! } tiJ I_ �} } � I -- r1 I ! . , . ,.... r *. . _7- I k _ _ _ I: t-J_' I I _ . ; J_� �. I ; r -r+ a Fi I -� h f � I I I.7- _� _._ .! r . �.1_- f -�- - -}-I T1 -1 1 F`7 -' !-f-; i- " -�-J"' r' r,- -' - ' - -- - -'- - -- - -'-- -- - - - -- -- - -J . _I. J r t 1- _ I : I I I - -{ -} i {- - { •- - ...-- - - -- -} -- -- - - - -•- - - --� - -- -�- -- -h- - - -- -•- -- - - - , : r : : � - - '- -- -- '- - - .- �_!- . ! _ _I 1 . � ._! -!- - - L..1.1 -..- �- - - �-- 1-7-• - - - -1 - - -'-� - -'-'- �'L'--- -- -- -- - - - --1 - --- 1 - _ �-I : - _ -- -- - - - - - -• -! -- - - -- r - - t L - -� - -1 -- �� --- - - -... - -' --t -'- -•- - - -- -- -•- - - - - - -- - - -- - L• -- -- - - i i f _ -r FI h H rFi +}- -�' - - -- --- ' - - - -� ---- • - -- -- - -- - --- - -- - - - - -- -- - f :: � I ::: : r :::. r -' I- - '.. L.I- - �- .k- - � _- r ::: : r. .: - -- -- ---- L- `I "I-•- - ' --' -. I. .� i -TEL.-_ :' - -- -._ ,-.. F: r '- �.tla' I' 'I i; 11- - '!- - I :rF r :.1- 1I :_1 I- +,_: L�-r, rl: _l ; ! -1 l;J1' -li: '-L-'-.- r rl }_'�._'.� ��7 '- Ij_ ::. '-- �-- �-�--` -i. - - .. �.. - ---- �T - 11 : r :: r ::- ::: -' ` --- _:_.:- --'- ----j -L :- --t--' --1 -= -•--- '- --- `_---- -- ' -- --ICJ_._ _71". ,- 1- - I- - - -- - -' - -' - -' f F -I H fi E F r +I +Ft . H r T -- - f 1 .. - -... _ - t -I uu.i - - !- i- } r -}- - n-, - +- -- - - -'---- -- -- --- - -- -- - -� - - ---- - -- ---- -- ��.- --- - - --- - - r r '- - '- "- r -I_ -I- -- -J-- L�l- - - '-u_' -J- -- - - -' i --I- - - -i - - - - - - -{ - - J i - - - �_ :r L�: J_ L _ -_ u- -I - -_1 L; - -I!h I{ FtI a: l' } {- Tr +fI iF hfI'rh!i fIf {1 I,I: H I'': +, , J j - - - II Ini 11 _ -' -- -'- -' r I- :E 1165 :� } -} -r I - i r r' a : • : r r :: 1 H :: r _ _ __ .; -.I__t- : i� '.: :' : _`', '~i:y 1_L:- J -'__I' _ -I_'_I _L ____ __ _ _ ___ _ -' 1 -' 1 -- - - + - -I i +i i T i +i +H : : I;J r. r --J - I- i" -"-I^ 1"r'" --- I - r ..:. t I f - �- I -'- -H- -Fr'-- t�ri . �'}_L _Li ' � J_u iI _ - --- .i " -I -I1 _ J - • - 'Ly1 - -- -- r -, - r -�� , `i- : 11' - - - � - - -�- 'J- � I � � I - I --I� -r I ; H LJ r t i f�l + t' -: -r- -r- h r r h r t �. H _•_I -.II -I I'- ;. IJ I_. ± :_:_ ! r 1 l ; I -I, I I! I I 4 L ! J I I 1 I r J .� rl r _ _ - � J � �Ly_Ly_ , -rt -+'� -I -r• - �• -,-+� - I- 1- '-- � ---, -r _--'� -I-j- . i rrra --, F. � . - - -11 t_l r -' -' • • - - -- .'1_'- .. ..- _- - �1.� L, , -• W L L; I, , I_ L� 4- , -�+-I- I-�-I . :( t , - - - - - --1 -------- ` - = --• - -__ r -= _. -. = '- .._.--- -I - -I- ' -L t _ _1-'_L- L_;'j', rL,":, tJ -I-�?, ,r�- ,`I' r• 1r ±f,T- +Hlir It A �. J r I �' I... J- • , '-. -'- : 1 �'t i I _r'f _fII -: - ^ :I r - --- -• - --- --- r-i I.t -- _ J1-I-__ - ....T.__t._�_ - �.. - - -.�_ f� J -4, r 7 h rr - � ( H iii + -.:: -'' .: : :,:, - __._._______- __._ -.- ___._.____.- -. _. _. __.__.__.____________ __ _.I_ - .____._._�, r -- - -- -- _- -- ..1�_i - ----'- - --'-'--•--- --'- -'- -- -- ------'- :. : r . r L _ �-�- -LJ -u -' -- - - - -ONdR0-t9NE -I-r-: .J_L'._l L - ! -�-h-r-' --i-i -i- :: ':- �-i : '+; �, t,- Ti i-'r f• t-:'t 1= h -i-i- -'-h='� -I "-f-! : "- :: -- r i r : n h 1160 - !i.i1 -I-I- '_I_L: :-I - -= ! 4- -rrr- +i- I�J -u-I- - I+I_ {_f- -rt-4_ _ '-! -;-Yi i- .-! -I--r - . r�-I_r .I rOONSTf2i1C�ONI C t' : TT {- t� h r : 1160 'r:. _ ._+ r: :: i Fri - 'r . -� - :_ � J_r�- Fi-uj- :: :: :� • ' J. ,- LI- J- ..r--- I -J-'i, ', T.-:� ' ' _i -rr-- _I.T+J -h' _`i-i' i-'i -I -' "`7 -- _ _ _ _ _ _ - - _ . , - _ _ - 4F =r - - L. f - tr H- f- r� - _ r _ i __ _ _. r ! -• r - - -I- r - - - r,+ F,+F _ _ - i- _ 1: 1 H -i, rr ir, {rri:r;.rtH- _. _ - - - Hrt J r . rr -r - r - - -- - - r t' -' -- - L -1 -' -- - -r - - - ' -- h-r-, - - -- I ' ; Vi i1- - i:n!,= i, :t ,i; ' �_: ' � n I :: r r. T-I-17 - - - - -- - - - - -- -- - -- --- •- -•- •-- - - -- •- - ---- ' -- --- -- - - -' - - - -- -- � •-- --•- - --- -- - ----- -- -- • - - --- -- J_ -- - L_', -:_ I- _. � I - -.. : - i -I +H r -i r'r - - :;i {H rI: 1155 _� - - - _ -- - -'--- -rT^Trr4 ^-i ''�Y- ' r`h -i'r �!'-i 'F. I-1 rr I__t -': "- - -- -IT-11 - - - - - 1155 - H :' ' H+ 11tH -� '''. ay I- I ! I'-I'r-'-! -_i_ �a-�-' !-- I h-F' i-FH -: �-i-I-; �u - - - -- -- - -=i-I- :1-i-� �: It NiF h: _ i �' �7 - - r i 7 - - -- - - - -- -- -i ! --�-r f F-I -r"r _ _ F - _ -- - - - •. I 1 r -- - - I {- __ I .�. -.._ ._._. -_ L_ _"T' ' _�I . :T{j _ I L ..:� . - Tl- -.- _ _ _ L-I-1- 1 - - 'J-r -. L, J- -' - +H +t I ' I I !� .�-_t a-.-I JY'-1 `-- `^' -I+'_ -- .J- ' ----L• - - " -' -1__ - - - -- `rr "-� 1 Fr- i _ - +-, ... _ ��'_{�-' •_; "" r- -'1+- _ _ _ - _ _ - r� - - - - - - - - - ; '_ - r, - - _ L _- - _. ; -, r . �_ - - i I-' j { ' - - I , J _ - 1 L-L -{ -- 1150 1150 - r - - r _ - `_I-1 1-r r - "l-I - 11_, :, ,-i _ �-�. -I- -r- -�- r'- J_ '111- ' , �} _ r`- _ _� �'_- _ _ __ _ _ _ -- L._•_• -:-- .TL_ _- _�-_1_ _' -- -�-` 1 :T_' L _ _ _ _ -- _ _ T - _ - i ' _;-i= -_1 - - - -. '1: �_ - - -- - -'-I- :-- .f"+`' - .1�T. - - - - 1 i-= - - - f• r - -- r - - - I- -r - i - - + - -� -= _t - +- - - - - - - - - �-- - - _ _- - - - - y -k - -r -- -- -- _- - - -- - - - -- - a I. - -I - r^ --� - - f - - r : r 'r 7 - _ ___L.._.:_:__ __ _ -- . -.-... - J� .ter - i + - - -- - - _� - ;i,-- 1---• -- 1- -L - - - �f" - -'rl- -=*=i- 1-'-`- -' - I- 1-J -' -i-� - '- ``!-`? -H- ri1rr, - ^rl - 14+00 15 +00 16 +00 17 +00 18 +00 3.w JOB NUMBER: 0902 4 OAT-: 06 -19 -09 CITY O F YAKIMA SHEET HAlbre��`pF gtse, LoAman Associates, Inc. 1 wA$y/r�'S' ow�� Nob Hill Boulevard Improvement Project 4 FILE NAMES: DRAWING: Sheets west.dwg f CIVIL ENGINEERING • LAND SURVEYING • PLANNING � PLAN: 09024.dwg PROFILE: RCPRF002.dwg Federal Aid No. ARRA - 4566(009) OF 801 North 39th Avenue *Yakima, WA 98902 (509) 966- 7000*FAX (509) 965 -3800 �� A: ] 1 18 DESIGNED BY: DA PLAN AND PROFILE REVISION DATE LEI Y 11 ENTERED BY: KDY 1 1 u 1 1 1 1 1 1 N O1 KEY NOTES: SAW CUT LINE. SAW CUT A MINIMUM OF 1 FOOT FROM EDGE 0 10 20 40 OF EXISTING PAVEMENT OR AS OTHERWISE SHOWN ON THE W E PLAN. SEALING AND SANDING IS REQUIRED AT PAVING JOINTS. ��^ REMOVE EXISTING ASPHALT PAVING AND BASE. rfl 3 3 CONSTRUCT NEW CLASS 1/2 INCH, PG 64 -28 HMA PAVEMENT w 1415 W AND BASE COURSES PER ROAD SECTION DETAILS. O = STA. 18 +50.00 STA. 19 +95.00 23 23 23 = O4 CONSTRUCT NEW BARRIER CURB AND GUTTER PER CITY OF In CENTER NEW STA GRATED MANHOLE AND (2) STA. 20 +00.00 STA. 22 +00.00 O STA. 22 +95.00 N SIDEWALK ( 19+50.50, 50 LF INFILTRATION CENTER NEW O NEW OS YAKIMA DETAIL R7. CONSTRUCT NEW 7' WIDE CONCRETE SIDEWALK PER CITY OF UNDERDRAIN. SEE 39.5 LT. TRENCHES. SEE CITY DETAIL. SIDEWALK EXISTING CENTER NEW STA CENTER SIDEWALK YAKIMA DETAIL R5. STA. CURB & SIDEWALK DETAIL SHEET. - - - - _ _ UNDERDRAIN. SEE 22 +36.50, UNDERDRAIN. SEE _ 21 +00.50, GUTTER TO UNDERDRAIN. SEE -w - -' DETAIL SHEET. 39.5' LT. DETAIL SHEET. O6 CONSTRUCT NEW TYPE 2 HANDICAP RAMP PER WSDOT _ w - - -w 39.5' LT. REMAIN. DETAIL SHEET. R W w�1w _ _ _ _ _ _ _ _ _ _ _ _ _ - LA STANDARD PLAN F- 40.72 -00 IN SPECIFICATIONS. ,� _ _ _ _ _ _ _ _ _ _ - w w w w w w w w w w w w 15 w - w EX. NOB HILL WATER R 1N O7 CONSTRUCT NEW CONCRETE COMMERCIAL DRIVEWAY APPROACH PER CITY OF YAKIMA DETAIL R4. REMOVE EXISTING BARRIER _ _ CURB ALONG NOB HILL BLVD BETWEEN EXISTING MASTIC _. _. NEW VALLEY GUTTER AND ._.._.._.. -,;.:- - - - -' �.. DRIVEWAY APPROACH PER DETAIL D VE 8 CONSTRUCT NEW ASPHALT RAMP AT END OF NEW SIDEWALK ,;;,�:.�_;:.,,..::;::.;;.,,... � ... ... ... ..- .. a :,Q1., ..- 1 s a..,\ ' ` ` `. ` \ -..r. :;a1;�(m:: na ?a- � m PER DETAIL ON DETAIL SHEET. \ \ •:: zar: �.: :.m;,� „- .-- :,.-- . :;- ". =: a;; -. \ \ \\ �_, \ \ � \ - _ `\ \ \ � \ \` \ \ a.. \ �� L i �, • \, \ \ \ ` 9 O FURNISH AND INSTALL NEW 40' 400W STREETLIGHT WITH 16' MAST ARM LENGTH PER WSDOT STANDARD PLAN, J- 28.10 -00, \ .S `� ---SS \SS -MH O \• s 5-a,• \s \ \ ate .5 1 Z RIM I i'Sfi 84\ \. /I \. '\ s \. -=^, \ `. \�_ L_7 \\ \� \ �.-- �_ TYPE t AND RELATED DETAILS. REFER TO SPECIFICATIONS. PUBLIC y5. \ss \ L- \ -� X \ \ �.-_ \ IEV,a69 \ 1 \ - .� -115- \ ��_- .�._ -.. _ � �\ - �-� , \ � i \_ \_ - '\ G+p PC \Staff 839x85 9 +DO \ \ \� \ \\ \ \ \, ' \`- �\ \ \ \\ \ O \\ \ '\ \' \ \\ \ \\ \ �\ �` �\ \\ 10 11 REMOVE AND REINSTALL STREET SIGN. CONSTRUCT CURB INLET AND UNDER SIDEWALK DRAIN PER \ _ \\ \ \ _\ \ \ G\ \ G_���G a G G. G G` G <G„ G_ 0 \ \ \ \ \ \ ` - \ - \ \ \ \ M 12 O DETAIL ON DETAIL SHEET. FURNISH AND INSTALL 2 2" CONDUITS WITH PULL BOXES AS +00 +74.69 -�� \ \ \- \• `� \ \ 4 +DU. \ . -\ \ I CONSTRUCTION 2 +00 \ \- _� -- - \ �\ `- - \ `\ `\ 'CON' Of`\LINE `,�\\ _`\ \ - \ \ \ \ ` a PT Sta 26 +42176\ \ �\ - \ \ ` \. \ - \ 13 SHOWN. REFER TO CITY OF YAKIMA DETAIL E5. PATCH HMA DRIVEWAY APPROACH TO BACK OF NEW SIDEWALK \ \` \,Rob \ Hi: [\, Boufevard� WITH 2" HMA OVER 6" CSBC. \ \ \ �- `\ \ �� � 14 FURNISH AND INSTALL 48 -INCH DIA. SHALLOW MANHOLE WITH SLOTTED COVER AND A MINIMUM 2' SUMP BELOW THE LOWEST \ \ 'RIM:,l 1J t� \ \. \�__ -'c- ` -= - <_ =� - ` -\ -:' \ \. \ \ \ \ \ ' ` \ \ � -�^ INVERT OF 12° PERFORATED DRAIN PIPE TO GRAVEL TRENCH. SEE CITY OF YAKIMA DETAIL S2. ft_ -� ^D \ - DID�+IDDI 15 CONSTRUCT SUBSURFACE INFILTRATION TRENCH PER CITY OF H�- -_ "-� APP - ishP � _ eH. -HP HP -ong_ ' %HP - -DH� - �`HP - -�n� Win. DH H YAKIMA DETAIL D3. - 1 - _ _ - - - - -i 16 ADJUST RIM OF EXISTING MANHOLE TO FINISH GRADE PER CITY _ - -- ❑ - - _ _ _ - - - OF YAKIMA DETAIL S3. - _ _ _ - - - 17 CONSTRUCT NEW 10° DIA. PVC, ASTM D -3034, SDR 35 SANITARY SEWERMAIN PER CITY OF YAKIMA STANDARD DETAILS. R�- -� INSTALL END CAPS AND MARKER POSTS. SEE CITY OF YAKIMA DETAIL S4 FOR TRENCH SECTION. w I _j 18 FURNISH AND INSTALL NEW 48" PRECAST CONCRETE SEWER LLI J MANHOLE PER CITY OF YAKIMA DETAIL S7. ( ii Z J 19 O CONNECT TO EXISTING MANHOLE. MATCH CROWNS. RE- CHANNEL H U BASE. Q I i F- 20 GRIND EXISTING ASPHALT PAVEMENT 0.20' WITHIN LIMITS I g SHOWN. FURNISH AND INSTALL SPECIFIED PAVING FABRIC. ELECTRICAL NOTES: OVERLAY WITH 0.20' HMA CLASS 1/2 INCH, PG 64 -28 FOR I ! L -1 INSTALL 2" CONDUIT WITH 2 #8 AND 1#8G. INSTALL IN r SAME TRENCH AS (2) 2° CONDUITS, 1 AWAY. 21 OVERLAY. CONSTRUCT NEW WSDOT TYPE 4A HANDICAP RAMP PER WSDOT L-2 PACIFIC POWER SECONDARY CIRCUIT. CONDUCTORS BY PACIFIC POWER. INSTALL 3" CONDUIT (WITH TRENCHING 22 STANDARD PLAN F- 40.16 -00. FURNISH AND INSTALL TYPE III BARRICADE ON 4 X 4 POSTS AND BACKFILL) TO PACIFIC POWER STANDARDS. PER WSDOT STANDARD PLAN K- 80.20 -00. L-3 INSTALL NEW 120/240 VOLT, 1 PHASE, 3 WIRE TYPE 23 CONSTRUCT NEW UNDER SIDEWALK DRAIN AT EXISTING CURB B MODIFIED SERVICE CABINET PER WSDOT STANDARD PLAN J -3b. PROVIDE `NTH 2P -60A SUSE RATED MAIN DISCONNECT AND TWO 2P -30A BRANCH CIRCUIT 24 INLET REFER TO DETAIL SHEET. CONSTRUCT NEW CONCRETE RESIDENTIAL DRIVEWAY APPROACH BREAKERS. PROVIDE A 6 POLE, 30 AMP LIGHTING PER CITY OF YAKIMA DETAIL R4. EXCAVATE AND PAVE 10' CONTACTOR. PROVIDE GROUNDING SYSTEM WITH TWO WIDE (MAX. OR TO R/W LINE) BY APPROACH LENGTH HMA 10 FOOT COPPER CLAD GROUND RODS AND INSTALL STRIP BEHIND NEW CONCRETE SIDEWALK WITH 2" HMA OVER 6" PER REQUIREMENTS OF NEC. MAKE PROVISIONS FOR CSBC. TWO FUTURE 2P -30A CIRCUIT BREAKERS L I -. }I - - - - - ' i i l L, 1 J I-I - !_' - i- � i ; - , L , _i ._ -; _ i I - { -i-1 -t -, I ! r _ . _ ,- r-I LI-J. L L _. _ _I �.-r f -f • # :: :. r:: I :: 1 , �J_i.- �, i - -- -I ' _�i-I 1_I.1__L�: � _ I I _l, ; - - � ', f I -� - - =�= - - -I I - - -! -' - ___ .. - .___._ ... - - - ..... - -' - �_ - < - - - - -• -1 .. _ : • - , �_ i I_l�_ }.__ \! - - I I r � - - : - � I, -!' 'f t_1.,,I I ?r r :.II`fllr I:t I,�:.1 I- -f 1T!__; Ir�I .!. r,r - - -1�. _ - -J -- -- -- - - -`-` - --- - - - --- :: _I_ ! ! _ . 1 . _ _._ ..... : ._.- _ .1 :_ 1 __i_. _ I_ I� , , _ ? :_' _'' - i-�- 'I- a `_' i -- - -i -'- :-I -I- '1 -- L- ' - -1 -'- • - -T -.-li : - ?- - -r : :I 1- rl-j �iI lI�i l -1 I'Y ' i7--I f_ L _.. f_ ! !-y } I_ ! ,; , - *t ;.._, :, - 1165 -• _ L I._ •__ L__, -�_ I- -4 -I _� -.J_. - .,, - -I _ y__ !-I { f{ Y I-T-r1 : rf !�y I rL_:. "- !-I" 1 •� "-ri -, " r.. F:: -1 ! y 7 : •�- _ __L _ _ .- _4 -i_I ! '_ I- -:_ ._ i I F r r ! II 1 } I r r r L._. _ 1 � � T_, - -- - { I - J .j - i 'I r :I � I' L Ir- I I � 44 - -- I ;, � _ 1 y Ti : : i I r � I I-r I r - r r + I I- 'rt ! I { rf- '-r_ I I I I i 1_I,-. f I -- � � � - - t } F' -- • ! - z' __I _ _ - - -- - - - - - - { .'1 _._'_ ���,. -•- -I- -! -J- -i'- r ._, .!I•- -- ,-'-altt -. -I--tt „' I {,I•I,,: I II'- r 7, }I I -- I.!il� -I!----!d--'-. ---- - ----! -! --- ---- 1 . -- _- ._- ___,_, .---•- T ::,: t: lip 1 'i- ii- ---i ----- - DTI J -.• -'i - - i . • :: , :. : .. : + : .:- - - - -' ! -!- -' - - - F �+ 1 : i-I "l ' 1 _IJ �. I_ - - - -! - -�' -- --`yL - r -r; { 1, :I -�f :._..�!.} - - - r! - -- - 'tI! +, II +II j. {, 1y } I -r - 1r II r -- - - -- - - I' :Ii. -� -{ I: - - -- I: r - ! ? =- - _I_t :_ - -t. - +. :, , I J CiI ;I i - { ! ��.I rY Iii - {: ;1 `� 1� �I !.r :f 1 '� J I- I !�-t ! J - -i { ! ! I- - �� r i-i + I : r r E ISTINGI GROUND, AT .: r f _ - _i_,. _: -I:I• 1160 -! -! - - - r - - - ! _•._I_I -I��I� :-- 1-'- -1 -. I -I_' ,_'_ ONSIRUCn 0 - (CONTROL NE - �', -I +t 1-i �-1'r I-1 -I : }:.,! rI I . !_I .. L 1J _� ! ! L, , -t- '-" ! 1 =, -' ! ., y .- ... i !- i' -I -� lit - - -f ! + :i" t't I_ . ! `-- .'1 -' --" f �' } - ----' " - - }---- --- } - - ' 7 ' - - _ - - _ -- - t - -t f :i r f' - - ,-, t ;:._ .L!�.r.l_ �T_;,!!1 .:-''-' _, : } +!- -- -!. }:.. ---, -. .-`-- '-- ----� --! -_- - -- -�_ -L --- ---- - :=_i' _I :+ _ F _ _ _ ._--- : : I� ' - - - - _ - I - -- -' - -- -- --' -- -- -- -` - -- --- -... ..__ .. :. . � � :: � � :.I. �'' : L -' _'Z L JT I - -- � t .:: 11 : : I !_ G I- _ __ I. I_J - - Li t , 1 Y - r� r f : rt -`:- 1-1'71 `""--" f \ - _ 1 rl I : .�_i_,_ _I ._ i _J ___, _ _ - _ __ _ . :: _ ___ ! I__, :_,_ _I -_.: 1 __i HT -4.._ • ___ -! I-:_ L..- I-.__I_.. :_, ,. , I r. � � +'-k _ ._ -mil___ .J_ r r � I i :: - - i' i' :i ;i {. .� - - -- - -- - - I._ }_ _ -I- -j!�: T rIr - fIi'I l l F �_i'. 1, - - l l f - `! ! t7- ! r f \ i-r1 ' 1 �: ~I _ _ - _ __ _ 'I -1 1155 r - - -- - - - -I _ _ ! r n I 1 1 r : � ��1 1155 l : N' _ -- �. .. .� - - f ' , _ -. I-- - _ _ _ _ :_ .. _ { - '.__ :_ .__�. "- ___ __- ,.. .... ' " "_..! __• _.- _� _ _ '; .: '1 -'--; .. -• " '�,il! 'III .1 __ 4! 1 {' :_J -'_', _I•:: ''1 _ -I - - *III 'II: t' 1 _ - _ ; - __1 ............ .. . .... _... _,_ -, 1' I j j :. .: 1., .., -,: ..� .• ,III ._,,F ! ___ _ - __ _ _ _ __ - y : l - - - '',III r { . r l ! 1150 it -' 'i - - ,I I' - ! I' - - f• 1 I - i 1150 - I I - -- 1 -- - -' T -- IJ... - - - ' E _...1_ - I 7 t { - r: _ - �� ���� � :i� �� � i �, �: : .•I L.___. I_, .: -I _,_ -_ ._.._.. - Jam. I - } - - -- - - __ : - - i - -- ° - - -- - - - * _ : - ! !f - I , I 1145 1145 :I, 11. 19 +00 20 +00 21 +00 22 +00 23+00 JOB NUMBER: 09024 DATE: 06 -19 -09 CITY OF YAKIMA SHEET Huibre tse, Lowman Associates, Iotv\y�oFwA�C 9 Inc. S�'wH,T Nob Hill Boulevard Improvement Pro 1 p j 5 DRAWING: Sheets west.dwg CIVIL ENGINEERING • LAND SURVEYING • PLANNING PLAN: 09024.dwg PROFILE: RCPRF002.dwg Federal Aid No. ARRA- 4566(009) OF 801 North 39th Avenue aYakima, WA 98902 DESIGNED BY: DJW �p �<v (509) 966-7000-0-FAX (509) 965 -3800, ALE�G �qJ ENTERED BY: KDY PLAN AND PROFILE REVISION DATE 'J 1 1 1 1 1 N O1 KEY NOTES: SAW CUT LINE. SAW CUT A MINIMUM OF 1 FOOT FROM EDGE OF EXISTING PAVEMENT OR AS OTHERWISE SHOWN ON THE PLAN. SEALING AND SANDING IS REQUIRED AT PAVING JOINTS. I W E 1415 t` 2 REMOVE EXISTING ASPHALT PAVING AND BASE. rte ISTA. 23 +65.00 GRATED MANHOLE AND STA. 25 +10.00 W 3 23 23 23 S W CONSTRUCT NEW CLASS 1/2 INCH, PG 64 -28 HMA PAVEMENT AND BASE COURSES PER ROAD SECTION DETAILS. r 23 100 LFINFILTRATION GRATED MANHOLE AND = TRENCH. SEE CITY DETAIL. 25 LF INFILTRATION O9 0 10 20 40 N O4 W STA. 23 +60.00 9 STA. 25 +03.00 TRENCH. SEE CITY DETAIL. STA. 26 +25.00 STA. CONSTRUCT NEW BARRIER CURB AND GUTTER PER CITY OF R NEW = CENTER NEW 14 15 A. CENTER NEW CENTER NEW STA. EXISTING CENTER NEW YAKIMA YAKIMA DETAIL R1. In SIDEWALK SIDEWALK STA. SIDEWALK CURB & SIDEWALK 23 +72.50, 26 +58 UNDERDRAIN. SEE UNDERDRAIN. SEE 25+15.50, Og UNDERDRAIN. SEE GUTTER TO UNDERDRAIN. SEE 15 O5 CONSTRUCT NEW 7' WIDE CONCRETE SIDEWALK PER CITY OF T. 39.5' LT. 39.5' LT. DETAIL SHEET. 6 DETAIL SHEET. 39.5' LT. DETAIL SHEET. REMAIN. DETAIL SHEET. YAKIMA DETAIL R5. - - - - - - - - - - - - - - - - - - - - - - - O6 EX. NOB HILL WATER NOB HILL WATER w w w w w w w w w w w w CONSTRUCT NEW TYPE 2 HANDICAP RAMP PER WSDOT STANDARD PLAN F- 40.12 -00 IN SPECIFICATIONS. wEX. w w w�2' w w w w w w R/W 6o �- 22 - _ _ _ _ _ - - R/W - - - O7 CONSTRUCT NEW CONCRETE COMMERCIAL DRIVEWAY APPROACH ..- -.. -. .. -. .. -. - .. -.. -.. .. -..- PER CITY OF YAKIMA DETAIL R4. R EXISTING R NOB (VALLEY ,`p� -.. -. .. -.. ..- ..- .. -.. -.. . -..- ' 7' :. j:::::::. '- GUTTER AND CONSTRUCTION OINTS PER DETAIL. DRIVEWAY APPROACH P R DETAIL. r . �::. ............ .. .. .... .... .. .......... ..:..::.::�::: �::::::: �.::::: �:::::.: �:::::.::�:::::::.�::.�:::::::: � :::::::::.::::�::.�:.::.:. .... 8 ...... .. ... .... ........:....... .::::::::.::.......:.::.::..... .. ....::... ..... .. ..... ........................... ..:..: ... .............. ....... _ ............................... .._..... .._......... ........... ...... .....1..........._............. ............... ............................... ... ..........._............ ......... .... ... ...............__.............. - - - - - CONSTRUCT NEW ASPHALT RAMP A N L T END OF NEW SIDEWALK .._.. -.. ..- .._ -. -..- --. -.. -.. ..._.. -.. :. -.. r . °..` .. .• . >\ , •, PER TAIL ON DETAIL SHEET \�.. O9 _ g § -�5 ' s5 =- -55 \ 55 \ \. \ \�. \„ \� \ SS \ 5 \ \ 5 \ \` \ \ \ \ � � \ \ t; �\ \ \ `\ �'S5 MH \ \ 1155,75` \\ \\ \ - - \\ •\ \�\ 5� `12' \\ \ ` `\ \ \ \\ FURNISH AND INSTALL NEW 40', 40OW STREETLIGHT WITH 16' MAST ARM LENGTH PER WSDOT STANDARD PLAN, J- 28.10 -00, a \ \ 10 \\ TYPE 1 AND RELATED DETAILS. REFER TO SPECIFICATIONS. REMOVE AND REINSTALL PUBLIC STREET SIGN. Z \ \c� \\ \�\ \�\ \ -. \ \ \\ \ \ O 11 \ �', \ �\ \\ \ \ \c \ \�\ ' \' \ c c. c c \ c\ ` c c\ . c . c c .G , , , - O O � - c ` `c s - - \ \ \ \ CONSTRUCT CURB INLET AND UNDER SIDEWALK DRAIN PER DETAIL ON DETAIL SHEET. E \: \ 7 +00 -- --- •I"-�- �' ;25•f OQ`: = "; -�, :'�.<- -'�: _- i -CONSTRUCTfOIY - - - I"�- - '" '\ `% \ \ \ ` r-1 \-,% ,. \% \; CONTROL-'CINE' \ -� \ \ N 12 \ \� \ \ � 4 \ \ -NS I \ \ `. ` \ \ \ �, \ yI \ \ �\ \ \ Nob ` Boulevard \ \_ -- --� \ \ ' 13 O FURNISH AND INSTALL 2 2" CONDUITS WITH PULL BOXES AS SHOWN. REFER TO CITY OF YAKIMA DETAIL E5. PATCH HMA DRIVEWAY APPROACH TO BACK OF NEW SIDEWALK \ \\ \ \Hill - \ \ V F- \ to \\ \ \ \ \ •\ \ \\ `' \ \\ ���_ -=-\ - �.� `� \� \` \. ;\. _ .� \\ III\\\ \ `. \ �\ N tt55 \ ` 14 WITH 2' HMA OVER 6' CSBC. FURNISH AND INSTALL 48 -INCH DIA. SHALLOW MANHOLE WITH \] \ \ \ � \ \ \ � -� \ \ \ - \. \\ \ � \- �'�`�`�„ \ �, \' ~\ •� `, :.ere oiD mD DI D�,D SLOTTED COVER AND A MINIMUM 2' SUMP BELOW THE LOWEST PERFORATED p�--p D blD of D , D` p H^ OH^ "' DH INVERT OF 12' DRAIN PIPE TO GRAVEL TRENCH. \ I SEE CITY OF YAKIMA DETAIL 52. 1155 ®n;In�. ^- 15 MINPli)1��� lJ lJ�i1 ;{LI' - F - -� - CONSTRUCT SUBSURFACE INFILTRATION TRENCH PER CITY OF YAKIMA DETAIL D3. ®Ltl ' u r- - -- -- 16 3311 ❑ C -��`s, msR._s�1am ® - - - -- - ADJUST RIM OF EXISTING MANHOLE TO FINISH GRADE PER CITY OF YAKIMA DETAIL 53. - 1 7 - - R/W - - - - - - __ ___ _-- ., - - -- __- yz. _ O ' y -FA ':� i CONSTRUCT NEW 10IN DIER PVC, AOSTM D- 034, SDR 35 TAI CE YAKIMA DETAILS. �- a= ® _ m M0 ® �- 7 nyy 1 - - - W W U -! - -- --" - " - - - - -- "-- -; - -'- -' -; I ( �'� -- Z INSTALL END PS AND MARKER POSTS CITY OF YAKIMA DETAIL S4 FOR TRENCH SECTION. 3; U - C II J J C _ �'IjI = 18 = I I+ J / \ I FURNISH AND INSTALL NEW 48" PRECAST CONCRETE SEWER MANHOLE PER CITY OF YAKIMA DETAIL S1. < I � Q 19 g I W \ /, CONNECT TO EXISTING MANHOLE. MATCH CROWNS. RE- CHANNEL BASE. 20 ELECTRICAL NOTES: GRIND EXISTING ASPHALT PAVEMENT 0.20' WITHIN LIMITS SHOWN. FURNISH AND INSTALL SPECIFIED PAVING FABRIC. lul m OVERLAY WITH 0.20' HMA CLASS 1/2 INCH, PG 64 -28 FOR L -1 INSTALL 2" CONDUIT `NTH 2g8 AND 1f8G. INSTALL IN OVERLAY. SAME TRENCH AS (2) 2" CONDUITS, 1 AWAY. 21 CONSTRUCT NEW WSDOT TYPE 4A HANDICAP RAMP PER WSDOT L -2 PACIFIC POWER SECONDARY CIRCUIT. CONDUCTORS BY STANDARD PLAN F- 40.16 -00. PACIFIC POWER. INSTALL 3" CONDUIT (WITH TRENCHING 22 AND BACKFILL) TO PACIFIC POWER STANDARDS. O FURNISH AND INSTALL TYPE III BARRICADE ON 4 X 4 POSTS L -3 INSTALL NEW 120/240 VOLT, 1 PHASE, 3 WIRE TYPE 23 B MODIFIED SERVICE CABINET PER WSDOT STANDARD PER WSDOT STANDARD PLAN K- 80.20 -00. CONSTRUCT NEW UNDER SIDEWALK DRAIN AT EXISTING CURB PLAN J -3b. PROVIDE WITH 2P -60A SUSE RATED MAIN INLET REFER TO DETAIL SHEET. DISCONNECT AND TWO 2P -30A BRANCH CIRCUIT 24 BREAKERS. PROVIDE A 6 POLE, 30 AMP LIGHTING CONSTRUCT NEW CONCRETE RESIDENTIAL DRIVEWAY APPROACH CONTACTOR. PROVIDE GROUNDING SYSTEM WITH TWO 10 FOOT COPPER CLAD GROUND RODS AND INSTALL PER CITY OF YAKIMA DETAIL R4. EXCAVATE AND PAVE 10' `MDE (MAX. OR TO R/W LINE) BY APPROACH LENGTH HMA PER REQUIREMENTS OF NEC. MAKE PROVISIONS FOR STRIP BEHIND NEW CONCRETE SIDEWALK WITH 2" HMA OVER 6" CSBC. TWO FUTURE 2P -30A CIRCUIT BREAKERS �---; ` � J-r-LI t + :-L -H -j�! r +- F_ -, ± r+ I±± - _ ' J-I 1 . � ! ' -I-f r _ LI ' r 1 + r `- -I H +rJ N-I .1 _ _ .. 1 I -t ra - --I I--I ..�: f � i N..r . f I t 1. - - r - . ! I f 1 'r-'- J _{._. f �- H ' --I J r � •-t � r - I i� 1 I-I �� I t I I I- � � r , - ; iJ • r r� I I i > � I-, J. - -} }-- f I-'- -- L - - I${�' -- �H _ L.rJ- : i- r �' H,rI H --- -- _.. -- -- -- J- «:- L._- J----• - -- -• _ ••- :_- "'t -I - - -- - -! -' -- __.. -- N , r J -` . -' -! _ r•_`. __L '. r r -' - ---- •-'- -- - - -- -' - •__I- '- -J -- ---- !- ! -! -1 -- -=I -.. I--'- - '----- 11- 1- L - - - -- - ti, ---- '--- • -' '--- -'- - "-- - - _l�_!_I- �i_1.r -- _ -I_, __.. -- '-- -1 L�.I - L- `�- - - -- `- - -� - -- -- - - - - -- - -' - !=---- - -'J_JL - - - - -- -- - - - - - = -r�. - ,:I.:+ _ Lt-- - - - - -- ---- -L?I -' 7I; - - - -- !- - -'? 'r - `. Fi - - - i L - -t t' - - '__ -- - - - - -- i tHi -}. -- fI� t } - !iI "_!- II:r` , -- - -_ +iit - - -.1. F, -- III - I( -.J"_ r - -- - _ _'_f_'--- -- ==_:_ _ - L: ri -'-"- 1 : TI : -:-.:- _ LI_I 1-14- : _ - 1-i-, t _ -I i }-, r -- J-�- -' ,- J1JJ_LJ _ _ ___ 1' .'� ,'_j rl r-t ___ _ - -_ _ = i-,' r*,'�1 _ _ _ -I . JJ _- ! t _ -.1 _ __ _ 1 I__ J_:_ r _L _ L 1 _! _, _ ! .J J _! _I J 1' -' � . _ r _ - ' -I"'I _ -4 1 1160 I-I-t . „ : _ ,� 1 , -I-i _._,_r._._ -1 + , H _1.r_ r _ „ . I __ , i-� „ J,�, _ -t , �-I �.- r , r -!-I�r -J- ' _ _ � I-�-I- Fr , �. ,+r , i ; : �'J_J -r� -I , -'-� F , I ' - .:_'_;__'__ i-}-, , I I r i { _ I ,-r _,fit_ _ 'r-i r _ �L�_L. t i--! -r r, , __ ? _ i-i- ' _�.� _ __ _ __,_'�!i..J i =f ^ I . -!l _ ' -`-��i __LJ__ } � _____ I ______ I I I r I I l i- __{. __ 1 I� 14 I ! I ; _ _ _ i i i-rl -= _ ; I f h i _ _ -1 'r j _ � _ J_' L i � _ r ;� _ _ t-� i-- 1160 ._t -_ J--! -, � {r _ -.�L + -`i- -- -+ .J-• . -I-'r- 1 - -• J SITRU1CIlQN_CIOINTROL - 1 J � J � t } .- I- ' � ----r ,-• I 1. � F • a_ ! -- -r -'-I � - '-•-r, 7" .?_', r -i-r, _ + I_ '' J 1_ -♦-W L_I_ . I '. -+ y I- H '-� L - _ 1, } -r� I i _ _1_ _ J I � 4 J- I J I I 'J_!_ I i :__L'_ , ,-, r , I _ L L "f -I L,-, :. ' . T" _ ' t I - - - , , - , } '-r _ t ---- -T-i�- I t�-J-I-+- {� LL-r'�- •i--' -'-- ---- i- `- J--`j-rJ -1 -- -` - - - -� r J-, --- - - ,,r, - - IT '_ f�'-i-Ir +t = _ T �1J- t_J^LL� �' J_ LLl__- :J'!. ,y = a- _ ��- :- �1- .Li_,�_L:_,_i'� •_•_•- _I1 i _}-, 'J_ -: I= '-,- :_l + -ii 4 _..L._...- -I_t.: L; -i-�-4-4 -- �+- }� -F, r i i t- _ _ -i ; + +, i J::_ :: }-'r J_L' , r r _ __ f � " .:tit 1155 1 F-r F-, : , , . - r�!-1- r .. r . L , : , : - i- H-rr1-, . � _ , , , : _ : , . +r - 1 -rrH -1 -_ _:_ -,1- • -. i y_,�,�ti . ,-rF- '_LL- -L -,-� , _. J_._ • r , . -r} .. ;..-- I- L....._.- , I-, r T, I- I- t- F'-t -` _ ,T?T. -I „-I _ -- •-�L1� I _ T _: Lu � _�LLLi -ti }+,_ :. _ -; -I_� 11' , , , _ _ I?-I _ _ _ , f'i . J_ _ _ ' } - - '= I-+ -�- y L ' - � i r -r-i +}-� _ _ J 1- I_ -- -- i 'r -- _iJ -!- i 1 1155 t - - I Hill- - '�t -f-ri i-t-F -r r• - - '�-� --�- 4 - - - , T�� HL. t .- - - - - `rr -- - I �! n -�' : -;-r -- T--: -i- � - - � , i-- � ,- !- !- -tn -!---i �- -rri- -i-r'rl -! --}_ �-�. -- �-� 1150 f-t-, H-- - , +-r- F I-_' I-r ,-I - t'- I -n-i -r -- .,- -I- - - - -; -��, , -�-' -f-f , ---I , 'ri- }- 'rf- ! -1-1 -1 - t i , , : '=f -- f-- �r -!-r:. +. - i -f*=_� ' r r rIT, I f-r - �� , rr t , : + h f - -, - i Tai ; - 1150 - : " t I� r " - - - - - - -- -l.ti - 'J- f -''J -L - - - - F I - - }i _ F-- - _ - r - - Ll . --- -+ - T� - -- .__ I'-'� - - T _t - - �-- - -i--` i� - -1_- _f -f-'--`- - -1-`-r -- - - - �--r -•�- �-'-i - _ , 1-: L i.-_ - -- - - -- - -- - - -_ i _ 1145 -,-- - - - - _ ,T -- ' --'-- "r I-- , _ -- - -- r, - ..... _._._ r - -- r- tt-t-4ij_1 -- -'-- - -' {�L�i�xii I __. - - -- -_ -------- --- -- - - - - - -- -- - ,_._.- -.___- _ I` -- - -- -- -- - --' --- - _ _ - -- • . , _ -t- - ----- _ - - __ _ 1 _ - - _ _ -- r� , - , rr+-r - ,--r -! �- iy _ter - _ _- _ : = - -- _ _ �-I - t i - - - - - -- - H-1 i - -- - - - - �- - - t - I - -i -- - -- - - - - - - `--}- I'- - -- - - ---� - - -- -1 1145 _ - -, --I _ _ - .._._ __- rrti _ Jr .J_ �. yLJ _L. r + yJ J__.- _ j4 . - . -,_J_� -ri i - - - _ _ -i - --J -r - _ r r _ r : ' - - ,-- .- !-I-.- __1 _ f . - .,_. L_J Jf..___ _ _ J-r. - r - _ _- - _ + _,. 1 J1. _ _ _ - I J- _ - _ - - -1 -' - - '� - - - ,F - I , '-Y'� __ -, rT. � r � , r , , � � ...�J_, , � , , ,_ - r _- t . ��i � i _- _ _i_I_.r '- '_t-'T , 'T i 1_--f l t' -:T f? ' 1-'-� i I ; -`. 1-iT. `i'_ I •. _ • T __ 23 +00 24 +00 25+00 26 +00 27 +00 28+00 S. Wy�r�, JOB NUMBER: 09024 DATE: 06 -19 -09 CITY O F YAKIMA SHEET Huibregtse, Lonman Associates, Inc. JAS o`v��F °Fw � y Q Nob Hill Boulevard Improvement Project 6 FILE NAMES: DRAWING: Sheets west.dwg Al CIVIL ENGINEERING • LAND SURVEYING • PLANNING PLAN: 09024.dwg Federal 801 North Avenue W 82 -: RCPRF002.dwwgW Aid No. ARRA - 4566(009) OF STE `�� DESGNEID PLAN AND PROFILE 9669th FAX (509)a, 965-3800 �G AL E 18 REVISION DATE ENTERED BY: KDY 1 1 1 1 1 I 1 fl r 1 N O1 KEY NOTES: SAW CUT LINE. SAW CUT A MINIMUM OF 1 FOOT FROM EDGE OF EXISTING PAVEMENT OR AS OTHERWISE SHOWN ON THE PLAN. SEALING AND SANDING IS REQUIRED AT PAVING JOINTS. .r\ VV ` • .' E. 14 15 T L 2 J yU3� REMOVE EXISTING ASPHALT PAVING AND BASE. ` �m o' �w :. CONSTRUCT NEW CLASS 1/2 INCH, PG 64 -28 HMA PAVEMENT STA. 28 +27.00 S� , STA. 30 +40.00, " -` "' S CENTER NEW 23 { .\ ,'R - \`� �',' AND BASE COURSES PER ROAD SECTION DETAILS. \ ,e GRATED MANHOLE AND \ SIDEWALK �` ' \ �'�'' S0 LF. INFILTRATION ., 0 10 20 40 W UNDERDRAIN. SEE 1415 ' :� \ - ----- O CONSTRUCT NEW BARRIER CURB AND GUTTER PER CITY OF YAKIMA DETAIL R1. I ru TRENCH. SEE CITY DETAIL. ______ L'J DETAIL SHEET. �, '�• k _ _ _ _ - -- - _ _ _ c\ \ - �;I ' STA. 28 +33.00 EXISTING . -- _ ___ - -- _- _ - AND CURB & `- ~ STA. 5 CONSTRUCT NEW T YAKIMA DETAIL C N RS WIDE CONCRETE SIDEWALK PER CITY OF STA. GRATED MANHOLE op 84 LF INFILTRATION GUTTER TO - STA. 11 28 +01.50, A 30 +43.00 11 31 +03.00 . Og \�\ 6 TRENCH. SEE CITY DETAIL. REMAIN. / 39.5' LT. , ., }„ „ \ FIE: O CONSTRUCT NEW TYPE 2 HANDICAP RAMP PER WSDOT PLAN F- 40.12 -00 IN SPECIFICATIONS. w EX.H,NOB HILL WATER w 1+-- w' fir' I '? �I'.7ry A; \ 151'44 JS• -'`ti k� 1 R/W �i1 - - - O7 CONSTRUCT NEW CONCRETE COMMERCIAL DRIVEWAY APPROACH PER CITY OF YAKIMA DETAIL R4. REMOVE EXISTING BARRIER R/W `!"' y� - - -U - - t, i' "•' y a rn 18 8 i CURB ALONG NOB HILL BLVD BETWEEN EXISTING MASTIC CONSTRUCTION JOINTS. CONSTRUCT NEW VALLEY GUTTER AND DRIVEWAY APPROACH PER DETAIL. i 1; -+ .' .: CONSTRUCT NEW ASPHALT RAMP AT END OF NEW SIDEWALK -a. . .. ... .. RI :?ts.,:\ �•. : <.IL',•':�': ._ - ....v5 F::: - - " -' 1 _ - -- ...... _ -=\- 1 r 1 'C_- ,�,-'- -\ �- --'� PER DETAIL ON DETAIL SHEET. ....................... ... ............ ........... .... ....�........... ,; .. .:.,.emu r• :, .� - - -�- -- - -} _ .. "Itir I , D' �,Id >1« ,� ry i.,11 ,11'r,'. f� \ ,,, I, •,. rls o-y , r ^, R,, 1 .�,;t •=q \ \ ^''��Ma_ 9 FURNISH AND INSTALL NEW 40' 400W STREETLIGHT WITH 16' MAST ARM LENGTH PER WSDOT STANDARD PLAN J -28.10-00, TYPE 1 AND RELATED DETAILS. REFER TO SPECIFICATIONS. '�1 < u tw\ n.'1, I Eb }3 :t F'$'" -' '"- •`-r.. `1} r !�a} r 7f:a •.s';%..� { "i. ^F : =: \ \ �\ `\ \ \ \\ i� '4 M:.1T 5.1 "7 1 rc$ " '?3. J \ n }>t' i RJ .._S - { q� ,r•#,j l�q h e`�'3 -..- \ 'F,. ,J �..- \ FF {.. _ ...a3r=' "r�dl -x.. orn� �_,;_:i�, -[I" \ - - '_9'1!6 a'IE'•, ;ae�00i `� "k' \ I }�Ii.. �s` ='h - Ei�- \.,.'J1 _ � \_3, -r :`�ir iti4':`.:n.,,- ,�- h.z •�€ � ___ �\ \\ ,. • t, \ i. , \ Y\ \ \ \ "',�s,$ \ \ � 10 REMOVE AND REINSTALL PUBLIC STREET SIGN. i . 1 � \ \ \ � I ' -•'�i - •, ,� ,�:. ;IF'iai3'>=,'' ; �1, :. >:::x, ;rf^ • _ _F:,� _ _ �r� � . Nµ- �N"�%j :: n���,., L, -,, a�mly-�t ,,1 €9:3;x. \ .,;- ;y,_ >"`'\ 20.4 - - - - -'•i_y�. ' 20 s ?`,_• :"�. -=� _ _ - t� * :v.�. \ ::' � -r -•� .::��''; ^,.- <,o „ '"�:\�.,.... 'rvF:. -' ' r.TJ ��.t•'S +: t,.e =°:. � i �' \\ O \ \ \ �L" �'�f3J. _�':• 11 N CONSTRUCT CURB INLET AND UNDER SIDEWALK DRAIN PER DETAIL ON DETAIL SHEET. e : #. O m a� °. s� •>alr,�. , r.;��z:....: _ ._.- 21• :� °' <s'3q`.:�_':" a=:� ".?r. � 0:, �: CONS7RUCTION�.�'I a - \ \ •c5tr%1 C= -_`� , '.it Ri`e _ C-i . = '_c .�' •_ 1 - - ', -1 - -� -F ..., -\ \ \ - - + 8 +0 I NCO STRUCTION \ ,ter = k =� - - - - - ,�,.- - -, *.'sir'a: s�:f`: "• -' -" _= -eCONTROLyC1NE=_,�Y. �i;t� =�'E gi '� - ,4i-' �.� -WF. c F -x. ] T Y\ -j>; f .'fi - .n1 v - •Y"" �: 't- -�>�- ',vas >vfi_, o \v "r {:. \ 12 FURNISH AND INSTALL (2) 2" CONDUITS AI WITH PULL BOXES AS SHOWN. REFER TO CITY OF YAKIMA DETAIL E5. >�::�' ,t i %:';; z� =.:. f ,,. >t' CONTROLCI E \ \ mzC- \ .,:. - y0 S, eStaa 9 +84:69' -}� '�:, -,,.,. ,,v; _ `- N \ \ � "'' - r;t. ""o `'::_.',�- `'r-�" "" •`>} K'.i1'�t>_:e�' - \� \ 2G �\ , :123 +60186.�'�` 5s?;' tO�, \\ ` � \ €, ' *`' "2 a\ Bouleuar..dW \ \\� 13 O PATCH HMA DRIVEWAY APPROACH TO BACK OF NEW SIDEWALK WITH 2" HMA OVER 6" CSBC. Q _+� o _ .>4:., a';- ,,,'"` -s x, -,- =:�,'% .E,._. �,1I. .< o.,': ..ar�:r oNo <:�Hill= �•M Ira \ Nob` Hill Boulevard z; k, F, ,1[6z °} S`: 4thAve =�;:_, w t,,..., = \ ,-� 1 -_lie F° s •aJy ,a... ;."ar \ \ A C � f >1:uF: a � •x Po ^tt.,r `. \ \ \ \ � \ •, 95 \ d'ak'. -- _..y_~.`n�5 -,a,3� 1: N � S, 'FF44`,�€�, �+f"''_`�F� ,. .. 14 O 48-INCH IA SHALLOW MANHOLE WITH FURNISH AND INSTALL 48 C D S LLO OLE SLOTTED COVER AND A MINIMUM 2' SUMP BELOW THE LOWEST • �a v� w;1 3� f - .r ' " _ - -- -- .. \� ,.� .I ' �' "III " C.a28'�ft INVERT OF 12" PERFORATED DRAIN PIPE TO GRAVEL TRENCH. SEE CITY OF YAKIMA DETAIL S2. SEE D\D ` DI :,r =. '1:'K71' 1i 'I i \`?{J rIRE4'.,.L. 1 }'"f5� : ::[`w,sm= :SE: - - - - - - - - _ - - r0E Of SLCFE - - _ - - - -__ \ \ \ - s � >' 4 ` " CONSTRUCT SUBSURFACE INFILTRATION TRENCH PER CITY OF \',' ; .... ............ ............. ...:::::..:.. • .• , - - -- - .' "• .. .. ,.. �ECtb:`t srs< .............. . ' °`"' " -• ' ' "`;''� -, �1 -`"�� � �' = ::�.'' -- 16 YAKIMA DETAIL D3. ADJUST RIM OF EXISTING MANHOLE TO FINISH GRADE PER CITY G 3 4 8 ® ffi.1 OF YAKIMA DETAIL S3. \� CJI -ifJ - - - - - - - - - - -•�� 1--' CONSTRUCT NEW 10" DIA. PVC, ASTM 0-3034, SDR 35 O`T •, - - 9 ` R/W 1 IE: „�,�,L„s„n..�„„�.� a.,�...aia.a. a.. .s.a• ""�. R/W � f� � 1151.80 dm WE! am EM =21 gig Il SANITARY SEWERMAIN PER CITY OF YAKIMA STANDARD DETAILS. INSTALL END CAPS AND MARKER POSTS. SEE CITY OF YAKIMA DETAIL S4 FOR TRENCH SECTION. . ' Ja W .�� fit. 18 FURNISH AND INSTALL NEW 48" PRECAST CONCRETE SEWER LLJ \\ 1 ,4 I 19 MANHOLE PER CITY OF YAKIMA DETAIL S7. CONNECT TO EXISTING MANHOLE. MATCH CROWNS. RE- CHANNEL Z - It ELECTRICAL NOTES: \ �\ 20 BASE. GRIND EXISTING ASPHALT PAVEMENT 0.20' WITHIN LIMITS U ; , 1 g :. . 11 �• I Q\F :4 L -1 INSTALL 2" CONDUIT WITH 2#8 AND 1#8G. INSTALL IN Q i•,'I , m \ SAME TRENCH AS (2) 2" CONDUITS, 1 AWAY. SHOWN. FURNISH AND INSTALL SPECIFIED PAVING FABRIC. OVERLAY WITH 0.20' HMA CLASS 1/2 INCH, PG 64 -28 FOR OVERLAY. ^\ \ \ SUPPLEMENT TO KEY NOTE 20: �. r _ THE GRINDING AND RE- PAVING OF THE L -2 PACIFIC POWER. SECONDARY 3Y CONDUIT (NTH TRENCHING "`lll 21 S�ANDARDTPLAN WSDOT 00. 4A HANDICAP RAMP PER WSDOT I p EXISTING ASPHALT PAVEMENT SHALL BE AND BACKFlLL) TO PACIFIC POWER STANDARDS. SEE SHEET 8 FOR CONTINUATION DONE BY THE CONTRACTOR IN ONE 22 FURNISH AND INSTALL TYPE III BARRICADE ON 4 X 4 POSTS NIGHT BETWEEN THE HOURS OF 10:00 L -3 INSTALL NEW 120/240 VOLT, 1 PHASE, 3 WIRE TYPE PER WSDOT STANDARD PLAN K- 80.20 -00. PM AND 6:00 AM. IF THE CONTRACTOR B MODIFIED SERVICE CABINET PER WSDOT STANDARD ELECTS TO CLOSE THE INTERSECTION PLAN J -3b. PROVIDE WITH 2P -60A SUSE RATED MAIN 23 CONSTRUCT NEW UNDER SIDEWALK DRAIN AT EXISTING CURB FOR THIS WORK, HE SHALL INFORM THE DISCONNECT AND TWO 2P -30A BRANCH CIRCUIT INLET REFER TO DETAIL SHEET. CITY OF YAKIMA AT LEAST THREE WEEKS BREAKERS. PROVIDE A 6 POLE, 30 AMP LIGHTING TO THE DATE CONTACTOR. PROVIDE GROUNDING SYSTEM NTH TWO 24 CONSTRUCT NEW CONCRETE RESIDENTIAL DRIVEWAY APPROACH PRIOR DESIRED CLOSURE AND PROVIDE A DETOUR PLAN. 10 FOOT COPPER CLAD GROUND RODS AND INSTALL PER CITY OF YAKIMA DETAIL R4. EXCAVATE AND PAVE 10' PER REQUIREMENTS OF NEC. MAKE PROVISIONS FOR WIDE (MAX. OR TO R/W LINE) BY APPROACH LENGTH HMA TWO FUTURE 2P -30A CIRCUIT BREAKERS 0 STRIP BEHIND NEW CONCRETE SIDEWALK NTH 2" HMA OVER 6" CSBC. a' F - TFtTTF -r - - - - ' - - - - - , ! -LL -_' u u-' T L r 1rl ,, �LL� { rT �r Trrri __L _ __t _ __S J - -_Ll_ -1 : _ J-i- =- r;Tr Trrr Y �H-ifT , , � : , , : , I I : - !-+' ' ' ; ' ; '� J_L_,�i-H-Hi -i- Jam_ __ ___ _ _ _ _ _ __ _ _ _ _ _ __ _ _ _ L� Z f!a - !- �- -I�t�; , ; 7-_r F"i '_':� _:J_! -__!_ _.__ -_1!_ _ _ _ ___ __! rLl_ 11 H H-rtYi '- f- rT'T'r\ ._t_ _ - {{;_ - __ _ _ ____ - - -__ - _ _ �__�_L_L�L_ _ _� TT - i-H -H-; i- -- ! ! 1- uTi-i -! -- - -- - -- -- - - -- - --- --- --- -- - - --- - - L r!; ,-I ! '-r _ - _ G H-. f r L'_'_.L_ - - - __ -� _ _t_.�...--- _ - _ I'�T ''t T� -=-'-=- --I-I =-- - -'-•-- �- ' --- -_[ �L_!__: T __ - .-Lx+ L_L' i -Li-rr t _ _ _ _-_ __ _ _ -_ _ __ _ _ _- _� _ __ - _ _ _- __ -_ rL: 11 r. _ _ _ _ - ----------- � � }} �L -L! -L - - __ - r- - !-I'- r- r-i-1- �I -I-f'' I''-I' r' - !1_:_'__!m_m r _!__:_ J _ _ __ -- __ _ __ _- -_ - , i �L '_I__ : �. i f H} _ - _ - ___ ___ __ - L` - - 1160 - ________ _ -__ n1 - ii T' I F H� H Y, t J 'r-H f i r'- 1160 TI-I- H-1-i- - -4- mrT'� � 'I'lil - m L� '- L --I-�r --' - Lid --F• �-f- i-'--n -L - -- -- - -- - - - -- - - - - A,TH-F -i HTI--r-'^ L' �ri -•--r , - - - - - NGLGROUND . _ 14 - -_ - _ , I , , � L' : I , I i �. i -•� - 0ia , : - I- iTr_i -!- r-Tf -l`-• _.�.__. -'T_' _ _ _ _ __ _ _ _ _ _L�.__ -__ ___ _ ___ _ _ _ _ _ -__ _ L -_ _ __ _ _ _ __ _ _ _ _ _ -_ __ __ _ -_ _ _ _ -_- _ -_ _ _ _ __ - - - GONTRUG7IO E -- - - ,Tr! -Frn ,riT, -F - - - - -- - - -- -- - - --- ------- --- - -- i, - -- - - --- - -- -- - - - - - - ri -ri-r� ' { -• -• - -•-'- ; L III !.�-_� _LLI -: L = -'-L'_ - I-•-- --•- =- =-, - : -�•- �- -�L?L ._L_-- � =- =� - - °! -!- -! -� -- �- =' -1 -- - - 1--- • -• --- - - '-r !- - -'- - - ---- - - - - -- - - - i tTTr '- � i--r'r I� � - - �- - I : r , - - - - - -- - - - - - - .L.1 -- - ' 1 - -'- --- - -' - -- ------ -' - -'- -------- --------- -- '-- ----------- _ - - - -•'- , , . , - i LI_ _ T - --- - -r - '-� 1=- �-- H- 'ri- H- "-�: `r '- H -I--F� - rT, r- - - - - - "- ;-1-ti -�- -!--� i-`r- � --1-m- i -�-F-� , , Fi-F �-i-;•-,= : -I- ' H-rf; f- '-} �J : - - -- -� ---- r ;-I - .- rH'� -�t'� �, _ '.-LLL ii-rl_ i-I- -1 1155 H H i r T T,�T rr n =rTf nTr --. n n -- r , , T _ _ { , N-I i , -1-I- i I � , I i-L r - -•-• -• - „ -I-� -' ' _. I - Z _._:�)_ _ _._ _ _I.7�". __ _._ _ _ ___ _. _.__ _. ___ . __ _.. .. _ _ .. _.__. ._.- ___.r,.- I ' , • : I • , I i - - �__L. -_'_- ' f-!-'- - - '- , -i-i�- _L�L�L,�L� -H��L ),- I �, � : L_ , � ' ' ' '" -'I-1- -rri L ' �'":. 1-- T '_�I- l- i- :- !..."ty''- :--- 'i-I -: - , _ _ _1 -_ t � I � , I , � � � � I , , I , i , I L:_LJ. _ _;_,_:_r.. r- I - { . 1J_ _!_'_!1:1 _.___.__! -._ _ _�, _ { r I� i -- _ _ _____ r rr 1 - , r I '�- iTrH -:-. (- _107-21J, - - - - - • I, J --LT-- R-- -!- -! --- t-` - - - EWER- _ �-r'� - -- -- - -- µ N S - - i+ F F Fi f f i F+ H -'--`F ,- _ _ __ -_ _,_.I _ -_- _ _ I L NE - - - -- - - 1 ` _ _ ' - r {L__j�; ;. _z -J-I - - .T. - - - -' - _!____ _ I _ _ __ __ _- _ __r__ _ _ _ _ __ ' l � �. _ _L- 1- . -�r-l_ y- - -rLl\\ � i �"r"rl'T, I I - -T -� - - }, rJ !,r1 , 1T, _ __!___< _ _ - _ _ _ -_ _ - _ !0028- : - -: _ _ _- ? J _ I I 7. „ _ - - -- ! '200' tF ,-H-F i-!,,- i_rr�-- '' -I-rW - - - - - L. -- ,' - • :1- ' _ _ r `� r .L, -I-r-r +ri- t-r •- i -f-I 77-1--- LL LJ L,� _ _ _ _- _ _ LI ' . f» - I--;�• 1150 , I I I.11 , - - - - - - - - -�-- - - - - - - i� -r,-r , -i =' F+; +I `=•-+, , i- �- �i- i -H-H_ , H-� i-' ' !-�i -I ! =i-�i- i-H : u-I , i ; f-I-� ; H-H , r. -�; I � +; ,1- - , r _L +- - - -' - - -:- rrT-'- ,-:-H-7 1-; �.. -I- 115 Hi, H+I}i i Hf f1, - ' a r'- rm� T'-f-I ;�' _LPL -L - �LL�t -L!.LL J+!- =a _ i' r i; H1fHFFi 1 F t 7 - -'--- --I-_" l�. { _,STW.. 31! +SSt= fi2i -,L -T; , • T " r. =-' _�- -f-I-i - ~ - - -1- - .� -L _' - - I- - -- L:_�,' -� .- .r-- :,-F -L ,y'�TI- _ .�- : r i„ i. I J�_�, _..- �_ - - - t' - �11L :1 LL_J_. 11. - _ _ _ IJ- i I' rl - - H-'- I-r,, T - -- - - r-' i ' --r, T III,+ -_' J_' 1_.: .__ _ _.___!_.__ . -_ _ ---- �. y_;_ 1_IT;_;_ -1 -L_ _ -._-I - -.--. - _ , u-_- -- - -`-I- - - - -- -`.-r TH- . --- '- -'-- - -'--L ,. ,�: I',', A. 29 +54.81 3. JL _ Iw _ �_ _L__ :4 :;,,,rte ,I�. I, .., .� . - - -• i- -•--- ----._ -- -- --- - -- -- ' --- T'4T LT. - - t'-- I I. „ .. .___ __._. _______.______ ___._._.__ .. .. : r _ _____ __ _____ ___- _.__... ___ -__ -_ .: ,iii _I EXIST. SS � �- r ^, ,T • I 'T. -`I - J -« - - - -- 1-1-, ' -- - - -- - -- �..- - - - -- - - }, - -I Wr -1}51.2 - - - � `1- +♦- �i- I r - E 2 `!--1-� ._; ,r I : _ . ! . r r r-F -- I - --- -- - - - - _ - - - -- - :7 `T♦-r `� -`TE - - _- _ LdS]I� ''' - -- - -I-ra J. L frt H r, � �-•- �, �--- - - - - - - -fir . � . • 1 --- , . � ,. _ -. , - '1 - -'' J L!-'-'--` L- -- - 'ROWN "�'- -- - -' - -' h -N IE., A150.66f• MATCH,C 1r ;\ --,�_t -1' - - - - - - -- - - -- 1145 F. -1- ,1 rF-,,F„ it {,-I J I, I Imo„ H '-r , - -- r- - - - -- ,i - - .�i - - - - - - --- ---' - -- ---- - "t- --- -- -'- - - - - - -' ' -- - '-'-"- iL_ _ _ __ __ _ _ _ __J___ _.I_. 1 -_ _ _ .�_._..._,__._�__ .__- _ _ _ _ } , , 4. ii "r' 7 1 _ _ _J_ .__ ____..___.._ - _.__.____ _ .. ... L. -F-: � H i- __ -- .- tt I, H - LJ ; - -r - --, i f - . - T- . T• t_I!_�. - -• - - i T - " I __ - 1 _ _; ._i_t r r h i i F I-r -- F-I: 28 +00 29 +00 30 +00 31 +00 32 +00 33+00 I. wy�r JOB NUMBER: 09024 DATE: 06 -19 -09 CITY O F YAKIMA SHEET Huibregtse, Lowman Associates, Inc. `S o���oFw,�y Nob Hill Boulevard Federal Aid No. Improvement Project ARRA- 4566(009) OF DRAWING: sheet west.dwg PLAN: 09024.dwg PROFILE: RCPRF002.dwg CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue *Yakima, WA 98902 p r 1$ DESIGNED BY: DJW (509) 966- 7000oFAX (509) 965 -3800 ,Q E� BY: KDY PLAN AND PROFILE REVISION DATE ENTERED 1 1 1 1 J J KEY NOTES: O7 SAW CUT LINE. SAW CUT A MINIMUM OF 1 FOOT FROM EDGE OF EXISTING PAVEMENT OR AS OTHERWISE SHOWN ON THE 0 10 20 40 PLAN. SEALING AND SANDING IS REQUIRED AT PAVING JOINTS. Z 2 REMOVE EXISTING ASPHALT PAVING AND BASE. ,n g CONSTRUCT NEW CLASS 1/2 INCH, PG 64 -28 HMA PAVEMENT SEE SHEET 7 FOR CONTINUATION AND BASE COURSES PER ROAD SECTION DETAILS. I CITY F CONSTRUCT NEW BARRIER CURB AND GUTTER PER C 0 YAKIMA DETAIL R1. CONSTRUCT NEW 7' WIDE CONCRETE SIDEWALK PER CITY OF I /� YAKIMA DETAIL R5. - `.±_- _-- __ —___ - - - -_ - --- ' -i • a • - I t I ' / / / / :' O CONSTRUCT NEW TYPE 2 HANDICAP RAMP PER WSDOT STANDARD PLAN F- 40.12 -00 IN SPECIFICATIONS. F-;? -aw^ = ^=-�' CONSTRUCT NEW CONCRETE COMMERCIAL DRIVEWAY APPROACH PER CITY OF YAKIMA DETAIL R4. REMOVE EXISTING BARRIER I / '_ i o.. CURB ALONG NOB HILL BLVD BETWEEN EXISTING MASTIC CONSTRUCTION JOINTS. CONSTRUCT NEW VALLEY GUTTER AND DRIVEWAY APPROACH DETAIL , 1 1 I� -= _-_ - I ! I I `' 1 L ''. I CONSTRUCT NEW ASPHALT RAMP AT END OF NEW SIDEWALK -- j-_ _ ' , (='ryv \ — — — — — — — _ � ®7 � i .- �- --�- , m I 2 __ - ® ' {�- a n/ "..=3. PER DETAIL ON DETAIL SHEET. FURNISH AND INSTALL NEW 40' 40OW STREETLGHT WITH 16 ' 0 -0 0, TYPE 1 AND RELATED DETAILS. REFER TO SPECIFICATIONS. ./ y L " �_:g�- � i ®® i. c b �. ,. r 1 I m ®tsra• ® I� ,- � :� . - fl�di_lCJ '1'�1-1'� = J rI REMOVE AND REINSTALL PUBLIC STREET SIGN. ; - - _ 4�- �"® " _l:i- ''LIlI-�fl=I - !i w®ll,.-;° -e -- r?3'1 o � �- -------------------------- /•"-/ - -- - _- - -- - - -- ___.fr-L ----- < _ _� / -^ - � / 1 // / � �_ / 1 � CONSTRUCT CURB INLET AND UNDER SIDEWALK DRAIN PER DETAIL H EPEETR / J-� -ri - - - /_ z� t >- _ /: / . "f��' / - _9L - � - / _ - '/ , / .� ' ' - - — l � .a � � q / - - / � - 7 / : '.! I1 5 . :. " ;E % _ � / /./ 'S�i. '" , , %' ' ' � / / �D ;,i ��f '> � �,� I /� ;i- ` ? // __ /=� / zi. <- r°i �"' ;xe��]O t}4 -: �-!vr - / �a m:'F.,% ms`#q�` -v -''1� :�. " .'_O�I ;.,%�t -J "'? _v.:.:e, �_� �'-."� "4�;� '�'-l'`'r '/s L.k`� roNI 12 FURNISH AND INSTALL ( 2 ) 2 " CO NDUITS NTH PULL BOX ES A S SHOWN. REFER TO CITY OF YAKIMA DETAIL E5. PATCH HMA DRIVEWAY APPROACH TO BACK OF NEW SIDEWALK 1113 n-/ "/ CO�mL D/! o/ D = K ` ,a —J % ` v °t T— D w , „i t p D tDy . — D DID r ; � :i . / � , ! ID -7 tQ8 ' DO .:- _.'.: 't_"=3' .�_ t r, n+� *€3, i�._..:.,3�- .te`+`?r WITH 2" HMA OVER 6" CSBC. hha;, / i 18 � - ( - / / / / % ': F / , / / / / j - `� � , ah`I;- d / / / / � ) � : . : P` '_ s / , / / - > s .� / / / / :/ / `, ' '. ' /' OT ��- ',�:a'� �,E:m�.� - ms �f/ /:Ur'N Fl�_i� ;R� - a_�._ 7•t;•s -'�- '.�-�s`J.. '',�„,} mn�E�- x ��rss� 4 FURNISH AND INSTALL 48 INCH DIA. SHALLOW MANHOLE NTH f�F' � `,.>_ ��e ., #�: x / / / � / / / . * : . / - u / _ l k�� �� �1 ' - I - N a-; L r „t / / / / '-1� ; <d r T / / i j - 2t +00s � 6 .- J- / t�00 L 4{s��. / Op m / % / 1 _j J�/- / / t / / E.:� ,' :rg. _/ / a{1t 0/ 0 _/ .: // - SLOTTED COVER AND A MINIMUM 2' SUMP BELOW THE LOWEST INVERT OF 12 PERFORATED DRAIN PIPE TO GRAVEL TRENCH. SEE CITY OF YAKIMA DETAIL S2. :''� rk' :; . �; 2� .: <�.'= ? i : .�” i -'�: '_G/ >1'-� `% ,: _ 0 ':ii' i:,. �5' / i - s - - i l _ „ - _ r,A.�.,- n .° �+ r - �/ • - / — / V . . - ? � ✓J irk1r1 � / / / ie Y� .Y ,a _ '��; : / / > +/ - / / / ` ' J / / �/ �. .+.u�; �F�,'.'- a`_'f,?�X;' / // / / 7 , / / / � ,r ,i i ._ - ', ,�- .�E 3� :_ ' - ,._1, 1-':•.". � / / / , / /' / !% ? '. . t K ' r” ; - = - / / / s i E .-•`- J r'�.'Pa;'� .,p ; E _ ,° _ it ; ' .�ji " ' � .te,Y�,` i 6 4 ' �I, �--- :� ?'rI.ptif, N,�� :'a+�ro�N.FDc:�.`� :r'_ -< '.,tg CONSTRUCT SUBSURFACE INFILTRATION TRENCH PER CITY OF YKIMA DETAIL D3. /' ,T==.n /J e_4 :�, - -lsfT '[�' --= // / /` • �� #r a M ' m./cJT / / / i i . / t •' i - a ' . �i ;::, 'E ds,�p $ '.- / . i / S nue / 4ma/ ./,� / / O Y ;S„ ,'' / /' '.'- .:m` � + J'' s1 i � / / / rM ��, 1.��t3 j / �' i / i " / / i /" - - •1 s . / / / � � / / . Q t t k� �':4/. ,: - ----- / / / ' ..�� 6 ADJUST RIM EXISTING MANHOLE TO FINISH GRADE PER CITY �.n^: -i-.- `fi -t.-y 1- � „fif.a1rI, d�`y y-%%. - 'rn & , �a- ,'r I/ K _ u: . te• _'- _:.'r ,y "".S" / . . - / / O Y- . .P; �° - .,�� y/ p � t . . ' " ''� OF YAKIMA DET AIL S3. 7 CONSTRUC T NEW 1 0 DI A. P V C, ASTM D -3 034 SDR 35 ' , / - OF SLOPE - - - - - ?o - - - I ' ° 1 ' , ' "/ � SANITARY YAKIMA DETAILS. INSTALL END CAPS AND MARKER POSTS. SEE CITY OF YAKIMA S4 FOR TRENCH SECTION. - - $ " "� EX. NOB HILL WATER 2 3 �^"\`,��` D ���a ° ` " ' , irk ' 'j� " _ _ :.:'r9 ��� � {I �a " k ! ' _ _ _ _ _ Q- _ y_ { }` .�`# :aY �?.:`�i: . : �. �;s sv"' DETAIL 11 FURNISH AND INSTALL NEW 48" PRECAST CONCRETE SEWER MANHOLE PER CITY OF YAKIMA DETAIL S1. s F - -_ - - - -_- -_ - - - - - -- __D _ � t } - - - _ _ -__ _ - _ ', k � � ' i � NG CURB & EOXF IS TI-- r GUTTER TO REMAIN. MATCH EXISTING- :; : ^_ ' § ' CONNECT TO EXISTING MANHOLE. MATCH CROWNS. RE-CHANNEL BASE. CONCRETE SLAB " � GRIND EXISTING ASPHALT PAVEMENT 0.20' WITHIN LIMITS .N•,T L EXANSOSTA. 20 +15.00 INSTAL MATCH W GRATED MANHOLE WITH JOINT MATERIAL. EXISTING CURB '• -,"r € LTAC80 s''g -' � r ) 1 10 LF E ' I '"1' SHOWN. FURNISH AND INSTALL SPECIFIED PAVING FABRIC. OVERLAY WITH 0.20' HMA CLASS 1/2 INCH, PG 64 -28 FOR AN- D � a r,{v'_j'.'ci�p',�,:. ,• � G UTTER. / , LF INFILTRAWN � ' 's:p N . a, OVERLAY. �" ' ;. SEE TY DETAIL ETAIL '� , 6 ,i' , g� ' ! � k �s l ' t ; ,s C_-_ 28 1 CONSTRUCT NEW WSDOT TYPE 4A HANDICAP RAMP PER WSDOT PLAN - D- A- LAN F 0- TA__ 1 6 N'_ }'F . "�-� ! , 7f e'x ' - "4 i7 r fi f ELECTRICAL NOTES: 145 ' ci ' , ; - ' -_ . .- INSTALL 2" CONDUIT NTH 2;8 AND 18G. INSTALL IN SAME TRENCH AS (2) 2" SEE SHEET 7 FOR CONTINUATION INSTALL FURNISH AND INSTALL TYPE III R_ I- C AD 4 X 4 POSTS E S S 2PER WSDOT STANDARD PLAN K- 80.20 -00. O- T1 R-- B.- O-� CONDUITS, 1 AWAY. CONSTRUCT NEW UNDER SIDEWALK DRAIN AT EXISTING CURB 2INLET PACIFIC POWER SECONDARY CIRCUIT. CONDUCTORS BY PACIFIC POWER. INSTALL REFER TO DETAIL SHEET. 3" CONDUIT (WITH TRENCHING AND BACKFILL) TO PACIFIC POWER STANDARDS. CONSTRUCT NEW CONCRETE RESIDENTIAL DRIVEWAY APPROACH (8 INSTALL NEW 120/240 VOLT, 1 PHASE, 3 WIRE TYPE B MODIFIED SERVICE PER YAKIMA DETAIL R4. EXCAVATE AND PAVE 10' CABINET PER WSDOT STANDARD PLAN J -3b. PROVIDE WTH 2P -60A SUSE RATED MAIN DISCONNECT AND TWO 2P -30A BRANCH CIRCUIT BREAKERS. PROVIDE A 6 WDE (MA X. OR TO LINE) BY APPROACH LENGTH HMA " STRIP BEHIND NEW CON CRETE SIDEWALK NTH 2" HMA OVER 65 POLE, 30 AMP LIGHTING CONTACTOR. PROVIDE GROUNDING SYSTEM WITH TWO 10 CSBC. FOOT COPPER CLAD GROUND RODS AND INSTALL PER REQUIREMENTS OF NEC. MAKE PROVISIONS FOR TWO FUTURE 2P-30A CIRCU IT BREAKERS _A L +- '' h _ _ _ , _ 1 - . •1 • -L 1 L � � - T - -_ =T - - - � - - - - , I TTi _ Z+ - -- , -- _ - � J-- T L {- - - - - - - I J - L _� « i « ! - I- -J -- � - -T - - T- i 'lII�- -i ' ;' ' I, '- -- --; --_ _- -i', I�T __ -- �.- -_- ---_-_- , __- F• 'L'I JI. =I . r , - , 4_1+_ L � ; 1- , t, I , I I r - -T _ - - - - - - - - - - - - - , I - - - '� ' � - , r - - J '-- = 1 I I : - - - r - -' I -- ''r L ' �; + j ?, �� 77 - _- _ . -1 - 7 -J T - {I ` LrU •LI -- -_- -_ '-1 :!_ --: 'rTO- ''-..r T-_- .' -_-__i ._-I _ } ! _ - - - - - - - - - :L'-0 i� - __ _ _ _ _ 1 ? _ _ _ _ _ � _ _ _ _ _ _ - { : -- r. r- ' + �� r J - FI-1 } ' T -.�_1- -_ _-__. .i _- _..} ..-_r ---- I.4. _ -_ - _ _ _ - 1165 I j -}- --- r _ : ! +� • -- ! -- I 1165 rrr Nr r L` r- I- � - h r -- I . - mTT- r !H ---- r � H f µ i" --- •` I -_ L -� .Tr J- ._ . `�T, Lrr -J-_ - -R- _ _ . _ - - L I I`! . ._- III :-_ Syi- _ — ; __; - T -' . - I , 4-r r1 ? "U t _ r - - _- -! - !I'r + - -- - I I I r f_ ,_r _ _- _ - __ -i - _ __T _- _ _- -_- _- L.I' _- !J .- _- . LI _ [--O t - J _ _- }i'J _:_ L:____ _ + i _L I r L :_ -r t -J - _''- I --r L,,, O affy -_ =-�111r,. '•, -_- -_- i� -0_ - _- - - +L - - - H _ _ _ _ _- _ - . I _ T 1160 _-- _-!4 _-i i'- -r . -- ' - - - -- . _= . • -' - - - : 1 - , - - r'H iT- 11 __- '� -__ I.. -"-- ' - _4= i1r _ - -'IIII--- •I I ,i .i {1 ..! S.• -___L.I - � -iL.: aK-oOu , 1--- -_- I r . `.' L. , I i .- ' - -_ --S" - , r r L r , _ ! - --. - - , -_ - - - - - - - - -_ - - • - + F r - •_ - - _-- _ -- L , �' r r y'r' ,• I i � -_ -- _-_ , T _ - . T� - --'• - - iD �_.- _r -: r, . '..I r. ' _- _ - '-_ - __-_ _ _- _- _- _._ XS R O ND 1 FE A .F `, , 1 r _. F. ..�_� --- - � _ . _ - r - - - - _ _-I _ _ - - -- ' +4- + T r -_- =- Y - _- ', -. ir ,rL .. --._ !J - 11 ..:- '_ _ --- = 1 L _ -_ . L� , __.- -, •.r r _.__ 1 0 _ L ' T1 � 1 . t - - - - - R . J--_, - - rr� I , - -' - - - - ' , - 'r - - - -__-i L J - C -.r r - - - -_T. - -_ --T -' ._ - _J -� ! r _= _' , __J __- _rr _ u i __ _.r _r I r , T 1 , I i I - - . r 1 r r _ - N_N _ _ _ _ _ :, . - _ _ _, _ _I _✓-.' _'} _ - . -Z _ L .: - Lr - - Ir_ i M : Ir _I __ - Y i -TN_-L: _1, _•" . . _--,:__- I r I r I _ , : __ , _ , _ , _ . _ _ T - - - r - �� -' - -r r 1 r - _I__'-- 115 i ' _. r. _-- L•� �- Ir - _ _ �N ♦L_f '- ,-t T:•' __--- ._- `L1 --- - _. , .. . I r ,i - - -_ _ - - H _, « , l +_ FI- _- . - - --- - r r- --. - . . . i _ , ! _ _- - r 'r � T r f - { - _ .i - --1 : T � - . � - - +- � - _ - , _ -�_ `T- T I I r ' I _ L-44:: 1150 I 'I .+-- _.i _� r- _-' _- . .? _ _! _. : r i r _ _ r , 1150 , ___ _ _ __ _ J - _ _ r r _ . . i L -_ r l , --I- - Tr =:1 .q : r __._._ - . I _- _ _ _ _ A- - I I - __ __ _ - - ___ __._._ ___ ._ _._ .... . t i _. J - _ . . r r I I I I � Irr .. 1_ L: - - _ . . r 7 - r 4 ! 1r - r ., 1 145 i r . ._ -. --r -- : _ - 1 - -n T1145 - rT+ 20+00 21 +00 22 +00 23 +00 24 +00 25 +00 1' Wy1T JOB NUMBER: 09024 DATE: 06 -19 -09 CITY O F YAKIMA SHEET Huibregtse, Lonman Associates, Inc. � \S Nob Hill Boulevard Improvement Project $ FILE NAMES: O���FOYWA�'C�� Q DRAWING: Sheets west.dwg PLAN: 09024.dwg PROFILE: RCPRF003.dwg Federal Aid No. ARRA- 4566(009) OF " CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue'>Yaklma, WA 98902 (509) 966 -700041 FAX (509) 965 -3800 EEO 18 DESIGNED BY: DJW PLAN AND PROFILE / ENTERED BY: KDY REVISION DATE VARIES 50'± VARIES 50' TO 69' zw w w o z 16'± NEW 7' SIDEWALK z 71 NEW 7' SIDEWALK 46'± v PER CITY OF 13 y YAKIMA SITANDARD NEW CEMENT YAKIMA STANDARD I� EXISTING CEMENT CONCRETE ti F DETAIL R12 = DETAIL R12 BARRIER CURB AND GUTTER CONCRETE BARRIER -\ z SEE DETAIL F- �I SEE DETAIL U 0 SAW CUT CURB AND GUTTER SHEET FOR o o SHEET FOR 3•� DRAINAGE N z DRAINAGE MpX MAX. SWALE EXISTING ROAD �.� SECTION 2" HMA CLASS 1/2" PG 64 -28 4" ATS TOP COURSE Nob Hill Boulevard Typical Section 6" C.S.B.C. Sta. 8+00 to Sta. 15 +55± VARIES 50'± VARIES 50' TO 69' Z w SAW CUT AND PATCH OATH 2'± NEW 7' SIDEWALK z ZI NEW 7' SIDEWAL F? ROAD SECTION TO INSTALL R CITY 0 � R CI Or NEW CURB AND GUTTER 1 YAKIMA STANDARD I3 YAKIMA STANDARD EXISTING CEMENT CONCRETE it NEW CEMENT Io= 3 DETAIL R12 DETAIL R72 zz CONCRETE BARRIER SEE DETAIL BARRIER CURB AND GUTTER o o �I SHEET FOR U v CURB GUTTER o 0 i DRAINAGE MpX• I I 3� Mqk N SWALE 7•� EXISTING ROAD SECTION Nob Hill Boulevard Typical Section Sta. 15 +55± to Sta. 16 +85± VARIES 50't VARIES 50' TO 69' zw w w oz z J V J 31 NEW 7' SIDEWALI Jo EXISTING CEMENT I� Tor YAKIMA STANDARD EXISTING CEMENT CONCRETE SIDEWALK BARRIER CURB, WALMART I� oSEE DETAIL DETAIL R12 BARRIER CURB AND GUTTER 0o GUTTER AND SIDEWA( FRONTAGE IN o:l SHEET FOR o z DRAINAGE SWALE EXISTING ROAD SECTION Nob Hill Boulevard Typical Section Sta. 16 +85± to Sta. 29 +50± VARIES 50'± VARIES 50' TO 69' 31' 31' SAW CUT AND PATCH WITH w ROAD SECTION TO INSTALL z w SAW CUT AND PATCH z JI NEW 7' SIDEWAL 2�± oz 10'± NEW 7' SIDEWALK I� NEW CURB AND GUTTER F WITH ROAD SECTION R CI 0 PER CITY OF 3 YAKIMA STANDARD TO INSTALL NEW I� �I o YAKIMA STANDARD DETAIL R12 NEW CEMENT � � CURB AND GUTTER NEW CEMENT DETAIL R12 � CONCRETE BARRIER z z SEE DETAIL SEE DETAIL CURB AND CUTTER o o SAW CUT CONCRETE BARRIER SHEET FOR CURB AND GUTTER o SHEET FOR SAW CUT 3•� DRAINAGE N xi z DRAINAGE }'� 11,PX• MAk. SWALE EXISTING ROAD El SECTION 2" HMA CLASS 1/2" PG 64 -28 NEW 10" 4" ATB TOP COURSE Q SANITARY Nob Hill Boulevard Typical Section 6" C.S.B.C. SEWER Sta. 30+50± to St. 31 +80± VARIES _ zw SAW CUT AND PATCH WITH 2't EW 7' SIDEWALK L o z ROAD SECTION TO INSTALL NEW CURB AND GUTTER p R CITY I YAKIMA STANDARD �- m� of NEW CEMENT DETAIL R12 I\ CONCRETE BARRIER 0 o CURB AND GUTTER ~ N I 3:� Mqk I� Q w EXISTING ROAD SECTION 2" HMA CLASS 1/2" PG 64 -28 64th Avenue Typical Section Yp 4" ATB TOP COURSE 6" C.S.B.C. Sta. 20 +25t to Sta. 23+00± Wy1T JOB NUMBER: 09024 DATE: 06 -19 -09 ITY O F YAKIMA SHEET Inc. Huibregtse, Lowman Associates, nc• ow�� °FwASyi C FILE NAMES: DRAWING: Sheets Nob Hill Boulevard Improvement Project 9 a west.dwg ' CIVIL ENGINEERING •LAND SURVEYING •PLANNING PLAN: PROFILE: Federal Aid No. ARRA- 4566(009) OF 801 North 39th Avenue oYakima, WA 98902 �p �v A (509) 966- 70000FAX (509) 965 -3800 / BRG� � LE 1 DESIGNED BY: DJW TYPICAL SECTIONS 1$ REVISION DATE ENTERED BY: KDY I I I I I I I I I I I I I I I I I I I TYPE I OR TYPE 2 ANCTION BOX, SEE PLAN. APPR A G OLSLOPE CACHING RAW A D- 50 1 3/16- "/8- EXP. JOINT (&33-C) 3/8. MATERIAL IN CON PINED AREAS ii PLAN 4' CONCRETE SIDEWALK NEW 7' SIDEWALK 6. , OF 5' 5' CT DRAINAGE SWALE YAKIMA STANDARD Z DETAIL R12 T MAX CONCRETE CURB AND GUITER M wF1 0 ZI !2 R 6 COMPACTED MIN. DEPTH CRUSHED SURFACING TOP Wp HYDROSEED SWALE WITH DROUGHT NEW CEMENT TOLERANT GRASS MIX. SUBMIT CONCRETE BARRIER CURB AND GUTTER COURSE SCHEDULE 40 PVC 0.2' COMPACTED 4 HOT MIX ASPHALT !M16 GRASS MIX TO CITY FOR REVIEW. RIGID STEEL CONDUIT, SEE ELBOWS AT PLAN FOR SIZE I I X ,ggg � - 3 COPOLYMER ENTRANCES AND EXITS OF V .. , 'A �0 gs,,g 1% ISOMETRIC POLYPROPYLENE PLASTIC P JUNCTION BOX EXISTING COMP. J /2- GRADE 60 CRUSHED GROUND DEPTH CR REINFORCEMENT V SURFACING TOP 6. SECTION A-A A"ALT SURFAM CONatM SIDEWALK COURSE NOTE- 1. MANHOLE STEPS SHALL BE NOTE: r CRUSHED SURF T A G COPOLYMER POLYPROPYLENE PLASTIC COATED 1/2- GRADE 60 i10LE GROUND ROD FOR PVC CONDUIT OR NO. 8 AWG FOR BONDING JUMPER FOR METAL CONDUI1dIGID) TOP COURSE STEEL REINFORCEMENT. MODEL REQUIRED AT EACH BOX. PLANS FOR CONDUIT TYPE- PS2-PF, AS MANUFACTURED BY M.A. INDUSTRIES INC.. OR SECTION A-A ROADSIDE SWALE APPROVED EQUAL CROSS SECTION MANH SAFETY STEP CONDUIT ENTRANCE AT JUNCTION BOX ASPHALT SIDEWALK RAMP NOT TO SCALE TO NOT SCALE NOT TO SCALE NOT TO SCALE PRECAST CONCRETE 12' PERFORATED PIPE-� MANHOLE B PVC OUTLET PIPE. TRANSITION PERFORATED HOPE PIPE GENERAL NOTES A BACK OF CURB MANHOLE OPENING ABOVE. LOCATE SIDEWALK 1. CURB INLET SHALL BE CONSTRUCTED IN OPENING SO THAT ACCORDANCE WITH ASTM C 478 (AASHTO M 199) & ALL REQUIRED PORTS A OPENINGS CAN -GUTTER FLOW LINE --------------------- -- ASTM C 890 UNLESS OTHERWISE SHOWN ON PLANS BE ACCESSED ---------------------------------------------- OR NOTED IN THE PROJECT SPECIAL PROVISIONS. FOR MAINTENANCE A A 2. TOP SURFACE TO BE BROOM FINISHED. - - - - - - 3. ALL EXTERNAL EDGES NOT LABELED SHALL BE aD TROWELLED WITH 1/4- RADIUS EDGER. - ----------- - - -------- - - - --- - - - - - - - -- -- V-8' CONSTRUCTION 90, TYR---------------------------------------------------- a 4'-0' JOINT ------------------ #4 REBAR 0 10' D.C. E.W. \_1/2- TYPI AL - TOP <q7E�EHE PRE-M ED JOINT FILLEROLD & BOTTOM TYPICAL 80i� SIDES .... ........... ...................... J SEE SECTION B-B TYPICAL -BOTH PVC INLET HOPE DID SIDEWALK SIDES PIPE FROM CAP 5*1 X-10' 5 CATCH BASIN. B 1 A PLAN SECTION C—C STORMC EP TORO PRETREATMENT MANHOLE 7•-6' INSERT. ROTATE AS REQUIRED SO THAT GRAVEL BACKFILL FOR INLET/ OUTLET FLOW IS NOT OBSTRUCTED. ORYWELLS, MIN. 40% VOID. CAST IRON FRAME 6. ED 0' ED 2' 2- 1•_0. AN D COVER 'STORM' WALK SIDE CONCRETE CURB INLET SIDEWALK PAY LIMITS PAY LIMITS PAY UMITS- MARKED TROWEL FINISH I e /FT. CIRCULAR IFUSTMENT COMPACT 2i SECTIONS MANUFACTURER'S R'S �Fo I ACKFILL TO 95X TYPE A CURB TOP SECTION A—A 2 • 4-8 OF CURB STANDARD REINFORCED TOP SLAB STORMCEPTORS 24 / (SEE DETAIL) —1 PRETREATMENT INSERT STEPS, SEE DETAIL THIS SHEET, OUTLET I.E. GUTTER FLOW ----------------------------------- 1/2- INLET PVC L PER PLANS ------------------------- PRE-MOLDED GUTTER DEPRESSION DETAIL JOINT FILLER, PIPE FROM PVC OUTLET PIPE 12" ------------ -------------- BOTH SIDES CA TO PERFORATED PERFORATED �—UNDERDRAIN PIPE GECITEXTILE PIPE PROVIDE P�E TRATNZTKIN ------ 4 ------ FABRIC ALL TO PERFORATED AROUND HOPE PIPE. 3/4- TAPER ALLOWED SECTION B—B FOR FORM REBAR PLACEMENT RELEASE PRECAST CONCRETE 4.0 MANHOLE---__.. SECTION B-13 5 4' 2� BACK OF SIDEWALK 1, REFER M THE SCHEDULE ON SHEET 2 FOR ALL 48' CIA. MANHOLE INLET AND OUTLET PIPE SIZES AND ESLEVA3"E0DNUP0N INVERT 2. DETAIL THE USE OF CRUSHED SURFA CING STORM CEPTORO MODEL 4501 PRETREATMENT r.- r- TOP COURSE COMPACTED 'TO 95% MANHOLE HE CONTRACTOR SHALL BE FULLY RESPONSIBLE FOR ANY REQUIRED ELEVATION NTHE ----------------------------------------------- - - ---------- -- -- --- --------- -------- -------------- ............ -e-' OUTLET SWALE GRADING DETAIL MAXIMUM DENSITY ADJUSTMENTS WITH USE OF AN APPROVED ALTERNATE PRETREATMENT MANHOLE. THICKEN BACK 6 SIDEWALK, TYPICAL BOTH INFILTRATION SYSTEM DETAIL SIDEWALK UNDERDRAIN INLET SIDES. SECTION A-A NOT TO SCALE NOT TO SCALE I JOB NUMBER: 09024 DATE: 06-19-09 — CITY OF YAKIMA SHEET FILE NAMES: DRAWING: Sheets west.dwg Hulbreqtse, Lonman Associates Inc. 9 Or- Nob Hill Boulevard Improvement Project 10 CIVIL ENGINEERING • LAND SURVEYING • PLANNING PLAN: PROFILE: Federal Aid No. ARENA- 4566(009) OF 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000 0 FAX (509) 965-3800 18 DESIGNED BY: DJW ENTERED BY. KDY DETAILS REVISION DATE I I I � L 1 1 1 �- 1 1 - �II \'' " ` { \ a \\ 1�\ � \ I \1'I aq \. NSF T iF....SFH SF�SF�SF6L SF. t , S 0 15 30 60 TESC NOTES: 1. THE CONTRACTOR SHALL USE ALL REASONABLE MEASURES TO MINIMIZE THE IMPACTS OF CONSTRUCTION ACTIVITY ON WATERS OF THE STATE. WATER QUALITY CONSTITUENTS OF PARTICULAR CONCERN ARE TURBIDITY, SUSPENDED SEDIMENTS, SETTLEABLE SOLIDS, OIL AND GREASE, AND pH. 2. THE CONTRACTOR SHALL USE PROPER EROSION AND SEDIMENT CONTROL PRACTICES ON THE CONSTRUCTION SITE AND ADJACENT CONSTRUCTION STAGING AREAS TO PREVENT EROSION IN AND DOWNHILL OF DISTURBED AREAS, AND TO PREVENT DISCHARGE OF UPLAND SEDIMENTS OR SEDIMENT —LADEN WATER INTO LOCAL DRAINAGE SYSTEMS. 3. THE MEASURES SHOWN ON THESE PLANS ARE THE MINIMUM THAT ARE REQUIRED FOR THE ANTICIPATED SITE CONDITIONS. THE CONTRACTOR SHALL PROVIDE ADDITIONAL MEASURES AS REQUIRED DUE TO CONSTRUCTION PROCEDURES USED BY THE CONTRACTOR. 4. THE CONTRACTOR SHALL NOT DISCHARGE TURBID WATER GENERATED FROM CONSTRUCTION ACTIVITIES DIRECTLY TO ANY STORM WATER SYSTEM INLETS OR DRAINAGE DITCHES BEFORE THE SOLIDS HAVE SETTLED OUT OF THE WATER. 5. THE CONTRACTOR SHALL PROTECT AND PRESERVE ALL EXISTING VEGETATION BEYOND THE CLEARING LIMITS. 6. DUST CONTROL SHALL BE PROVIDED BY THE CONTRACTOR BY APPLYING WATER AS REQUIRED. 7. SEDIMENT BARRIERS SHALL BE PLACED IMMEDIATELY DOWNSLOPE OF ALL STOCKPILES. S. THE CONTRACTOR SHALL INSTALL STABILIZED CONSTRUCTION ENTRANCES ON ALL UNSURFACED CONSTRUCTION ROADS WHERE THE CONSTRUCTION ROAD EXITS ONTO PAVED ROADS. 9. THE TESC FACILITIES SHOWN ON THIS PLAN AND ANY CHANGES REQUIRED BY THE CONTRACTOR'S OPERATIONS, MUST BE CONSTRUCTED PRIOR TO BEGINNING CLEARING AND GRADING OPERATIONS. 10. THE TESC MEASURES SHALL REMAIN IN PLACE UNTIL FINAL STABILIZATION HAS BEEN OBTAINED. INSTALLED EROSION AND SEDIMENT CONTROL MEASURES SHALL ONLY BE REMOVED WITH THE APPROVAL OF THE ENGINEER. 11. THE CONTRACTOR SHALL PROVIDE DAILY INSPECTION AND MAINTENANCE OF ALL TESC MEASURES. TESC MEASURES SHALL BE IN WORKING CONDITION AT ALL TIMES. THE CONTRACTOR SHALL IMMEDIATELY REPAIR, REPLACE, AND INSTALL ADDITIONAL MEASURES SO THAT THEY ARE EFFECTIVE. 12. AFTER ANY 24 —HOUR RAINFALL GREATER THAN 0.5 INCHES, THE CONTRACTOR SHALL INSPECT TESC MEASURES FOR INTEGRITY. ANY DAMAGED TESC MEASURES SHALL BE BROUGHT TO THE ATTENTION OF THE ENGINEER AND REPAIRED IMMEDIATELY. 13. IF NECESSARY THE CONTRACTOR SHALL SET ASIDE A SEPARATE AREA, WHICH DOES NOT HAVE ANY POSSIBILITY OF DRAINING TO SURFACE WATERS, FOR THE WASH —OUT OF CONSTRUCTION EQUIPMENT AND TOOLS. 14. THE CONTRACTOR SHALL TAKE EXTREME CARE TO PREVENT ANY PETROLEUM PRODUCTS, CHEMICALS, OR OTHER TOXIC OR DELETERIOUS MATERIALS FROM ENTERING GROUNDWATER OR STORM DRAIN SYSTEMS. 15. THE ENGINEER HAS THE AUTHORITY TO HALT CONSTRUCTION IF EROSION CONTROLS ARE NOT MAINTAINED PROPERLY OR IF A VIOLATION HAS NOT BEEN CORRECTED. THE CONTRACTOR SHALL BEAR ALL RISK AND ALL COSTS OF ANY WORK DELAYS CAUSED BY THESE ACTIONS. STEEL OR WOOD POST AT Hr OC (MAX) 1 WOVEN WIRE FENCE / WIRE APRIL BE 2'.4', 14 GAGE _ SEDBIE?!T FENCING a ) ANCHOR FABRIC DH I X G' I TRENCH. BACNRL d COMPACT W --- GROUND LINE DETAIL NOTES: I. WSTNIATICN TO BE PER MANUFACTURER'S RECOMMENDATION. 2 TO BE USED FOR TERMINAL ENDS d PERIMETER ODES 1 THE TWO POST OPTIONS ARE (1) WOOD - 1- X Y OR 3- MIN. DM. AND (2) STEEL - 1.33 LBS/FT.MRL DETAIL NOTES: 1. ALL HAY BALES SHALL BE TIED SECURELY WITH NYLON CORD OR STEEL WIRE AND PLACED ALONG A CONSISTENT ELEVATION. 2 BALES SHALL BE PLACED IN A ROW WITH ENDS TIGHTLY ABUTTING THE ADJACENT BALES. 3. THE FIRST STAKE SHALL BE DRIVEN TOWARD THE PREVIOUSLY LAID BALE SEDIMENT FENCE (BMP C233) BALED STRAW BARRIER (BMP C230) NOT TO SCALE NOT TO SCALE JOB NUMBER: I DATE: CITY O F YA K I M A 09024 06 -19 -09 SHEET FILE NAMES: 11 DRAWING: Sheets west.dwg Nob Hill Boulevard Improvement Project PLAN: 09024.dwg Federal Aid No. ARRA- 4566(009) OF DESIGNED BY: DJW TESC PLAN 18 DATE ENTERED BY: KDY 2 -2' X 2' WOOD STAKES (OR REBAR) PER BALE HAY OR STRAW BALE LOOSE SOIL PLACED BY SHOVEL AND UGHTLY COMPACTED ALONG THE UPSTREAM EDGE OF BALES FINISHED GRADE FLOW 4' FLOW 4 Y MIN. DETAIL NOTES: 1. ALL HAY BALES SHALL BE TIED SECURELY WITH NYLON CORD OR STEEL WIRE AND PLACED ALONG A CONSISTENT ELEVATION. 2 BALES SHALL BE PLACED IN A ROW WITH ENDS TIGHTLY ABUTTING THE ADJACENT BALES. 3. THE FIRST STAKE SHALL BE DRIVEN TOWARD THE PREVIOUSLY LAID BALE SEDIMENT FENCE (BMP C233) BALED STRAW BARRIER (BMP C230) NOT TO SCALE NOT TO SCALE JOB NUMBER: I DATE: CITY O F YA K I M A 09024 06 -19 -09 SHEET FILE NAMES: 11 DRAWING: Sheets west.dwg Nob Hill Boulevard Improvement Project PLAN: 09024.dwg Federal Aid No. ARRA- 4566(009) OF DESIGNED BY: DJW TESC PLAN 18 DATE ENTERED BY: KDY m N AIQ I I I I � I < L ___ - -- — Nob Hill Boulevard Nob Hill Boulevard Nob Hill Boulevard -- -- -- -- -- 'on -- -- -- -- o Q -- — -- - -`, — -- �, 111 1111 STA. 8 +00 TO STA. 15 +55 STA. 8 +00 TO STA. 15 +55 INSTALL TEMPORARY PAVEMENT I INSTALL TEMPORARY PAVEMENT I E I MARKING FOR LANE LINE I MARKING FOR LANE LINE I I I m S I I REMOVED DURING WIDENING. REMOVED DURING WIDENING. I I w I I I I I I I I I I I I I I I I I I I I I INSTALL PAVE ENTE MARKING FOR ALL STRIPING I I REMOVED DURING THE GRIND AND OVERLAY OF THE INTERSECTION. t ... .. ...... .. ..............................y i I Nob Hill Boulevard Nob Hill Boulevard � I I - -- .. .�.. ......... .......+.......................: I / n Pr1— N W " E W S 0 20 40 80 Huibregtse, Lonman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue -*-Yakima, WA 98902 (509) 966 -7000 a FAX (509) 965 -3800 �`s � wy�TC ����FW ^�� y �e �Q�1 10NALE�Gl= t� 0� JOB NUMBER: 09024 I DATE: 06 -19 -09 CITY O F YA K I M A Nob Hill Boulevard Improvement Project Federal Aid No. ARRA- 4566(009) SHEET 12 OF 18 FILE NAMES: DRAWING: Sheets west striping. dwg PLAN: 09024.dwg DESIGNED BY: DJW ENTERED BY: KDY TEMPORARY PAVEMENT MARKING PLAN REVISION DATE I I I I I I I I I I I I I I I I I I I 0 kTO-H 4 0 2 0 3G 40,- Li 6 T-171-7 0-- or 1 l r 10 0 L--- J I C ---- iT -14 !-I T- J-� J r - - - _4 P-- 4- T 4 - J 44- L f: 7-i- ID-1 � I � ! - - I L .-- -- J- t 7- F - -7 J-NEW -CE R E 4E T'- TA IEVI RRIE L ------- --L 4 4- 1 k I L-L! _J 4 -PONC GUNK � U liltK I �77 -j `7- t 1 -117 T -7- r--F -AND SIE EWALX 17 -60 -1 77-17 1 -- - - 7 777 1 1 11 - INAI N . I - L - - =4 -_ ' ! --I- 77f-- —9-rby 7 ------ �4 - _ +-11 ----I 0, R I d1KAL EL- ]-;�d-1'6 -, illso III I, ! + - I fI - -I-- 41 -41-1- 1-t-- +, - T 7 -H d - - I - I I - - - - -- - - ------- - - ''tr ---- '! -- --- �I -14 --- 4 14 t -2 L { ''I - - ' -; I ; I I ' ! C i - -- - rI -- L L --tJ - I I --- -- NIEW 'I -- - E ENTI- ' I - -- T- - - IL --- - ` - ' -_--- -- -- - - -- 4- ! N EW - - -- ----- E - R- A! E R! IE 17LL I � ' F 111 7Q 1 1 IDE T 5I W E- L TT--AB- 7- ; � ;' r L I ±,H- d -j- [-Eg--AARR ! T - - - 'I �-- R AGE -4 INN E I`E A yl - - � ' - - i- ! - I ! r --- - ': - _ ' � -- - �NIEW-- SIDE;W LM 4- PRIGINA. -qRbUNC I I-- ANU N LWALK 4 , llsn � i 1. 1 7 1-STA 1-=411--�00-[-- - - --T- ! 11 F;-r, ! --I - I I - - - I --- r-4-- - ' 1, _TJF-1 � - 40-4 U-11r, Jj -4 9-[S. -4- 1 - C - ! I A 42-- - I i � 7 I I 7- {! !I - I ' r I -! - - - - - -EL- � - - J r• _ - f r- --7- T-I --L L �-L- -T - - - T - - i -�-- - - _- �--- � - - - I -_ _- --_- -- - [711 �7 PRof E v POF AE REjrE 18, R[J - - ! - -- FINISHED- I( _-RURB I T R 1 IllAk -rT- - PRO PO SED NEW CO Let, NCRE LN k-1 rE] -1 -1 l L -- - ° -- - - - i i' -- - -- -- -- - --- - -- -- - - 'I - -- - NEW,--- --L FINISH' "'A 'uc --ANb-sic UTiTEIR - f -- - -T ib)-i . L 71-7-17 -- - --I -- ---- TT col TR --1 T -1 1- - 11 F; 1 Rn 1-f- G NAL --E ! -- ------- I - ----- ------------ 1 4- --- 1- L7 -71. -L- . . - 0- --- ----- -, , -- --- T�- 8 50 TF - 0 7 C 1 ! I I f 1 J -- ! i- --- I T- ! ; � I I - _ . _ lI-I, _- _ ! : L L T. -1 -7 0 I t - r D --1 4 -T- -i-T ! ;---- - ^ - � I i -1a ; - I i i I LL I i ! I I`' I ! T-- 4 4 J - ! 1170 t F-1-1 F- I 1117n �11117n I I- t 117n --- 1 - -- ! I - - - � --- -- i -- = - I ; '' ' I I + - r 7 --1-NE CEM CqNCl TE 1-1 II 4EW C E - 1 I AE T - J - ! T- -;GUTTER AN u, E—1 -! - !- 1 �w ---COl MITER BAR I-- R - '- R F; - - - -A 165 1 Q-1 I- ETUE--U- WE-- A K -T L -! - ' - - - - -f - 6 '17 STA T IGINAL -lE -00 ---!=1161 .4,74.1 1 1 J ll RO 11 4- 1STA,-- LGINAL-E-1=fll 'op 2�- 1! J T - J lo JO ! ; 61 11� �0�i i 4l - - - - 2 i- --! L - 0 40 5 6P 1- JY 80-: 0 6pl- 50 -1 1 12 01 1 110 i �01 1-111,01 11 �U: J P1 -01 A w 1 JOB NUMBER: DATE: 06-05-09 CITY OF YAKIMA SHEET 09024 HVIbreose, Lonman Associates, Inc. Nob Hill Boulevard Improvement Project 13 FILE NAMES: DRAWING: CIVIL ENGINEERING SURVEYING xsec-west.dwg • LAND • PLANNING PLAN: Federal Aid No. ARRA-4566(009) OF PROFILE: 801 North 39th Avenue oYalkirna, WA 98902 DESIGNED BY: DJW (509) 966-70000FAX (509) 965-3800 CROSS SECTIONS 18 REVISION i DATE ENTERED BY: KDY Halbreqtse, Lohman Associates, Inc. CIVIL ENGINEERING -LAND SURVEYING -PLANNING 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000*FAX (509) 965-3800 REVISION JOB NUMBER: I DATE: 09024 06-05-09 FILE NAMES: DRAWING: xsec—west.dwg PLAN: PROFILE: DESIGNED BY: DJW ENTERED BY: KDY CITY OF YAKIMA Nob Hill Boulevard Improvement Project Federal Aid No. ARPA-4566(009) CROSS SECTIONS SHEET 14 OF 18 j --1- i 14 L 7`17`1 I d 1-j- FFT -4 -6 �TFIR ITS -1 0- -_-[SIDEWA -14- "N I' 4 11 A 0- 7- T__ IT LL - _7 ------ 20 -4- T I L L 4,L '10— F-77 3-4-50 T fi I 4 T I :+ TO 811 44�1, UJ, 774= 101 Al T —;4 I 0- L I �Ir - - T- 601L LL- -4- T7 LL _1 T L 6.5 T �L _Tl —L L t T -d- L -j- ik_,� J —1 - �sn '8111 - 1 - -_ --- --- - f 7-7.7 it- FT __1_E J-1 - t__ O�F E 'n NAL-i-E- -,I,- + 11-10 _AN CURB L i __F I I 1 11 -1 J ------ IEWA L �D, i 4-L T -T! LK T_ NN" T-F A ,5 GROUND L —I PROPOSE, ALM LIF-di 1-+ +,1 4 4- SIT_A_' I tG1 SO Jt -4-1 __L _4 1 Lr I 1STA- IGINAL 4: T_ 1 A _E I NAL-,i E , L I _LL - � __L� '1- L J DRAINAGE -7- -- fftt R _TT�T TR i 4 --- _1 L T7 -t- N W S �EWA - - - -_ �FIN By, CONS RO OSE I'TUG -F IT Ell 15 0,0 -L= -1-1-6G, 160 I O� -L T rt- J1 _L__ __610- -L 71-! --l-E-ft 'I ADE- r;r I ST�1 i-H-1 -4-4- :j -115 11F;n - JJ __,j 1 I 1701__' +T L 001 r Ffi F-17 r4a 1 -4- Gt 58-. -CO __tu kN - 4-- 4 RB ND_ --------- A R t NE 5P ---------- NN ITI IT 0 -4, 7_ E I t1l F E — 1 -; _70! At L -E 44 I 11 L 1 --- An NEY GE - 1 1 20L-1,; _L-4- -T -1--ii T J 50� 50--i--� 0 Halbreqtse, Lohman Associates, Inc. CIVIL ENGINEERING -LAND SURVEYING -PLANNING 801 North 39th Avenue *Yakima, WA 98902 (509) 966-7000*FAX (509) 965-3800 REVISION JOB NUMBER: I DATE: 09024 06-05-09 FILE NAMES: DRAWING: xsec—west.dwg PLAN: PROFILE: DESIGNED BY: DJW ENTERED BY: KDY CITY OF YAKIMA Nob Hill Boulevard Improvement Project Federal Aid No. ARPA-4566(009) CROSS SECTIONS SHEET 14 OF 18 I I 1 L -1 I I I I I I I L� I I I I I I I E �16 60'- 50-�- 41, o-,H- I-1 JOB NUMBER: 09024 0i L r I -50-:-- OU FILE NAMES: DRAWING: PLAN: xsec—west.dwg PROFILE: DESIGNED BY: DJW ENTERED BY: KDY CROSS SECTIONS REVISION DATE 1 _7 L 7TJ J F_ _T_ T T —7, L T_ J J -T k 4 J_ 4 4-- _77 i F --- --- IF _7 I J L i- _T_ T A_ AL- Li Fi_ t -T- _T J-d-1 _-1--i ---- ------- 77- -A I NEW IL J L L n d L_ J - ----- DRAINAGE 00 7 T __1 1 741-- _11_T -7 - - - - A- 17 -1 ------ 7 - - - - NA' a F T-T, T E[TT d-1 17 —T- 1 J 11 1 T L T-T _7 T_ T-4 1 1 L - ---- -- 4 - -- ---- - r _4 L 11 Sr% 1 1 1 J I 714 4 1 I F1 F -1 '9 -4- _7 4�_ F J-- SIDEWALK L_R J - EW P ! C ROPC E) IF E IDE VA N iED GRAF 71, J ----- RAI SWALE! A -4 7__ ss J i -SU 17± L j k[4 +1 T r -4- __T T ro) 161UAL� 'E �O,� r,-7 ! T -11 L 4- L _F 4' I --I-- _41 j • d --T 7 J j 7 _+L4_'r___ T __7 41 ------ T -I T, 1- 7_ 1 I F 1-4 L T_r__ d -- ------- - F IF LJ 1 4- 1-7 65 1 11 s.5 IF L J PR9 SE Oil 1 1 NEW CONCRETE CEMENT -BARRIERI- --I—! , - - SIDEN - L 1 1 FT b GRADE 'yRB; Gif D�WAU� _1 �w - '1\ -- 1A _J_ 0' N f An" ORIGNAL ---1 1 -1 _� 4- I I-- i - --d tl RAt� Eff AGE II d 0 -1 STA IGINAL E i�.8.70 I I F . ..... 2 _-IL _d A I T I 7 ii t- 7 4- - - - r 4- JL J- F I IL _J L J J- J L i--l- T t 7- WA -1-4 1-- I T I F- 1 F F -T _L1 JL -1 __L__L 7� _E + I EW, CEMENT N CONCRETE CURBS L J BARRIER T� E1,. TE'i _T 7- SIEDW&A L��L' \X, 7 __T -i A44Dl SIDErALK' T-i -- ------- 1 F; N SIDEWA_�7,\ f 1 7 -J NEW L -SWAUE! 7�1 - - - - - I - - - - - 1STA —1-6-4 do, =_===_n I 1155 1 - ' -- I 0 IGINALIE i�11158.76 1155 1 I'_V-) I 71- 1111 d 1- -1 1 - STA 1%. - -E-i tr - -„ % -- I F i L 2__ JL 50� zo�:__;_ 1-10 J (I J i. 1 D -120: 410 510. J 70 80' 1 71 0 s 0 1�01 4p! _30 0 1 1 5101 1 1 Q1 6 70! Hulbreqtse, Lonman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue -0-Yakima, WA 98902 (509) 966-7000*FAX (509) 965- 38007S 3 will E �ONAI JOB NUMBER: 09024 DATE: 06-05-09 CITY OF YAKIMA Nob Hill Boulevard Improvement Project Federal Aid No. ARRA-4566(009) SHEET 15 OF 18 FILE NAMES: DRAWING: PLAN: xsec—west.dwg PROFILE: DESIGNED BY: DJW ENTERED BY: KDY CROSS SECTIONS REVISION DATE J cy� [6 0! 10 -0- J I DATE: 06-05-09 CITY OF YAKIMA Nob Hill Boulevard Improvement Project Federal Aid No. ARRA-4566(009) SHEET 16 OF 18 I I 10 T- 4 T 40 7— 5 `6 0+ CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue -0-Yakii WA 98902 1 (509) 966-7000 -0, FAX (509) 965-3800 -6 ----50 CROSS SECTIONS I REVISION DATE 3Cr---- -20 1 4- r _J t J_ L i 1: : -_ L41-- J L I J ------ J A_ A L L an 7 I NEW! 7- _4 NEW1 _SI)ENA I --- -- — ------ Ali I_ t DR EIN Al J r-t717-1- F zr T ---- ------ 7�17 -------------- 1;155�- 411157 60-i - 4- 4 ORIGINAL 1 11- .1-4 -1 L L L J- A_ ]F �Ti J, L -d -;n ------ _1=1 Lr —II- F L q L J A- I I r 4_1 ------ r 7 _T_ 7F I --T -J- - I 4 A i J__ T ORIGINA -7- __ 1 i _L_ - nt 1 1 1 1 1 fi' -NEW'-- AL _1 J L A SIbENA k � L r 4- J_ 4- 1 __ i - --i T'[[ MINAGE r - -I "_ i I �1 —I I-T 7 - `I -i_ -_� _ I f � 7T -1==f 71 77 -777 -A ------------- --- A-- Li- J --L--! __ LE 7. 31-1 1 L --1 __Ej - ! I ; I-L - ---- t 1 4 ; 1 -4 Ji__ 1 i I _J 1 1 - -4- - _L - __ -4- J_ --- - _ - � : __L__ --- - - --- --- - E 4-i i- -14 -7 T' PRL)F'U EP _PIR L J _A_ 1 SO 1 1 ----PRO SED-- n I FM NE- b FIN, 1�112 �,U, IDEA CON _L kE 1 II CONS1#Ud- � NEN I DR IMAGE LJ 4 kiii WA E- LE11 7 _F_ d-d --- -11 II Gil AU TE _ -444-"-- ti I AL_ A E =1157-43- I 7 71 L - I L T- L - 1 1 - -- --- [ , I 1 1 : 1 1 1 1 1 i -i 1 1 n in L 1 1 1 —L-1- L L L J- 1 A -1- 1 I L-L-L A -T J _J-_�J-_�_ _J� J_ t d i __Z_L_L__ J J i --1 _J -1-1 I -7 --- 1 - 1 -t t - -7 i 1 1 1 1 1 _14-4:! L T i _T I _7 1 � --I i L 111 SO 1 Fib OF IG1NA L T ! I I k I • Si EWA IP NEW-' J i NEW �- � � � RAINAGE - - -- I ' I - - - -- '' G -� - - I -� - - = -� -`-'- ' y - - -- - -- -I - - ! - - I � :)5 1 swl�.EL --- - r OR STA [GINAL T-1-111 Z040�, 7. 89- 6 I G11 L -ELI 7 5 - A I go 115 F _7 7 - 170. 1- 11 - - - I 4 L I 71U! 21'0 )J �01 �O 4,01 � 60' -:8 7 ! 510L -1410 30 20 10 201 I -] 0-1 40-1- -51 OL 6 0 710 1 1 : 10 r! lb� r � 1 1 1: ! Hulbregtse, Loyman Associates, Inc. A, + a. J &VA JOB NUMBER: 1 09024 I DATE: 06-05-09 CITY OF YAKIMA Nob Hill Boulevard Improvement Project Federal Aid No. ARRA-4566(009) SHEET 16 OF 18 I I FILE NAMES: DRAWING: xsec-west.dwg PLAN: PROFILE: CIVIL ENGINEERING • LAND SURVEYING • PLANNING 801 North 39th Avenue -0-Yakii WA 98902 1 (509) 966-7000 -0, FAX (509) 965-3800 - - DESIGNED BY: DJW ENTERED BY: KDY CROSS SECTIONS I REVISION DATE Hulbreqtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING Ant kl— 70+6 --.. nYn L;— WA QRqn,) I (509) 966-7000 *FAX (509) 965-3800 JOB NUMBER: 09024 DATE: FILE NAMES: DRAWING: xsec—west.dwg PLAN: '' : DESIGNED DJW ENTERED BY: KDY REVISION GATE M I M MIN NJ 11n Ll 0 M M Simon mill Li r111.1 0 NINE ON .1.1.1 M 11111 ME 0 M 0 M ME ME 1 IN 0 ENE 1 M 0 0 PE M MINI IN M1 M1 NONE 0 M 0 EMS M m I I OMNI 0 so 1 M M El 1011011 SIM 0 I in ON SON M ME MONOMMENINIM -0 MOM SEEMS no ME NE 0 0 0 IN 00 No ME I IN M mom Is SEEN ONE ME ME IN MINEINI NNNINIM I 0 II 0 0 in MEMS MEMO 0 ME MIME 0 ol El MEN ON 0 ME 1 91 ME MEN 0 IN I IN. I I I ii I I M ME ME MOM W somil No 02 M ON III 1 INN M M M M 1 M 0 E iTiml IN IFJ11111m I 0 Jill no 0 E Jim SENSE 0 0 0 ME M M 0 IN In 0 IN No MIKE 0 NOMMMIES M ton ro 1 111111111111111111111 1 ME 0 EMS Mi 0 NNE mom min INN 111111111 IN 111 Im 111111,11111 NINE 1111111 so NEW WA Hulbreqtse, Louman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING • PLANNING Ant kl— 70+6 --.. nYn L;— WA QRqn,) I (509) 966-7000 *FAX (509) 965-3800 CITY OF YAKIMA Nob Hill Boulevard Improvement Project Federal Aid No. ARRA-4566(009) CROSS SECTIONS SHEET 17 OF 18 JOB NUMBER: 09024 DATE: FILE NAMES: DRAWING: xsec—west.dwg PLAN: '' : DESIGNED DJW ENTERED BY: KDY REVISION GATE CITY OF YAKIMA Nob Hill Boulevard Improvement Project Federal Aid No. ARRA-4566(009) CROSS SECTIONS SHEET 17 OF 18 Hulbregtse, Lonman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING PLANNING 4wo 801 North 39th Avenue -0-Yokirna, WA 98902 (509) 966-7000 * FAX (509) 965-3800 �.w & NAL U 6-J I JOB NUMBER: 09024 DATE: 06-05-09 CITY OF YAKIMA Nob Hill Boulevard Improvement Project Federal Aid No. ARRA-4566(009) SHEET 18 OF 18 I FILE NAMES: DRAWING: xsec—west.dwg PLAN: PROFILE: DESIGNED BY: DJW I ENTERED BY: KDY CROSS SECTIONS REVISION DATE NMI ni womi CIN MEN M 0 M 11111 01011 M INN mill '11,1110 1 'M Ill. 111 M110. I M I ---- Ile, M INN 111111 Ill I 11M milli I 01 1111111 !1111 111111 Ill 11111E111101111111111 I m 0 om mom 11111 0 0 M M ME 0 WE Es MOMME ONE 00 0 0 ON No ME 1111111 0 On M INN mill Hulbregtse, Lonman Associates, Inc. CIVIL ENGINEERING • LAND SURVEYING PLANNING 4wo 801 North 39th Avenue -0-Yokirna, WA 98902 (509) 966-7000 * FAX (509) 965-3800 �.w & NAL U 6-J I JOB NUMBER: 09024 DATE: 06-05-09 CITY OF YAKIMA Nob Hill Boulevard Improvement Project Federal Aid No. ARRA-4566(009) SHEET 18 OF 18 I FILE NAMES: DRAWING: xsec—west.dwg PLAN: PROFILE: DESIGNED BY: DJW I ENTERED BY: KDY CROSS SECTIONS REVISION DATE CONTRACT S7' THIS AGREEMENT, made and entered into in triplicate, this 1 day of .1f.v , 2009, by and between the City of Yakima, hereinafter called the OWNER, and Granite Northwest, Inc., 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: The CONTRACTOR shall do all work and furnish all tools, materials, and equipment for NOB HILL BOULEVARD IMPROVEMENT PROJECT 64 TO 72 AVENUE - City Project No. 2278, in accordance with and as described in the attached Plans and Specifications and the Standard Specifications for Road, Bridge, and Municipal Construction, which are by this reference incor- porated 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) calendar days after Notice to Proceed and shall be completed by the dates set forth in Section 1 -08.5 TIME FOR COMPLETION of the Special Provisions. The first chargeable working day shall be the date set forth in the Notice to Proceed or the first day the Contractor begins work, whichever comes first. If said work is not completed within the time specified, the CONTRACTOR agrees to pay to the OWNER for each and every working day said work remains uncompleted after expiration of the specified time, liquidated damages as determined in Section 1 -08.9. The CONTRACTOR 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 OWNER. II. The OWNER hereby promises and agrees with the CONTRACTOR to employ, and does employ the CONTRACTOR to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached Plans and Specifications and the terms and conditions herein contained; and hereby contracts to pay for the same according to the attached Specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this Contract. III. The CONTRACTOR for himself, and for his /her heirs, executors, administrators, successors, and assigns does hereby agree to the full performance of all the covenants herein upon the part of the CONTRACTOR. IV. It is further provided that no liability shall attach to the OWNER by reason of entering into this Contract, except as expressly provided herein. V. CONTRACTOR is an independent contractor and not an employee of the OWNER. The OWNER has designated the Contract performance and the CONTRACTOR shall be responsible for the details of that work. The parties recognize the CONTRACTOR has unique skills not otherwise available to the OWNER to accomplish the purpose of the Contract. The CONTRACTOR shall supply all equipment and supplies necessary to accomplish the Contract. The parties recognize that the purpose of the Contract is not within the regular course of business of the OWNER. The parties state that the right of control over the activities necessary to perform the Contract are with the CONTRACTOR. IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed the day and year first herein above written. OWNER: City of Yakima, Washington (SEAL) By: - v ATTEST: Name: R. A. Zais, Jr. Title: City Manager e _ al01 rid Name: Deborah J. «ore Title: City Clerk / �p.KiMq `''11 • ' . SEAL �' SNIN CONTRACTOR: Granite Northwest, Inc., By: �G%t, -4 i� (SEAL) Name: Martin P. Matheson, President ATTEST: (Please Print or Type) Address: P.O. Box 50085, Watsonville, CA 95077 Phone: (831) 724 - 1011 FAX: (831) 768 -4021 By: )\-01 E - mail Address: Name: Ananya Mukherjee, Assistant Secretary (Please Print or Type) Employer Identification Number: 20-5663385 DE >a1 ='_1'!tifENT OF C'OM11' U'J1T'YAND ECONOMIC DEVELOPMENT c .., ,. _ \ William R. Cook, Director `�+� y Sat "7- 'ye U�,j% f: (L�LPL., !i LVi.J LG lL r 1 _ .� _ = -_/ 129 North Second ,street P `c, 4 Yik[,372f[ YS i`L,4YZ7YZ2 f 0>'Z 98901 Phone; (509) 575 -6111 - Fax (509) 576-6305 July 22, 2009 Ronald Gatto Granite Northwest, Inc. 585 West Beach Street Watsonville, CA 95076 Re: Nob Hill Boulevard Improvements Project — 64 Avenue to 72 Avenue Dear Mr. Gatto: • 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 July 15, 2009 in the amount of $622,508.19. 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. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA GSP) of the Construction Contract Specifications for coverage limits, additional insurance requirements and special ACORD form wording. We have also included a Liability Certificate Checklist for you 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, Douglas Mayo, P.E. City Engineer encl. cc: Bruce Floyd, Construction Supervisor Brett Sheffield, Project Engineer Susie Lorrance, Contract Specialist City Clerk Debbie Baldoz, Finance File § il 4 3 ;