Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2008-028 Cascade Mill Parkway Couplet Improvements Agreement with Granite Construction Company
CONTRACT THIS AGREEMENT, made and entered into in triplicate, this 2B 'day of / , 2015, by and between the City of Yakima, hereinafter called the Owner, and Granite Constriction ompany, a California Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 2,424,581.15, for Cascade Mill Parkway Couplet Improvements, City Project No. 2337, all in accordance with, and as described in the attached plans and specifications and the 2012 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in One Hundred Twenty (120) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 1 1 th day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be fumished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attomey's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this 41 6 da - v/ n ( 2015. Granite Construction Company. a California Corporation 4/ • 4 , r Contractor By: ■. .4 A 14. y Manager . isha Desai Y h (I q Attest :, � �� ` H p ; ` d 1%' J : . # / , (Print Name) ,``, CJT I/1� /, ■ ' Vice President `� •% 0 �1 R4 0 /i %) .,city cie Its p rNO: (President, Owner, etc.) % - f • � 0 � ��� 0 CITYCONTRAC .5 I J 4s:€ • �,,0: U 2oo8 -OZ5 Address: 80 Pond Road _ 2 = . - i n : 1 =0. Yakima, WA 98901 CG .� • / �p . 1�. • • PERFORMANCE BOND Bond Nos 82382011 Federal 106157641 Travelers BOND TO CITY OF YAKIMA 929607074 &D 09171112 F &D KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Yakima, Washington has awarded to Granite Construction Company (Contractor) hereinafter designated as the °Principal° a contract for the construction of the project designated Cascade Mill Parkway Couplet Improvements, City Project No. 2337, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to furnish a bond for the faithful performance of said contract: • NOW, THEREFORE, we, the principal, and Federal Insurance Company` (Surety), a corporation, organized and existing under and by virtue of the laws of the State of Indiana" ,, duly authorized to do business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the penal sum of $ 2,424,581.15 (Total Contract Amount) lawful money of the United States, the payment of which we jointly and severally ourselves, our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. - • THE CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said cont4ci-in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contru;,t,.and shall p v 0; laborers, mechanics, sub - contractors and materialmen; the claims of any person or persons arising under the contract to the extent such cbimsS are provided for in RCW 39.08.010; the state with respect to taxes imposed pursuant to Titles 50, 51 and 82 RCW which miry 1 and%alI persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and "shah •hoid.said Cny • -; �. . of Yakima, Washington, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to..iiiiy;pers'on=3,'` _ \ ' property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said:wdric;�;�i't = shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from .any d'anizge or expense by reason of failure of performance as specified in said contract, or from defects appearing or developing in the material or workmanship provided or performed under said contract after its acceptance thereof by the City of Yakima, Washington, and all claims filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers( this - 10th April ,``�����o��� day of P ,2015. `%• GON /i •� •• G � i ;' �•'•• AI. Granite Construction Company = : (Principe° O ; is ; By: is �' •' �RN 1P ..• O • (Signet ) $ •• • ••••• • : a gisha Desai, Vice President 1111111 N % % (Print Name) Approved as to form: J (Tin ) 1 (City Attorney) Federal Insurance Company (Surety) *Travelers Casualty and Surety Company of America By: The Continental Insurance Company (Signature) Fidelity and Deposit Company of Maryland Ashley Stinson , Jointly and Severally Liable (Print Name) Attorney -in -Fact **Connecticut, Pennsylvania, Maryland, respectively (Titre) ' Executed in 3 Counterparts _ A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Santa Cruz On April 10, 2015 before me, V.J. Fox, Notary Public (insert name and title of the officer) personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Mme' .,.,, V. J. FOX WITNESS my hand and official seal. 4.!i' =4 Comm. 1948644 hyr r NOTARY PUBLIC- CALIFORNIA i Q SANTA CRUZ COUNTY MS MY COMSION EXPIRES SEPT 16, 216 S ignature a (Seal) V.J. Fox, Notary Public • C 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, Catherine Gustayson, Kathleen Schreckengost, Ashley Stinson and Lillian Tse 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 seals to and deliver for and on their behaff as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed in the course of business on behalf GRANITE CONSTRUCTION INCORPORATED and all Subsidiaries alone or In joint venture as principal. In connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attorney- In- Fact in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY, Vtt,LANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed a — lk ii d these presents and affixed their corporate seals on this 18 day of July, 2014. Dawn M. Chloros, Assistant Secretary . • :. Norris, Jr., Vice P - r+TM (*) :,0 ' r. fil).1) (" 1 iioito: f4,4 w i:1 ?' 1 • STATE OF NEW JERSEY 55. County of Somerset On this 18 day of July, 2014 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power . of Attorney, and the said Dawn M. Chloros, being by me duty sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seats affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with David 8. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David 8. Norris, Jr., subscribed to said Power of Attorney is In the genuine handwriting of David B. Norris. Jr., and was thereto subscribed by authority of said By- Laws and in • :.. rent's presence. KATHERINE J ADELAAR Notarial Seal • N • 4,_ NOTARY PUBLIC OF NEW JERSEY • k. VITAR V No. 2310@$53 e. ur R Co mnlssion E July 10, 2019 / /1 / PUBLIC / Notary P \� /ER CERTIFICATION Extract from the By :: - - EDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed id the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President Jointly with the Secretary or an Assistant Secretary. under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman. President, any Vice President, any Assistant Vice President, any Secretary. any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attomey or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of or certific bearing such facsimile the Company and any such attorrhey 8 signature or facsimile seal shah be veld and binding upon rhy power so executed and certified by such facsimile signature and facsimile seat shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify that (1) the foregoing extract of the By- Laws of the Companies is true and correct, 01) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department further, Federal and Vigilant are licensed M the U.S. Virgin islands, and Federal Is licensed in American Samoa, Guam. Puerto Rico, and each of the Provinces of Canada except Prince Edward Island; and (5111 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 April 10, 2015 4 + �,-_'�.. ! 4 "r --f, ( ) t . • %we.. Ill Y*.C.ti.) '. & T. ... 1 Qa.10_11thr_____ . Dawn M. Chloros, Assistant Secretary IN THE EVENT YOU WISH 10 NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT U5 AT ADDRESS JSTED ABOVE, OR BY Telephone (908) 903. 3493 Fax (908) 903- 3656 e-mail: surety@ chubb.00m Form 15 -10- 01548 - U (Rev. 05.13) CORP NON- CONSENT Amok TRAVELERS J POWER OF ATTORNEY Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In -Fact No. 228138 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint John D. Gilliland, ligisha Desa /, Kathleen schreckengost; Catherine Gustayson, Ashley Stinson, and Lillian Tse of the City of Watsonville, State of California, their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power of Attorney is limited to bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof for Granite Construction Incorporated and all subsidiaries and affiliates, alone or in joint venture. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 26th day of June, 2014. Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company O C'c cl' Y � ' : V �,,. o� a .�' ` � • .° � s'"24 a#}1 gCtBD � • i �p�F +p arr °n J g 9 r '► W ei e � , ''S �f 912 e 1851 SE A4 t sB AL 9 A t. wri NNW mo �t � �. State of Connecticut B City of Hartford ss. Robert L. Raney, Senior Vice President On this the 26th day of June, 2014, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. p My Commission expires the 30th day of June, 2016. �T\L. C :� * Marie C. Tetreault, Notary Public i• '411 - 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., 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 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, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this April 10, 2015 Kevin E. Hughes, Assistant Secretary d pi6Ai . •v+v Y ✓E ,�y » .�.►l l+ �� �x�y 'b 1DV�Qi Y '1 1982 o telp ei. ► vi 0 � y D ° . e b y ,�. • _ - .a • " • ► <p V' It . ► A '4 4. Al'�♦0 ` To verify the authenticity of this Power of Attorney, call 1 -800- 421 -3880 or contact us at www. travelersbond. coin, f? "ease referiroL:k;? _' ^ Attorney-In -Fact number, the above -named individuals and the details of the bond to which the power is attached. Page 2 of 2 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by Geoffrey Delisio, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Jigisha DESAI, Catherine GUSTAVSON, Cynthia P. JOHNSON, Kathleen SCHRECKENGOST, John D. GILLILAND, Ashley STINSON and Lillian TSE, each its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, issued on behalf of Granite Construction Incorporated, Watsonville, California and all subsidiaries alone or in a joint venture and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. . IN WITNESS WHEREOF, the said Vice - President has hereunto subscribed his /her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1st day of March, A.D. 2013. 2 3 i 147,14, eirr , '� 1� 0 LI0 , B EAL) - /��Li� ., ,, p .t By: Vice President — Geoffrey Delisio n By Assistant Secretary — Gerald F. Haley State of Maryland County of Baltimore On this 1st day of March, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Geoffrey Delisio, Vice President and Gerald F. Haley, Assistant Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he /she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. .'� AAy 1 By: Constance A. Dunn - Notary Public My Commission Expires: July 14, 2015 • EXTRACT FROM BY -LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, This April 10, 2015 .% Thomas O. McClellan, Vice President • `_ POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That The Continental Insurance Company, a Pennsylvania insurance company, is a duly organized and existing insurance company having its principal office in the City of Chicago, and State of Illinois, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint John D Gilliland, Jigisha Desai, Kathleen Schreckengost, Catherine Gustayson, Ashley Stinson, Lillian Tse, Individually of San Francisco, CA, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the insurance company and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Board of Directors of the insurance company. In Witness Whereof, The Continental Insurance Company has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 10th day of December, 2014. • The Continental Insurance Company e: am ,' .''•�"'� • Paul T. Bruflat l ice President State of South Dakota, County of Minnehaha, ss: On this 10th day of December, 2014, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of The Continental Insurance Company, a Pennsylvania insurance company, described in and which executed the above instrument; that he knows the seal of said insurance company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said insurance company and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance company. J. MOHR SNOTA UBLIC RY P SOUrH OANO My Commission Expires June 23, 2015 J. Q -7Y7-.4t) Notary Public CERTIFICATE 1, D. Bult, Assistant Secretary of The Continental Insurance Company, a Pennsylvania insurance company, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance company printed on the reverse hereof is still in force. In testimony whereof 1 have hereunto subscribed my name and affixed the seal of the said insurance company this April 10, 2015 ..;...• The Continental Insurance Company • WS • p ., •z '�` l Ob • �I D. Bult Assistant secretary Form F6850- 4/2012 • • Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF THE CONTINENTAL INSURANCE COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company at a meeting held on May 10, 1995. "RESOLVED: That any Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Group Vice President to the Secretary of the Company prior to such execution becoming effective. This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execution power of attorneys on behalf of The Continental Insurance Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25` day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers ") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures "), Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." • 1 A` ° R°® CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD/YYYY) I 04/13/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LIC #0G62759 1- 415- 486 -7000 CONTACT Aon Risk Insurance Services West, Inc. NAME: PHONE FAX 199 Fremont Street, Suite 1500 (AIC, No. Ext): (ac, No): E -MAIL ADDRESS: San Francisco, CA 94105 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: VALLEY FORGE INS CO 20508 INSURED Granite Construction Company INSURERS: INSURER C : PO Box 50085 INSURER D : Watsonville, CA 95077 INSURERE: INSURER F : COVERAGES CERTIFICATE NUMBER: 43533479 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR IA SR I I POLICY NUMBER LTR TYPE OF INSURANCE POLICY EFF POLICY EXP A GENERAL LIABILITY (MMIDD/YYYY) I (MM /DDmYY) I LIMITS X X GL 2074978689 10/01/12 10/01/15 EACH OCCURRENCE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES (Ea occurrence) $ 2,000,000 CLAIMS -MADE X I OCCUR X Contractual Liability MED EXP (Any one person) $ NIL X XCU Hazards PERSONAL &ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 10,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY X PR LOC PRODUCTS - COMP/OP AGG $ 2,000,000 JFCT A AUTOMOBILE LI X X $ _ BUA 2074976692 10/01/12 10 /01 /15 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) 2,000,000 ALL OWNED SCHEDULED BODILY INJURY (Per person) $ AUTOS AUTOS BODILY INJURY (Per accident NON -OWNED ( accident) $ X HIRED AUTOS AUTOS PROPERTY DAMAGE — X Contractua (Per accident) $ UMBRELLA LIAB $ OCCUR EXCESS LIAB EACH OCCURRENCE $ CLAIMS -MADE AGGREGATE $ DED RETENTION $ – A WORKERS COMPENSATION $ AND EMPLOYERS' LIABILITY WC 274978644 (WA /EL ONLY 10/01/12 10/01/15 X WCSTATU OTH A ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N WC 274978644 (AOS) TORY LIMITS E,'�. OFFICER/MEMBER EXCLUDED? N N/A 10/01/12 10/01/15 E. L. EACH ACCIDENT $ 2,000,000 (Mandatory in NH) If yes, describe under E.L. DISEASE - EA EMPLOYEE $ 2,000,000 DESCRIPTION OF OPERATIONS below E.L DISEASE - POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) 2505 - 540513 - CASCADE MILL PARKWAY COUPLET IMPROVEMENTS. YR 2377 THE CITY OF YAKIMA AND HUIBREGTSE, LOUMAN ASSOCIATES, INC., THEIR OFFICERS, ELECTED OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS, ARE HEREBY NAMED AS ADDITIONAL INSUREDS, PER ENDORSEMENTS ATTACHED. GL PER ISO FORM CG0001 10 /01; AL PER ISO FORM CA0001 03/10 CERTIFICATE HOLDER CANCELLATION 2505 - 540513 CITY OF YAKIMA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 129 N. 2ND STREET AUTHORIZED REPRESENTATIVE YAKIMA, WA 98901 • -, � , , i� I USA c / ` / Y % © 1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD Lindak250 43533479 DATE SUPPLEMENT TO CERTIFICATE OF INSURANCE 04/13/2015 NAME OF INSURED: Granite Construction Company SUPP (10/00) C NA Policy# GL2074978689 G- 140331 -C Insured: Granite Construction Incorporated (Ed. 10/10) Effective: 10/01/12 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS - COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by "written contract" per Paragraph A. below.) The insurance afforded to the additional insured only applies to the extent permitted by law. Locations of Covered Operations (As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.) A. Section 11 - Who Is An Insured is amended to 2. We will not provide the additional insured any include as an additional insured: broader coverage or any higher limit of 1. Any person or organization whom you are insurance than the least that is: required by "written contract" to add as an additional insured on this Coverage Part; and a. Required by the "written contract "; 2. The particular person or organization, if any, b Described in B.1. above; or scheduled above. c. Afforded to you under this policy. B. The insurance provided to the additional insured is 3. This insurance is excess of all other insurance limited as follows: available to the additional insured whether on a 1. The primary, excess, contingent or any other basis. person or organization is an additional But if required by the "written contract," this insured only with respect to liability for "bodily insurance will be primary and non - contributory injury," "property damage," or "personal and relative to insurance on which the additional advertising injury" caused in whole or in part by: insured is a Named Insured. a. Your acts or omissions; or 4. The insurance provided to the additional b. The acts or omissions of those acting on insured does not apply to "bodily injury," your behalf "property damage," or' personal and advertising in the performance of your ongoing operations injury arising out of: specified in the "written contract "; or a. The rendering of, or the failure to render, c. Your work" that is specified in the "written any professional architectural, engineering, contract" but only for "bodily injury" or or surveying services, including: "property damage" included in the (1) The preparing, approving, or failing to "products- completed operations hazard," prepare or approve maps, shop and only if: drawings, opinions, reports, surveys, (1) The "written contract" requires you to field orders, change orders or drawings provide the additional insured such and specifications; and coverage; and (2) Supervisory, inspection, architectural or a Part engineering activities; or (2) This Coverage provides such coverage. b. Any premises or work for which the additional insured is specifically listed as an Page 1 of 2 C HA Policy# GL2074978689 Insured: Granite Construction Incorporated GEdo10 /10) Effective: 10/01/12 additional insured on another endorsement We have no duty to defend or indemnify an attached to this Coverage Part. additional insured under this endorsement until C. SECTION IV — COMMERCIAL GENERAL we receive from the additional insured written LIABILITY CONDITIONS is amended as follows: notice of a claim or "suit." 1. The Duties In The Event of Occurrence 2. With respect only to the insurance provided by Offense, Claim or Suit condition is amended this endorsement, the first sentence of to add the following additional conditions Paragraph 4.a. of the Other Insurance applicable to the additional insured: Condition is deleted and replaced with the An additional insured under this endorsement following: will as soon as practicable: 4. Other Insurance (1) Give us written notice of an "occurrence" or a. Primary Insurance an offense which may result in a claim or "suit" under this insurance, and of any claim This insurance is primary and non - or "suit" that does result; contributory except when rendered excess by endorsement G- 140331 -C, (2) Except as provided in Paragraph B.3 of this or when Paragraph b. below applies. endorsement, agree to make available any D. Only for the purpose of the insurance provided by other insurance the additional insured has this endorsement, SECTION V — DEFINITIONS is for a loss we cover under this Coverage amended to add the following definition: Part; "Written contract" means a written contract or (3) Send us copies of all legal papers received, and otherwise cooperate with us in the written agreement that requires you to make a investigation, defense , t s wath us in the person or organization an additional insured on this claim or "suit"; and Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during (4) Tender the defense and indemnity of any the term of this policy; and claim or "suit" to any other insurer or self insurer whose policy or program applies to 2. Was executed prior to: a loss we cover under this Coverage Part. But if the "written contract" requires this a. The "bodily injury" or "property damage "; or insurance to be primary and non- b The offense that caused the "personal and contributory, this provision (4) does not advertising injury" apply to insurance on which the additional for which the additional insured seeks coverage insured is a Named Insured. G- 140331 -C Includes copyri mater of Insurance Services Office, Inc with this Coverage Part. (Ed. 10/10) Page 2 of 2 Notice of Cancellation In the event of cancellation or material change that reduces or restricts the insurance afforded by the General Liability Coverage Form, the Company agrees to mail prior written notice of cancellation or material change to the person or organization named in the Schedule. Schedule Name: Any person or organization the named insured is required by written contract or agreement to mail prior written notice of cancellation or material change. Number of days advance notice 10 (or 20 if in Alaska) days notice for non - payment of premium or 60 (or fewer, as required by written contract) days notice for any other reason ,Waiver of Subrogation The Company waives any right of subrogation against any additional insured because of payments the Company makes for injury or damage arising out of operations performed for such additional insured by the named insured but, only if a written contract requires such a waiver. Page 2 of 2 POLICY NUMBER: GL2074978689 INSURED: GRANITE CONSTRUCTION INC. COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 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 Project(s): PROJECTS WHERE REQUIRED BY WRITTEN CONTRACT Information re. uired to com.lete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. An obligated to pay as damages caused by Y payments made under Coverage A for "occurrences" under Section I — Coverage A, and ex or under Coverage C D r medical expenses shall reduce the D for all medical expenses caused by accidents esignated under Section I — Coverage C, which can be Construction Project General Aggregate Limit attributed only to ongoing operations at a single for at designated of reduce th eje G . ne al Such designated construction project shown in the payments shall not reduce the General Schedule above: Aggregate Limit shown in the Declarations 1. A separate Designated Construction Project nor shall they reduce any other Designated Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, General Aggregate Limit shown in the except damages because of "bodily injury" or Declarations, such limits will be subject to the "property damage" included in the "products- applicable Designated Construction Project completed operations hazard," and for General Aggregate Limit. medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." CG 25 03 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 2 B. For all sums which the insured becomes legally C. When coverage for liability ability o out of the obligated to pay as damages caused by provided, any payments for d - completed operations haecau ard" is "occurrences" under Section 1— Coverage A, and for all medical expenses caused by accidents provided, damages because of under Section 1 — Coverage C, which cannot be bodily injury" or 'property damage" included in attributed only to ongoing operations at a single the "products- completed operations hazard" will designated construction project shown in 9 e reduce the Products - completed Operations Schedule above: Aggregate Limit, and not reduce the General 1. Any payments made under Coverage A for cal A gg r egate Limit nor the Designated Construction damages or under Covrage C for medic Project General Aggregate Limit. expenses shall reduce t amount available D. If the applicable designated construction project under the General Aggregate Limit or the and then restarted, been abandoned, res tarted, acted, delayed, or ab or if the aut thorized Products - completed Operations Aggregate and Limit, whichever is applicable; and contracting parties deviate from plans, blueprints, 2. Such payments shall not reduce any will I s II specifications or to be the timetables, construction Designated Construction Project General project. Aggregate Limit. E. The provisions of Section 111 — Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 Copyright, Insurance Services Office, Inc., 2008 CG 25 03 05 09 POLICY NUMBER: BUA2074978692 Granite Construction Incorporated Effective 10 -01 -12 COMMERCIAL AUTO CA2048 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insura DESI � GNATED INSURED ded under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. Name of Person(s) or Organization(s): SCHEDULE Any person or organization whom the named insured is required by written contract to add as an additional insured on this policy. The coverage afforded to the additional insured shall operate as primary insurance only if the written contract requires that this insurance be primary. No other insurance maintained by the additional insured shall be called upon to contribute to a loss hereunder if the written contract requires that such other insurance shall be non- contributory. The insurance afforded to the additional insured only applies to the extent permitted by law. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the exten that person or organization qualifies as an `insured" under the Who Is An Insured Provision contained in t Section I I of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Waiver of Subrogation Page 1 of 1 The Company waives any right of recovery the Company may have against the person or organization shown in the Schedule because of payments the Company makes for injury or damage arising out of the named insured's activities under a contract with that person or organization. Schedule Name of Person or Organization: Any person or organization with whom the named insured agrees in writin g prior to the date of any loss to waive the named insured's right to recover against them. Notice of Cancellation In the event of cancellation or material change that reduces or restricts the insurance afforded by the Business Auto Coverage Form, the Company agrees to mail prior written notice of cancellation or material change to the person or organization named in the Schedule. Schedule Name: Any person or organization the named insured is required by written contract or agreement to mail prior written notice of cancellation or material change. Number of days advance notice 10 (or 20 if in Alaska) days notice for non - payment of premium or 60 (or fewer, as required by written contract) days notice for any other reason MI I MN I MN MI MI NIM = MI N II= 1=11 M MI M M NM MI BID SUMMARY BIDDER #1 BIDDER #2 BIDDER #3 BIDDER #4 Owner: CITY OF YAKIMA CITY PROJECT NO.: YR 2377 Culbert Construction, Inc. Granite Construction Company Columbia Asphalt 8 Gravel, Inc. Project: CASCADE MILL PARKWAY COUPLET IMPROVEMENTS 3905 East A Street 80 Pond Road P.O. Box 9337 H.W. LOCHNER PROJECT NO.: 5224 HLA PROJECT NO.: 11062 Pasco, WA 99301 Yakima, WA 98901 Yakima, WA 98909 Date: MARCH 26, 2015 Ir Item y ENGINEER'S ESTIMATE No Item Description Unit Quantity Unil Price ! Amount Unit Price I Amount Unit Price ( Amount Unit Price , Amount Unit Price I Amount SCHEDULE A - ROADWAY IMPROVEMENTS 1 SPCC Plan LS 1 $2,000.00 $2,000,00 $91.63 $91.63 $1,500.00 $1,500,00 $500.00 $500.00 2 Minor Change FA • EST $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 3 Mobilization LS 1 $180,000.00 $180,000.00 $173,897.08 $173,897.08 $189,022.80 $189,022.80 $188,515.00 $188,515.00 4 Project Temporary Traffic Control LS 1 $132,000.00 $132,000.00 $12,055.75 $12,055.75 $11,000.00 $11,000.00 $23.000.00 $23,000.00 5 Clearing and Grubbing LS 1 $20.000.00 $20,000.00 $38,131.94 $38,131.94 $7,500.00 $7,500.00 $8,240.00 $8,240.00 . 6 Removal of Structure and Obstruction LS 1 $80,000.00 $80,000.00 $36,807.46 536,807:46 $80,000.00 $80,000.00 $66,500.00 $66,500.00 ; 7 Saw Cut LF 1,200 $1.50 $1,800.00 $1.352 $1,620.00 $3.00 $3,600.00 $1.10 $1,320.00 8 Roadway Excavation Incl. Haul CY 3,010 $12.00 $36,120.00 $12.800 $38,528.00 $20.00 $60,200.00 $31.00 $93,310,00 9 Gravel Borrow Ir>cl, Haul CY 5,100 $15.00 $76,500.00 $30,10n $153,510.00 $25.00 $127,500.00 $22.00 $112,200.00 10 Structure Excavation Class B Incl. Haul CY 280 $10.00 $2,800.00 $8.74 I $2,447.20 $80.00 $22,400.00 $0.50 $140.00 11 Crushed Surfacing Base Course TON 7,540 $16.00 $120,640.00 S18.92 73 $142,656.80 $25.00 $188,500.00 $22.00 $165,880.00 12 Crushed Surfacing Top Course TON 260 $22.00 $5,720.00 S33.48' V• $8,704.80 $20.00 $5,200.00 S65.00 $16,900.00 13 Asphalt Treated Base TON 1,490 $75.00 $111,750.00 $62.22 $92,707.80 $65.00 $96,850.00 $78.00 $116,220.00 14 HMA Class 1/2 -Inch PG 64 -28 TON 640 $85.00 $54,400.00 $88.60 :O $56,704.00 $84.00 $53,760.00 $100.00 $64,000.00 15 HMA Class 3/4 -Inch PG 70-28 TON 1,150 $85.00 $97,750.00 $87.94 n $101,131.00 $84.00 $96,600.00 $100.00 $115,000.00 16 Cement Conc. Pavement CY 680 $370.00 $251,600.00 $323.14 t $300.00 $204,000.00 $300.00 $204,000.00 17 Corrosion Resistant Dowel Bar EA - 1,850 $30.00 $55,500.00 $24.59 ` $45,491.50 $17.50 $32,375,00 S18.00 $33,300.00 18 Tie Bar with Drill Hole EA 660 $20.00 $13,200.00 $9.55 CD $6,303.00 $23.00 $15,180.00 $24.00 $15,840.00 19 Just In Time Training LS 1 $5,000.00 $5,000.00 $4,099.52 $4,099.52 $1.00 $1.00 $2,500.00 $2,500.00 20 'Structural Earth Wall SF 2,050 $35.00 $71,750.00 $32.79 $67,219.50 $30.00 $61,500.00 $41.00 $84,050.00 21 Schedule A Storm Drain Pipe 12 In. Diam. LF 980 $40.00 $39,200.00 $24.91 $24,411.80 $25,00 $24,500.00 $64.00 $62,720.00 22 Roadside Swale LF 150 $20.00 $3,000.00 $10.23 $1,534.50 $7.00 $1,050.00 $16.00 $2,400.00 23 I12 -Inch Underdrain Pipe Infil. Trench System LF 90 • $80.00 $7,200.00 $112.26 $10,103.40 $106.00 $9,540.00 $121.00 $10,890.00 24 Infiltration Swales LS 1 . $74,000.00 $74,000.00 $7,950.24 $7,950.24 $12,000.00 $12,000.00 $32,100.00 $32,100.00 • ENGINEER'S REPORT AWARD MADE BY CITY MANAGER CITY OF YAKIMA Competitive bids were opened on March 26, 2015, All bids have been reviewed by this office. CASCADE MILL PARKWAY COUPLET IMPROVEMENTS I recommend the contract be awarded to: Granite Construction Company CITY PROJECT NO.: YR 2377 H.W_ LOCHNER PROJECT NO.: 5224 � J� ' � -4.1 . . . HLA PROJECT NO.: 11062 ,i,,,/,, Project Eng e .- Date: City Manager; ��••!/ rte , " '- l ® ® ® ,r .te L / - 1. 15 >� Date: j G:IPROJECTS @011 \11062E VA CASCADE MILL PRKWAYIBID SUMMARY INFO1201503 -26 reused BID SUMMARY PG 1 Or 1 xis 1 11.1. I= 1.111 I= MO ME 1111111 NEM II= NM IMMI .11.1 MEI ME 1111 NM 1111111 1111.1 IM BID SUMMARY BIDDER #1 BIDDER #2 BIDDER #3 BIDDER #4 Owner: CITY OF YAKIMA CITY PROJECT NO.: YR 2377 Culbert Construction, Inc. Granite Construction Company Columbia Asphalt 8 Gravel, Inc. Project: CASCADE MILL PARKWAY COUPLET IMPROVEMENTS 3905 East A Street 80 Pond Road P,O. Box 9337 H.W. LOCHNER PROJECT NO.: 5224 HLA PROJECT NO.: 11062 Pasco, WA 99301 Yakima, WA 98901 Yakima, WA 98909 Date: MARCH 26, 2015 Item ENGINEER'S ESTIMATE Item Description Unit Quantity uan No Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount Unit Price Amount ` 25 Catch Basin Type 1 EA 17 $1,200.00 $20,400.00 $1,033.66 $17,572.22 $1,050.00 $17,850.00 $1,035.00 $17,595.00 28 Pretreatment Manhole 48 -In. Diam. EA 1 $8,500.00 $8,500.00 $7,629.69 $7,629.69 $12,000.00 $12,000.00 $8,260.00 $8,260.00 27 Adjust Manhole EA 2 $400.00 $800.00 S372.60 $745.20 $500.00 $1,000.00 $485.00 $970.00 28 Shoring or Extra Excavation Class B SF 640 $2.00 $1,280.00 $0.00 $0.00 $1.00 $640.00 $1.75 $1,120.00 29 Concrete Spill Apron EA 14 $400.00 $5,600.00 $147.75 $2,068.50 $85.00 $1,190.00 $82.00 $1,148.00 30 Crushed Surfacing Top Course (for Trench Backfill) TON 150 $20.00 $3,000.00 $14.01 $2,101.50 $15.00 $2,250.00 $20.00 $3,000.00 31 Gravel Backfill for Pipe Zone Bedding CY 160 $30.00 $4,800.00 $26.58 $4,252.80 $28.00 $4,480,00 $22.00 $3,520.00 32 Adjust Valve Box EA 11 $300.00 $3,300.00 $351.73 $3,869.03 $450.00 54,950.00 $285.00 $3,135.00 33 ESC Lead DAY 25 $200.00 $5,000.00 $41.05 $1,026.25 $100.00 $2.500,00 $65.00 51.625.00 34 Sill Fence LF 720 $7.00 $5,040.00 $4.55 $3,276.00 $5.00 $3,600.00 $8.00 $5,760.00 35 Erosion/Water Pollution Control FA EST $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 36 PSIPE Acerfreemanii'Jeffersred' / EA 3 $350.00 $1,050.00 $204.98 $614.94 $220.00 $370.00 $1,110.00 Autumn Blaze Maple (2" Cal.) 0 $660.00 , 37 PSIPE Pinus flexilis Vanderwolfs Pyramid' / EA 6 $320.00 $1,920.00 $204.98 4111/ $1,229.88 $220.00 $1.320.00 $370.00 $2,220.00 Vanderwolfs Pyramid Pine (T-8' Ht.) 38 PSIPE Comus sanguinea 'Midwinter Fire' / EA 17 $42.00 $714.00 $35.67 $609.79 $38.00 $646.00 $56.00 $952.00 Blood Twig Dogwood (5 Gal.) 39 PSIPE Parthenodssus tncuspitlata / Boston Ivy EA 19 $14.00 $266.00 $14.35 . $272.65 $15.00 $285.00 $10.00 $190.00 (1 Gal.) 40 PSIPE Syringe meyeri 'Palibin' / Dwarf Korean Lilac (5 EA 5 $42.00 $210.00 $35.87 VI $179.35 $38.00 $190.00 $56.00 $280.00 Gal.) 1• 41 PSIPE Juniperushorizontalis 'Youngstown'! EA 178 $12.00 $2,136.00 $12.30 O $2,189.40 $13.00 $2,314.00 $10.00 $1,780.00 Youngstown Juniper (1 Gal.) 42 PSIPE Rosa x Noare!'Flower Carpet' Red Rose (2 EA 298 $27.00 58,046.00 $14.35 $4276.30 $15.00 $4,470.00 $31.00 $9,238.00 Gal.) (n w 43 Seeding, Fertilizing and Mulching AC 1.90 $6,000.00 $11,400.00 $2,357.22 < ` $4,478.72 $2,400.00 $4,560.00' $3,040.00 $5,776.00 44 Sod Installation SY 600 $15.00 $9,000.00 $8.72 l V $5232.00 $4.25 $2,550.00 $10.00 $6,000.00 45 Rock Mulch CY 450 $65.00 $29,250.00 $71,74 $32.283.00 $75.00 $33,750.00 $51.00 $22,950.00 46 Streambed Cobbles TON 15 $80.00 $1,200.00 $71.74 $1,076.10 $30.00 $450.00 $70.00 $1,050.00 47 Topsoil Type A CY 1,700 $50.00 $85,000.00 $44.19 $75,123.00 $32.00 654,400.00 $82.00 $139,400.00 48 Weed Barrier Fabric SY 5,870 $4.00 $23,480.00 $0.26 $1,526.20 $0.26 $1,526.20 $3.00 $17,610.00 49 Steel Edging LF 55 $6.00 $330.00 $7.17 $394.35 $7.50 $412.50 . $49.00 $2,695.00 50 Tree Protection EA 1 $200.00 $200.00 $163.98 $163.98 $1,000.00 $1,000.00 $206.00 $206.00 51 Irrigation System LS ' 1 $14,500.001 $14,500.00 $26,329.16 $26,329.16 $30,000.00 $30,000.00 $76,000,00 $76,000.00 52 Back of Sidewalk Restoration FA EST $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 53 Soil Amendment FA EST $1,000.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 $1,000.00 54 Cement Conc. Traffic Curb and Gutter LF 4,590 510.00 $45,900.00 S16.65 $76,423.50 $15.00 $68,850.00 $14.00 $64,260.00 55 Cement Conc. Traffic Curb LF 340 $9.00 $3,060.00 $20.56 $6,990.40 $17.50 $5,950.00 $16.00 $5,440.00 56 Cement Conc. Pedestrian Curb LF 360 $9.00 $3,240.00 $19,47 $7,009.20 $15.50 $5,580.00 $14.00 $5,040.00 GI \PROJECTS12011I1 1062E YA CASCADE MILL PRKWAYIBID SUMMARY 'NF012 01 5 -03 30 Revved BID SUMMARY PG 1 OF 1.1CS 2 IIIIIII .111 11111. 1111.1 IIIIII ME IIIIIII Mil NMI ME 111111 NM Mil NMI 1.111 ME 1111111 IIIIII MI BID SUMMARY BIDDER #1 BIDDER #2 BIDDER #3 BIDDER #4 Owner: CITY OF YAKIMA CITY PROJECT NO.: YR 2377 Culbert Construction, Inc. Granite Construction Company Columbia Asphalt 8 Gravel, Inc, Project: CASCADE MILL PARKWAY COUPLET IMPROVEMENTS 3905 East A Street 80 Pond Road P.O. Box 9337 H.W. LOCHNER PROJECT NO.: 5224 HLA PROJECT NO.: 11062 Pasco, WA 99301 Yakima, WA 98901 Yakima, WA 98909 Date: MARCH 26, 2015 Item Item Description Unit Quantity ENGINEER'S ESTIMATE No. Unit Price Amount Unit Price Amount Unit Price Amount Unit Pnce Amount Unit Price 1 Amount 57 Roundabout Cement Conc. Curb and Gutter LF 440 ^ $12.00 $5,280.00 S24.55 $10,802.00 $21.00 $9,240.00 $17.00 $7,480.00 58 Roundabout Truck Apron Cement Conc. Curb LF . 270 $12.00 $3,240.00 $28.53 $7,703.10 $28.00 $7,560.00 $25.00 $6,750.00 59 Roundabout Central Island Cement Concrete Curb LF 970 $20.00 $19,400.00 $18.77 $18,206.90 $17.50 $16,975.00 $16.00 $15,520.00 60 Cement Conc. Driveway Entrance Type 3 SY 725 $65.00 $47,125.00 $49.71 $36,039.75 $43.00 $31,175.00 $44.00 $31,900.00 61 Cement Cone, Driveway Approach SY 370 540.00 $14,800.00 $68.50 $25,345.00 $49.00 $18,130.00 $50.00 $18,500.00 62 Combination Guardrail and Handrail LF 27D $75.00 $20,250.00 $62.16 $16,783.20 $100.00 $27,000.00 $136.00 $38,720.00 63 Monument Case and Cover EA 6 $400.00 $2,400.00 $425.72 $2,554.32 $450.00 $2.700.00 $1,710.00 $10,260.00 64 Adjust Monument EA 3 $300,00 $900.00 $407.45 $1,222.35 $380.00 $1,140.00 $1,525.00 $4,575.00 65 Cement Concrete Sidewalk SY 2,430 $35.00 $85,050.00 $40.67 $98,828.10 $40.00 $97,200.00 $30.00 $72,900.00 66 Cement Conc. Curb Ramp Type Parallel A EA 2 $1,200.00 $2,400.00 $1,305.66 $2,611.32 $1,100.00 $2,200.00 $875.00 $1,750.00 67 Cement Conc. Curb Ramp Type Combination EA 2 $1,400.00 $2,800.00 $1,459.39 $2,918.78 $1,250.00 $2,500.00 $1,030.00 $2,060.00 68 Cement Conc. Curb Ramp Type Perpendicular A EA 3 $1,400.00 $4,200.00 $1,306.75 $3,920.25 $1,100.00 $3,300.00 $875.50 $2,626.50 69 Cement Conc. Curb Ramp Type Perpendicular B EA 1 $1,400.00 $1,400,001 $1,351.58', $1,351.58 $1,250.00 $1,250.00 $1,030.00 $1,030.00 70 Cement Conc. Curb Ramp Type Single Direction A EA 7 $1,200.00 $8,400.00 $1,347.01 - 1- $9,429.07 $1,200.00 $8,400.00 $875.00 $6,125.00 71 Cement Conc, Bike Ramp EA 2 $1,200.00 $2,400.00 $1,146.60' 70 $2,293.20 $1,050.00 $2,100.00 $824.00 $1,648.00 72 Pigmented Cement Conc. Truck Apron SY 330 $105.00 $34,650.00 $107.17 CD $35,366.10 $9600 $31,350.00 $95.00 $31,350.00 73 Pigmented Cement Conc. Splitter Island SY 370 $95.00 $35,150.00 $71.04 . 13 $26,284.80 $65.00 $24.050.00 $67.00 $24,790.00 74 Cement Conc. Crosswalk Refuge Area SY 24 $55.00 $1,320.00 $134.90 im $3,237.60 $78.00 $1,872.00 $81.00 $1,944.00 75 Illumination System, Complete LS 1 $274.000.00 $274,000.00 $379,727.73 $379,727.73 $375.000.00 $375,000.00 $407,400.00 , $407,400.00 76 Permanent Signing LS 1 $30,000.00 $30,000.00 $27,927.97 . .(n $27,927.97 $27,000.00 $27,000.00 ' $27,810.00 $27,810.00 77 Plastic Wide Line LF 1,260 $1.35 $1,701.00 $1.28 4 S1,612.80 $1.25 $1,575.00 $1.50 $1,890.00 78 12" Wide Dotted Entry Line LF 160 $2.00 $320.00 $5.12 (i) $819.20 $5.00 $800.00 $2.00 $320.00 79 Plastic Yield Line Symbol CA 6 $25.00 $150.00 $358.71 $2,152.26 $350.00 $2,100.00 $104.00 $624.00 80 Plastic Roundabout Traffic Arrow EA 8 $110.00 $880.00 $666.17 $5,329.36 $650.00 $5,200.00 $167.00 $1,336.00 81 Plastic Line LF 4,890 $2.00 $9,780.00 $0.97 $4,743.30 $0.95 $4,645.50 $1.40 $6.846.00 82 Plastic Traffic Arrow EA 17 $80.00 .. $1,360.00 $97,36 $1,655.12 $95.00 $1,615.00 $73.00 $1,241.00 83 Plastic Traffic Letter EA 8 $36.00 $288.00 $25.62 $204.96 $25.00 $200.00 $73.00 $584.00 84 Plastic Stop Line LF 16 $2.00 $32.00 $5.12 $81.92 $5.00 $80.00 316.00 $256.00 85 Plastic Crosswalk Line LF 1,480 $3.50 $5,180.00 $1.02 S1,509.60 $1.00 S1,480.00 $3.75 $5,550.00 86 Removing Painted Traffic Marking . EA 14 $25.00 $350.00 $76.87 $1,076.18 $75.00 $1,050.00 $116.00 $1,624.00 87 Removing Paint Line LF 1.700 $1.00 $1,700.00 $0.68 $1,156.00 $0,75 $1,275.00 $0.44 $748.00 88 Temporary Pavement Marking LF 1.700 $0.50 $850.00 $0.15 $255.00 $0.15 $255.00 $0.24 $408.00 89 Removing Temporary Pavement Marking LF 1,700 $0.80 $1,360.00 $0.15 $255:00 $0.15 $255.00 $0.44 $748.00 90 Modular Block Wall SF 400 $25.00 $10,000.00 $20.14 $8,056.00 $25.00 . $10,000.00 $27.95 $11,180.00 SCHEDULEASUBTOTAL $2,405,668.00 $2,312,245.05 '"; ,$2;329,825.00' $2,610,348.50 G:IPROJECTS12 01111 1 0 6 2E YA CASCADE MILL PRKWAYIBID SUMMARY INF012015-03-30 Revised BID SUMMARY PG 1 OF Lids 3 NM MI MN NM 1111111 11111111 IIIII MI N NM 11.1111 I 111.111 NM NM NM 1111.1 M Mt BID SUMMARY BIDDER #1 BIDDER #2 BIDDER #3 BIDDER #4 Owner: CITY OF YAKIMA CITY PROJECT NO.: YR 2377 Culbert Construction, Inc. Granite Construction Company Columbia Asphalt & Gravel, Inc. Project: CASCADE MILL PARKWAY COUPLET IMPROVEMENTS 3905 East A Street 80 Pond Road P.O. Box 9337 H.W. LOCHNER PROJECT NO.: 5224 HLA PROJECT NO.: 11062 Pasco, WA 99301 Yakima, WA 98901 Yakima, WA 98909 Date: MARCH 26, 2015 Item ENGINEER'S ESTIMATE No. Item Description Unit Quantity Unit Price I Amount Unit Price 1 Amount Unit Price 1 Amount Unit Price I Amount Unit Pnce I Amount SCHEDULE B - CITY UTILffY IMPROVEMENTS 91 Minor Change FA EST $6,000.00 $6,000.00 $6,000.00 $6,000.00 $6,000.00 $6,000.00 $6,000.00 $6,000.00 92 Shoring or Extra Excavation Class B SF 2,750 $1.00 $2,750.00 $0.16.. $440.00 $1.00 $2,750.00 $0.40 $1,100.00 93 Crushed Surfacing Top Course (for Trench Backfill) TON , 300 $20.00 $6,000.00 $14.77 ..e $4,431.00 $15.00 $4,500.00 $19.80 $5,940.00 94 Ductile Iron Pipe for Water Main 12 In. Diam. LF 440 $55.00' $24,200.00 $83.41 II $36,700.40 $85.00 $37,400.00 $84.00 $36,960.00 95 Ductile Iron Pipe for Water Main 6 In. Diam. LF 245 $45,00 $11,025.00 $34.33' $8,410.85 $55.00 $13,475.00 $43.00 $10,535.00 96 Cross Linked PE Pipe for Water Service 2 In, Diam. LF 150 $20.00 $3,000.00 $17.80 TP $2,670.00 $33.00 $4,950.00 $23.00 $3,450.00 97 Butterfly Valve 12 In. EA 2 $1,800.00 $3,600.00 $1,461.91 0 . k•J $2,923.82 $2,500.00 $5,000.00 $1,285.00 $2,570.00 98 _Hydrant Assembly EA 2 $4,500.00, $9,000.00 $4,510.06 $9,020.12 9,020.12 $6,750.00 $13,500.00 $3,900.00 $7,800.00 _ SCHEDULE B SUBTOTAL $65,575.00 $70,596.19 $87,575.00 $74,355.00 STATE SALES TAX 8.2% $5,377.15 ( /1, $5,788.89 $7,181.15 $6,097.11 SCHEDULE B TOTAL $70,952.15 C $76,385.08 $94,756.15 $80,452.11 CD SCHEDULEAANDBTOTAL $2,476,620.15 $2,388,630.13 ,._:,5424,581 '.1 $2,690,800.61 CITY OF YAKIMA CASCADE MILL PARKWAY COUPLET IMPROVEMENTS CITY PROJECT NO.: YR 2377 H.W. LOCHNER PROJECT NO.: 5224 HLA PROJECT NO.: 11062 `Bid results can be found at: www.hlacivil.com , r !Highlighted ;amounts have been odrrected r _ : 5 _ - __ G:IPROJECTS12011111062E VA CASCADE MILL PRKWAYIBID SUMMARY INF01201 5-03. 2 6 revised BID SUMMARY PG 1 OF 1,xis 4 ' ADDENDUM NO. 1 To the Contract Provisions for ' CITY OF YAKIMA, WASHINGTON CASCADE MILL PARKWAY COUPLET IMPROVEMENTS ' HLA Project No. 11062 City Project No. YR2377 ' BID OPENING: MARCH 26, 2015 2:00 P.M. ' 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 — Contract Special Provisions - Section 5 -05 Cement Concrete Pavement ' • Add the following to Section 5 -05 Cement Concrete Pavement: 5 -05.3 Construction Requirements ' Section 5 -05.3 is supplemented with the following: ( *.. * *.) ' 5 -05.3(0) Qualifications (New Section) All contractors or subcontractors interested in performing the proposed street paving work must be prequalified by the City of Yakima, and shall demonstrate that they have had a minimum of five years experience of being in responsible charge of concrete street paving or qualified by WSDOT for ' constructing concrete paved road surfaces. Section 5- 05.3(1) is supplemented with the following: ' 5- 05.3(1) Concrete Mix Design for Paving Section 5- 05.3(1) is supplemented with the following: ( * * * * * *) ' The contractor shall provide a mix design that will reach a minimum compressive strength of 2500 psi within three days after placement. ' 5- 05.3(3) C Finishing Equipment This section is deleted in its entirety. 5 -05.3(3) E Smoothness Testing Equipment ' This section is deleted in its entirety. Add the following new section: 5- 05.3(3) F Paving Equipment All paving equipment shall be inspected by the Engineer a minimum of 24 hours prior to use. G: \PROJECTS\2011 1.doc ADDENDUM NO. 1 • ' 5- 05.3(4) A Acceptance of Portland Cement Concrete Pavement This section is supplemented with the following: Acceptance of the Portland Cement Concrete Pavement shall be based on the following: ' 1. Air content shall be 5.5% +/- 1.5% 2. Slump shall be a maximum of 2 1 /2 inches 3. The comprehensive strength of the pavement shall have a compressive strength of ' 4. 2500 psi or greater prior to opening the street to traffic. The concrete producer shall provide a certificated of compliance for each truckload of concrete in accordance with Section 6- 02.3(5)B. ' 5- 05.3(8) Joints Section 5- 05.3(8) is supplemented with the following: A site - specific jointing plan shall be prepared by the Contractor and submitted to the Engineer for approval at least 1 week prior to the commencement of any cement concrete pavement placement. No cement concrete pavement shall be placed until the Contractor has received from ' the Engineer written approval of the Contractor's proposed jointing plan. Joints shall be constructed at locations identified in the Contractor's jointing plan, which has been ' approved by the Engineer. In general, distance between joints shall be no more than 15 feet and no single panel shall exceed a width to length ratio of 1.2:1. Joints shall intersect at not less than a 60 degree angle and the Engineer shall have final authority on the jointing patterns ' 5- 05.3(8) B Sealing Sawed Contraction Joints The first portion of the first sentence of Section 5- 05.3(8) B is revised to read: ( * * * * * *) ' "Sawed contraction joints shall be filled with a gray joint sealant filler..." 5 -05.3(11) Finishing The third paragraph of Section 5- 05.3(11) shall be revised to read as follows: 1 (,. *., * *,) The pavement shall be given a final finish surface by texturing with an Astro Turf drag ' perpendicular to the centerline of the pavement. If the texturing equipment has not been previously approved, a test section shall be constructed prior to approval of the equipment. If the pavement has a raised curb without a formed concrete gutter, the texturing shall end two feet from the curb line. ' 5- 05.3(12) Surface Smoothness (Revised) Delete the first five paragraphs of Section 5- 05.3(12) in its entirety. ' Revise the sixth paragraph as follows: ( ) ' The finished pavement parallel to the centerline shall be uniform to a degree that no variations greater than 1/8 inch are present when tested with a 10 -foot straightedge. Add the following new section: 5- 05.3(18) Just in Time Training Just In Time Training (JITT) is a formal class for the joint training of Contractor and Contracting ' Agency employees that will be associated with the construction or rehabilitation of Cement Concrete Pavement. ' G:IPROJECTS12011111062Addendum 1.doc ADDENDUM NO. 1 Training ' The Contractor shall provide a JITT instructor who is experienced with the specified pavement construction methods, materials, and tests. The instructor shall not be an employee of the Contractor or the Contracting Agency. JITT shall be at a facility provided by the Contractor ' unless otherwise agreed to by the Project Engineer. The following personnel are required to attend the JITT: 1. Representing the Contractor: The Superintendent, foremen and key construction ' personnel associated with the work. 2. Representing the Contracting Agency: The Project Engineer or Assistant Project Engineer and key inspection assistants. JITT shall meet the following requirements: 1. At least 4 hours long or a length agreed to by the Project Engineer. 2. Cover all aspects of work methods, equipment and materials the Contractor is proposing to use. 3. Conducted within 3 miles of the job site or at a mutually agreed to location. 4. Completed before the start of paving. ' 5. Conducted during normal working hours. 6. At the Contractors option, JITT may be an extension of a prepaying conference. Submittals ' A minimum of 5 calendar days before JITT the Contractor shall submit to the Project Engineer the instructor's name and qualifications, the JITT facility's location, and 1 copy each of any course, handout, and presentation materials. ' 5 -05.4 Measurement Section 5 -05.4 is supplemented with the following: There will be no measurement for lump sum item "Just in Time Training ". 5 -05.5 Payment ' Section 5 -05.5 is supplemented with the following: ( * * * * * *) ' All costs in connection with conducting concrete pavement maturity testing and surface cleaning prior to opening to traffic shall be included in the unit Contract price per cubic yard for "Cement Concrete Pavement ". ( * * * * * *) "Just In Time Training ", lump sum. The lump sum Contract price for "Just In Time Training ", shall be full compensation for all costs ' incurred by the Contractor to provide training as described in Section 5- 05.3(18). ITEM 2 — Contract Special Provisions - Section 9 -29.6 Light and Signal Standards, page 121 ' Replace the table in Section 9 -29.6, page 121, with the following: 8' SINGLE ARM 8' DOUBLE ARM 2' SINGLE ARM STREET LIGHT SSM8 -28 (VR8) SSM8 -28 (VR8) (Mounting Arm) PEDESTRIAN RTA907 -20 -BA (LM -1A) ' LIGHT (Mounting Arm) G: \PROJECTS12011 \110621Addendum 1.doc ADDENDUM NO. 1 I I ITEM 3 — Contract Documents - Item Proposal Bid Sheets, page 131 -135 Replace Item Proposal Bid Sheets pages 131 -135 with attached pages 131R -135R. Note: Bid Item 19 is added, "Just In Time Training ', lump sum. ITEM 4 — Contract Plans - Sheet RS1, sheet 3 of 75 In the middle cross - section view on sheet RS1, change the key note 12 to be key note 2. The hot mix asphalt on N. Fair Ave. shall be Cl. 3/4 In. PG 70 -28. ' This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. • tss- Terry D. A:y'- ` -ri, PE Date pi// Huibregts.'' ouman Associates, Inc. ' 2803 River Road Yakima, WA 98902 Phone: (509) 966 -7000 1 I I G:IPROJECTS\2011\11062\Addendum 1 .doc ADDENDUM NO. 1 ADDENDUM NO. 2 ' To the Contract Provisions for CITY OF YAKIMA, WASHINGTON CASCADE MILL PARKWAY COUPLET IMPROVEMENTS HLA Project No. 11062 City Project No. YR2377 BID OPENING: MARCH 26, 2015 2:00 P.M. ' 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 — Item Proposal Bid Sheet, page 131R ' On page 131R (Addendum No. 1), revise the Proposal Item name for Item No. 15 that reads PG 70 -28" to now read "HMA CI 3/4 -Inch PG 70 -28 ". ads " HMA Cl 1/2- This ADDENDUM is to be considered as much a part rt of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. ..TA4// 1 Terry D. . peteri, PE Date ' Huibreltse' Louman Associates, Inc. 2803 Ri Road Yakima, WA 98902 ' Phone: (509) 966 -7000 G: \PROJECTS \2011 \110621Addendum 2.doc ADDENDUM NO. 2 1 i 1 City of Yakima 1 1 Cascade Mill Parkway Couplet Improvements 1 1 1 HLA Project No. 11062 1 City Project No. 2337 1 1 � AL4 j 1� ' 01,g -' ✓ f 1 P4V3599K " 1 i 1 1 1 MARCH 2015 I CONTENTS I CITY OF YAKIMA Cascade Mill Parkway Couplet Improvements I City Project No. 2337 HLA Project No. 11062 I SECTION PAGE I INVITATION TO BID 3 AMENDMENTS I Amendments to the 2014 Standard Specifications 4 SPECIAL PROVISIONS Special Provisions 56 I Description of Work 56 1-01 Definitions and Terms 57 1 -02 Bid Procedures and Conditions 59 I 1 -03 Award and Execution of Contract 63 1 -04 Scope of the Work 64 1-05 Control of Work 65 1 -06 Control of Material 69 I 1 -07 Legal Relations and Responsibilities to the Public 70 1-08 Prosecution and Progress 77 1 -09 Measurement and Payment 80 I 1 -10 Temporary Traffic Control 81 2-01 Clearing, Grubbing, and Roadside Cleanup 82 2-02 Removal of Structures and Obstructions 82 2 -03 Roadway Excavation and Embankment 83 I 2 -07 Watering 83 4 -05 Asphalt Treated Base 84 5 -04 Hot Mix Asphalt 86 I 5 -05 Cement Concrete Pavement 89 6-13 Structural Earth Walls 89 7 -04 Storm Sewers 97 7 -05 Manholes, Inlets, Catch Basins, and Drywells 98 I 7 -08 General Pipe Installation Requirements 99 7-09 Water Mains 100 7 -12 Valves for Water Mains 100 I 8 -01 Erosion Control and Water Pollution Control 101 8 -02 Roadside Restoration 102 8-03 Irrigation Systems 108 8 -06 Cement Concrete Driveway Entrances 109 I 8 -11 Guardrail 110 8 -13 Monument Cases 110 8 -14 Cement Concrete Sidewalks 111 I 8 -20 Illumination, Traffic Signal Systems, and Electrical 113 8 -21 Permanent Signing 114 8 -22 Pavement Marking 114 8 -26 Modular Block Wall (New Section) 115 I 9 -03 Aggregates 116 9-05 Drainage Structures, Culverts, and Conduits 117 9 -14 Erosion Control 117 I 9 -15 Irrigation System 120 9 -29 Illumination, Signals, Electrical 121 I 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I PROPOSAL & CONTRACT DOCUMENTS Contract 122 Performance Bond Form 123 E- Verify 124 I Informational Certification of Insurance 125 Informational Additional Insured Endorsement 126 Minimum Wage Affidavit Form 128 I Prevailing Wage Rates 129 Proposal Form 130 Item Proposal Bid Sheet 131 Bid Bond Form 136 I Non - Collusion Declaration 137 Non - Discrimination Provision 138 Subcontractor List 139 I Women and Minority Business Enterprise Policy 141 Council Resolution D -4816 142 Affirmative Action Plan 143 Bidders Certification 145 I Subcontractors Certification 146 Materially and Responsiveness 147 PROPOSAL SIGNATURE SHEET 149 I BIDDERS CHECKLIST 150 WASHINGTON STATE JOURNEY LEVEL PREVAILING WAGE RATES I STANDARD PLANS I I I I I I I I I 1 2 G: \PROJECTS\2011 \11062 \SPECS \City of Yakima Spec 2015.docx I ' INVITATION TO BID ' NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 PM on March 26, 2015 and will then and there be opened and publicly read for the construction of ' CITY OF YAKIMA Cascade Mill Parkway Couplet Improvements City Project No. 2337 ' This contract provides for construction of the Cascade Mill Parkway Couplet Improvements including roundabout and adjoining street connections, all in accordance with the Contract Plans, Contract ' Provisions, and the Standard Specifications. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the ' successful Bidder fail to enter into such contract and furnish satisfactory performance bond and insurance within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. ' Complete digital project Bidding Documents are available at www.questcdn.com. You may download the digital plan documents for $20 by inputting Quest project 3700127 on the website's Project Search page. Please contact QuestCDN.com at 952 - 233 -1632 or info @questcdn.com for assistance in free membership registration, downloading, and working with this digital project information. An optional paper set of project plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street (509- 575 - 6111), upon payment in the amount of $100.00 for each set, non- ' refundable. Project questions should be directed to Terry D. Alapeteri, P.E. at 509 - 966 -7000. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Owner. Interpretations or clarifications considered necessary by the Owner or Engineer in response to such ' questions will be issued by Addenda mailed or delivered to all parties recorded as having received the Bidding Documents. Questions received less than three days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or ' clarifications will be without legal effect. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all Bidders that it will ' affirmatively insure that in any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. ' Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington. The City reserves the right to reject any or all bids and proposals. DATED this 5th day of March 2015. ' PUBLISH March 5, 2015 March 12, 2015 ' 3 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I ' INTRO.AP1 INTRODUCTION ' The following Amendments and Special Provisions shall be used in conjunction with the 2014 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following ' each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. ' 1- 01.AP1 Section 1 -01, Definitions and Terms ' August 4, 2014 1 -01.3 Definitions The definition for "Engineer" is revised to read: ' The Contracting Agency's representative who directly supervises the engineering and administration of a construction Contract. The definition for "Inspector" is revised to read: The Engineer's representative who inspects Contract performance in detail. The definition for "Project Engineer" is revised to read: Same as Engineer. The definition for "Working Drawings" is revised to read: Drawings, plans, diagrams, or any other supplementary data or calculations, including a schedule of submittal dates for Working Drawings where specified, which the Contractor must submit to the Engineer. ' 1- 02.AP1 Section 1 -02, Bid Procedures and Conditions April 7, 2014 1 1- 02.8(1) Noncollusion Declaration The third paragraph is revised to read: Therefore, by including the Non - collusion Declaration as part of the signed bid Proposal, the Bidder is deemed to have certified and agreed to the requirements of the Declaration. ' 1- 03.AP1 Section 1 -03, Award and Execution of Contract January 5, 2015 1 -03.3 Execution of Contract The first paragraph is revised to read: ' Within 20 calendar days after the Award date, the successful Bidder shall return the signed Contracting Agency - prepared Contract, an insurance certification as required by Section 1- 07.18, 4 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I and a satisfactory bond as required by law and Section 1 -03.4, and shall be registered as a contractor in the state of Washington. 1 -03.4 Contract Bond The last word of item 3 is deleted. Item 4 is renumbered to 5. The following is inserted after item 3 (after the preceding Amendments are applied): 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 1 -03.5 Failure to Execute Contract The first sentence is revised to read: Failure to return the insurance certification and bond with the signed Contract as required in Section 1 -03.3, or failure to provide Disadvantaged, Minority or Women's Business Enterprise information if required in the Contract, or failure or refusal to sign the Contract, or failure to register as a contractor in the state of Washington shall result in forfeiture of the proposal bond or deposit of this Bidder. 1- O4.AP1 Section 1 -04, Scope of the Work August 4, 2014 1 -04.4 Changes In the third paragraph, item number 1 and 2 are revised to read: A. When the character of the Work as altered differs materially in kind or nature from that involved 111 or included in the original proposed construction; or B. When an item of Work, as defined elsewhere in the Contract, is increased in excess of 125 percent or decreased below 75 percent of the original Contract quantity. For the purpose of this Section, an item of Work will be defined as any item that qualifies for adjustment under the provisions of Section 1 -04.6. The last two paragraphs are deleted. ' This section is supplemented with the following new subsections: 1- 04.4(2) Value Engineering Change Proposal (VECP) 1- O4.4(2)A General A VECP is a Contractor proposed change to the Contract Provisions which will accomplish the projects functional requirements in a manner that is equal to or better than the requirements in the Contract. The VECP may be: (1) at a less cost or time, or (2) either no cost savings or a minor increase in cost with a reduction in Contract time. The net savings or added costs to the Contract Work are shared by the Contractor and Contracting Agency. The Contractor may submit a VECP for changing the Plans, Specifications, or other requirements of the Contract. The Engineer's decision to accept or reject all or part of the proposal is final and not subject to arbitration under the arbitration clause or otherwise subject to litigation. The VECP shall meet all of the following: 1. Not adversely affect the long term life cycle costs. 5 G. \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx , I 1 2. Not adversely impact the ability to perform maintenance. 3. Provide the required safety and appearance. ' 4. Provide substitution for deleted or reduced Disadvantaged Business Enterprise Condition of Award Work, Apprentice Utilization and Training. ' VECPs that provide a time reduction shall meet the following requirements: 1. Time saving is a direct result of the VECP. ' 2. Liquidated damages penalties are not used to calculate savings. 3. Administrative /overhead cost savings experienced by either the Contractor or Contracting Agency as a result of time reduction accrue to each party and are not used to calculate savings. ' 1- 04.4(2)B VECP Savings 1- O4.4(2)B1 Proposal Savings The incentive payment to the Contractor shall be one -half of the net savings of the ' proposal calculated as follows: 1. (gross cost of deleted work) — (gross cost of added work) _ (gross savings) 2. (gross savings) — (Contractor's engineering costs) — (Contracting Agency's costs) = (net savings) ' 3. (net savings) / 2 = (incentive pay) The Contracting Agency's costs shall be the actual consultant costs billed to the Contracting Agency and in -house costs. Costs for personnel assigned to the Engineer's office shall not be included. 1 O4.4(2)B2 Added Costs to Achieve Time Savings ' The cost to achieve the time savings shall be calculated as follows: 1. (cost of added work) + (Contractor's engineering costs - Contracting Agency's engineering costs) = (cost to achieve time savings) 2. (cost to achieve time savings) / 2 = (Contracting Agency's share of added cost) ' If the timesaving proposal also involves deleting work and, as a result, creates a savings for the Contracting Agency, then the Contractor shall also receive one -half of the savings realized through the deletion. 1- 04.4(2)C VECP Approval 1- O4.4(2)C1 Concept Approval The Contractor shall submit a written proposal to the Engineer for consideration. The proposal shall contain the following information: ' 1. An explanation outlining the benefit provided by the change(s). 2. A narrative description of the proposed change(s). If applicable, the discussion shall include a demonstration of functional equivalency or a description of how the proposal meets the original contract scope of work. 6 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 3. A cost discussion estimating any net savings. Savings estimates will generally follow the outline below under the section, "Proposal Savings ". 4. A statement providing the Contracting Agency with the right to use all or any part of the proposal on future projects without future obligation or compensation. 5. A statement acknowledging and agreeing that the Engineer's decision to accept or reject all or part of the proposal is final and not subject to arbitration under the arbitration clause or otherwise be subject to claims or disputes. 6. A statement giving the dates the Engineer must make a decision to accept or reject the conceptual proposal, the date that approval to proceed must be received, and the date the work must begin in order to not delay the contract. If the Contracting Agency does not approve the VECP by the date specified by the Contractor in their proposal the VECP will be deemed rejected. 7. The submittal will include an analysis on other Work that may have costs that changed as a result of the VECP. Traffic control and erosion control shall both be included in addition to any other impacted Work. After review of the proposal, the Engineer will respond in writing with acceptance or rejection of the concept. This acceptance shall not be construed as authority to proceed with any change contract work. Concept approval allows the Contractor to proceed with the Work needed to develop final plans and other information to receive formal approval and to support preparation of a change order. 1- O4.4(2)C2 Formal Approval The Contractor's submittal to the Engineer for formal approval shall include the following: 1. Deleted Work — Include the calculated quantities of unit price Work to be deleted. Include the proposed partial prices for portions of lump sum Work deleted. For deletion of force account items include the time and material estimates. 2. Added Work — Include the calculated quantities of unit price Work to be added, either by original unit Contract prices or by new, negotiated unit prices. For new items of Work include the quantities and proposed prices. ' 3. Contractor's Engineering Costs — Submit the labor costs for the engineering to develop the proposal; costs for Contractor employees utilized in contract operations on a regular basis shall not be included. 4. Schedule Analysis — If the VECP is related to time savings, the Contractor shall submit a partial progress schedule showing the changed Work. The submittal shall also include a discussion comparing the partial progress schedule with the approved progress schedule for the project. 5. Working Drawings — Type 3 Working Drawings shall be submitted; those drawings which require engineering shall be a Type 3E. Formal approval of the proposal will be documented by issuance of a change order. The , VECP change order will contain the following statements which the Contractor agrees to by signing the change order: 1. The Contractor accepts design risk of all features, both temporary and permanent, of the changed Work. 2. The Contractor accepts risk of constructability of the changed Work. 7 G. \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 dock , I ' 3. The Contractor provides the Contracting Agency with the right to use all or any part of the proposal on future projects without further obligation or compensation. ' VECP change orders will contain separate pay items for the items that are applicable to the Proposal. These are as follows: 1. Deleted Work. ' 2. Added Work. 3. The Contractor's engineering costs, reimbursed at 100 percent of the Contractor's cost. 4. Incentive payment to the Contractor. ' When added Work costs exceed Deleted Work costs, but time savings make a viable proposal, then items 3 and 4 above are replaced with the following: ' 3. The Contracting Agency's share of added cost to achieve time savings. 4. The Contractor's share of savings from deleted Work. 1 O4.4(2)C3 Authority to Proceed with Changed Work The authority for the Contractor to proceed with the VECP Work will be provided by one of ' the following options: 1. Execution of the VECP change order, or ' 2. At the Contractor's request the Contracting Agency may provide approval by letter from the Engineer for the Work to proceed prior to execution of a change order. All of the risk for proceeding with the VECP shall be the responsibility of the Contractor. Additionally, the following criteria are required to have been met: a) Concept approval has been granted by the Contracting Agency. b) All design reviews and approvals have been completed, including plans and specifications. ' c) The Contractor has guaranteed, in writing, the minimum savings to the Contracting Agency. 1- O5.AP1 ' Section 1 -05, Control of Work August 4, 2014 1 -05.1 Authority of the Engineer In this section, "Project Engineer" is revised to read "Engineer ". The second paragraph (up until the colon) is revised to read: ' The Engineer's decisions will be final on all questions including the following: ' The first sentence in the third paragraph is revised to read: The Engineer represents the Contracting Agency with full authority to enforce Contract requirements. 8 G. \ PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I 1 -05.2 Authority of Assistants and Inspectors The first paragraph is revised to read: The Engineer may appoint assistants and Inspectors to assist in determining that the Work and materials meet the Contract requirements. Assistants and Inspectors have the authority to reject defective material and suspend Work that is being done improperly, subject to the final decisions of the Engineer. In the third paragraph, "Project Engineer" is revised to read "Engineer ". ' 1 -05.3 Plans and Working Drawings This section's title is revised to read: I Working Drawings This section is revised to read: ' The Contract may require the Contractor to submit Working Drawings for the performance of the Work. Working Drawings shall be submitted by the Contractor electronically to the Engineer in PDF format; drawing details shall be prepared in accordance with conventional detailing practices. If the PDF format is found to be unacceptable, at the request of the Engineer, the Contractor shall provide paper copies of the Working Drawings with drawings on 11 by 17 inch sheets and calculations /text on 8'/2 by 11 inch sheets. Working Drawings will be classified under the following categories: 1. Type 1 — Submitted for Contracting Agency information. Submittal must be received by the Contracting Agency a minimum of 7 calendar days before work represented by the submittal begins. ' 2. Type 2 — Submitted for Contracting Agency review and comment. Unless otherwise stated in the Contract, the Engineer will require up to 20 calendar days from the date the Working Drawing is received until it is returned to the Contractor. The Contractor shall not proceed with the Work represented by the Working Drawing until comments from the Engineer have been addressed. 3. Type 2E — Same as a Type 2 Working Drawing with Engineering as described below. 4. Type 3 — Submitted for Contracting Agency review and approval. Unless otherwise stated in the Contract, the Engineer will require up to 30 calendar days from the date the Working Drawing is received until it is returned to the Contractor. The Contractor shall obtain the Engineer's written approval before proceeding with the Work represented by the Working Drawing. 5. Type 3E — Same as a Type 3 Working Drawing with Engineering as described below. All Working Drawings shall be considered Type 3 Working Drawings except as specifically noted otherwise in the Contract. Unless designated otherwise by the Contractor, submittals of Working Drawings will be reviewed in the order they are received by the Engineer. In the event that several Working Drawings are received simultaneously, the Contractor shall specify the sequence in which they are to be reviewed. If the Contractor does not submit a review sequence for simultaneous Working Drawing submittals, the review sequence will be at the Engineer's discretion. Working Drawings requiring Engineering, Type 2E and 3E, shall be prepared by (or under the direction of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, and in accordance with WAC 196 -23 -020. Design calculations shall carry the Professional Engineer's signature and seal, date of signature, and registration number on the cover page. The cover page 9 G. \PROJECTS\2011111062 \SPECS \City of Yakima Spec 2015 docx I ' shall also include the Contract number, Contract title and sequential index to calculation page numbers. If more than the specified number of days is required for the Engineer's review of any individual Working Drawing or resubmittal, an extension of time will be considered in accordance with Section 1 -08.8. ' Review or approval of Working Drawings shall neither confer upon the Contracting Agency nor relieve the Contractor of any responsibility for the accuracy of the drawings or their conformity with the Contract. The Contractor shall bear all risk and all costs of any Work delays caused by rejection or nonapproval of Working Drawings. Unit Bid prices shall cover all costs of Working Drawings. ' 1- 07.AP1 Section 1 -07, Legal Relations and Responsibilities to the Public January 5, 2015 ' 1 -07.2 State Taxes This section is revised to read: ' The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those rules. The Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability. The Contracting Agency may deduct from its payments to the Contractor, retainage or lien the bond, in the amount the Contractor owes the State Department of Revenue, whether the amount owed relates to the Contract in question or not. Any amount so deducted will be paid into the proper State fund on the contractor's behalf. For additional information on tax rates and application refer to applicable RCWs, WACs or the Department of Revenue's website. ' 1- 07.2(1) State Sales Tax: Work Performed on City, County, or Federally -Owned Land This section including title is revised to read: 1- 07.2(1) State Sales Tax: WAC 458 -20 -171 — Use Tax ' For Work designated as Rule 171, Use Tax, the Contractor shall include for compensation the amount of any taxes paid in the various unit Bid prices or other Contract amounts. Typically, these taxes are collected on materials incorporated into the project and items such as the purchase or ' rental of; tools, machinery, equipment, or consumable supplies not integrated into the project. The Summary of Quantities in the Contract Plans identifies those parts of the project that are subject to Use Tax under Section 1- 07.2(1). 1- 07.2(2) State Sales Tax: Work on State -Owned or Private Land This section including title is revised to read: ' 1- 07.2(2) State Sales Tax: WAC 458 -20 -170 — Retail Sales Tax For Work designated as Rule 170, Retail Sales Tax, the Contractor shall collect from the Contracting Agency, Retail Sales Tax on the full Contract price. The Contracting Agency will automatically add this Retail Sales Tax to each payment to the Contractor and for this reason; the Contractor shall not include the Retail Sales Tax in the unit Bid prices or in any other Contract amount. However, the Contracting Agency will not provide additional compensation to the ' Prime Contractor or Subcontractor for Retail Sales Taxes paid by the Contractor in addition to the Retail Sales Tax on the total contract amount. Typically, these taxes are collected on items such as the purchase or rental of; tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid prices or in any other Contract ' amounts. 1 10 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I The Summary of Quantities in the Contract Plans identifies those parts of the project that are subject to Retail Sales Tax under Section 1- 07.2(2). 1- 07.2(3) Services This section is revised to read: Any contract wholly for professional or other applicable services is generally not subject to Retail Sales Tax and therefore the Contractor shall not collect Retail Sales Tax from the Contracting Agency on those Contracts. Any incidental taxes paid as part of providing the services shall be included in the payments under the contract. 1- 07.23(1) Construction Under Traffic In the second paragraph, the following new sentence is inserted after the second sentence: Accessibility to existing or temporary pedestrian push buttons shall not be impaired. 1- 08.AP1 Section 1 -08, Prosecution and Progress May 5,2014 1 -08.1 Subcontracting The eighth paragraph is revised to read: On all projects, the Contractor shall certify to the actual amounts paid to Disadvantaged, Minority, Women's, or Small Business Enterprise firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This Certification shall be submitted to the Project Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the contract using the application available at: https: / /remoteapps .wsdot.wa.gov /mapsdata /tools /dbeparticipation. The monthly report is due 20 calendar days following the end of the month. A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made or work occurred. The ninth paragraph is deleted. 1- 09.AP1 Section 1 -09, Measurement and Payment January 5, 2015 1 -09.6 Force Account In the third paragraph of item number 3, the last sentence is revised to read: In the event that prior quotations are not obtained and the vendor is not a firm independent from the Contractor or Subcontractor, then after - the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of submitted invoice. 1- 10.AP1 Section 1 -10, Temporary Traffic Control August 4, 2014 ' 1- 10.1(1) Materials The following material reference is deleted from this section: Barrier Drums 9 -35.8 11 1 G' \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I 1- 10.1(2) Description The first paragraph is revised to read: ' The Contractor shall provide flaggers, and all other personnel required for labor for traffic control activities and not otherwise specified as being furnished by the Contracting Agency. 1 10.2(1) General In the third paragraph, the first two sentences are revised to read: The primary and alternate TCS shall be certified by one of the organizations listed in the Special ' Provisions. Possession of a current Washington State TCS card and flagging card by the primary and alternate TCS is mandatory. 1 10.2(1)B Traffic Control Supervisor The first paragraph is revised to read: A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or other traffic control labor is being utilized or less frequently, as authorized by the Engineer. The last paragraph is revised to read: ' The TCS may perform the Work described in Section 1- 10.3(1)A Flaggers or in Section 1- 10.3(1)B Other Traffic Control Labor and be compensated under those Bid items, provided that the duties of the TCS are accomplished. 1 10.2(2) Traffic Control Plans The first paragraph is revised to read: The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, and other traffic control devices are shown on the traffic control plan(s) except for emergency situations. If the Contractor proposes adding the use of flaggers to a plan, this will constitute a modification requiring approval by the Engineer. The modified plans shall show locations for all the required advance warning signs and a safe, protected location for the flagging station. If flagging is to be performed during hours of darkness, the plan shall include appropriate illumination for the flagging station. ' In the second paragraph, the second sentence is revised to read: ' Any Contractor - proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, and other traffic control devices required to support the Work. 1 10.2(3) Conformance to Established Standards In the second paragraph, the second sentence is revised to read: The National Cooperative Highway Research Project (NCHRP) Report 350 and the AASHTO Manual for Assessing Safety Hardware (MASH) have established requirements for crash testing. In the third paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH ". ' In the fourth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH ". In the fifth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH ". r 1 - 10.3(1) Traffic Control Labor The first paragraph is revised to read: The Contractor shall furnish all personnel for flagging, for the execution of all procedures related to temporary traffic control and for the setup, maintenance and removal of all temporary traffic control ' 12 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx t devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. 1- 10.3(1)A Flaggers and Spotters This section's title is revised to read: Flaggers The first paragraph is revised to read: Flaggers shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The flagging card shall be immediately available and shown to the Contracting Agency upon request. The last paragraph is deleted. 1 1- 10.3(1)B Other Traffic Control Labor This section is revised to read: In addition to flagging duties, the Contractor shall provide personnel for all other traffic control procedures required by the construction operations and for the labor to install, maintain and remove any traffic control devices shown on Traffic Control Plans. 1- 10.3(3)B Sequential Arrow Signs This section is supplemented with the following: A sequential arrow sign is required for all lane closure tapers on a multilane facility. A separate sequential arrow sign shall be used for each closed lane. The arrow sign shall not be used to laterally shift traffic. When used in the caution mode, the four corner mode shall be used. 1- 10.3(3)C Portable Changeable Message Signs This section is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain portable changeable message signs (PCMS). A PCMS shall be placed behind a barrier or guardrail whenever possible, but shall at a minimum provide 4 ft. of lateral clearance to edge of travelled lane and be delineated by channelization devices. The Contractor shall remove the PCMS from the clear zone when not in use unless protected by barrier or guardrail. 1- 10.3(3)F Barrier Drums This section including title is deleted in its entirety and replaced with the following: 1- 10.3(3)F Vacant ' 1- 10.3(3)K Portable Temporary Traffic Control Signal The fifth paragraph is revised to read: The Project Engineer or designee will inspect the signal system at initial installation /operation and approve the signal timing. Final approval will be based on the results of the operational inspection. , 1- 10.4(2) Item Bids With Lump Sum for Incidentals In the second paragraph, the first and second sentences are revised to read: " Flaggers" will be measured by the hour. Hours will be measured for each flagging station, shown on an approved Traffic Control Plan, when that station is staffed in accordance with Section 1- 10.3(1)A. 13 ' G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx I The first sentence of the last bulleted item in this section is revised to read: Installing and removing Barricades, Traffic Safety Drums, Cones, Tubular Markers and Warning 1 Lights and Flashers to carry out approved Traffic Control Plan(s). 1 10.5(2) Item Bids With Lump Sum for Incidentals This section is deleted and replaced with the following: "Traffic Control Supervisor ", lump sum. ' The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1- 10.2(1)B. "Pedestrian Traffic Control ", lump sum. ' The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work for pedestrian traffic control defined in Section 1 -10. ' "Flaggers ", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1- 10.3(1)A. ' "Other Traffic Control Labor ", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all labor costs incurred by the Contractor in ' performing the Work specified for this item in Section 1- 10.4(2). "Construction Signs Class A ", per square foot. ' The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1- 10.3(3)A. In the event that "Do Not Pass" and "Pass With Care" signs must be left in place, a change order, as described in Section 1 -04.4, will be required. When the Bid Proposal contains the item "Sign Covering ", then covering those signs indicated in the Contract will be measured and paid according to Section 8 -21. "Sequential Arrow Sign ", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance ' with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1- 10.3(3)B. ' "Portable Changeable Message Sign ", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for procuring all portable changeable message signs required for the project and for transporting these signs to and from the project. "Transportable Attenuator ", per each. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in ' performing the Work described in Section 1- 10.3(3)J except for costs compensated separately under the items "Operation of Transportable Attenuator" and "Repair Transportable Attenuator ". ' 14 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx "Operation of Transportable Attenuator ", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for operating transportable attenuators on the project. "Repair Transportable Attenuator ", by force account. All costs of repairing or replacing transportable attenuators that are damaged by the motoring public while in use as shown on an approved Traffic Control Plan will be paid for by force account as specified in Section 1 -09.6. To provide a common Proposal for all Bidders, the Contracting Agency has estimated the amount of force account for "Repair Transportable Attenuator" and has entered the amount in the Proposal to become a part of the total Bid by the Contractor. Transportable attenuators damaged due to the Contractor's operation or damaged in any manner when not in use shall be repaired or replaced by the Contractor at no expense to the Contracting Agency. "Other Temporary Traffic Control ", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1 -10, and which costs are not compensated by one of the above - listed items. "Portable Temporary Traffic Control Signal ", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work as described in Section 1- 10.3(3)K, including all costs for traffic control during manual control, adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. , 2- 01.AP2 Section 2 -01, Clearing, Grubbing, and Roadside Cleanup August 4, 2014 2- 01.3(1) Clearing In the second paragraph, item number 3 (up until the colon) is revised to read: 3. Follow these requirements for all stumps that will be buried deeper than 5 feet from the top, side, or end surface of the embankment or any structure and are in a location that will not be terraced as described in Section 2- 03.3(14): 2- 03.AP2 Section 2 -03, Roadway Excavation and Embankment August 4, 2014 2- 03.3(14) Embankment Construction The third paragraph is revised to read: Hillside Terraces — The Contractor shall terrace the original ground or embankment when the slope of the surface is 2H:1V or steeper unless otherwise directed by the Engineer. The face of each terrace shall be a minimum of 1 foot and a maximum of 5 feet in height and shall be vertical or near vertical as required to remain stable during material placement and compaction. The bench of the terrace shall slope outward to drain and shall not be inclined steeper than 0.05 foot per foot. Terraces damaged during work shall be reestablished. The Engineer may order the Contractor to place gravel backfill, pipe drains or both to drain any seepage. I 15 ' G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 dock I I 2- 03.3(14)L Embankment Widening for Guardrail The first sentence is revised to read: Embankments widened for the installation of beam guardrail shall be terraced in accordance with the requirements for hillside terraces in Section 2- 03.3(14). The second sentence is deleted. 1 2- 09.AP2 Section 2 -09, Structure Excavation January 5, 2015 2 -09.4 Measurement The seventh paragraph is revised to read: For pipelines the lower limit in measuring structure excavation will be the foundation level as shown in the Plans or as directed by the Engineer. 2- 12.AP2 Section 2 -12, Construction Geosynthetic January 5, 2015 2- 12.3(4) Permanent Erosion Control and Ditch Lining In the fourth paragraph, "Section 9 13.2" is revised to read "Section 9 13.1(4) ". 3- 04.AP3 Section 3 -04, Acceptance of Aggregate August 4, 2014 1 3 -04.5 Payment In Table 2, the row containing the item "HMA Aggregate" is revised to read: 9- 03.8(2) HMA Aggregate 15 15 Uncompacted Void Content 15 5- 04.AP5 Section 5 -04, Hot Mix Asphalt January 5, 2015 5- 04.3(3)A Material Transfer DeviceNehicle The first paragraph is supplemented with the following new sentence: At the Contractor's request the Engineer may approve paving without an MTD /V; the Engineer will determine if an equitable adjustment in cost or time is due. In the last sentence of the second paragraph, "Project Engineer" is revised to read "Engineer ". 5 04.3(5)A Preparation of Existing Surfaces ' The first sentence of the last paragraph is revised to read: Unless otherwise approved by the Engineer, the tack coat shall be CSS -1 or CSS -1 h emulsified i asphalt. I 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx 16 I 5- 04.3(7)A3 Commercial Evaluation The second sentence in the first paragraph is revised to read: Mix designs for HMA accepted by commercial evaluation shall be submitted to the Project Engineer on WSDOT Form 350 -042. 1 5- 04.3(8)A4 Definition of Sampling and Sublot In the second sentence of the second paragraph, "800 tons" is revised to read "1,000 tons ". 5- 04.3(10)A General In the first paragraph, "checking" and "cracking" are deleted. In the third paragraph, the following new sentence is inserted after the second sentence: Coverage with a steel wheel roller may precede pneumatic tired rolling. In the third paragraph, the following new sentence is inserted before the last sentence: Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. 5- 04.3(10)B1 General In this section, "Project Engineer" is revised to read "Engineer ". The first paragraph is revised to read: HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 -foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1 -06.2, using a minimum of 91 percent of the maximum density. The percent of maximum density shall be determined by WSDOT FOP for AASHTO T 729 when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. The specified level of density attained will be determined by the statistical evaluation of the density of the pavement. The following four new paragraphs are inserted after the first paragraph: , Tests for the determination of the pavement density will be taken in accordance the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures 1 FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4- inches unless other approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor , in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. I 17 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx In the sixth paragraph (after the preceding Amendments are applied), the second sentence is revised to read: Sublots will be uniform in size with a maximum of approximately 100 tons per sublot; the final sublot of the day may be increased to 150 tons. 5- 04.3(10)B4 Test Results The first paragraph is revised to read: The results of all compaction acceptance testing and the CPF of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. Determination of the 1 relative density of the HMA with a nuclear density gauge requires a correlation factor and may require resolution after the correlation factor is known. Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined. In the second paragraph, the first sentence is revised to read: For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 91 1 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. In the second sentence of the second paragraph, "moisture- density" is revised to read "density ". In the second paragraph, the fourth sentence is deleted. 1 5- 04.3(20) Anti - Stripping Additive This section is revised to read: Anti - stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to shipment to the hot mix asphalt mixing plant in the amount designated in the WSDOT mix design evaluation report provided by the Contracting Agency. Paving shall not begin before the anti -strip requirements 1 have been provided to the Contractor. Anti -strip is not required for temporary work that will be removed prior to Completion. 5 -04.4 Measurement The following new paragraph is inserted after the first paragraph: Roadway cores will be measured per each for the number of cores taken. The second to last paragraph is deleted. 5 -04.5 Payment The bid item "Removing Temporary Pavement Marking ", per linear foot and paragraph following bid item are deleted. The following new bid item is inserted before the second to last paragraph: "Roadway Core ", per each. 1 The Contractor's costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. r 1 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 18 5- 05.AP5 Section 5 -05, Cement Concrete Pavement August 4, 2014 5- 05.3(1) Concrete Mix Design for Paving The second and third rows of the table in item number 3 are revised to read: Coarse Aggregate + 30 Pounds - 30 Pounds Fine Aggregate + 30 Pounds - 30 Pounds 5 -05.4 Measurement The fourth paragraph is supplemented with the following new sentence: I Tie bars with drill holes in cement concrete pavement placed under the Contract will not be measured. 5 -05.5 Payment The paragraph following the Bid item "Tie Bar with Drill Hole ", per each is supplemented with the following new sentence: I All costs for tie bars with drill holes in cement concrete pavement placed under the Contract shall be included in the unit Contract price per cubic yard for "Cement Conc. Pavement ". 6- 02.AP6 Section 6 -02, Concrete Structures January 5, 2015 1 6- 02.3(1) Classification of Structural Concrete In paragraph two, item number 1 is revised to read: Mix design and proportioning specified in Sections 6- 02.3(2), 6- 02.3(2)A and 6- 02.3(2)A1. Item number 3 is renumbered to 4. ' After the preceding Amendments are applied, the following new numbered item is inserted after item number 2: 3. Temperature and time for placement requirements specified in Section 6- 02.3(4)D. 6- 02.3(2) Proportioning Materials In the third paragraph, the first sentence is revised to read: The use of fly ash is required for Class 4000P concrete, except that ground granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. In the table titled "Cementitious Requirement for Concrete ", the row beginning with "4000D" is deleted. The fourth paragraph is revised to read: When both ground granulated blast furnace slag and fly ash are included in the concrete mix, the total weight of both these materials is limited to 40 percent by weight of the total cementitious material for concrete class 4000A, and 50 percent by weight of the total cementitious material for all other classes of concrete. I 1 19 G' \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx 6- 02.3(2)A Contractor Mix Design The first paragraph is revised to read: The Contractor shall provide a mix design in writing to the Engineer for all classes of concrete specified in the Plans except for lean concrete and commercial concrete. No concrete shall be placed until the Engineer has reviewed the mix design. The required average 28 -day compressive strength shall be selected in accordance with ACI 318, Chapter 5, Section 5.3.2. ACI 211.1 and ACI 318 shall be used to determine proportions. All proposed concrete mixes except Class 4000D shall meet the requirements in Cementitious Requirement for Concrete in Section 6- 02.3(2). In the fourth paragraph, the fourth sentence is deleted. 1 In the sixth paragraph, the first sentence is deleted. ' In the seventh paragraph, the last sentence is deleted. The eighth paragraph is revised to read: Air content for concrete Class 4000D shall conform to Section 6- 02.3(2)A1. For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 7.5 percent for all concrete placed above the finished ground line. The following new sub - section is added: 6 02.3(2)A1 Contractor Mix Design for Concrete Class 4000D All Class 4000D concrete shall be a project specific performance mix design conforming to the following requirements: ' 1. Aggregate shall use combined gradation in accordance with Section 9- 03.1(5) with a nominal maximum aggregate size of 1 -1/2 inches. 2. Permeability shall be less than 2,000 coulombs at 56 days in accordance with AASHTO T 1 277. 3. Freeze -thaw durability shall be provided by one of the following methods: a. The concrete shall maintain an air content between 4.5 and 7.5 percent. b. The concrete shall maintain a minimum air content that achieves a durability factor of 90 percent, minimum, after 300 cycles in accordance with AASHTO T 161, Procedure A. This air content shall not be less than 3.0 percent. Test samples shall be obtained from concrete batches of a minimum of 3.0 cubic yards. 4. Scaling shall have a visual rating less than or equal to 2 after 50 cycles in accordance with ASTM C 672. 5. Shrinkage at 28 days shall be less than 320 micro strain in accordance with AASHTO T 160. 6. Modulus of elasticity shall be measured in accordance with ASTM C 469. 7. Density shall be measured in accordance with ASTM C 138. The Contractor shall submit the mix design in accordance with Section 6- 02.3(2)A. The submittal shall include test reports for all tests listed above that follow the reporting requirements of the AASHTO /ASTM procedures. Samples for testing may be obtained from either laboratory or concrete plant batches. If concrete plant batches are used, the minimum batch size shall be 3.0 cubic yards. The Contractor shall submit the mix design to the Engineer at least 30 calendar days prior to the placement of concrete in the bridge deck. G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 20 6- 02.3(4)D Temperature and Time For Placement The first two sentences are revised to read: Concrete temperatures shall remain between 55 °F and 90 °F while it is being placed, except that Class 4000D concrete temperatures shall remain between 55 °F and 75 °F during placement. Precast concrete that is heat cured in accordance with Section 6- 02.3(25)D shall remain between 50 °F and 90 °F while being placed. 6- 02.3(5)A General I The first paragraph is revised to read: Concrete for the following applications will be accepted based on a Certificate of Compliance to be provided by the supplier as described in Section 6- 02.3(5)B: 1. Lean concrete. 2. Commercial concrete. 3. Class 4000P concrete for Roadside Steel Sign Support Foundations. ' 4. Class 4000P concrete for Type II, Ill, and CCTV Signal Standard Foundations that are 12'- 0" or less in depth. 5. Class 4000P concrete for Type IV and V Strain Pole Foundations that are 12' -0" or less in depth. 6. Class 4000P concrete for Steel Light Standard Foundations Types A & B. I The following new sentence is inserted at the beginning of the second paragraph: Slip -form barrier concrete will be accepted based on conformance to the requirements for temperature, air content and compressive strength at 28 days for sublots as tested and determined by the Contracting Agency. 6- 02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, and Air Content In the fifth sentence of the second paragraph, "five truck loads" is revised to read "ten truck loads ". The second paragraph is supplemented with the following: If the remaining quantity to be placed is less than ten truck loads; then a sample shall be randomly taken from one of the remaining truck loads. In the last sentence of the third paragraph, "five truck loads" is revised to read "ten truck loads ". 6- 02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing The second paragraph is revised to read: The Contractor shall provide and maintain a sufficient number of cure boxes in accordance with 111 WSDOT FOP for AASHTO T 23 for curing concrete cylinders. The cure boxes shall be readily accessible and no more than 500 feet from the point of acceptance testing, unless otherwise approved by the Engineer. The Contractor shall also provide, maintain and operate all necessary power sources and connections needed to operate the cure boxes. The cure boxes shall be in -place and functioning at the specified temperature for curing cylinders prior to concrete placement. Concrete cylinders shall be cured in the cure boxes in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall have working locks and the Contractor shall provide the Engineer with one key to each of the locks. Once concrete cylinders are placed in the cure box, the cure box shall not be disturbed until the cylinders have been removed. The Contractor shall retain the cure box 1 Temperature Measuring Device log and provide it to the Engineer upon request. 21 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx 1 The following new paragraph is inserted after the last paragraph: All cure box costs shall be incidental to the associated item of work. 6- 02.3(6)A2 Cold Weather Protection The first sentence in the first paragraph is revised to read: This Specification applies when the weather forecast on the day of concrete placement predicts air temperatures below 35 °F at any time during the 7 days following placement. The first sentence of the second paragraph is revised to read: The temperature of the concrete shall be maintained above 50 °F during the entire curing period or 7 1 days, whichever is greater. 6- 02.3(10)A Preconstruction Meeting 1 This section including title is revised to read: 6- 02.3(10)A Pre -Deck Pour Meeting A pre -deck pour meeting shall be held 5 to 10 working days before placing deck concrete to discuss construction procedures, personnel, equipment to be used, concrete sampling and testing and deck finishing and curing operations. Those attending shall include, at a minimum, the superintendent, foremen in charge of placing and finishing concrete, and representatives from the concrete supplier and the concrete pump truck supplier. If the project includes more than one bridge deck, and if the Contractor's key personnel change between concreting operations, or at request of the Engineer, additional conferences shall be held before each deck placement. 6- 02.3(10)D Concrete Placement, Finishing, and Texturing This section is supplemented with the following new sub - sections: 6- 02.3(10)D1 Test Slab Using Bridge Deck Concrete After the Contractor receives the Engineer's approval for the Class 4000D concrete mix design, and a minimum of seven calendar days prior to the first placement of bridge deck concrete, the Contractor shall construct a test slab using concrete of the approved mix design. The test slab may be constructed on grade, shall have a minimum thickness of eight- inches, shall have minimum plan dimensions of 10 -feet along all four edges, and shall be square or rectangular. During construction of the test slab, the Contractor shall demonstrate concrete sampling and testing, ' use of the concrete temperature monitoring system, the concrete fogging system, concrete placement system, and the concrete finishing operation. The Contractor shall conduct the demonstration using the same type of equipment to be used for the production bridge decks, except that the Contractor may elect to finish the test slab with a hand - operated strike - board. After the construction of the test slab and the demonstration of bridge deck construction operations is complete, the Contractor shall remove and dispose of the test slab in accordance with Sections 2- 1 02.3 and 2- 03.3(7)C. 6- 02.3(10)D2 Preparation for Concrete Placement 1 Before placing bridge approach slab concrete, the subgrade shall be constructed in accordance with Sections 2 -06 and 5- 05.3(6). Before any concrete is placed, the finishing machine shall be operated over the entire length of the deck /slab to check screed deflection. Concrete placement may begin only if the Engineer approves after this test. ' 22 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx I Immediately before placing concrete, the Contractor shall check (and adjust if necessary) all falsework and wedges to minimize settlement and deflection from the added mass of the concrete deck /slab. The Contractor shall also install devices, such as telltales, by which the Engineer can readily measure settlement and deflection. 6 02.3(10)D3 Concrete Placement The placement operation shall cover the full width of the bridge deck or the full width between construction joints. The Contractor shall locate any construction joint over a beam or web that can support the deck /slab on either side of the joint. The joint shall not occur over a pier unless the Plans permit. Each joint shall be formed vertically and in true alignment. The Contractor shall not release falsework or wedges supporting bridge deck placement sections on either side of a joint until each side has aged as these Specifications require. Placement of concrete for bridge decks and bridge approach slabs shall comply with Section 6- 02.3(6). In placing the concrete, the Contractor shall: 1. Place it (without segregation) against concrete placed earlier, as near as possible to its final position, approximately to grade, and in shallow, closely spaced piles; 2. Consolidate it around reinforcing steel by using vibrators before strike -off by the finishing machine; I 3. Not use vibrators to move concrete; 4. Not revibrate any concrete surface areas where workers have stopped prior to screeding; I 5. Remove any concrete splashed onto reinforcing steel in adjacent segments before concreting them; I 6. Maintain a slight excess of concrete in front of the screed across the entire width of the placement operation; 7. Operate the finishing machine to create a surface that is true and ready for final finish without over finishing or bringing excessive amounts of mortar to the surface; and 8. Leave a thin, even film of mortar on the concrete surface after the last pass of the finishing I machine pan. Workers shall complete all post screeding operations without walking on the concrete. This may require work bridges spanning the full width of the deck /slab. After removing the screed supports, the Contractor shall fill the voids with concrete (not mortar). If the surface left by the finishing machine is porous, rough, or has minor irregularities, the Contractor shall float the surface of the concrete. Floating shall leave a smooth and even surface. Float finishing shall be kept to the minimum number of passes necessary to seal the surface. The floats shall be at least 4 -feet long. Each transverse pass of the float shall overlap the previous pass by at least half the length of the float. The first floating shall be at right angles to the strike -off. The second floating shall be at right angles to the centerline of the span. A smooth riding surface shall be maintained across construction joints. The edge of completed roadway slabs at expansion joints and compression seals shall have a 3/8- inch radius. After floating, but while the concrete remains plastic, the Contractor shall test the entire deck /slab for flatness (allowing for crown, camber, and vertical curvature). The testing shall be done with a 10 -foot straightedge held on the surface. The straightedge shall be advanced in successive positions 23 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx I parallel to the centerline, moving not more than one half the length of the straightedge each time it advances. This procedure shall be repeated with the straightedge held perpendicular to the centerline. An acceptable surface shall be one free from deviations of more than 1/8 -inch under the 10 -foot straightedge. If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, strike off, consolidate, and refinish them. High areas shall be cut down and refinished. Retesting and refinishing shall continue until a surface conforming to the requirements specified above is produced. 6 O2.3(1O)D4 Monitoring Bridge Deck Concrete Temperature After Placement The Contractor shall monitor and record the concrete temperature and ambient temperature hourly for seven calendar days after placement. The Contractor shall monitor and record concrete temperature by placing two maturity meter temperature monitoring devices in the bridge deck at locations specified by the Engineer. The Contractor shall monitor ambient temperature using 1 maturity meters near the locations where concrete temperature is being monitored. When the bridge deck is being enclosed and heated to meet cold weather requirements, ambient temperature readings shall be taken within the enclosure. The Contractor shall submit the concrete temperature 1 and ambient temperature data to the Engineer in spreadsheet format within 14 calendar days from placing the bridge deck concrete. The Contractor shall submit the type and model of maturity meter temperature monitoring device, and the associated devices responsible for recording and documenting the temperature and curing time, to the Engineer at least 14 calendar days prior to the pre- concreting conference for the first bridge deck to be cast. The placement and operation of the temperature monitoring devices and associated devices will be an agenda item at the pre- concreting conference for the first bridge deck to be cast. 6 O2.3(1O)D5 Bridge Deck Concrete Finishing and Texturing Except as otherwise specified for portions of bridge decks receiving an overlay or sidewalk under the same Contract, the Contractor shall texture the surface of the bridge deck as follows: The Contractor shall texture the bridge deck using diamond tipped saw blades mounted on a power driven, self - propelled machine that is designed to texture concrete surfaces. The grooving equipment shall provide grooves that are 1/8" ± 1/64" wide, 3/16" ± 1/16" deep, and spaced at 3/4" ± 1/8 ". The bridge deck shall not be textured with a metal tined comb. ' The Contractor shall submit the type of grooving equipment to be used to the Engineer for approval 30 calendar days prior to performing the work. The Contractor shall demonstrate that the method and equipment for texturing the bridge deck will not chip, spall or otherwise damage the deck. The Contractor shall not begin texturing the bridge deck until receiving the Engineer's approval of the Contractor's method and equipment. Unless otherwise approved by the Engineer, the Contractor shall texture the concrete bridge deck surface either in a longitudinal direction, parallel with centerline or in a transverse direction, perpendicular with centerline. The Contractor shall texture the bridge deck surface to ' within 3- inches minimum and 15- inches maximum of the edge of concrete at expansion joints, within 1 -foot minimum and 2 -feet maximum of the curb line, and within 3- inches minimum and 9- inches maximum of the perimeter of bridge drain assemblies. The Contractor shall contain and collect all concrete dust and debris generated by the bridge deck texturing process, and shall dispose of the collected concrete dust and debris in accordance with Section 2- O3.3(7)C. 1 If the Plans call for placement of a sidewalk or an HMA or concrete overlay on the bridge deck, the Contractor shall produce the final finish of these areas by dragging a strip of damp, seamless burlap lengthwise over the bridge deck or by brooming it lightly. Approximately 3 -feet of the drag shall contact the surface, with the least possible bow in its leading edge. It shall be kept wet and free of 24 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 hardened lumps of concrete. When the burlap drag fails to produce the required finish, the Contractor shall replace it. When not in use, it shall be lifted clear of the bridge deck. After the bridge deck has cured, the surface shall conform to the surface smoothness requirements specified in Section 6- 02.3(10)D3. The surface texture on any area repaired to address out -of- tolerance surface smoothness shall match closely that of the surrounding bridge deck area at the completion of the repair. Methods used to remove high spots shall cut through the mortar and aggregate without breaking or dislodging the aggregate or causing spalls. 6- 02.3(10)D6 Bridge Approach Slab Finishing and Texturing ' Bridge approach slabs shall be textured either in accordance with Section 6- 02.3(10)D5, or using metal tined combs in the transverse direction, except bridge approach slabs receiving an overlay in the same Contract shall be finished as specified in Section 6- 02.3(10)D5 only. The comb shall be made of a single row of metal tines. It shall leave striations in the fresh concrete approximately 3/16 -inch deep by 1/8 -inch wide and spaced approximately 1/2 -inch apart. The Engineer will decide actual depths at the site. If the comb has not been approved, the Contractor shall obtain the Engineer's approval by demonstrating it on a test section. The Contractor may operate the combs manually or mechanically, either singly or with several placed end to end. The timing and method used shall produce the required texture without displacing larger particles of aggregate. Texturing shall end 2 -feet from curb lines. This 2 -foot untextured strip shall be hand finished with a steel trowel. Surface smoothness, high spots, and low spots shall be addressed as specified in Section 6- 02.3(10)D5. The surface texture on any area cut down or built up shall match closely that of the surrounding bridge approach slab area. The entire bridge approach slab shall provide a smooth riding surface. 6- 02.3(10)F Bridge Approach Slab Orientation and Anchors In the first paragraph, the following sentence is inserted after the first sentence: Unless otherwise shown in the Plans, the pavement end of the bridge approach slab shall be constructed normal to the Roadway centerline. The following new paragraph is inserted before the last paragraph: The compression seal shall be a 2 -1/2 inch wide gland selected from the current Qualified Products List. 6- 02.3(11) Curing Concrete , Items number 1 through 4 are deleted and replaced with the following 5 new numbered items: 1. Bridge sidewalks, roofs of cut and cover tunnels — curing compound covered by white, reflective type sheeting or continuous wet curing. Curing by either method shall be for at least 10 days. 2. Bridge decks — See Section 6- 02.3(11)B. I 3. Bridge approach slabs (Class 4000A concrete) - 2 coats of curing compound and continuous wet cure for at least 10 -days. 4. Concrete barriers and rail bases – See Section 6- 02.3(11)A. 5. All other concrete surfaces — continuous wet cure for at least three days. 25 1 G' \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I In the second paragraph, the first sentence is replaced with the following three new sentences: During the continuous wet cure, the Contractor shall keep all exposed concrete surfaces saturated 1 with water. Formed concrete surfaces shall be kept in a continuous wet cure by leaving the forms in place. If forms are removed during the continuous wet cure period, the Contractor shall treat the concrete as an exposed concrete surface. The third paragraph is revised to read: When curing Class 4000A, two coats of curing compound that complies with Section 9 -23.2 shall be applied immediately (not to exceed 15 min.) after tining any portion of the bridge approach slab. The continuous wet cure shall be established as soon as the concrete has set enough to allow covering without damaging the finish. In the fifth paragraph, the first sentence is revised to read: If the Plans call for an asphalt overlay on the bridge approach slab, the Contractor shall use the clear curing compound (Type 1, Class B), applying at least 1 gallon per 150 square feet to the concrete surface. The eighth paragraph is deleted. 6 O2.3(11)A2 Slip - Form Barrier In the fourth paragraph, item number 1, "Type 1D" is revised to read "Type 1". 6 O2.3(11)B Curing Bridge Decks This new section is supplemented with the following new sub - sections: 6 O2.3(11)B1 Equipment The Contractor shall maintain a wet sheen, without developing pooling or sheeting water, using a fogging apparatus consisting of pressure washers with a minimum nozzle output of 1,500 psi, or I other means approved by the Engineer. The Contractor shall submit a bridge deck curing plan to the Engineer a minimum 14 calendar days prior to the pre- concreting conference. The Contractor's plan shall describe the sequence and timing that will be used to fog the bridge deck, apply pre- soaked burlap, install soaker hoses and cover the deck with white reflective sheeting. 6 02.3(11)B2 Curing The fogging apparatus shall be in place and charged for fogging prior to beginning concrete placement for the bridge deck. The Contractor shall presoak all burlap to be used to cover the deck during curing. Immediately after the finishing machine passes over finished concrete, the Contractor shall implement the following tasks: 1. The Contractor shall fog the bridge deck while maintaining a wet sheen without developing pooling or sheeting water. r 2. The Contractor shall apply the presoaked burlap to the top surface to fully cover the deck without damaging the finish, other than minor marring of the concrete surface. The I Contractor shall not apply curing compound. . The Contractor shall continue to keep the burlap wet by fog spraying until the burlap is covered by soaker hoses and white reflective sheeting. The Contractor shall place the ' soaker hoses and whiter reflective sheeting after the concrete has achieved initial set. The 26 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I Contractor shall charge the soaker hoses frequently so as to keep the burlap covering the entire deck wet during the course of curing. As an alternative to tasks 2 and 3 above, the Contractor may propose a curing system using proprietary curing blankets specifically manufactured for bridge deck curing. Details of the proprietary curing blanket system, including product literature and details of how the system is to be installed and maintained, shall be submitted to the Engineer for approval. The wet curing regime as described shall remain in place for at least 14 consecutive calendar days. 6- 02.3(12)A Construction Joints in New Construction The third paragraph is deleted and replaced with the following three new paragraphs: If the Plans require a roughened surface on the joint, the Contractor shall strike it off to leave grooves at right angles to the length of the member. Grooves shall be installed using one of the following options: 1. Grooves shall be 1/2 to 1 inch wide, 1/4 to 1/2 inch deep, and spaced equally at twice the width of the groove. Grooves shall terminate approximately 1 '/2- inches from the face of concrete. 2. Grooves shall be 1 to 2 inches wide, a minimum of 1/2-inch deep, and spaced a maximum of three times the width of the groove. Grooves shall terminate approximately 1 ' %- inches from the face of concrete. If the Engineer approves, the Contractor may use an alternate method to produce a roughened surface on the joint, provided that such an alternate method leaves a roughened surface of at least a 1/4-inch amplitude. If the first strike -off does not produce the required roughness, the Contractor shall repeat the process before the concrete reaches initial set. The final surface shall be clean and without laitance or loose material. 6- 02.3(12)B Construction Joints Between Existing and New Construction The phrase "by method(s) as approved by the Engineer" is deleted from each paragraph in this section. 6- 02.3(13) Expansion Joints The first sentence of the second paragraph is revised to read: Joints made of a vulcanized, elastomeric compound (with neoprene as the only polymer) shall be installed with a lubricant adhesive as recommended by the manufacturer. In the third paragraph, "injuring" is revised to read "damaging ". The following two new subsections are added: , 6- 02.3(13)A Strip Seal Expansion Joint System The Contractor shall submit Working Drawings consisting of the strip seal expansion joint shop drawings in accordance with Section 6- 03.3(7). These plans shall include, at a minimum, the following: 1. Plan, elevation, and sections of the joint system and all components, with dimensions and tolerances. 2. All material designations. 3. Manufacturer's written installation procedure. 4. Corrosion protection system used on the metal components. 27 I G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx I 1 5. Locations of welded shear studs, lifting mechanisms, temperature setting devices, and construction adjustment devices. 1 6. Method of sealing the system to prevent leakage of water through the joint. The strip seal shall be removable and replaceable. ' The metal components shall conform to ASTM A 36, ASTM A 992, or ASTM A 572, and shall be protected against corrosion by one of the following methods: 1 1. Zinc metallized in accordance with Section 6- 07.3(14). 2. Hot -dip galvanized in accordance with AASHTO M 111. 3. Paint in accordance with Section 6- 07.3(9). The color of the top coat shall be Federal Standard 595 Color No. 26420. The surfaces embedded in concrete shall be painted only with a shop primer coat of paint conforming to Section 9- 08.1(2)C. The strip seal gland shall be continuous for the full length of the joint with no splices permitted, unless otherwise shown in the Plans. Other than items shown in the Plans, threaded studs used for construction adjustments are the only items that may be welded to the steel shapes provided they are removed by grinding after use, and the area repaired by application of an approved corrosion protection system. If the opening between the steel shapes is anticipated to be less than 1 -1/2 inches at the time of seal installation, the seal may be installed prior to encasement of the steel shapes in concrete. After the joint system is installed, the joint shall be flooded with water and inspected, from below the joint, for leakage. If leakage is observed, the joint system shall be repaired by the Contractor, as recommended by the manufacturer. 6 02.3(13)B Compression Seal Expansion Joint System Compression seal glands shall be selected from the current Qualified Products List and sized as shown in the Plans. The compression seal expansion joint system shall be installed in accordance with the manufacturer's written recommendations. The Contractor shall submit a Type 1 Working Drawing consisting of the manufacturer's written installation procedure and repair procedures if leakage testing fails. After the joint system is installed, the joint area shall be flooded with water and inspected, from below the joint, for leakage. If leakage is observed, the joint system shall be repaired by the Contractor, as recommended by the manufacturer. 6 02.3(14) Finishing Concrete Surfaces The last sentence of the first paragraph is revised to read: The Contractor shall clean and refinish any stained or discolored surfaces. The following new subsection is added: 6 02.3(14)D General Requirements for Concrete Surface Finishes Produced by Form Liners Horizontal and vertical joints shall be spliced in accordance with the manufacturer's printed instructions. The Contractor shall submit a Type 1 Working Drawing consisting of the manufacturer's joint splice instructions. ' G: \PROJECTS \2011 \11062\SPECS \City of Yakima Spec 2015.docx 28 1 Horizontal splicing of ABS and plastic form liners to achieve the required height is not permitted and there shall be no horizontal joints. The concrete formed with ABS and plastic form liners shall be given a light sandblast to remove the glossy finish. Side forms, traffic barrier forms, and pedestrian barrier forms using these form liners may be removed after 24 hours provided the concrete mix used includes a water - reducing admixture, and the concrete reaches 1,400 psi minimum compressive strength before form removal. Concrete in load supporting forms utilizing these form liners shall be cured in accordance with Section 6- 02.3(17)N. Once the forms are removed, the Contractor shall treat the joint areas by patching or light sandblasting as required by the Engineer to ensure that the joints are not visible. Form liners shall be cleaned, reconditioned, and repaired before each use. Form liners with repairs, patches, or defects which, in the opinion of the Engineer, would result in adverse effects to the concrete finish shall not be used. Care shall be taken to ensure uniformity of color throughout the textured surface. A change in form release agent will not be allowed. All surfaces formed by the form liner shall also receive a Class 2 surface finish. Form ties shall be a type that leaves a clean hole when removed. All spells and form tie holes shall be filled as specified for a Class 2 surface finish. 6- 02.3(14)C Pigmented Sealer for Concrete Surfaces I The first sentence (up until the colon) is revised to read: The Contractor shall submit a Type 1 Working Drawing consisting of the pigmented sealer manufacturer's written instructions covering, at a minimum, the following: The second paragraph is deleted. In the last sentence of the third paragraph, "approval" is revised to read "acceptance ". 6- 02.3(15) Date Numerals The third sentence in the first paragraph is revised to read: When an existing Structure is widened or when traffic barrier is placed on an existing Structure, the date shall be for the year in which the original Structure was completed. 6- 02.3(16) Plans for Falsework and Formwork This section is revised to read: The Contractor shall submit all plans for falsework and formwork as Type 2E Working Drawings. Submittal is not required for footing or retaining wall formwork if the wall is 4 feet or less in height (excluding pedestal height). The design of falsework and formwork shall be based on: 1. Applied loads and conditions which are no less severe than those described in Section 6- 02.3(17)A, Design Loads; 2. Allowable stresses and deflections which are no greater than those described in Section 6- 02.3(17)B, Allowable Stresses and Deflections; 3. Special loads and requirements no less severe than those described in Section 6- 02.3(17)C, Falsework and Formwork at Special Locations; 4. Conditions required by other Sections of 6- 02.3(17), Falsework and Formwork. 29 G. \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 The falsework and formwork plans shall be scale drawings showing the details of proposed construction, including: sizes and properties of all members and components; spacing of bents, posts, studs, wales, stringers, wedges and bracing; rates of concrete placement, placement sequence, direction of placement, and location of construction joints; identification of falsework ' devices and safe working loads as well as identification of any bolts or threaded rods used with the devices including their diameter, length, type, grade, and required torque. The falsework plans shall show the proximity of falsework to utilities or any nearby Structures including underground Structures. Formwork accessories shall be identified according to Section 6- 02.3(17)H, Formwork Accessories. All assumptions, dimensions, material properties, and other data used in making the structural analysis shall be noted on the drawing. 1 The Contractor shall furnish associated design calculations to the Engineer as part of the submittal. The design calculations shall show the stresses and deflections in load supporting members. Construction details which may be shown in the form of sketches on the calculation sheets shall be shown in the falsework or formwork drawings as well. Falsework or formwork plans will be rejected in cases where it is necessary to refer to the calculation sheets for information needed for complete understanding of the falsework and formwork plans or how to construct the falsework and formwork. Each sheet of falsework and formwork plans shall carry the following: 1. The initials and dates of all participating design professionals. 1 2. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision. 1 3. The Contract number, Contract title, and sequential sheet number. These shall also be on any related documents. 4. Identify where the falsework and formwork plan will be utilized by referencing Contract Plan sheet number and related item or detail. 6- 02.3(16)A Nonpreapproved Falsework and Formwork Plans This section, including title, is deleted in its entirety and replaced with the following: 6- 02.3(16)A Vacant ' 6- 02.3(16)B Preapproved Formwork Plans This section, including title, is revised to read: 6- 02.3(16)B Pre - Contract Review of Falsework and Formwork Plans The Contractor may request pre- contract review of formwork plans for abutments, wingwalls, diaphragms, retaining walls, columns, girders and beams, box culverts, railings, and bulkheads. Plans for falsework supporting the bridge deck for interior spans between precast prestressed concrete girders may also be submitted for pre- contract review. To obtain pre- contract review, the Contractor shall electronically submit drawings and design calculations in PDF format directly to: BridgeConstructionSupport @wsdot.wa.gov The Bridge and Structures Office, Construction Support Engineer will return the falsework or formwork plan to the Contractor with review notes, an effective date of review, and any revisions needed prior to use. For each contract on which the pre- reviewed falsework or formwork plans will be used, the Contractor shall submit a copy to the Engineer. Construction shall not begin until the Engineer has given concurrence. I G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 30 I If the falsework or formwork being constructed has any deviations to the preapproved falsework or formwork plan, the Contractor shall submit plan revisions for review and approval in accordance with Section 6- 02.3(16). 6- 02.3(17)A Design Loads The fifth paragraph is revised to read: Live loads shall consist of a minimum uniform load of not less than 25 psf, applied over the entire falsework plan area, plus the greater of: 1. Actual weights of the deck finishing equipment applied at the rails, or; 2. A minimum load of 75 pounds per linear foot applied at the edge of the bridge deck. 6- 02.3(17)J Face Lumber, Studs, Wales, and Metal Forms The second to last paragraph is deleted. 6- 02.3(17)0 Early Concrete Test Cylinder Breaks The third paragraph is revised to read: e The cylinders shall be cured in the field in accordance with WSDOT FOP for AASHTO T 23 Section 10.2 Field Curing. 6- 02.3(20) Grout for Anchor Bolts and Bridge Bearings The first five paragraphs are deleted and replaced with the following two new paragraphs: Grout shall conform to Section 9- 20.3(2) for anchor bolts and for bearing assemblies with bearing plates. Grout shall conform to Section 9- 20.3(3) for elastomeric bearing pads and fabric pad bearings without bearing plates. Grout shall be a workable mix with a viscosity that is suitable for the intended application. The Contractor shall receive approval from the Engineer before using the grout. 6- 02.3(24)E Welding Reinforced Steel This section is revised to read: Welding of steel reinforcing bars shall conform to the requirements of ANSI /AWS D1.4 Structural Welding Code - Reinforcing Steel, latest edition, except where superseded by the Special Provisions, Plans, and these Specifications. Before any welding begins, the Contractor shall submit a Type 2 Working Drawing consisting of the welding procedure for each type of welded splice to be used, including the weld procedure specifications and joint details. The weld procedure specifications shall be written on a form taken from AWS D1.4 Annex A, or equivalent. Test results of tensile strength, macroetch, and visual examination shall be included. The form shall be signed and dated. Welders shall be qualified in accordance with AWS D1.4. The Contractor shall be responsible for the testing and qualification of welders, and shall submit Type 2 Working Drawings consisting of welder qualification and retention records. The weld joint and welding position a welder is qualified in shall be in accordance with AWS D1.4. The welder qualifications shall remain in effect indefinitely unless, (1) the welder is not engaged in a given process of welding for which the welder is qualified for a period exceeding six months, or (2) there is some specific reason to question a welder's ability. Filler metals used for welding reinforcing bars shall be in accordance with AWS D1.4 Table 5.1. All filler metals shall be low- hydrogen and handled in compliance with low- hydrogen practices specified in the AWS code. I 31 It G. \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I Short circuiting transfer with gas metal arc welding will not be allowed. Slugging of welds will not be allowed. For the purpose of compatibility with AWS D1.4, welded lap splices for spiral or hoop reinforcing 1 shall be considered Flare -V groove welds, indirect butt joints. The Contractor is responsible for using a welding sequence that will limit the alignment distortion of the bars due to the effects of welding. The maximum out -of -line permitted will be 1/4 inch from a 3.5 -foot straight -edge centered on the weld and in line with the bar. The ground wire from the welding machine shall be clamped to the bar being welded. Where epoxy- coated steel reinforcing bars are specified to be spliced by welding, the epoxy coating shall be left off or removed from the surfaces to be heated, but in no cases less than six inches of each bar being welded. After the welding is complete, the Contractor shall apply epoxy patching material to the uncoated portions of the bar in accordance with Section 6- 02.3(24)H. 6 02.3(25) Prestressed Concrete Girders In the first paragraph, the last sentence is revised to read: WSDOT certification will be granted at, and renewed during, the annual prestressed plant review 1 and approval process in accordance with WSDOT Materials Manual M 46 -01.04 Standard Practice QC 6. 6 02.3(25)1 Fabrication Tolerances In the first paragraph, item number 21 is revised to read: 21. Differential Camber Between Girders in a Span (measured in place at the job site): For deck bulb tee girders and PCPS Cambers shall be equalized when the members with grouted shear keys: differences in cambers between adjacent girders exceeds ± 1/4 inch 1 For deck bulb tee girders and PCPS Cambers shall be equalized when the members without grouted shear differences in cambers between keys: adjacent girders exceeds ± 1 /2 inch For all other prestressed concrete ± 18 inch per 10 feet of girder length girders: 6 02.3(25)0 Deck Bulb Tee Girder Flange Connection This section, including title, is revised to read: 1 Deck Bulb Tee Girder Flange and PCPS Member Connection The Contractor shall submit a method of equalizing deflections as a Type 1 Working Drawing. Any temporary strands in the top flange shall be cut per Section 6- 02.3(25)N prior to equalizing girder deflections. i Deck bulb tee girders and PCPS members with grouted shear keys shall be constructed in the following sequence: 1 1. Deflections shall be equalized per the Contractor's equalization plan. 2. Intermediate diaphragms shall be placed and weld ties shall be welded. Welding ground ' shall be attached directly to the steel plates being welded when welding the weld -ties. 3. The keyways shown in the Plans to receive grout shall be filled flush with the surrounding surfaces using a grout conforming to Section 9- 20.3(2). ' G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 32 I 4. Equalization equipment shall not be removed and other construction equipment shall not be placed on the structure until intermediate diaphragms have attained a minimum compressive strength of 2,500 psi and keyway grout has achieved a minimum compressive strength of 4000 psi. Deck bulb tee girders and PCPS members without grouted shear keys shall be constructed in the following sequence: 1. Deflections shall be equalized per the Contractor's equalization plan. 2. Intermediate diaphragms shall be placed and weld ties shall be welded. Welding ground shall be attached directly to the steel plates being welded when welding the weld -ties. I 3. Equalization equipment shall not be removed and other construction equipment shall not be placed on the structure until intermediate diaphragms have attained a minimum compressive strength of 2,500 psi. 6- 02.3(26)F Prestressing Reinforcement The last sentence in the fourth paragraph is revised to read: If the prestressing reinforcement will not be stressed and grouted for more than 7 calendar days after it is placed in the ducts, the Contractor shall place an approved corrosion inhibitor conforming to Federal Specification MIL- I- 22110C in the ducts. 6- 02.3(28) Precast Concrete Panels In the first paragraph, the third sentence is revised to read: 1 WSDOT Certification will be granted at, and renewed during, the annual precast plant review and approval process in accordance with WSDOT Materials Manual M 46 -01.04 Standard Practice QC 7. 6 -02.4 Measurement The following three new paragraphs are inserted before the last paragraph: Expansion joint system seal - superstr. will be measured by the linear foot along its completed I line and slope. Expansion joint modification will be measured by the linear foot of expansion joint modified along its completed line and slope. Prestressed concrete girder will be measured by the linear foot of girder specified in the Proposal. I 6 -02.5 Payment In the paragraph following the bid item "Commercial Concrete ", per cubic yard the second sentence is revised to read: All costs in connection with concrete curing, producing concrete surface finish with form liners, and furnishing and applying pigmented sealer to concrete surfaces as specified, shall be included in the unit contract price per cubic yard for "Conc. Class The following new paragraph is inserted after the bid item "Superstructure (name bridge) ", lump sum: All costs in connection with constructing, finishing and removing the bridge deck test slab as specified in Section 6- 02.3(10)D1 shall be included in the lump sum Contract price for "Superstructure" or "Bridge Deck" for one bridge in each project, as applicable. In the paragraph following the bid item "Epoxy- Coated St. Reinf. Bar ", per pound, the first sentence is revised to read: 33 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I Payment for reinforcing steel shall include the cost of drilling holes in concrete for, and setting, steel reinforcing bar dowels with epoxy bonding agent, and furnishing, fabricating, placing, and splicing the reinforcement. The bid item "Cure Box ", lump sum and paragraph following bid item are deleted. The following three new bid items are inserted before the bid item "Bridge Approach Slab ", per square yard: "Expansion Joint System - Superstr. ", per linear foot. "Expansion Joint Modification - ", per linear foot. "Prestressed Conc. Girder ", per linear foot. 6- 13.AP6 Section 6 -13, Structural Earth Walls i January 5, 2015 6- 13.3(1) Quality Assurance In the first paragraph, the first sentence is revised to read: The structural earth wall manufacturer shall provide a qualified and experienced representative to resolve wall construction problems. In the first paragraph, the last sentence is revised to read: Recommendations made by the structural earth wall manufacturer's representative shall be followed by the Contractor. In the second paragraph, item number 4 is revised to read: 4. The base of the structural earth wall excavation shall be within three inches of the staked elevations, unless otherwise accepted or specified by the Engineer. In the second paragraph, item number 6 is revised to read: 6. The backfill reinforcement layers shall be located horizontally and vertically within one inch of the locations shown in the structural earth wall working drawings. 6 13.3(2) Submittals In the first paragraph, the first sentence is revised to read: The Contractor, or the supplier as the Contractor's agent, shall furnish a Manufacturer's Certificate of Compliance certifying that the structural earth wall materials conform to the specified material ' requirements. The second paragraph is revised to read: A Type 1 Working Drawing of all test results, performed by the Contractor or the Contractor's supplier, which are necessary to assure compliance with the specifications, shall submitted along with each Manufacturer's Certificate of Compliance. In the third paragraph, the first sentence is revised to read: Before fabrication, the Contractor shall submit a Type 1 Working Drawing consisting of the field construction manual for the structural earth walls, prepared by the wall manufacturer. 34 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I In the fourth paragraph, the first sentence is revised to read: I The Contractor, through the license /patent holder for the structural earth wall system, shall submit Type 2E Working Drawings consisting of detailed design calculations and details. The last paragraph is deleted. 6- 13.3(3) Excavation and Foundation Preparation In the first paragraph, the last two sentences are revised to read: The foundation for the structure shall be graded level for a width equal to or exceeding the length of reinforcing as shown in the structural earth wall working drawings and, for walls with geogrid reinforcing, in accordance with Section 2 -12.3. Prior to wall construction, the foundation, if not in rock, shall be compacted as accepted by the Engineer. 6- 13.3(6) Welded Wire Faced Structural Earth Wall Erection The first two sentences are revised to read: The Contractor shall erect the welded wire wall reinforcement in accordance with the wall manufacturer's field construction manual. Construction geotextile for wall facing shall be placed between the backfill material within the reinforced zone and the coarse granular material immediately behind the welded wire wall facing, as shown in the Plans and the structural earth wall working drawings. 6- 13.3(7) Backfill The third paragraph is revised to read: Misalignment or distortion of the precast concrete facing panels or concrete blocks due to placement of backfill outside the limits of this specification shall be corrected in a manner acceptable to the Engineer. In item number 4 of the fifth paragraph, the phrase "as approved by the Engineer" is deleted. The last paragraph is deleted. 6- 13.3(8) Guardrail Placement In the first sentence of the second paragraph, "approval" is revised to read "permission ". 6- 13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier The first paragraph (up until the colon) is revised to read: The Contractor, in conjunction with the structural earth wall manufacturer, shall design and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with Section 6- 12.3(2) and the above ground geometry details shown in the Plans. The barrier Working Drawings and supporting calculations shall be Type 2E and shall include, at a minimum, the following: 8- O1.AP8 Section 8 -01, Erosion Control and Water Pollution Control January 5, 2015 8 -01.2 Materials O This section is supplemented with the following new paragraph: For all seed the Contractor shall furnish the Engineer with the following documentation: II 1. The state or provincial seed dealer license and endorsements. II 35 II G \ PROJECTS \2011 \11062 \ SPECS \City of Yakima Spec 2015 docx 2. Copies of Washington State Department of Agriculture (WSDA) test results on each lot of seed. Test results must be within six months prior to the date of application. 8- 01.3(1)A Submittals The first sentence in the second paragraph is revised to read: Modified TESC Plans shall meet all requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109. 8- 01.3(1)C Water Management 1 Items number 1 through 3 are deleted. This section is supplemented with the following new subsections: I 8- 01.3(1)C1 Disposal of Dewatering Water When uncontaminated groundwater with a pH range of 6.5 — 8.5 is encountered in an excavation, it may be disposed of as follows: 1 1. When the turbidity of the groundwater is 25 NTU or less, it may bypass detention and treatment facilities and be discharged into the stormwater conveyance system at a rate that will not cause erosion or flooding in the receiving surface water body. 2. When the turbidity of the groundwater is not more than 25 NTU above or 125% of the turbidity of the site stormwater runoff, whichever is greater, the same detention and ' treatment facilities as used to treat the site runoff may be used. 3. When the turbidity of the groundwater is more than 25 NTU above or 125% of the turbidity of the site stormwater runoff, whichever is greater, the groundwater shall be treated separately from the site stormwater. Alternatively, the Contractor may pursue independent disposal and treatment alternatives that do not 1 use the stormwater conveyance system. 8- 01.3(1)C2 Process Wastewater Wastewater generated on -site as a byproduct of a construction process shall not be discharged to 1 surface waters of the State. Some sources of process wastewater may be infiltrated in accordance with the NPDES Construction Stormwater General Permit. 1 8- 01.3(1)C3 Shaft Drilling Slurry Wastewater Wastewater generated on -site during shaft drilling activity shall be managed and disposed of in accordance with the requirements below. No shaft drilling slurry wastewater shall be discharged to surface waters of the State. Neither the sediment nor liquid portions of the shaft drilling slurry wastewater shall be contaminated, as detectable by visible or olfactory indication (e.g., chemical sheen or smell). I 1. Water -only shaft drilling slurry or water slurry with approved flocculants may be infiltrated on -site. Flocculants used shall meet the requirements of Section 9- 14.5(1) or shall be chitosan products listed as General Use Level Designation (GULD) on the Department of Ecology's stormwater treatment technologies webpage for construction treatment. 1 Infiltration is permitted if the following requirements are met: a. Wastewater shall have a pH of 6.5 — 8.5 prior to discharge. 1 b. The source water meets drinking water standards or the Groundwater Quality Criteria listed in WAC 173 - 200 -040. 1 c. The amount of flocculent added to the slurry shall be kept to the minimum needed to adequately settle out solids. The flocculent shall be thoroughly mixed into the slurry. 1 36 G: \PROJECTS \2011 \11062 \SPECS1City of Yakima Spec 2015.docx I d. Infiltration locations shall be at least 100 feet away from surface waters, wells, on -site D sewage systems, aquifer- sensitive recharge areas, sole source aquifers, and well- head protection areas. Before infiltration begins, there shall be a minimum of 5 feet of unsaturated soil between the soil surface receiving the wastewater for infiltration and the groundwater surface (i.e., saturated soil). e. The slurry removed from the shaft shall be contained in a leak proof cell or tank for a minimum of 3 hours. f. Within a 24 hour period, a maximum of 21,000 gallons of slurry wastewater may be infiltrated in an infiltration location. The infiltration rate shall be reduced if needed to prevent wastewater from leaving the infiltration location. The infiltration site shall be monitored regularly during infiltration activity. All wastewater discharged to the ground must fully infiltrate and discharges must stop before the end of each work day. g. After infiltration activity is complete, loose sediment in the infiltration location that may have resulted from the infiltration activity or the removal of BMPs used to manage infiltration activity shall be stabilized to prevent mobilization by stormwater runoff. h. Drilling spoils and settled sediments remaining in the containment cell or tank shall be disposed of in accordance with Section 6- 19.3(4)F. i. Infiltration locations shall be marked on the on -site temporary erosion and sediment control (TESC) plan sheets before the infiltration activity begins. j. Prior to infiltrating water -only shaft drilling slurry or water slurry with approved flocculants, the Contractor shall submit a Shaft Drilling Slurry Wastewater Management and Infiltration Plan as a Type 2 Working Drawing. This Plan shall be kept on -site, adapted if needed to meet the construction requirements, and updated to reflect what is being done in the field. The Working Drawing shall include, at a minimum, the following information: i. Plan sheet showing the proposed infiltration location and all surface waters, wells, on -site sewage systems, aquifer- sensitive recharge areas, sole source aquifers, and well -head protection areas within 150 feet. 1 ii. The proposed elevation of soil surface receiving the wastewater for infiltration and the anticipated phreatic surface (i.e., saturated soil). iii. The source of the water used to produce the slurry. iv. The estimated total volume of wastewater to be infiltrated. I v. The approved flocculent to be used (if any). vi. The controls or methods (e.g., trenches, traps, berms, silt fence, dispersion, or discharge metering devices) that will be used to prevent surface wastewater runoff from leaving the infiltration location. The Working Drawing shall include all pertinent design details (e.g., sizing of trenches or traps, placement or height of berms, application techniques) needed to demonstrate the proposed controls or methods are adequate to prevent surface wastewater runoff from leaving the infiltration location. vii. The strategy for removing slurry wastewater from the shaft and containing the slurry wastewater once it has been removed from the shaft. I 37 II G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I ' viii. The strategy for monitoring infiltration activity and adapting methods to ensure compliance. ix. A contingency plan that can be implemented immediately if it becomes evident 1 that the controls in place or methods being used are not adequate. x. The strategy for cleaning up the infiltration location after the infiltration activity is done. Cleanup shall include stabilizing any loose sediment on the surface within the infiltration area generated as a byproduct of suspended solids in the infiltrated wastewater or soil disturbance associated with BMP placement and removal. 1 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives not approved for infiltration shall be contained and disposed of by the Contractor at an approved disposal facility in accordance with Section 2- 03.3(7)C. Spoils that have come into contact with mineral slurry shall be disposed of in accordance with Section 6- 19.3(4)F. 8 01.3(1)C4 Management of Off - Site Water ' Prior to disruption of the normal watercourse, the Contractor shall intercept the off -site surface water and pipe it either through or around the project site. This water shall not be combined with on -site stormwater. It shall be discharged at its preconstruction outfall point in such a manner that there is no increase in erosion below the site. The Contractor shall submit a Type 2 Working Drawing consisting of the method for performing this Work. 8 01.3(2)A Preparation for Application ' This section's content is deleted and replaced with the following two new subsections: 8 01.3(2)A1 Seeding Areas to be cultivated are shown in the Plans or specified in the Special Provisions. The areas shall be cultivated to the depths specified to provide a reasonably firm but friable seedbed. Cultivation shall take place no sooner than 2 weeks prior to seeding. All areas to be seeded, including excavated slopes shall be compacted and prepared unless otherwise specified or ordered by the Engineer. A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded. The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope. The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding. Prior to seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction and valve boxes, walks, driveways, and other Structures. The soil shall be in a weed free and bare condition. All bags of seed shall be brought to the site in sealed bags and shall have seed labels attached ' showing the seed meets the Specifications. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 8 01.3(2)A2 Temporary Seeding A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded. The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural ' flow of water on the slope. The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding. 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 38 1 8- 01.3(2)B Seeding and Fertilizing In the list in the second paragraph, item numbers 1 -5 are revised to read: 1. A hydro seeder that utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. 2. Blower equipment with an adjustable disseminating device capable of maintaining a constant, measured rate of material discharge that will ensure an even distribution of seed at the rates specified. 0 3. Helicopters properly equipped for aerial seeding. 4. Power -drawn drills or seeders. 5. Areas in which the above methods are impractical may be seeded by hand methods. 8- 01.3(2)C Liming This section including title is deleted in its entirety and replaced with the following: 8- 01.3(2)C Vacant 8- 01.3(2)D Mulching The first sentence of the second paragraph is revised to read: Distribution of straw mulch material shall be by means that utilizes forced air to blow mulch material on seeded areas. 8- 01.3(11) Outlet Protection In the last sentence, "Section 9- 13.6" is revised to read "Section 9- 13.1(5) ". 8 -01.4 Measurement O In the twelfth paragraph, "liming" is deleted. 8 -01.5 Payment ii The bid item "Liming ", per acre is deleted. 8- 02.AP8 Section 8 -02, Roadside Restoration January 5, 2015 8- 02.3(1) Responsibility During Construction 11 The last sentence of the second paragraph is revised to read: This Work shall include keeping the planted and seeded areas free from insect infestation, weeds or unwanted vegetation, litter, and other debris along with retaining the finished grades and mulch in a neat uniform condition. 8- 02.3(2) Roadside Work Plan This section's title is revised to read: Work Plans It 39 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I This section's content is deleted in its entirety and replaced with the following new subsections: 8 02.3(2)A Roadside Work Plan Before starting any Work that disturbs the earth and as described in Sections 8 -01, 8 -02 and 8 -03, the Contractor shall submit a roadside work plan. The roadside work plan shall be submitted as a Type 1 Working Drawing and shall define the Work necessary to provide all Contract requirements, including: wetland excavation, soil preparation, habitat structure placement, planting area ' preparation, seeding area preparation, bark mulch and compost placement, seeding, planting, plant replacement, irrigation, and weed control in narrative form. 1 The Roadside Work Plan shall also include a copy of the approved progress schedule. 8 02.3(2)B Weed and Pest Control Plan The Weed and Pest Control Plan shall be submitted as a Type 1 Working Drawing. The weed and pest control plan shall include scheduling and methods of all control measures required under the Contract or proposed by the Contractor including soil preparation methods to meet the required soil surface conditions in the planting, bark mulch, and wetland areas. The weed control plan shall show 1 general weed control including hand, mechanical and chemical methods, timing, application of herbicides including type, rate, use and timing, mowing, and noxious weed control. Target weeds and unwanted vegetation to be removed shall be identified and listed in the weed control plan. The plan shall be prepared and signed by a licensed Commercial Pest Control Operator or Consultant when chemical pesticides are proposed. The plan shall include methods of weed control; dates of weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. In addition, the Contractor shall furnish the Engineer with a copy of the current product label for each pesticide and spray adjuvant to be used. These product labels shall be submitted with the weed control plan for approval. 8 02.3(2)C Plant Establishment Plan The Plant Establishment Plan shall be prepared in accordance with the requirements of Section 8- 02.3(13) and submitted as a Type 1 Working Drawing. The Plan shall show the proposed scheduling ' of activities, materials, equipment to be utilized for the first -year plant establishment, and an emergency contact person. The Plan shall include the management of the irrigation system, when applicable. Should the plan become unworkable at any time during the first -year plant establishment, the Contractor shall submit a revised plan prior to proceeding with further Work. 8 02.3(3) Weed and Pest Control This section is supplemented with the following new paragraph: ' Grass, including grass applied in accordance with Section 8 -01, growing within the mulch ring of a plant shall be considered a weed and be controlled on the project in accordance with the weed and pest control plan. 1 8 02.3(4) Topsoil The last sentence of the first paragraph is revised to read: ' After the topsoil has been spread, all large clods, hard lumps, and rocks 2 inches in diameter and larger, and litter shall be raked up, removed, and disposed of by the Contractor. 1 The following new paragraph is inserted after the first paragraph: Topsoil stockpiled for project use shall be protected to prevent erosion and weed growth. Weed growth on topsoil stockpile sites shall be immediately eliminated in accordance with the approved Weed and Pest Control Plan. ' G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 40 I' 8- 02.3(4)C Topsoil Type C The last sentence is revised to read: Topsoil Type C shall meet the requirements of Sections 8- 02.3(4), 8- 02.3(4)B, and 9- 14.1(3). 8- 02.3(12) Completion of Initial Planting Item number 4 in the last paragraph is deleted. 8- 02.3(13) Plant Establishment The first sentence of the second paragraph is deleted. The second paragraph is supplemented with the following new sentence: O The 1 calendar year shall be extended an amount equal to any periods where the Contractor does not comply with the plant establishment plan. The first sentence of the fourth paragraph is revised to read: During the first year of plant establishment under PSIPE (Plant Selection Including Plant Establishment), the Contractor shall meet monthly with the Engineer for the purpose of joint inspection of the planting material on a mutually agreed upon schedule. The last two paragraphs are deleted. II 8 -02.4 Measurement This section is supplemented with the following: Plant selection will be measured per each. PSIPE _ (Plant Selection Including Plant Establishment) will be measured per each. It 8 -02.5 Payment The paragraph following the bid item "Topsoil Type ", per acre is revised to read: The unit Contract price per acre for "Topsoil Type " shall be full payment for all costs for the specified Work. The bid item "PSIPE ", per each and the paragraph following the bid item are revised to read: "PSIPE ", per each. The unit Contract price for "Plant Selection ", per each, and "PSIPE ", per each, shall be full pay for all Work necessary for weed control within the planting area, planting area preparation, fine grading, planting, cultivating, plant storage and protection, fertilizer and root dip, staking, cleanup, and water necessary to complete planting operations as specified to the end of first year plant establishment. The bid item "Plant Establishment - Year" is deleted. 8- O4.AP8 Section 8 -04, Curbs, Gutters, and Spillways January 5, 2015 8 -04.2 Materials The referenced section for the following item is revised to read: Hand Placed Riprap 9- 13.1(4) 41 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx I 8- 04.3(1) Cement Concrete Curbs, Gutters, and Spillways The first sentence in the fourth paragraph is revised to read: Expansion joints in the curb or curb and gutter shall be spaced as shown in the Plans, and placed at the beginning and ends of curb returns, drainage Structures, bridges, and cold joints with existing curbs and gutters. In the third sentence of the fourth paragraph, " inch" is revised to read " inch ". 8 04.3(1)A Extruded Cement Concrete Curb ' The second sentence in the second paragraph is revised to read: Cement concrete curbs shall be anchored to the existing pavement by placing steel reinforcing bars 1 foot on each side of every joint. The third paragraph is revised to read: 1 Steel reinforcing bars shall meet the dimensions shown in the Standard Plans. 8- 11.AP8 Section 8 -11, Guardrail April 7, 2014 8- 11.3(1) Beam Guardrail ' After the below Amendments to 8- 11.3(1)F and 8- 11.3(1)G are applied, this section is supplemented with the following new sub - section: 8 11.3(1)F Removing and Resetting Beam Guardrail The Contractor shall remove and reset existing guardrail posts, rail element, hardware and blocks to the location shown in the Plans. The mounting height of reset rail element shall be at the height shown in the Plans. The void caused by the removal of the post shall be backfilled and compacted. The Contractor shall remove and replace any existing guardrail posts and blocks that are not suited for re -use, as staked by the Engineer. The void caused by the removal of the post shall be backfilled and compacted. The Contractor shall then furnish and install a new guardrail post to provide the necessary mounting height. 8 11.3(1)A Erection of Posts The second paragraph in this section is deleted. 8 11.3(1)C Terminal and Anchor Installation The last sentence in the last paragraph is deleted. 8 11.3(1)F Plans This section number is revised to: 8- 11.3(1)G ' 8- 11.3(1)G Guardrail Construction Exposed to Traffic This section number is revised to: ' 8 11.3(1)H 1 42 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx II 8- 18.AP8 Section 8 -18, Mailbox Support August 4, 2014 8- 18.3(1) Type 3 Mailbox Support 11 In the third paragraph, the first sentence is revised to read: With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other durable material, that meets the NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria may be used in place of the design shown in the Standard Plans. 8- 20.AP8 O Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical January 5, 2015 8- 20.2(1) Equipment List and Drawings The fifth paragraph is revised to read: The Contractor will not be required to submit shop drawings for approval for light standards and traffic signal standards conforming to the preapproved plans listed in the Special Provisions. The Contractor may use preapproved plans posted on the WSDOT website with a more current revision date than published in the Special Provisions. 8- 20.3(1) General 111 The following six new paragraphs are inserted after the second paragraph: If a portion of an existing communication conduit system is damaged due to the Contractor's activities, the affected system shall be restored to original condition. Conduit shall be repaired. Communication cables shall be replaced and the communication system shall be made fully operational within 24 hours of being damaged. Damaged communication cable shall be replaced between existing termination or splice points. No additional termination or splice points will be allowed. An existing termination or splice point is defined as a location where all existing fiber strands or twisted pair wires are terminated or spliced at one point. Communication cable shall be defined as either copper twisted pair or fiber optic cables. The Contractor may use temporary splices to restore Contracting Agency communication systems until the permanent communication cable system is restored. When damage to an existing communication system has occurred, the Contractor shall perform the following in addition to other restoration requirements: 1. Inspect the communication raceway system including locate wire or tape to determine the extent of damage. 2. Contact the Engineer for Fiber Optic Cable and Twisted Pair (TWP) Copper Cable acceptance testing requirements and communication system restoration requirements. 3. Initially perform the acceptance tests to determine the extent of damage and also perform the acceptance tests after repairs are completed. Provide written certification that the communication cable system, including the locate wire or tape, is restored to test standard requirements. Communication cables shall be restored by Contractor personnel that are WSDOT prequalified for communication installation work. Restoration shall be considered electrical work when the path of the communication system interfaces with electrical systems. Electrical work of this nature shall be performed by Contractor personnel that are WSDOT prequalified for work on both electrical and communication systems. 43 a G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I If the Contractor or Subcontractors are unable or unqualified to complete the restoration work, the Engineer may have the communication or electrical systems restored by other means and subtract ' the cost from the money that will be or is due the Contractor. When field repair of existing conduit, innerduct or outerduct is required, the repair kits shall be installed per manufacturer's recommendations. Repair kits and each connection point between the ' repair kit and the existing raceway system shall be sealed to prevent air leakage during future cable installation. ' 8 20.3(8) Wiring The second sentence in the eleventh paragraph is revised to read: Every conductor at every wire termination, connector, or device shall have an approved wire marking ' sleeve bearing, as its legend, the circuit number indicated in the Contract. 8 2O.3(13)A Light Standards ' In the third paragraph, the last sentence of item number 1 is revised to read: Conduit shall extend a maximum of 1 inch above the top of the foundation, including grounding end bushing or end bell bushing. 111 In the fourth paragraph, the second sentence of item number 1 is revised to read: Conduits shall be cut to a maximum height of 2 inches above the foundation including grounding end bushing or end bell bushing. 8- 22.AP8 Section 8 -22, Pavement Marking January 5, 2015 ' 8- 22.3(6) Removal of Pavement Markings The second sentence of the first paragraph is revised to read: Grinding to remove painted markings is only allowed prior to application of a Bituminous Surface Treatment. 8- 23.AP8 ' Section 8 -23, Temporary Pavement Markings January 5, 2015 This section's content is deleted in its entirety and replaced with the following new sub - sections: 8 - 23.1 Description The Work consists of furnishing, installing, and removing temporary pavement markings. Temporary ' pavement markings shall be provided where noted in the Plans; for all lane shifts and detours resulting from construction activities; or when permanent markings are removed because of construction operations. ' 8 - 23.2 Materials Materials for temporary markings shall be paint, plastic, tape, raised pavement markers or flexible raised pavement markers. Materials for pavement markings shall meet the following requirements: Raised Pavement Markers 9 -21 Temporary Marking Paint 9- 34.2(6) Plastic 9 -34.3 Glass Beads for Pavement Marking Materials 9 -34.4 Temporary Pavement Marking Tape 9 -34.5 44 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 Temporary Flexible Raised Pavement Markers 9-34.6 8.23.3 Construction Requirements 8- 23.3(1) General I The Contractor shall select the type of pavement marking material in accordance with the Contract. 8- 23.3(2) Preliminary Spotting All preliminary layout and marking in preparation for application or removal of temporary pavement markings shall be the responsibility of the Contractor. 8- 23.3(3) Preparation of Roadway Surface Surface preparation for temporary pavement markings shall be in accordance with the manufacturer's recommendations. 1 8- 23.3(4) Pavement Marking Application 8- 23.3(4)A Temporary Pavement Markings — Short Duration 1 Temporary pavement markings — short duration shall meet the following requirements: Temporary Center Line — A BROKEN line used to delineate adjacent lanes of traffic moving in opposite directions. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap. Temporary Edge Line — A SOLID line used on the edges of Traveled Way. The line shall be continuous if paint or tape is used. If temporary raised pavement markers are used, the line shall consist of markers installed continuously at 5 -foot spacing. Temporary Lane Line — A BROKEN line used to delineate adjacent lanes with traffic traveling in the same direction. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap, if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap. Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. Edge lines shall be installed only if specifically required in the Contract. All temporary pavement markings shall be retroreflective. 8- 23.3(4)A1 Temporary Pavement Marking Paint 1111 Paint used for short duration temporary pavement markings shall be applied in one application at a thickness of 15 mils or 108 square feet per gallon. Glass beads shall be in accordance with Section 8- 22.3(3)G. 8- 23.3(4)A2 Temporary Pavement Marking Tape Application of temporary pavement marking tape shall be in conformance with the manufacturer's recommendations. Black mask pavement marking tape shall mask the existing line in its entirety. 8- 23.3(4)A3 Temporary Raised Pavement Markers Temporary raised pavement markers are not allowed on bituminous surface treatments. 11 45 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I ' 8- 23.3(4)A4 Temporary Flexible Raised Pavement Markers Flexible raised pavement markers are required for new applications of bituminous surface treatments. Flexible raised pavement markers are not allowed on other ' pavement types unless otherwise specified or approved by the Engineer. Flexible raised pavement markers shall be installed with the protective cover in place. The cover shall be removed immediately after spraying asphaltic material. ' 8 23.3(4)B Temporary Pavement Markings — Long Duration Application of paint, pavement marking tape and plastic for long duration pavement markings shall meet the requirements of Section 8- 22.3(3); application of raised pavement markers shall meet the requirements of Section 8 -09.3; and application of flexible pavement markings shall be in conformance with the manufacturer's recommendations. 8 23.3(4)C Tolerance for Lines ' Tolerance for lines shall conform to Section 8 22.3(4). 8 23.3(4)D Maintenance of Pavement Markings ' Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent pavement markings are installed. As directed by the Engineer; temporary pavement markings that are damaged, including normal wear by traffic, shall be repaired or replaced immediately. Repaired and replaced pavement markings shall meet the requirements for the original pavement marking. 8 23.3(4)E Removal of Pavement Markings Removal of temporary paint is not required prior to paving; all other temporary pavement markings shall be removed. All temporary pavement markings that are required on the wearing course prior to construction of permanent pavement markings and are not a part of the permanent markings shall be completely removed concurrent with or immediately subsequent to the construction of the permanent pavement markings. Temporary flexible raised pavement markers on bituminous surface treatment pavements shall be cut off flush with the surface if their location conflicts with the alignment of the permanent pavement markings. All other temporary pavement markings shall be removed in accordance with Section 8-22.3(6). All damage to the permanent Work caused by removing temporary pavement markings shall be repaired by the Contractor at no additional cost to the Contracting Agency. 8 - 23.4 Measurement ' Temporary pavement markings will be measured by the linear foot of each installed line or grouping of markers, with no deduction for gaps in the line or markers and no additional measurement for the second application of paint required for long duration paint lines. Short duration and long duration ' temporary pavement markings will be measured for the initial installation only. 8 - 23.5 Payment ' Payment will be made in accordance with Section 1 -04.1, for each of the following Bid items that are included in the Proposal: "Temporary Pavement Marking — Short Duration ", per linear foot. ' "Temporary Pavement Marking — Long Duration ", per linear foot. The unit Contract price per linear foot for "Temporary Pavement Marking — Short Duration" and "Temporary Pavement Marking — Long Duration" shall be full pay for all Work. ' G: \PROJECTS\2011 \11062 \SPECS \City of Yakima Spec 2015.docx 46 1 9- 01.AP9 Section 9 -01, Portland Cement January 5, 2015 9- 01.2(3) Low Alkali Cement This section is revised to read: When low alkali portland cement is required, the percentage of alkalies in the cement shall not exceed 0.60 percent by weight calculated as Na20 plus 0.658 K20. This limitation shall apply to all types of portland cement. 9- 01.2(4) Blended Hydraulic Cement The first paragraph is revised to read: Blended hydraulic cement shall be either Type IP(X)(MS) or Type IS(X)(MS) cement conforming to AASHTO M 240 or ASTM C 595, except that the portland cement used to produce blended hydraulic cement shall not contain more than 0.75 percent alkalies by weight calculated as Na20 plus 0.658 K20 and shall meet the following additional requirements: 1. Type IP(X)(MS) - Portland - Pozzolan Cement where (X) equals the targeted percentage of fly ash, the fly ash is limited to a maximum of 35 percent by weight of the cementitious material; (MS) indicates moderate sulfate resistance. 2. Type IS(X)(MS) - Portland Blast- Furnace Slag Cement, where: (X) equals the targeted percentage of ground granulated blast- furnace slag, the ground granulated blast furnace slag is limited to a maximum of 50 percent by weight of the cementitious material; (MS) indicates moderate sulfate resistance. The first sentence of the second paragraph is revised to read: The source and weight of the fly ash or ground granulated blast- furnace slag shall be certified on the cement mill test report or cement certificate of analysis and shall be reported as a percent by weight of the total cementitious material. 9 -01.3 Tests and Acceptance The first paragraph is revised to read: Cement may be accepted by the Engineer based on the cement mill test report number or cement certificate of analysis number indicating full conformance to the Specifications. All shipments of the cement to the Contractor or concrete supplier shall identify the applicable cement mill test report number or cement certificate of analysis number and shall be provided by the Contractor or concrete supplier with all concrete deliveries. The second paragraph is revised to read: ii Cement producers /suppliers that certify portland cement or blended cement shall participate in the Cement Acceptance Program as described in WSDOT Standard Practice QC 1. 9 -01.4 Storage on the Work Site This section is revised to read: At the request of the Engineer, the Contractor shall provide test data to show that cement stored on site for longer than 60 days meets the requirements of 9 -01. Tests shall be conducted on samples taken from the site in the presence of the Engineer. Test results that meet the requirements of 9 -01 shall be valid for 60 days from the date of sampling, after which the Engineer may require further testing. 0 47 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx O I ' 9- 03.AP9 Section 9 -03, Aggregates August 4, 2014 ' 9- 03.1(2)C Use of Substandard Gradings This section including title is deleted in its entirety and replaced with the following: Vacant 9- 03.1(4)C Grading In the second paragraph, the first sentence is deleted. The third paragraph is deleted. ' 9- 03.1(5)B Grading The last paragraph is revised to read: The Contracting Agency may sample each aggregate component prior to introduction to the weigh 1 batcher or as otherwise determined by the Engineer. Each component will be sieve analyzed separately in accordance with WSDOT FOP for WAQTC /AASHTO Test Method T- 27/11. All aggregate components will be mathematically re- combined by the proportions (percent of total ' aggregate by weight) provided by the Contractor on Concrete Mix Design Form 350 -040. 9- 03.8(1) General Requirements The first paragraph up until the colon is revised to read: Preliminary testing of aggregates for source approval shall meet the following test requirements: ' The list in the first paragraph is supplemented with the following: Sand Equivalent 45 min. ' The following new paragraph is inserted after the first paragraph: Aggregate sources that have 100 percent of the mineral material passing the No. 4 sieve shall be ' limited to no more than 5 percent of the total weight of aggregate. 9- 03.14(3) Common Borrow This section is revised to read: ' Material for common borrow shall consist of granular or nongranular soil and /or aggregate which is free of deleterious material. Deleterious material includes wood, organic waste, coal, charcoal, or any other extraneous or objectionable material. The material shall not contain more than 3 percent organic material by weight. The plasticity index shall be determined using test method AASHTO T 89 and AASHTO T 90. ' The material shall meet one of the options in the soil plasticity table below. Soil Plasticity Table Option Sieve Percent Passing Plasticity Index 1 No. 200 0 - 12 N/A ' 2 No. 200 12.1 35 6 or Less 3 No. 200 Above 35 0 All percentages are by weight. G:\PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 48 1 If requested by the Contractor, the plasticity index may be increased with the approval of the Engineer. 9- 03.14(4) Gravel Borrow for Structural Earth Wall In the second table, the row beginning with "pH" is revised to read: 1 pH WSDOT Test 4.5 - 9 5 — 10 Method T 417 1 9- 05.AP9 Section 9 -05, Drainage Structures and Culverts April 7, 2014 9 -05.13 Ductile Iron Sewer Pipe The first paragraph is deleted. 9- 14.AP9 Section 9 -14, Erosion Control and Roadside Planting January 5, 2015 9.14.1 Soil This section, including title, is revised to read: 9 -14.1 Topsoil Topsoil shall not contain any recycled material, foreign materials, or any listed Noxious and Nuisance weeds of any Class designated by authorized State or County officials. Aggregate shall not comprise more than 10% by volume of Topsoil and shall not be greater than two inches in diameter. 9- 14.1(2) Topsoil Type B The last sentence of the second paragraph is deleted. 9 -14.2 Seed This section is revised to read: Seed of the type specified shall be certified in accordance with WAC 16 -302. Seed mixes shall be commercially prepared and supplied in sealed containers. The labels shall show: (1) Common and botanical names of seed (2) Lot number (3) Net weight 1 (4) Pounds of Pure live seed (PLS) in the mix (5) Origin of seed All seed vendors must have a business license issued by supplier's state or provincial Department of Licensing with a "seed dealer" endorsement. 9- 14.4(3) Bark or Wood Chips This section's title is revised to read: 1 Bark or Wood Chip Mulch 11 49 G' \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx Ii I ' The first paragraph is revised to read: Bark or wood chip mulch shall be derived from fir, pine, or hemlock species. It shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. Mulch produced from finished wood products or construction debris will not be allowed. ' 9 14.4(6) Gypsum The first sentence is revised to read: Gypsum shall consist of Calcium Sulfate (CaSO4-2H20) in a pelletized or granular form. 9 14.4(7) Tackifier This section is revised to read: Tackifiers are used as a tie -down for soil, compost, seed, and /or mulch. Tackifiers shall contain no growth or germination- inhibiting materials and shall not reduce infiltration rates. Tackifiers shall hydrate in water and readily blend with other slurry materials. The Contractor shall provide test results documenting the tackifier meets the requirements for Acute Toxicity, Solvents, and Heavy Metals as required in Table 1 in Section 9- 14.4(2). The tests shall be performed at the manufacturer's recommended application rate. 9 14.4(8) Compost The second paragraph is revised to read: Compost production and quality shall comply with WAC 173 -350. ' 9 14.4(8)A Compost Submittal Requirements Item 2 is revised to read: 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional ' Health Department in accordance with WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). 9 14.6(1) Description Item number 3 in the fourth paragraph is revised to read: 3. Live pole cuttings shall have a diameter between 2 inches and 3.5 inches. Live poles shall have ' no more than three branches which must be located at the top end of the pole and those branches shall be pruned back to the first bud from the main stem. 9 14.6(2) Quality The second and third paragraphs in this section are revised to read: All plant material shall comply with State and Federal laws with respect to inspection for plant ' diseases and insect infestation. Plants must meet Washington State Department of Agriculture plant quarantines and have a certificate of inspection. Plants originating in Canada must be accompanied by a phytosanitary certificate stating the plants meet USDA health requirements. All plant material shall be purchased from a nursery licensed to sell plants in their state or province. 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 50 I' 9- 15.AP9 Section 9 -15, Irrigation System August 4, 2014 9 -15.18 Detectable Marking Tape In the second paragraph, the table is supplemented with the following new row: Non - Potable Water Purple 9- 29.AP9 Section 9 -29, Illumination, Signal, Electrical January 5, 2015 9 -29.1 Conduit, Innerduct, and Outerduct This section is supplemented with the following new subsection: 9- 29.1(9) Repair Manufacturer repair kits shall be used for field repair of existing conduit, innerduct and outerduct. The conduit repair kit shall be manufactured specifically for the repair of existing damaged conduit, inner duct and outer duct. The repair kit shall be prepackaged and include the split conduit and split couplings necessary to restore the damaged conduit to the original inside dimensions including a water and air tight seal. 9- 29.2(1)B Heavy Duty Junction Boxes The second paragraph is revised to read: The Heavy -Duty Junction Box steel frame, lid support and lid fabricated from steel plate and shapes shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3. Ductile iron and gray iron castings shall not be painted. The following new paragraph is inserted after the second paragraph: The concrete used in Heavy -Duty Junction Boxes shall have a minimum compressive strength of 4,000 psi. In the fourth paragraph (after the preceding Amendment is applied), the table is revised to read: -Materia >: ^ : :. =:Requirement w._ _�: ; pe -.. �_ _.t_.._ ��: '�;:, : Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Lid ASTM A 786 diamond plate steel, rolled from plate complying with ASTM A 572, grade 50 or ASTM A 588, and having a min. CVN toughness of 20 ft -lb at 40 degrees F. Or Ductile iron casting meeting Section 9 -05.15 Frame and stiffener plates ASTM A 572 grade 50 or ASTM A 588, both with min. CVN toughness of 20 ft -lb at 40 degrees F Or Gray iron casting meeting Section 9 -05.15 Anchors (studs) Section 9 -06.15 Threaded Anchors for Gray Iron ASTM F1554 grade 55 Headed Anchor Requirements Frame Bolts, Studs, Nuts, Washers ASTM F 593 or A 193, Type 304 or 316, or Stainless steel grade 302, 304, or 316 in accordance with approved shop drawings 51 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx I ' Hinges and Locking and Latching In accordance with approved shop drawings Mechanism and associated Hardware and Bolts Safety Bars In accordance with approved shop drawings The last paragraph is revised to read: ' The bearing seat and lid perimeter shall be free from burrs, dirt, and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter shall be machined to allow a minimum of 75 percent of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. ' 9 29.2(2) Standard Duty and Heavy - Duty Cable Vaults and Pull Boxes This section's title is revised to read: ' Small Cable Vaults, Standard Duty Cable Vaults, Heavy -Duty Cable Vaults, Standard Duty Pull Boxes, and Heavy -Duty Pull Boxes In the first paragraph, the first sentence is revised to read: Small, Standard Duty and Heavy -Duty Cable Vaults and Standard Duty and Heavy -Duty Pull Boxes shall be constructed as a concrete box and as a concrete lid. 9 29.2(2)A Standard Duty Cable Vaults and Pull Boxes This section's title is revised to read: ' Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes The first paragraph is revised to read: Small and Standard Duty Cable Vaults and Standard Duty Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(1)C for concrete Standard Duty Junction Boxes. In the second paragraph, the first sentence is revised to read: Concrete for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall have a minimum compressive strength of 4,000 psi. ' In the third paragraph, the first sentence is revised to read: All Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes placed in sidewalks, walkways, and shared -use paths shall have slip- resistant surfaces. The fourth paragraph (up until the colon) is revised to read: ' Materials for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall conform to the following: 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 52 11 9 -29.3 Fiber Optic Cable, Electrical Conductors, and Cable This section is supplemented with the following new subsection: 9- 29.3(3) Wire Marking Sleeves Wire marking sleeves shall be full - circle in design, non - adhesive, printable using an indelible ink and shall fit snugly on the wire or cable. Marking sleeves shall be made from a PVC or polyolefin, and provide permanent identification for wires and cables. 9- 29.3(2)A4 Location Wire II This section is revised to read: Location wire shall be steel core copper clad minimum size AWG 14 insulated conductor. The insulation shall be orange High Molecular Weight High Density Polyethylene (HMHDPE). 9- 32.AP9 Section 9 -32, Mailbox Support August 4, 2014 9 -32.7 Type 2 Mailbox Support The first sentence is revised to read: Type 2 mailbox supports shall be 2 -inch 14 -gage steel tube and shall meet the NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria. 9- 34.AP9 Section 9 -34, Pavement Marking Material January 5, 2015 9 -34.2 Paint The second paragraph is revised to read: Blue and black paint shall comply with the requirements of yellow paint in Section 9- 34.2(4) and Section 9- 34.2(5), with the exception that blue and black paints do not need to meet the requirements for titanium dioxide, directional reflectance, and contrast ratio. 9 -34.4 Glass Beads for Pavement Marking Materials In the third paragraph, the table titled "Metal Concentration Limits" is revised to read: Metal Concentration Limits Element Test Method Max. Parts Per Million (ppm) Arsenic EPA 3052 SW -846 6010C 10.0 Barium EPA 3052 SW -846 6010C 100.0 Cadmium EPA 3052 SW -846 6010C 1.0 Chromium EPA 3052 SW -846 6010C 5.0 Lead EPA 3052 SW -846 6010C 50.0 Silver EPA 3052 SW -846 6010C 5.0 Mercury EPA 3052 SW -846 7471 B 4.0 9 -34.5 Temporary Pavement Marking Tape This section is revised to read: Biodegradable tape with paper backing is not allowed. II III G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 53 I ' This section is supplemented with the following new sub - sections: 9 34.5(1) Temporary Pavement Marking Tape — Short Duration Temporary pavement marking tape for short duration shall conform to ASTM D4592 Type II except J that black tape, black mask tape and the black portion of the contrast removable tape, shall be non - reflective. ' 9 34.5(2) Temporary Pavement Marking Tape — Long Duration Temporary pavement marking tape for long duration shall conform to ASTM D4592 Type I. Temporary pavement marking tape for long duration, except for black tape, shall have a minimum initial coefficient of retroreflective luminance of 200 mcd *m when measured in accordance with ' ASTM E 2832 or ASTM E 2177. Black tape, black mask tape and the black portion of the contrast removable tape, shall be non - reflective. ' 9 - 34.6 Temporary Raised Pavement Markers This section's title is revised to read: Temporary Flexible Raised Pavement Markers The second paragraph is deleted. ' 9- 35.AP9 Section 9 -35, Temporary Traffic Control Materials August 4, 2014 ' 9 -35.0 General Requirements The following item is deleted from the list of temporary traffic control materials: ' Barrier Drums The last sentence of the second paragraph is revised to read: ' Certification for crashworthiness according to NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) will be required as described in Section 1- 10.2(3). ' 9 - 35.2 Construction Signs The first sentence is revised to read: Construction signs shall conform to the requirements of the MUTCD and shall meet the ' requirements of NCHRP Report 350 for Category 2 devices or MASH. 9 - 35.7 Traffic Safety Drums The third paragraph is revised to read: Drums and light units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1- 10.2(3). ' 9 - 35.8 Barrier Drums This section including title is deleted in its entirety and replaced with the following: ' 9 -35.8 Vacant 9 -35.12 Transportable Attenuator In the first paragraph, the fourth sentence is revised to read: The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 3 or MASH Test Level 3 requirements. GAPROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 54 1 9 -35.13 Tall Channelizing Devices In the sixth paragraph, the last sentence is revised to read: The method of attachment must ensure that the light does not separate from the device upon impact and light units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1- 10.2(3). II II II II II a O II II 0 II O 55 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx 1 SPECIAL PROVISIONS FOR CITY OF YAKIMA ' CASCADE MILL PARKWAY COUPLET IMPROVEMENTS CITY OF YAKIMA PROJECT NO. YR2377 HLA PROJECT NO. 11062 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2014 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any ' • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. DESCRIPTION OF WORK The project consists of the following work: Clearing and grubbing. Demolition of existing streets, sidewalks, curb and gutters, walls, fences, house, underground utilities, etc. Construction of a new roundabout, new boulevard section, and connections to existing streets. Project will include new HMA and cement concrete streets, ' sidewalks, curb and gutters, water mains, storm drainage improvements, retaining walls, street and pedestrian lights, trees, plantings, irrigation system, and other related improvements. 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 2014, referenced codes and organizations, and these Special Provisions. G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 56 II 1 -01 DEFINITIONS AND TERMS 1 -01.3 Definitions (March 8, 2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. I Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Supplement this section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary ", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. I 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. 57 G. \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, ' from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. ' Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1 -08.5. Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the Contract time begins. ' Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. The terms defined in Section 1 -01.3 of the Standard Specifications shall be further described by the following: Contracting Agency City of Yakima 129 North Second Street Yakima, WA 98901 The terms "Contracting Agency", `Agency" and "Owner" are interchangeable. 1 Engineer H.W. Lochner, Inc. Huibregtse, Louman Associates, Inc., (H LA) 915 118th Ave SE, Ste 130 2803 River Road Bellevue, WA 98005 Yakima, WA 98902 Inspector The Contracting Agency's designated Inspector (Resident Engineer) who observes the Contractor's performance. Working Drawings ' Working drawings are further defined as electrical diagrams, catalog cut sheets, manufacturer's infor- mational sheets describing salient features, performance curves, or samples of fabricated and manufactured items (including mechanical and electrical equipment) required for the construction project. G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 58 II 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: I 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of ROW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 6 Furnished automatically upon and Contract Provisions award. Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost a stated in the Call for Bids. 1 -02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. I II 59 G. \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 1 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. i A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). ' 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. Supplement this section with the following: Any bid item which has a unit price but no extension column amount shall have the extension amount determined by multiplying the unit price times the unit quantity. Any bid item which does not have a unit price but does have an extension column amount shall have the unit price determined by dividing the extension amount by the unit quantity. Should both the unit price and the extension column amount be left blank, then the entire bid shall be considered non- responsive. 1 -02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 1 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; 1 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 much use the bond form included in the Contract Provisions. G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 60 r If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. , Supplement this section with the following: Bid Bond form shall be fully completed including execution date and signature date. 1 -02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Title and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272 -056A EF, as required by Section 1-02.6. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1 -02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1 -02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1 -02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1 -02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 I G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 61 I This section is supplemented with the following: Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contactors or business entities that contract with the City for the award of any City Contract for public works in excess of Five Thousand Dollars ($5,000), or any other City contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and hereafter to verify its employee's proof of citizenship and authorization to work in the United States. E- Verify will be used for newly hired employees during the term of the contract only; it is not to be used for existing employees. The contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. If the contractor has not previously filed an E- Verify Compliance Declaration with the City, the Contractor must sign the attached E- Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid. 1 -02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option A) j Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. As evidence that the Bidder meets the mandatory bidder responsibility criteria, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The Contracting Agency also reserves the right to obtain information from third parties concerning a Bidder's compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. 1 -02.15 Pre -Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 1 62 G: \PROJECTS \2011 \110621SPECS \City of Yakima Spec 2015.docx 1 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the 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: I, 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. 1 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency- furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond (December 8, 2014 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx 63 r performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on a Contracting Agency- furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 1 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect by the president or vice president). 1 - 03.7 Judicial Review Revise the last sentence to read: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. 1 -04 SCOPE OF THE WORK ' 1 -04.1 Intent of the Contract 1- 04.1(2) Bid Items Not Included in the Proposal Delete the first paragraph in its entirety and replace it with the following: If work is required to complete the project according to the intent of the Plans and Specifications but no bid item is provided in the Bid Schedule, then the Contractor shall include the cost for providing the necessary work in the unit or lump sum price for the bid item most closely related to the work. 1 1 64 G: \PROJECTS\2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: I Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 -04.11 Final Cleanup This section is supplemented with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1 -05 CONTROL OF WORK I 1 -05.1 Authority of the Engineer This section is supplemented with the following: I Unless otherwise expressly provided in the Contract Drawings, Specifications and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property of the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 1 -05.4 Conformity with and Deviations from Plans and Stakes This section is supplemented with the following: The Contractor shall be responsible for all surveying required for this project. A Professional I Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, 65 G. \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx , damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to the other bid items of the project. 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: 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 j emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 - 05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date 1 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. G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 66 I Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the • work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. I 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 1 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. I 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. I I 67 1 G. \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx 1- 05.12(1) One -Year Guarantee Period (New Section) (March 8, 2013 APWA GSP) The following new section shall be added to the Standard Specifications: The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. 1 When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the 1 corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. Supplement this section with the following: : 9 The Contractor agrees the above one -year limitation shall not exclude nor diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year. 1 - 05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1 - 05.15 Method of Serving Notices I (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 Protect Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1 - 05.16 Water and Power (October 1, 2005 APWA GSP) Add the following new section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. I G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 68 I 1 -06 CONTROL OF MATERIAL 1 -06.2 Acceptance of Materials 1- 06.2(1) Samples and Tests for Acceptance J This section is supplemented with the following: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and /or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. I The sampling frequency is as follows: Trench Backfillinq I Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7- 08.3(3) or 7- 10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2- 03.3(14). 1 Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). I 69 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 dock I 1 Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10) B of these Special Provisions. Cement Concrete Curb, Gutter and Sidewalk One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. The concrete shall be tested for temperature, air content, slump and compressive strength. 1 Cement Concrete Pavement Testing for Cement Concrete Pavement shall be in accordance with Section 5- 05.3(4)A. 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 1 articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1 I I 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 70 I 1 -07.2 State Taxes Delete this section, including its sub - sections, in its entirety and replace it with the following: 1 -07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(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 111 Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(1) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. I 1- 07.2(2) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing I buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. I 71 G' \ PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx , I 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1 - 07.6 Permits and Licenses Supplement this section with the following: The Contractor and all subcontractors are responsible for obtaining and paying for business licenses in the City of Yakima. No hydraulic permits are required for this project unless the Contractor's operations use, divert, 1 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. All costs required to comply with this section shall be the responsibility of the Contractor. 1 - 07.13 Contractor's Responsibility for Work 1- 07.13(3) Relief of Responsibility for Damage by Public Traffic Delete this section and replace it with the following: I When it is necessary for public traffic to utilize the street and associated facilities during construction, the Contractor shall be responsible for damages to permanent work. The Contractor shall provide all necessary protection and temporary facilities to accommodate both vehicular and pedestrian traffic during construction. 1 - 07.17 Utilities and Similar Facilities Supplement this section with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available 1 information obtained without uncovering, measuring, or other verification. 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 this project. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. 1 The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: City of Yakima Water & Irrigation 2301 Fruitvale Blvd., Yakima, WA 98902 509 - 576 -6154 CenturyLink 8 S. 2 "d Ave., Room 304, Yakima, WA 98902 509-575-7185 Charter Communications 1005 N. 16th Ave., Yakima, WA 98902 509 - 962 -4801 ' City of Yakima Wastewater Div. 2220 E. Viola, Yakima, WA 98901 509 - 575 -6077 Cascade Natural Gas Corp. 701 S. 1st Ave., Yakima, WA 98902 509 -961 -7909 Pacific Power 500 N. Keys Rd., Yakima, WA 98901 509 - 575 -3158 I 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 72 I The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1- 800 - 553 -4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 -07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance (January 24, 2011 APWA GSP) 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. 1 E. The Contractor's and all subcontractors' insurance coverage shall be primary and non - contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. F.The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). I H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. 73 G' \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx , r I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): 1 The Contracting Agency and its officers, elected officials, employees, agents, and volunteers appointed officials. The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, 1 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 Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1 07.18(5)A Commercial General Liability I A policy of Commercial General Liability Insurance, including: Per project aggregate ' G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 74 r 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 $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. I 1 -07.23 (1) Public Convenience and Safety Construction Under Traffic , Supplement this section with the following: 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 , 75 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx ' r absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Posted Speed Distance From Traveled Way ' 35 mph or less (Feet) * 40 mph 15 1 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right -of -way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. ' Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where 1 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 i 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 1 construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a 76 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property 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 111 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 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. I The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; , 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1- 08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being 77 G. \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I requested, and why. Requests shall be submitted for review no later than five (5) working days prior to the day(s) the Contractor is requesting to change the hours. 1 If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non - Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other contracting Agency employees or third party consultants, when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. ' 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period. 4. If a 4 -10 work schedule is requested and approved the non - working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1 -08.3 Progress Schedule This section is supplemented with the following: ' The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence ' differing from which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 -08.4 Prosecution of Work Delete this section and replace it with the following: 1 -08.4 Notice to Proceed and Prosecution of the Work (June 27, 2011 APWA GSP) ' Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or 78 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx r 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 This section is supplemented with the following: This project shall be physically completed within 120 working days. (August 14, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: I 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 b. Material Acceptance Certification Documents c. Final Contract Voucher Certification d. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors e. Property owner releases per Section 1 -07.24 f. Project record drawings per Section 1- 05.3(1) g. Personnel Inventory Form I 1 -08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be 79 G: \PROJECTS \2011 \11062 \ SPECS \ City of Yakima Spec 2015.docx I I ' assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1 08.10(1) Termination for Default 1 In the last sentence of the fifth paragraph, replace "State of Washington, Department of Transportation" with "Contracting Agency." 1 -09 MEASUREMENT AND PAYMENT 1 -09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: ' The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 80 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I 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: ' Retainage per Section 1- 09.9(1), on non FHWA- funded projects; The amount of progress payments previously made; and 1 Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 -05.1. 1 -10 TEMPORARY TRAFFIC CONTROL 1 -10.2 Traffic Control Management 1- 10.2(1) General (December 1, 2008) Supplement this section with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 I 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- 10.2(2) Traffic Control Plans , Delete the first two sentences of the first paragraph and replace with the following: The Contractor shall be required to prepare traffic control plans required to complete the work. Traffic , control plans shall be prepared in accordance with the City of Yakima's Municipal Code, Chapter 8.72 Excavations in Public Right -of -Way. No work shall be done on or adjacent to any traveled way without City- approved and Engineer- approved traffic control plans. The Contractor shall designate a Traffic Control Supervisor who shall prepare, revise, supplement, or modify the traffic control plans when needed to show the necessary Class A and B construction signing and barricades, traffic control devices, and traffic flagging operations required for the 81 1 G. \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I contractor's operation and submit it to the Engineer for review no later than the preconstruction conference date. When the Class B signing for a particular area will be provided as detailed on one or more of the figures included in the WSDOT standard plans or MUTCD without modification, the ' Contractor may reference the applicable figure or standard plan at the appropriate location on the Plan. When this procedure is used, variable distances such as minimum length of taper must be specified by the Contractor. The Traffic Control Supervisor who prepared the traffic control plan shall sign and date the plan. ' 1 -10.4 Measurement (August 2, 2004) I Section 1- 10.4(2) is supplemented with the following: 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 Section 2 -01.1 is supplemented: t Clearing and grubbing on this project shall be performed within the limits of the slope stakes. The Contracting Agency estimates that approximately 2.9 acres of clearing and grubbing will be required. 2 -01.2 Disposal of Usable Material and Debris This section is revised as follows: Change the word "three" in the third paragraph to "two ". 2- 01.2(1) Disposal Method N. 1 — Open Burning This section is deleted. 1 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.1 Description This section is supplemented with the following: Removal of structures and obstructions shall include all items shown for removal on the Contract Plan Demolition Sheets, D1 -D3. 2 -02.3 Construction Requirements This section is supplemented with the following: Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal from those areas that pavement is to remain. Concrete curb, gutter and sidewalks shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the Contractor shall saw cut these structures in neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. The materials to be removed under this section shall become the property of the Contractor. The Contractor shall remove and dispose of the materials outside of the project limits. 82 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx r Any damage caused to the pavement, curb, gutter or sidewalk that is scheduled to remain, due to the Contractor's operation, shall be repaired by the Contractor to the satisfaction of the Engineer at no expense to the Contracting Agency. 2- 02.3(3) Removal of Pavements, Sidewalks, Curbs, and Gutters I This section is supplemented with the following: Item 1 is revised to read: , Haul all broken pieces to an off - project site to be obtained by the Contractor. Item 3 is revised by adding the following to the end of the first sentence: "or remove to the nearest joint as directed." 2 -02.4 Measurement This section is supplemented with the following: I Where saw cutting is necessary, the Contractor shall be paid by the linear foot, regardless of depth of cut, which includes all labor and equipment required to do the cut. For this project, the maximum expected depth of cut is 6- inches. 2 -02.5 Payment This section is supplemented by adding the following pay item: "Saw Cut ", per linear foot. 2 -03 ROADWAY EXCAVATION AND EMBANKMENT 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. Suitable materials from the excavations shall be used in the embankments. 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. 2 -07 WATERING 2 -07.3 Construction Requirements Add the following new section: 2- 07.3(A) Water Supplied From Hydrants I The Contractor shall contact the City of Yakima Water /Irrigation Division to secure a metered hydrant connection and comply with all requirements before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as permit has been obtained. 83 1 a 1PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx I The Contractor shall only use hydrant wrenches to operate hydrants. The hydrant valve must be open full, since a partially opened valve may cause damage to the hydrant. The auxiliary valve on the ' outlet of the metered hydrant connection shall be used with for flow control purposes. Fire hydrant valves must be closed slowly to avoid pressure surges in the water system. The Contractor shall carefully note the importance of following these directions. If a hydrant or metered connection is damaged, the Contractor shall immediately notify the City of Yakima Water /Irrigation Division so that the damage can be repaired as quickly as possible. Upon completing the use of the hydrants, the Contractor shall return the metered hydrant connection. The City of Yakima Water /Irrigation Division may inspect the hydrant for any possible damage. The contractor will be billed for repairing the damage to a hydrant or meter if resulting from improper use. ' The contractor shall convey the water from the nearest convenient hydrant at their own expense and as approved by the City of Yakima Water /Irrigation Division. The contractor shall be responsible for all costs associated with the use of the hydrant, including rental fees and metered water use. ' Any violation of these requirements may result in fines and damage costs to the contractor resulting from the malfunctioning of damaged fire hydrants, in the event of fire. 4 -05 ASPHALT TREATED BASE 4 -05.1 Description Asphalt treated base consists of a compacted course of base material which has been weatherproofed and stabilized by treatment with an asphalt binder. The Work shall consist of one or more courses of asphalt treated base placed on the Subgrade in accordance with these Specifications and in conformity with the lines, grades, thicknesses, and typical cross - sections shown in the Plans or as staked. 4 - 05.2 Materials Materials shall meet the requirements of the following sections: ' Asphalt 9 -02.1 Anti - Stripping Additive 9 -02.4 Aggregates 9 -03.6 The performance grade of paving asphalt binder shall be 64 -28. 4 -05.3 Construction Requirements ' 4- 05.3(1) Asphalt Mixing Plant Asphalt mixing plants for asphalt treated base shall meet the following requirements: Heating The plant shall be capable of heating the aggregates to the required temperature. ' Proportioning The mixing plant shall be capable of proportioning: the aggregates to meet the Specifications; and the asphalt at the rate specified by the Engineer. If the aggregates are supplied in two or more sizes, means shall be provided for proportioning or blending the different sizes of aggregates to produce material meeting the Specification requirements. 84 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 dock r Mixing The mixer shall be capable of producing a uniform mixture of uniformly coated aggregates meeting the requirements of these Specifications. 4- 05.3(2) Preparation of Aggregates 1 Aggregates for asphalt treated base shall be stockpiled before use in accordance with the requirements of Section 3 -02. 1 The aggregates shall be heated as required by the Engineer. 4- O5.3(2)A Mix Design , The mix design requirements for asphalt treated base shall be as described in Section 5- O4.3(7)A. 4- 05.3(3) Heating of Asphalt Material 1 Heating of the asphalt material shall conform to the requirements of Section 5- 04.3(6). 4- 05.3(4) Mixing The asphalt treated base shall be mixed in accordance with the requirements of Section 5- 04.3(8). 4- 05.3(5) Hauling Equipment Hauling equipment for asphalt treated base shall conform to the requirements of Section 5- 04.3(2). , 4- 05.3(6) Spreading and Finishing Asphalt treated base shall be spread with a spreading machine equipped with a stationary, vibratory, or oscillating screed or cut -off device, subject to the approval of the Engineer. Approval of the equipment shall be based on a job demonstration that the finished product will meet all requirements of the Specifications. Automatic controls will not be required. The temperature of the mixture at the time compaction is achieved shall be a minimum of 185 °F. 4- O5.3(6)A Subgrade Protection Course Unless otherwise specified by the Engineer, the Contractor shall place the asphalt treated base as a protection for the prepared Subgrade on all sections of individual Roadways which are to receive asphalt treated base as soon as 10,000 square yards of Subgrade is completed. This requirement shall not be limited to contiguous areas on the project. , The surface of the Subgrade protection layer when constructed on a grading project shall conform to grade and smoothness requirements that apply to the Subgrade upon which it is placed. 4- 05.3(6)B Finish Course The final surface course of the asphalt treated base, excluding Shoulders, shall not deviate at any point more than % inch from the bottom of a 10 -foot straightedge laid in any direction on the surface on either side of the Roadway crown. Failure to meet this requirement shall necessitate sufficient surface correction to achieve the required tolerance, as approved by the Engineer, at no expense to the Contracting Agency. When portland cement concrete pavement is placed on an asphalt base, the surface tolerance of the asphalt base shall be such that no elevation lies more than 0.05 feet below nor 0.00 feet above the plan grade minus the specified plan depth of portland cement concrete pavement. Prior to placing the portland 85 1 G. \PROJECTS \2011 \11062 \ SPECS \City of Yakima Spec 2015.docx 1 cement concrete pavement, any such irregularities shall be brought to the required tolerance by grinding or other means approved by the Engineer, at no expense to the Contracting Agency. 4 05.3(7) Density The asphalt treated base shall be compacted to a density of not less than 80 percent of the maximum theoretical density established for the mix by WSDOT FOP for AASHTO T 209. The density of the base shall be determined by means of tests on cores taken from the Roadway or with the nuclear gauge in accordance with Section 5- 04.3(10)B. The frequency of these tests shall be at the discretion of the Engineer, but in no case shall it be less than one control lot for each normal day's production. The use of ' equipment which results in damage to the materials or produces substandard workmanship will not be permitted. 4 05.3(8) Anti - Stripping Additive An anti - stripping additive shall be added to the asphalt material in accordance with Section 9 -02.4, when directed by the Engineer. 4 - 05.4 Measurement Asphalt treated base including paving asphalt will be measured by the ton. r 4 - 05.5 Payment ' Payment will be made in accordance with Section 1 -04.1, for each of the following Bid items: "Asphalt Treated Base ", per ton. 5 -04 HOT MIX ASPHALT 5- 04.3(7)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following: 5- 04.3(7)A2 Nonstatistical Evaluation 1 (January 16, 2014 APWA GSP) Mix designs for HMA accepted by Nonstatistical evaluation shall; ' • Be submitted to the Project Engineer on WSDOT Form 350 -042 • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2) and 9- 03.8(6). ' • Have anti -strip requirements, if any, for the proposed mix design determined in accordance with WSDOT Test Method T 718 or based on historic anti -strip and aggregate source compatibility from WSDOT lab testing. Anti -strip evaluation of HMA mix designs utilized that include RAP will be completed without the inclusion of the RAP. At or prior to the preconstruction meeting, the contractor shall provide one of the following mix design ' verification certifications for Contracting Agency review; • The proposed mix design indicated on a WSDOT mix design /anti -strip report that is within one year of the approval date 1 • The proposed HMA mix design submittal (Form 350 -042) with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The proposed mix design by a qualified City or County laboratory mix design report that is within one year of the approval date. 1 86 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx r The mix design will be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L -A -B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO Material Reference Laboratory (AMRL) program. At the discretion of the Engineer, agencies may accept mix designs verified beyond the one year 1 verification period with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 5- 04.3(8)A1 General (January 16, 2014 APWA GSP) Delete this section and replace it with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and must be made in accordance with Section 9- 03.8(7). Commercial evaluation may be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certificate of compliance letter stating the material meets the HMA requirements defined in the contract. 5- 04.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) Section 5- 04.3(8)A4 is supplemented with the following: For HMA in a structural application, sampling and testing for total project quantities less than 400 tons is at the discretion of the engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed: If test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. ii. If test results are found not to be within specification requirements, additional testing as needed to determine a CPF shall be performed. 5- 04.3(8)A5 Test Results (January 16, 2014 APWA GSP) The first paragraph of this section is deleted. 5- 04.3(8)A6 Test Methods ' (January 16, 2014 APWA GSP) Delete this section and replace it with the following: ' Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731. Testing for compliance ' 87 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx r of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction (January 16, 2014 APWA GSP) Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00. For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5 04.3(13) Surface Smoothness (January 5, 2004) The second sentence of this section is revised to read: The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straight edge placed on the surface parallel to centerline. The last paragraph of this section is supplemented with the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered or are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures and new monument cases for all monuments as shown on the plans. Utility casting shall not be adjusted until the paving is complete. After which, the center of each structure and each monument shall be relocated from the references previously established by the ' Contractor. The HMA shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1 -1/2 inches below the finished pavement surface. ' On the following day, the concrete, the edges of the HMA and the outer edge of the casting shall be painted with a hot asphalt tack coat. HMA Class 3/8 In. shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt ' cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5 04.3(15) HMA Road Approaches Add the following verbiage to the first sentence of this section: "or reconstructed" after the word "constructed ". 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 88 I 5- 04.3(17) Paving Under Traffic Revise the last paragraph of Section 5- 04.3(17) as follows: Change the phrase "except cost of temporary pavement markings," to "including the cost of temporary pavement markings, ". 5 -05 CEMENT CONCRETE PAVEMENT 5- 05.3(1) Construction Requirements Amend this section with the following: , 2. Submittals — Shop Drawings. Joint Layout Shop Drawings shall be submitted for Engineer's acceptance. No cement concrete paving work shall be allowed to start until the joint layout plan is accepted. The joint layout plan shall indicate and describe in detail the proposed jointing plan for contraction joints, expansion joints, isolation joints, HMA/PCCP transverse joints, and construction joints, in accordance with the following: a) Indicate locations of contraction joints, construction joints, isolation joints, HMA/PCCP transverse joints, and expansion joints. Spacing between joints shall not exceed 12 -feet unless approved by the Engineer. b) The larger dimension of a panel shall not be greater than 125% of the smaller dimension. c) The minimum angle between two intersection joints shall be 80 degrees, unless approved by the Engineer. d) Joints shall intersect pavement free edges at a 90 degree angle from the pavement edge and shall extend perpendicular for a minimum of 1.5 feet from the pavement edge. e) Align joints of adjacent panels. f) Align joints in attached curbs with joints in pavement. g) Dowel bars shall be spaced 12- inches from the lane edge and spaced on 12 -inch centers. h) Tie bars are acceptable for longitudinal joints. i) Provide isolation joints to permit horizontal and vertical movement between slab and fixed vertical edges. 6 -13 STRUCTURAL EARTH WALLS 6 -13.2 Materials Section 6 -13.2 is supplemented with the following: 111 Welded Wire Faced Structural Earth Wall Materials Welded Wire Mats and Backing Mats Welded wire fabric for welded wire mats, welded wire form facing units, and backing mats shall conform to AASHTO M 32, and shall be fabricated from smooth wire fabric conforming to AASHTO M 55. 1 The minimum clear opening dimension of the backing mat, or the combination of welded wire form facing unit with geosynthetic wall facing wrap, shall not exceed the minimum particle size of the wall facing backfill as specified below. Welded wire fabric for welded wire mats, welded wire form facing units, and backing mats shall be galvanized after fabrication in accordance with either ASTM A 641 (two ounces minimum per square foot) or AASHTO M 111. All damage to the galvanizing shall be repaired with one coat of Formula A- 9-73 paint conforming to Section 9 -08.2. 1 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx 89 I I Backfill for Welded Wire Faced Structural Earth Wall All backfill material within the structural earth wall (SEW) reinforced zone shall be free draining, free from organic or otherwise deleterious material. I Backfill material within the reinforced zone, except for the wall facing backfill placed immediately behind the wall face, as shown in the Plans and the structural earth wall working drawings as approved by the Engineer, shall conform to Section 9- 03.14(1). I The coarse, granular material used for the wall facing backfill placed immediately behind the wall face, as shown in the Plans, shall conform to the following gradation requirements: 1 1. The minimum particle size shall be no less than the width of the minimum opening dimension in the backing mat or the geosynthetic wall facing wrap. I 2. The maximum particle size shall be no greater than six inches for welded wire reinforced walls, and no greater than four inches for geosynthetic reinforced walls. All material within the structural earth wall reinforced zone shall be substantially free of shale or other I soft, poor durability particles, and shall not contain recycled materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The material shall meet the following aggregate durability requirements: I Property Test Method Allowable Test Value Los Angeles Wear, 500 rev. AASHTO T 96 35 percent max. Degradation WSDOT Test Method 113 15 percent min. I All material within the structural earth wall reinforced zone shall meet the following chemical requirements: I Property Test Method Allowable Test Value Resistivity WSDOT Test Method 417 3,000 ohm -cm, min. pH WSDOT Test Method 417 5 to 10 (w/ wire reinf.) I pH WSDOT Test Method 417 4.5 to 9 (w/ geogrid reinf.) Chlorides AASHTO T 291 100 ppm max. Sulfates AASHTO T 290 200 ppm max. I If the resistivity of the backfill material equals or exceeds 5,000 ohm -cm, the specified chloride and sulfate limits may be waived. 1 Proprietary Materials Hilfiker Welded Wire Retaining Wall (WWW) System Welded wire fabric wire size for backing mats shall be W2.1 minimum for wall face backing layers of I 1' -6" maximum thickness, and shall be W2.9 minimum for wall face backing layers between 1' -6" and 2' -0 ". Construction geotextile for wall facing shall conform to the requirements in Section 9 -33.1 for I Construction Geotextile for Underground Drainage, Moderate Survivability, Class A. Tensar Wire Form Retaining Wall System I Wire support struts shall conform to AASHTO M 32, and shall be galvanized after fabrication in accordance with either ASTM A 641 (two ounces minimum per square foot) or AASHTO M 111. All damage to the galvanizing shall be repaired with one coat of Formula A -9 -73 paint conforming to Section 9 -08.2. I Geosynthetic connection rods shall be manufactured from high- density polyethylene with either fiberglass inclusions or oriented polypropylene, as recommended by Tensar Earth Technologies, Inc. I 1 90 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 Geosynthetic separating the wall facing backfill from the welded wire faced structural earth wall backfill shall conform to the requirements in Section 9 -33.1 for Construction Geotextile for Underground Drainage, Moderate Survivability, Class A. Tensar Geogrid Materials Geogrid reinforcement and geosynthetic wall facing wrap shall conform to Section 9 -33.1, and shall be a product listed in Appendix D of the current WSDOT Qualified Products List (QPL). The values of Tai and To as listed in the QPL for the products used shall meet or exceed the values required for the wall manufacturer's reinforcement design as specified in the structural earth wall design calculation and working drawing submittal. The minimum ultimate tensile strength of the geogrid shall be a minimum average roll value (the average test results for any sampled roll in a lot shall meet or exceed the values shown in Appendix D of the current WSDOT QPL). The strength shall be determined in accordance with ASTM D 6637 for multi -rib specimens. For geogrid reinforcement and geosynthetic wall facing wrap, the ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be a minimum of 70 percent strength retained after 500 hours in the weatherometer. 1 The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to the wall or slope face) ribs that make up the geogrid shall be perpendicular to one another. The Engineer will take random samples of the geogrid materials at the job site. Approval of the geogrid materials will be based on testing of samples from each lot. A "lot" shall be defined as all geogrid rolls sent to the project site produced by the same manufacturer during a continuous period of production at the same manufacturing plant having the same product name. The Contracting Agency will require 14 calendar days maximum for testing the samples after their arrival at the WSDOT Materials Laboratory in Tumwater, WA. The geogrid samples will be tested for conformance to the specified material properties. If the test results indicate that the geogrid lot does not meet the specified properties, the roll or rolls which were samples will be rejected. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the specified properties, the entire lot will be rejected. If the test results from all the rolls retested meet the specified properties, the entire lot 111 minus the roll(s) which failed will be accepted. All geogrid materials which have defects, deterioration, or damage, as determined by the Engineer, will be rejected. All rejected geogrid materials shall be replaced at no expense to the Contracting Agency. Except as otherwise noted, geogrid identification, storage and handling shall conform to the requirements specified in Section 2 -12.2. The geogrid materials shall not be exposed to temperatures less than —20F and greater than 122F. (April 2, 2007) Concrete Block Faced Structural Earth Wall Materials General Materials Concrete Block 1 Acceptability of the blocks will be determined based on the following: 1. Visual inspection. 2. Compressive strength tests, conforming to Section 6- 13.3(4). 3. Water absorption tests, conforming to Section 6- 13.3(4). 91 1 G: \PROJECTS12011 \11062 \SPECS \City of Yakima Spec 2016.docx 1 1 4. Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3. 5. Freeze -thaw tests conducted on the lot of blocks produced for use in this project, as specified in Section 6- 13.3(4). I 6. Copies of results from tests conducted on the lot of blocks produced for this project by the concrete block fabricator in accordance with the quality control program required by the structural 1 earth wall manufacturer. The blocks shall be considered acceptable regardless of curing age when compressive test results indicate that the compressive strength conforms to the 28 -day requirements, and when all other I acceptability requirements specified above are met. Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140, and shall include 1 block fabrication plant approval by WSDOT prior to the start of block production for this project. Mortar Mortar shall conform to ASTM C 270, Type S, with an integral water repellent admixture as approved I by the Engineer. The amount of admixture shall be as recommended by the admixture manufacturer. To ensure uniform color, texture, and quality, all mortar mix components shall be obtained from one manufacturer for each component, and from one source and producer for each aggregate. I Drainage Geosynthetic Fabric Drainage geosynthetic fabric shall be a non -woven geosynthetic conforming to the requirements in Section 9 -33.1, for Construction Geotextile for Underground Drainage, Moderate Survivability, Class 1 B. Backfill for Concrete Block Faced Structural Earth Wall I All backfill material within the structural earth wall reinforced zone shall be free draining, free from organic or otherwise deleterious material. Backfill material within the reinforced zone shall conform to Section 9- 03.14(1), except that the 1 maximum particle size for walls with geogrid reinforcement shall not exceed 1 -1/4 inches. All material within the structural earth wall reinforced zone shall be substantially free of shale or other I soft, poor durability particles, and shall not contain recycled materials, such as glass, shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The material shall meet the following aggregate durability requirements: I Property Test Method Allowable Test Value Los Angeles Wear, 500 rev. AASHTO T 96 35 percent max. Degradation WSDOT Test Method 113 15 percent min. 1 For walls with metallic soil reinforcement, all material within the structural earth wall reinforced zone shall meet the following chemical requirements: I Property Test Method Allowable Test Value Resistivity WSDOT Test Method 417 3,000 ohm -cm, min. pH WSDOT Test Method 417 5 to 10 I Chlorides AASHTO T 291 AASHTO T 290 100 ppm max. Sulfates 200 ppm max. If the resistivity of the backfill material equals or exceeds 5,000 ohm -cm, the specified chloride and 1 sulfate limits may be waived. For walls with geogrid soil reinforcement, all material within the structural earth wall reinforced zone 1 shall meet the following chemical requirements: 1 G: \PROJECTS \2011\11062 \SPECS \City of Yakima Spec 2015.docx 92 1 Property Test Method Allowable Test Value pH WSDOT Test Method 417 4.5 to 9 Wall backfill material satisfying these gradation, durability, and chemical requirements shall be classified as nonaggressive. 1 Proprietary Materials KeySystem I Wall Reinforcing strips shall be composed of welded wire fabric strips conforming to AASHTO M 55 with wire conforming to AASHTO M 32, and attached to block connector plates conforming to ASTM A 36. Reinforcing strips and block connector plates shall be galvanized after fabrication in accordance with AASHTO M 111. Damage to galvanizing shall be repaired with one coat of Formula A -9 -73 paint conforming to Section 9 -08.2. Block alignment pins shall be fiberglass conforming to the requirements of Keystone Retaining Wall Systems, Inc. or approved equal. Block connector pins shall conform to AASHTO M 32, and shall be galvanized after fabrication in accordance with AASHTO M 111. 1 Mesa Wall Tensar Geogrid Materials Geogrid reinforcement shall conform to Section 9 -33.1, and shall be a product listed in Appendix D of the current WSDOT Qualified Products List (QPL). The values of Tai and Tint as listed in the QPL for the products used shall meet or exceed the values required for the wall manufacturer's reinforcement design as specified in the structural earth wall design calculation and working drawing submittal. 1 The minimum ultimate tensile strength of the geogrid shall be a minimum average roll value (the average test results for any sampled roll in a lot shall meet or exceed the values shown in Appendix D of the current WSDOT QPL). The strength shall be determined in accordance with ASTM D 6637, for multi -rib specimens. The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be a minimum of 70 percent strength retained after 500 hours in the weatherometer. The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to the wall or slope face) ribs that make up the geogrid shall be perpendicular to one another. The maximum deviation of the cross -rib from being perpendicular to the longitudinal rib (skew) shall be no more than 1 inch in 5 feet of geogrid width. The maximum deviation of the cross -rib at any point from a line perpendicular to the longitudinal ribs located at the cross -rib (bow) shall be 0.5 inches. 1 The gap between the connector and the bearing surface of the connector tab cross -rib shall not exceed 0.5 inches. A maximum of 10% of connector tabs may have a gap between 0.3 inches and 0.5 inches. Gaps in the remaining connector tabs shall not exceed 0.3 inches. The Engineer will take random samples of the geogrid materials at the job site. Approval of the geogrid materials will be based on testing of samples from each lot. A "lot" shall be defined as all geogrid rolls sent to the project site produced by the same manufacturer during a continuous period of production at the same manufacturing plant having the same product name. The Contracting Agency will require 14 calendar days maximum for testing the samples after their arrival at the WSDOT Materials Laboratory in Tumwater, WA. The geogrid samples will be tested for conformance to the specified material properties. If the test results indicate that the geogrid lot does not meet the specified properties, the roll or rolls which were samples will be rejected. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the specified properties, the entire lot will be 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 93 1 I rejected. If the test results from all the rolls retested meet the specified properties, the entire lot minus the roll(s) which failed will be accepted. All geogrid materials which have defects, deterioration, or damage, as determined by the Engineer, I will be rejected. All rejected geogrid materials shall be replaced at no expense to the Contracting Agency. I Except as otherwise noted, geogrid identification, storage and handling shall conform to the requirements specified in Section 2 -12.2. The geogrid materials shall not be exposed to temperatures less than —20F and greater than 122F. 1 Block connectors for block courses with geogrid reinforcement shall be glass fiber reinforced high - density polypropylene conforming to the following minimum material specifications: I Property Specification Value Polypropylene, Group 1 Class 1 Grade 2 ASTM D 4101 73 ± 2 percent Fiberglass Content ASTM D 2584 25 ± 3 percent Carbon Black ASTM D 4218 2 percent minimum I Specific Gravity ASTM D 792 1.08 ± 0.04 Tensile Strength at yield ASTM D 638 8,700 ± 1,450 psi Melt Flow Rate ASTM D 1238 0.37 ± 0.16 ounces /10 min. I Block connectors for block courses without geogrid reinforcement shall be glass fiber reinforced high - density polyethylene (HDPE) conforming to the following minimum material specifications: I Property Specification Value HDPE, Type III Class A Grade 5 ASTM D 1248 68 ± 3 percent Fiberglass Content ASTM D 2584 30 ± 3 percent I Carbon Black Specific Gravity ASTM D 4218 2 percent minimum ASTM D 792 1.16 ± 0.06 Tensile Strength at yield ASTM D 638 8,700 ± 725 psi Melt Flow Rate ASTM D 1238 0.11 ± 0.07 ounces /10 min. I 6 - 13.3 Construction Requirements I Section 6 -13.3 is supplemented with the following: The Contractor shall coordinate the Structural Earth Wall with the illumination system and the storm system construction in the same area and avoid damaging or interference with the wall reinforcement 1 materials. (April 3, 2006) I Welded Wire Faced Structural Earth Wall Welded wire faced structural earth walls shall be constructed of only one of the following wall systems. I The Contractor shall make arrangements to purchase the welded wire mats, welded wire form facing units, geogrid reinforcement, backing mats, facing elements, fasteners, geosynthetic connection rods, construction geotextile for wall facing, and all necessary incidentals from the source identified for I each wall system: Hilfiker Welded Wire Retaining Wall (WWW) System Hilfiker is a registered trademark of Hilfiker Retaining Walls. I Hilfiker Retaining Walls P. 0. Box 2012 I Eureka, CA 95501 -2012 (707) 443 -5093 FAX (707) 443 -2891 1 94 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx Tensar Wire Form Retaining Wall System 1 Tensar is a registered trademark of Tensar Corporation Tensar Earth Technologies, Inc. 11 5883 Glenridge Drive, Suite 200 Atlanta, GA 30328 (800) 836 -7271 (April 4, 2005) Precast Concrete Panel Faced Structural Earth Wall Precast concrete panel faced structural earth walls shall be constructed of only one of the following wall systems. The Contractor shall make arrangements to purchase the precast concrete panels, soil reinforcement, attachment devices, joint filler, and all necessary incidentals from the source identified with each wall system: ARES Modular Panel Wall System ARES Modular Panel Wall System is a registered trademark of Tensar Earth Technologies, Inc. Tensar Earth Technologies, Inc. 5883 Glenridge Drive Suite 200 Atlanta, GA 30328 (800) 836 -7271 1 Reinforced Earth Wall Reinforced Earth is a registered trademark of the Reinforced Earth Company. 1 The Reinforced Earth Company 1 Orchard Road Suite 220 Lake Forest CA, 92630 (949) 587 -3060 Reinforced Soil Wall Reinforced Soil is a registered trademark of Hilfiker Retaining Walls. Hilfiker Retaining Walls P. O. Box 2012 Eureka, CA 95501 -2012 (707) 443 -5093 FAX (707) 443 -2891 1 Retained Earth Wall Retained Earth is a registered trademark of Foster Geotechnical. Foster Geotechnical 1660 Hotel Circle North, Suite 304 San Diego, CA 92108 (619) 688 -2400 FAX (619) 688 -2499 (April 5, 2004) Concrete Block Faced Structural Earth Wall Concrete block faced structural earth walls shall be constructed of only one of the following wall systems. Anti - graffiti coating shall be applied to all exposed wall surfaces. The Contractor shall make arrangements to purchase the concrete blocks, soil reinforcement, attachment devices, joint filler, and all necessary incidentals from the source identified with each wall system: 1 95 1 G. \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 Mesa Wall Mesa Wall is a registered trademark of Tensar Earth Technologies, Inc. Tensar Earth Technologies, Inc. 5883 Glenridge Drive, Suite 200 Atlanta, GA 30328 (800) 836 -7271 1 KeySystem I Wall KeySystem I is a registered trademark of Keystone Retaining Wall Systems, Inc. Keystone Retaining Wall Systems, Inc. 2061 NW Aloclek Drive, Suite 907 Hillsboro, OR 97214 1 (800) 733 -7470 (FAX (503) 439 -8592 ' 6- 13.3(2) Submittals Section 6- 13.3(2) is supplemented with the following: (April 5, 2004) The following geotechnical design parameters shall be used for the design of the structural earth wall(s): 1 Wall Name or No.: 8 SEW Soil Properties Wall Backfill Retained Soil Foundation Soil Unit Weight (pcf) ** *135 * ** ** *125 * ** ** *135 * ** Friction Angle (deg) * * *36 * ** * * *34 * ** * * *34 * ** ' Cohesion (psf) * * *0 * ** * * *0 * ** ** *100 * ** AASHTO AASHTO Load Group I Load Group VII Allowable Bearing Capacity (tsf) ** *3000 * ** ** *4000 * ** 1 Acceleration Coefficient (g) N/A ** *0.15 * ** 6- 13.3(4) Precast Concrete Facing Panel and Concrete Block Fabrication Section 6- 13.3(4) is supplemented with the following: (August 2, 2004) ' Specific Fabrication Requirements for Precast Concrete Panel Faced Structural Earth Walls ARES Modular Panel Wall System The concrete mix for precast concrete facing panels shall be a Contractor mix design in accordance with Section 6- 02.3(2)A, producing a minimum compressive strength at 28 days of 4,500 psi. The Contractor mix design for precast concrete facing panels shall not include Type III cement unless otherwise approved by the Engineer. 1 The slot opening for geogrid attachment in precast concrete facing panels shall be 1/8 inch minimum. The Contractor shall test the slot opening of each concrete panel using a feeler gauge furnished by Tensar Earth Technologies, Inc. Concrete panels with slot dimension deviations that allow the feeler gauge to be pulled out of the slot shall be rejected. 1 96 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx 1 6- 13.3(5) Precast Concrete Facing Panel and Concrete Block Erection Section 6- 13.3(5) is supplemented with the following: (April 5, 2004) Specific Erection Requirements for Precast Concrete Block Faced Structural Earth Walls Mesa Wall For all concrete block courses receiving geogrid reinforcement, the fingers of the block connectors 1 shall engage the geogrid reinforcement apertures, both in the connector slot in the block, and across the block core. For all concrete block courses with intermittent geogrid coverage, a #3 steel reinforcing bar shall be placed, butt end to butt end, in the top block groove, with the butt ends being placed at a center of a concrete block. 6 -13.4 Measurement Section 6 -13.4 is supplemented with the following: Measurement of "Structural Earth Wall" shall be per square foot of retaining wall surface using the full wall height (top of base leveling pad to the top of the wall), 6 -13.5 Payment Section 6 -13.5 is supplemented with the following: The unit contract price per square foot for "Structural Earth Wall" shall be full compensation for furnishing all material, anti - graffiti coating, labor, tools, and equipment necessary to construct the structural earth wall including excavation, leveling for wall base, compaction, backfill of the wall, wall fascia and coordination with illumination and storm system installation. All costs associated with the complete installation of the Structural Earth wall and disposal of excavated materials shall be included in the square foot price for "Structural Earth Wall ". 7 -04 STORM SEWERS 7 -04.2 Materials This section is supplemented with the following: 1 UNDERDRAIN INFILTRATION PIPE: The perforated underdrain pipe approved for use on this project for infiltration trench systems shall be as follows: 1 PIPE: Corrugated High Density Polyethylene (CPEP) pipe, couplings, and fittings shall comply with all the requirements of Section 9- 05.2(8) of the Standard Specifications. DRAIN ROCK: Drain rock for use as backfill for the perforated underdrain pipe in the infiltration trench system shall be clean coarse aggregate conforming to the requirements for Gravel Backfill for Drywells, as specified in Section 9- 03.12(5) of the Standard Specifications. 1 7- 04.3(1) Cleaning and Testing 7- 04.3(1)A General 1 This section is supplemented with the following: No infiltration or exfiltration test will be required for the storm drain pipe. 1 97 1 G' \PROJECTS \2011 \11062 \ SPECS \City of Yakima Spec 2015.docx 1 ' 7 -04.4 Measurement This section is supplemented with the following: 1 The length of roadside swale will be the number of linear feet of completed installation measured along the finished bottom of the bisected swale including slopes, regardless of swale width. ' The length of 12 -Inch Underdrain Pipe Infil. Trench System will be the number of linear feet of completed installation measured along the finished bottom of the bisected trench, regardless of trench width. 1 There will be no measurement for the lump sum bid item "Infiltration Swales ". 7 - 04.5 Payment ' This section is supplemented with the following: ' The unit price bid for "12 -Inch Underdrain Pipe Infil. Trench System," per linear foot, shall be full compensation for all labor, tools, equipment, and incidental costs required to construct the infiltration trench systems, including excavation, dewatering, drain rock, geotextile fabric, plastic membrane, fittings, perforated underdrain pipe, 8 inch clean -out, connection to manholes or catch basins, backfilling and compaction, complete in place, as shown on the Plans and as specified herein. The unit contract price for "Infiltration Swales ", lump sum, shall be full compensation for all labor, ' tools, equipment, and materials necessary to grade, and shape all of the storm drainage swales as shown on the Plans, including excavation, haul, shaping, and compaction. The unit contract price for "Roadside Swale ", per linear foot, shall be full compensation for all labor, tools, equipment, and materials necessary to grade, and shape the storm drainage swale in the roadway median as shown on the Plans, including excavation, haul, shaping, and compaction. 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7 -05.2 Materials This section is supplemented with the following: Metal Castings: Cast iron covers for storm drain manholes and shall be stamped "STORM." All catch basins shall have vaned grates in accordance with WSDOT Standard Plan B- 30.30 -00 or B- 30.40 -00 at locations with flow from two directions. Precast Concrete Catch Basin: Catch basins shall be WSDOT Type 1, Type 1L, or Type 2 48 -In. ' Diam. Precast reinforced concrete, as shown on the Plans. Concrete Spill apron may be precast or cast in place. Precast Concrete Manhole: Stormwater pretreatment manholes shall be approved by the Washington State Department of Ecology (DOE) with a General Use Level Designation (GULD), capable of 50% removal of fine (50 micron mean size) and 80% removal of coarse (125 micron mean size) total suspended solids (TSS) for influent concentrations greater than 100 mg /L, but less than 1 200 mg /L, as required by DOE. Pretreatment manholes shall be constructed of pre -cast concrete manhole sections, flat top slab, and adjustment sections (similar to WSDOT Catch Basin Type 2, Std. Plan B- 10.20 -00), with cast iron covers as described above. The pretreatment insert shall be constructed of fiberglass and /or steel materials that are corrosion resistant. Manhole safety steps shall be provided as shown on the Plans and the pretreatment insert shall act as a platform for maintenance purposes. 1 1 98 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 The basis of design for this project is the 48 -inch diameter Contech CDS model 2015 -4. Approved alternate pretreatment manholes include the Stormceptor® model 450i and model 900 (based on water quality design treatment flow rates). All required elevation adjustments with the use of approved alternate products(s) shall be the responsibility of the Contractor. The pretreatment manhole shall be capable of handling the specified water quality flows and shall incorporate a bypass within the unit to handle the specified peak flows. The pretreatment manhole shall be capable of incorporation multiple inlets /outlets, with the inlet and outlet pipes at 90 degrees to each other. Inlet /outlet pipe elevation drop shall be as recommended by the manufacture. Access to pretreatment insert ports and openings for maintenance shall be achieved through the cast iron cover(s). 7 -05.3 Construction Documents 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade This section is supplemented with the following: Manholes, catch basin frames and grates, inlet frames and grates, water valve boxes and other utility castings shall be adjusted in accordance with Section 5- 04.3(13) Surface Smoothness. Existing cast iron rings and lids on sanitary sewer and storm drain manholes shall be removed and disposed of, and shall be replaced in accordance with Section 9- 05.15(1) of these Special Provisions. 7 -05.5 Payment This section is supplemented with the following: "Concrete Spill Apron ", per each, shall be full compensation for all labor, tools, materials, equipment and incidentals necessary for a complete installation of the unit as shown on the Contract Plans. The unit price bid for "Pretreatment Manhole 48 In. Diam. ", per each, shall be full compensation for all labor, tools, materials, equipment and incidentals necessary for a complete installation of the pretreatment unit as specified in this Section. 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.2 Materials This section is supplemented by adding the following item: 1 Crushed Surfacing Top Course (for Trench Backfill). 7- 08.3(3) Backfilling 1 This section is supplemented with the following: Street - crossing trenches and other areas as directed by the Engineer, shall be backfilled for the full 1 depth of the trenches with Crushed Surfacing Top Course (for Trench Backfill). 7 -08.4 Measurement 1 This section is supplemented by the following: Crushed Surfacing Top Course (for Trench Backfill) will be measured by the ton. No unit of measure shall apply to the lump sum price for dewatering. 1 G: \PROJECTS\ 2011\110621SPECS \City of Yakima Spec 2015.docx 99 1 ' 7 -08.5 Payment This section is supplemented by adding the following pay item: 1 "Crushed Surfacing Top Course (for Trench Backfill) ", per ton. 7 -09 WATER MAINS 7 -09.4 Measurement ' The section is supplemented with the following: Measurement for payment of "Cross Linked PE Pipe for Water Service 2 In. Diam." will be by linear foot of pipe laid. 1 7 - 09.5 Payment This section is supplemented with the following: "Cross Linked PE Pipe for Water Service 2 In. Diam. ", per linear foot, shall be full pay for all Work to complete installation of the water service pipe, including but not limited to, trench excavation, ' bedding, laying pipe, fittings, connection to existing piping, backfilling, testing, disinfecting, flushing, dechlorination, and cleanup. ' 7 -12 VALVES FOR WATER MAINS 7 -12.1 Description This section is supplemented with the following: This work shall include adjusting valve boxes to the finished grade of the asphalt concrete pavement or sidewalk. 7 - 12.3 Construction Requirements This section is supplemented with the following: Where existing valve boxes are located in the existing or proposed asphalt roadway, the locations of ' the water valves shall be referenced with highly visible reference markers and the valve boxes shall be adjusted as detailed in Section 5- 04.3(13) of these Standard Specifications. The location of each water valve shall be marked on the surface of the new pavement within 24 hours of the area being paved. The new valve box castings shall be installed and adjusted to the new pavement elevation 1 within 10 days. Where existing valve boxes are located in the proposed sidewalk, they shall be adjusted to finish ' grade prior to placing the concrete. 7 - 12.4 Measurement Add the following to Section 7 -12.4: Measurement of adjust valve box shall be per each valve box adjusted per the details shown in the ' plans. Combination Air Valves: All combination air valves shall be APCO Model 140C single body, double orifice valves as manufactured by Valve and Primer corp., or approved equal. 1 1 100 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 7 -12.5 Payment Add the following to the Section: "Adjust Valve Box ", per each. 1 The unit price bid for "Air Release Valve Assembly," per each, shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item in place as shown on the Plans, including trench excavation, trench dewatering, bedding, bedding material in the pipe zone, service saddle, gate valve, combination air valve, pipe and fittings, manhole with fabricated lid, backfill, compaction, and testing. 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements 8 -01.3 General The tenth paragraph of Section 8- 01.3(1) is revised to read: 1 (January 25, 2011) Erodible Soil Eastern Washington Erodible soil not being worked whether at final grade or not, shall be covered within the following time period using an approved soil cover practice: July 1 through September 30 30 days 1 October 1 through June 30 15 days 8- 01.3(1)A Submittals Section 8- 01.3(1)A is supplemented with the following: (April 3, 2006) Prior to beginning any concrete or grinding work, the Contractor shall submit a plan, for the Engineer's review and approval, outlining the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. 8- 01.3(2) Seeding, Fertilizing and Mulching 1 8- 01.3(2) B Seeding and Fertilizing Section 8- 01.3(2) B is supplemented with the following: Grass seed shall be a commercially prepared mix, made up of low growing species and be approved by the Engineer. The application rate shall be 100 pounds of Pure Live Seed (PLS) per acre. Upland Seed Mixture This seed mixture shall be used for all hydroseeding all bare ground areas including swales. Common Name # PLS/ acre Hard Fescue 90 Kentucky Bluegrass 10 Fertilizer shall be a commercially prepared mix of 10 -20 -20 (Nitrogren /Phosphorous /Potash) and shall be applied at the rate of eight- hundred (800) pounds per acre. 101 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 1 8- 01.3(2)D Mulching This section is supplemented with the following: Wood fiber mulch shall be applied at a rate of 2,000 pounds per acre. ' 8 -02 ROADSIDE RESTORATION 8 -02.1 Description This section is supplemented with the following: Some items shown on plans and specifications are noted as Not in Contract (NIC). Not in Contract ' items are for reference only and are not considered part of the Contract Documents. Trees, shrubs, groundcovers, root barriers (NIC), streambed cobbles (NIC), streambed boulders ' (NIC), rock mulch, steel edging, weed barrier fabric, topsoil, staking, and back of sidewalk restoration shall be installed in accordance with these Specifications and as shown on Plans, or as directed by the Engineer. 8 - 02.2 Materials Materials shall meet the requirements of the following sections: Streambed Cobbles (4" Cobbles) 9-03.11(2) & 9 -14.10 (NIC) Streambed Boulders (4 and 6 man Boulders) 9- 03.11(3) & 9 -14.11 (NIC) Topsoil Type A 9- 14.1(1) ' Fertilizer 9 -14.3 Root Barrier 9 -14.8 Rock Mulch 9 -14.9 Weed Barrier Fabric 9 -14.12 1 Steel Edging 9 -14.13 8 02.3(1) Responsibility During Construction This section is supplemented with the following: Landscape construction is anticipated to begin after all curbs, sidewalks and associated roadside ' work is completed. Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. ' Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 8 02.3(2) Roadside Work Plan This section is supplemented with the following: ' Within fourteen (14) calendar days after award of Contract, submit written documentation to the Engineer that all specified plant materials have been ordered. Documentation shall include list of suppliers' names, addresses, and phone numbers along with a list of respective growing or storage locations with addresses. 1 102 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 The Contractor shall provide all plants of the size, species, variety, and quality noted and specified. 8- 02.3(4)A Topsoil Type A This section is supplemented with the following: 1 Engineer to approve topsoil and soil amendments prior to placement. Topsoil Type A shall meet all specifications from 9- 14.1(1). Provide and install Topsoil Type A to a uniform depth in all tree, shrub, groundcover and planting areas as shown or noted in the Plans. 8- 02.3(5) Planting Area Preparation This section is supplemented with the following: Prior to installing Topsoil Type A, a percolation test shall be performed. This shall be accomplished by excavating three (3) pits each pit being two (2) feet in depth. Location of pits shall be per Engineers field directive. Fill the pit with water and allow to drain for twenty -four (24) hours. After twenty -four (24) hours, re -fill the pit with water. If the time required for the pit to drain completely after being filled the second time is greater than twenty -four (24) hours, the Contractor shall notify the Engineer. The Contractor shall be paid for work required to solve the drainage problem, such as drainage sumps at a unit price basis and agreed upon by a Change Order prior to commencement of work. Topsoil Type A shall not be placed when ground is frozen, excessively wet, or in the opinion of the 1 Engineer, in a condition detrimental to the work. Tree, shrub and groundcover planting areas shall be brought to a uniform finish grade of three (3) inches below adjacent sidewalks or curbs prior to installing basalt rock mulch. 1 All planting areas shall be finish graded and accepted by the Engineer before commencement of planting. Finish grade of planting areas shall allow for placement of basalt rock mulch to be added to individual planting areas as specified herein. All grades shall flow smoothly into one another and provide positive stormwater drainage. The Contractor is responsible for any adverse drainage conditions that may affect plant growth unless the Contractor contacts the Engineer immediately, indicating any possible problem. 1 8- 02.3(6) Soil Amendments Delete entire section and replace with the following: Contractor shall send a minimum of three representative samples of subgrade soil to an approved soil testing laboratory (state laboratory or recognized commercial laboratory). The cost for testing shall be borne by the Contractor. A soil analysis report, including the soil laboratory recommendations for plant growth, shall be submitted to the Engineer for approval prior to incorporating soil amendments into the subgrade and placing Topsoil Type A. Contractor shall be paid for soil amendments by Force Account. Testing shall be performed in accordance with the most current edition of Methods of Soil Analysis published by the Soil Science Society of America, Inc. The soil test analysis reports and recommendations shall include the following: 1. Fertility Analysis Extractable analyses: nitrate nitrogen, ammonium nitrogen, phosphorous, potassium, calcium, magnesium, copper, zinc, manganese and iron. Saturation extract values: calcium, magnesium, potassium, sodium, boron, sulfate, pH, lime content, salinity and sodium adsorption ratio (SAR). 1 103 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 2. Organic Content and Particle Size Appraisal Organic percent by oven dried weight, and USDA Particle size. 3. Cation Exchange Capacity (CEC) 4. Laboratory Recommendations 1 Written and signed statement from the soil- testing laboratory that they have reviewed the project planting plans and the planting specifications, and that their recommendations for soil amendments respond to the specific needs of the Contract. 8 02.3(7) Layout of Planting This section is supplemented with the following: The Contractor shall lay out plant materials and confirm quantities with the Engineer prior to site delivery. The Contractor shall neither deliver to the site nor install planting materials until authorized by the Engineer. The contractor shall provide the Engineer with at least one week notice prior to preparing plants for shipping. 8 02.3(8) Planting This section is supplemented with the following: Where the drainage of planting holes is limited or non - existent because of heavy clay, hardpan, or rock, it is the responsibility of the Contractor to advise the Engineer who will determine if the drainage is adequate for planting. The Engineer will determine the method and extent of improved drainage required. ' All trees, shrubs and oundcover shall be planted as detailed on the Plans. 9 Trees shall be handled by the rootball, not by the trunk. Hold tree rigidly in position until prepared soil has been backfilled and tamped firmly around the ball or roots. When pit is backfilled halfway, place the specified quantity of fertilizer per the soil laboratories recommendations. Carefully place, water, and compact prepared soil, and fill all voids. When planting pit is three - quarters (3/4) backfilled, fill with water and allow water to soak away. Fill pits with additional prepared soil to finish grade, and continue backfilling and compacting as detailed on the Plans. Water immediately after planting. 8 02.3(9) Pruning, Staking, Guying & Wrapping This section is supplemented with the following: Contractor shall verify location of underground utilities prior to installation of tree stakes. Avoid and protect underground utilities as required. If determined and directed by the Engineer, all deciduous tree trunks shall be wrapped promptly after planting with accepted material per specification 9 -14.7. Wrapping material for tree trunks shall be heavy crepe paper, or other suitable material, in strips six (6) to ten (10) inches wide. Wrapping shall be done spirally from ground line to the height of the second finished branches. All wrapping shall be neat and snug, and the material shall be held in place by a suitable non - plastic cord or other approved material. Wrapping shall occur prior to staking. Wrapping shall be removed at the end of the plat establishment period or earlier as determined by the Engineer. The cost for tree wrapping shall be considered incidental and included in the unit contract price for "PSIPE 1 104 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 8- 02.3(10) Fertilizer This section is supplemented with the following: Fertilizer shall be added to topsoil as defined in Section 9- 14.1(1), Topsoil Type A of the Special Provisions. The cost for fertilizer soil amendments shall be considered incidental to and included in the unit contract price for Topsoil Type A. Payment for fertilizer shall be included in other bid items involved, and no further payment shall be made. 8- 02.3(12) Completion of Initial Planting 1 This section is supplemented with the following: When the Contractor feels that the initial planting is complete, the Contractor shall notify the Engineer 1 and request an inspection, after which the Engineer will make an inspection and prepare a list of all planting items that remain to be completed. The Contractor shall then complete or correct all items identified by the Engineer within fifteen (15) working days and request another inspection. The Engineer shall then provide the contractor with written notification of acceptance of initial planting, at which point the plant establishment period shall begin. 8- 02.3(13) Plant Establishment This section is supplemented with the following: Any suspensions for non - compliance will increase the duration of first year plant establishment. Suspension of Time Failure to Comply: Failure to comply with corrective steps as outlined by the Engineer shall result in a suspension of time for first year plant establishment. Suspension Relief: Any such suspension of time shall not be lifted until all unsatisfactory conditions have been corrected to the satisfaction of the Engineer. Suspension and Penalties: If a suspension of time is in effect for more than fifteen (15) calendar days without effective action being taken by the Contractor, the City will have justification to take corrective steps and to deduct all costs thereof from moneys due the Contractor. Plant Establishment Plan Prior to initial planting acceptance as defined in Section 8- 02.3(12) and in accordance with Section 8- 02.3(13), the Contractor shall submit a plant establishment plan for approval by the Engineer. The plan shall define the work necessary to maintain all contract areas during the period between initial planting acceptances through the acceptance of first year plant establishment. , The plan shall show the scheduling, frequency, dates, materials and equipment utilized, whichever may apply, for all maintenance activities including, but not limited to, the following: A. Plant Establishment 1. Pruning as directed by Engineer 2. Fertilizing 3. Watering - amount in inches per week 4. Weed Control 5. Litter and Debris Removal 6. Staking /Guying Removal 1 105 G. \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 dock 1 7. Erosion Control Methods and Procedures 8. Plant Replacement B. Irrigation 1. Winterization Procedure 2. Spring Start-up Procedure 3. Backflow Prevention Assembly - Annual Testing 4. Head Replacement, Repairs and Adjustments 5. Automatic Controller Program by Zone - time and duration 6. Inspection for Complete Operation 7. Vandalism and Accidental Damage Repair C. Other items as determined by the Contractor Should this plan become unworkable at any time during the specified period, the Contractor shall submit and receive approval of a revised plan. Failure to comply with the plant establishment plan or revising the plan without approval by the Engineer, shall result in a suspension of time for first year plant establishment. 8 02.3(17) Root Barrier (NIC) ' New Section 8- 02.3(1) is added: Contractor shall provide and install Root Barrier as shown on Plans. 1 8 02.3(18) Rock Mulch New Section 8- 02.3(18) is added: 1 Contractor shall provide and install Rock Mulch as shown on plans. 8 02.3(19) Streambed Cobbles (NIC) New Section 8- 02.3(19) is added: Contractor shall provide and install Streambed Cobbles as shown on Plans. 8 02.3(20) Streambed Boulders (NIC) New Section 8- 02.(20) is added: Contractor shall provide and install Streambed Boulders as shown on Plans. ' 8 02.3(21) Weed Barrier Fabric New Section 8- 02.3(21) is added: Contractor shall provide and install Weed Barrier Fabric as shown on Plans. Install Anchoring Pins per manufacturer's recommendations. 1 8 02.3(22) Back of Sidewalk Restoration New Section 8- 02.3(22) is added: The Contractor shall blend the new construction into developed properties adjacent to the project using matching materials to those existing. Materials shall be submitted to the Engineer for review and approval prior to installation. Existing irrigation systems shall be identified, protected and restored 106 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 during construction. Review protection and restoration of existing irrigation systems with Engineer prior to beginning construction. 8- 02.3(23) Steel Edging New Section 8- 02.3(21) is added: Install steel edging per manufacturer's written recommendations. 8 -02.4 Measurement This section is supplemented with the following: 1 "Topsoil Type A" shall be measured by cubic yard. "Root Barrier" will be measured by the linear foot. (NIC) 1 "Rock Mulch" shall be measured by cubic yard. "Streambed Cobbles" (4" Cobbles) shall be measured by ton. 1 "Streambed Boulders - 4 Man Size" shall be measured by ton. (NIC) "Streambed Boulders - 6 Man Size" shall be measured by ton.. (NIC) "Back of Sidewalk Restoration" shall be measured by force account. 1 "Weed Barrier Fabric" shall be measured per square yard "Soil Amendment" shall be measured per force account. "Steel Edging" shall be measured per linear foot. 8 -02.5 Payment This section is supplemented with the following: 111 "Topsoil Type A" shall be per cubic yard and include source of material, pre- excavation weed control, excavating, testing, amending loading, hauling, weed control, spreading, placing, cultivating, and compacting topsoil Type A. 1 "Root Barrier" per linear foot. The unit contract price per linear foot for "Root Barrier" shall be full pay for all costs necessary for furnishing and installing root barrier as detailed in the plans, and other related items or work. (NIC) "Rock Mulch" per cubic yard. The unit price for Rock Mulch shall be full pay for providing and installing as shown on Plans. 1 "Streambed Cobbles" (4" Cobbles) per ton. The unit price for Streambed Cobbles shall be full pay for providing and installing as shown on Plans. (NIC) "Streambed Boulders — 4 Man Size" per ton. The unit price for Streambed Boulders — 4 Man Size shall be full pay for providing and installing as shown on Plans. (NIC) "Streambed Boulders — 6 Man Size" per ton. The unit price for Streambed Boulders — 6 Man Size shall be full pay for providing and installing as shown on Plans. (NIC) 1 107 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 "Back of Sidewalk Restoration" by force account. All costs for providing property restoration work will be paid for by force account as specified in Section 1 -09.6. To provide a common Proposal for all Bidders, the Contracting Agency has estimated the amount of force account for "Back of Sidewalk Restoration" and has entered the amount in the Proposal to become a part of the total Bid by the Contractor. "Weed Barrier Fabric" per square yard. The unit price for Weed Barrier Fabric shall be full pay for providing and installing as shown on Plans. "Soil Amendment" by force account. All costs for providing property restoration work will be paid for by force account as specified in Section 1 -09.6. To provide a common Proposal for all Bidders, the Contracting Agency has estimated the amount of force account for "Soil Amendment" and has entered the amount in the Proposal to become a part of the total Bid by Contractor. "Steel Edging" per linear foot. The unit price for "Steel Edging" shall be full pay for providing and installing as shown on plans. 8 -03 IRRIGATION SYSTEMS 8 -03.1 Description This section is supplemented with the following: Provide an automatic underground irrigation system to fully water all planting areas, as shown on the Plans or as directed by the Engineer. See Specification Section 8- 02.3(13) for irrigation requirements during the Plant Establishment period. This work shall also include installing an irrigation pump system and filter including wet well structure. 8 03.3(2) Excavation Add the following to the first paragraph: Backfill material shall not contain rocks 1 -inch or greater in diameter or other materials that can damage pipe. 8 03.3(3) Piping Delete entire section and replace with the following: All lines shall be installed to depths shown on the Plans or as directed by the Engineer. All PVC pipe installed under areas to be paved shall be placed in irrigation sleeves as shown on Plans. Irrigation sleeves shall extend a minimum of 2 -feet beyond the limits of the pavement. Where possible, mainlines and lateral lines shall be placed in the same trench as shown on the Plans. Lines shall be placed approximately 6- inches from the edge of curbs, walls, sidewalks, and pavement, or as directed by the Engineer. Mainlines and lateral lines shall be defined as follows: Mainlines: All supply pipe and fittings between the water meter and the irrigation automatic control valves. Lateral Lines: All supply pipe and fittings between the irrigation control valves, and sprinkler heads. 1 108 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx 1 8- 03.3(5) Installation Delete entire section and replace with the following: Height of valve boxes and sprinkler heads, above finish grade, shall be installed as shown on the Plans. All heads adjacent to walks, curbs, pavement, shrub and groundcover planting area edges shall have a 1 -inch horizontal clearance between heads and walks, curbs, pavement, shrub and groundcover planting area edges unless otherwise shown on Plans. Locate valve boxes outside of paved areas and grouped together where possible. Where valves occur adjacent to paved areas, install valves so that valve boxes will not be closer than 12- inches to paving. Valve boxes shall be perpendicular or parallel to pavement edge and grouped to provide a neat appearance. 8 -03.4 Measurement 3 Add the following to Section 8 -03.4: The unit of measure for the "Irrigation System," shall be lump sum. 1 8 -03.5 Payment Add the following to Section 8 -03.5: 1 The lump sum payment for "Irrigation System ", shall be full compensation for all labor, tools, materials, equipment and incidentals necessary for a complete installation of the irrigation pump station, filter, wet well, and all pipe and electrical connections, all as shown on the Contract Plans. 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8 -06.1 Description This section is supplemented with the following: 1 This work shall include the installation of both residential and commercial cement concrete driveway approaches in accordance with the City of Yakima Standard Detail R -4, Residential Driveway Approach, and Commercial Driveway Approach. 8 -06.3 Construction Requirements Replace the first paragraph with the following: Residential driveway approaches and commercial driveway approaches shall be constructed with air entrained concrete Class 3000 conforming to the requirements of Section 6 -02 or Portland Cement Concrete Pavement conforming to the requirements of Section 5 -05. 8 -06.4 Measurement Add the following: "Cement Concrete Driveway Approach" will be measured by the square yard at the locations shown 1 on the plans. 1 1 109 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 8 -06.5 Payment Add the following pay items: The unit price bid for "Cement Concrete Driveway Approach," per SY, shall be full compensation for constructing new commercial driveway approaches to the payment limits as shown on the Plans including curb, valley gutter and concrete slabs. 8 -11 GUARDRAIL 8 -11.1 Description Section 8 -13.1 is supplement with the following: This work shall also consist of constructing a combination guardrail /handrail as shown on the Plans. 8 - 11.2 Materials 1 Section 8 -13.2 is supplemented with the following: Posts shall comply with standard section 9- 16.3(2) Full length posts shall be 14 -feet in length. Beam guardrail and end sections shall be "Weathering ST. Beam Guardrail" Lumber used for guard rail construction shall be pressured treated lumber. i 8 - 11.3 Construction Requirements Section 8 -11.3 is supplement with the following: All guardrail /handrail ends shall include a WSDOT Standard Plan "Design G" Beam Guardrail End Section. 8 - 11.4 Measurement Section 8 -11.4 is supplemented with the following: Measurement of Combination Guardrail and Handrail will be by the lineal foot for the Guardrail /Handrail furnished and installed. 8 - 11.5 Payment Section 8 -13.5 is supplemented with the following: The lineal foot price bid for "Combination Guardrail and Handrail" shall include all costs for the work required to furnish and construct the combination guardrail /handrail as depicted on the Plans complete in -place including but not limited to posts, lumber, guardrail, and guardrail end sections. 8 -13 MONUMENT CASES 8 -13.1 Description Section 8 -13.1 is deleted and replaced by the following: This work shall consist of furnishing, placing monument cases, covers, and monuments at all street intersections, points of curvature, points of tangent in accordance with the Standard Plans, these Specifications, and State requirements. This work also includes recording of monuments with the County and acquiring all necessary permits to remove or destroy existing survey monuments. 1 110 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 8 -13.2 Materials Materials shall meet the requirements of the following sections: Concrete 6 -02 Monument Cases and Covers 9 -22.1 IP Monuments shall consist of a brass disc on a concrete monument meeting the requirements of Yakima County and the State of Washington. 8 -13.3 Construction Requirements The last paragraph of Section 8 -13.3 is deleted and this section is amended with the following: The Contractor will be responsible for furnishing and placing the concrete core (monument) as required by Yakima County and the State of Washington and for recording new or adjusted monuments with Yakima County as well as acquiring permit(s) to remove or destroy existing survey monuments. 8 -13.4 Measurement 1 Section 8 -13.4 is deleted and replaced by the following: Measurement of monument case, cover, and monument core will be by the unit for each monument case, and cover furnished and set. 8 -13.5 Payment 1 Section 8 -13.5 is amended with the following: Payment for "Monument Case and Cover" shall be full compensation for all labor, tools, materials, 1 equipment and incidentals necessary for a complete installation of the monument, monument case and cover. Recording of monuments and acquisition of permit(s) to remove or destroy existing survey monuments shall be incidental to the bid item "Monument Case and Cover ". 1 8 -14 CEMENT CONCRETE SIDEWALKS 8 -14.1 Description 1 Section 8 -14.1 is supplemented with the following: This Work also includes the construction of pigmented and textured cement concrete splitter islands, truck aprons, and pedestrian refuge islands as detailed in the Plans and these Specifications and in conformity to lines and grades shown in the Plans. 8- 14.1(1) Textured Concrete (New Section) Section 8- 14.1(1) is added with the following: 1 The work consists of forming, placing, finishing, and curing of different patterns and colors of Portland cement concrete pattern paving for the following: Pedestrian Refuge Area Splitter Islands / Medians / Traffic Islands, Truck Aprons. 1 1 111 1 G: \PROJECTS \2011 \110621SPECS \City of Yakima Spec 2015.docx 1 8 -14.2 Materials Section 8 -14.2 is supplemented with the following: Welded wire fabric embedded into concrete shall be 6 "x6" — W2.9 x W2.9 welded wire flat sheets. All reinforcements shall be placed equidistant from the top and bottom of the concrete 8 14.2(1) Textured Concrete Materials (New Section) Section 8- 14.2(1) is added with the following: For approval of the Contractor's mix design, the attainment of the required average compressive strength at 28 days will be a minimum of 4000 psi as determined from the results of testing two 6 inch by 12 inch cylinders tested in accordance with WSDOT Test Methods 801 and 811. Once a mix 1 design has been approved, it shall not be varied during the project. Colors shall be blended to achieve a final non - uniform color. The Contractor shall provide a 3 foot by 3 foot test panel with the proposed colors and textures for each of the applications for approval. The • Engineer will evaluate these panels with existing panels completed within the City to ensure a consistent look. Once a pattern and color have been approved, they shall not be varied during the project. 1 Reinforcement shall be securely fastened and supported. Concrete shall be pigmented with base color; powdered release agent shall then be applied to give desired highlights. Release agents shall be heavy -duty quality suitable for high automobile traffic areas. Concrete shall then be stamped with inconsistencies in the pattern. After a curing period of 4 days, the concrete shall be pressure washed to remove remaining release agent. A heavy -duty sealer suitable for high automobile traffic shall then be applied. Upon initial curing, the Contractor shall use a high pressure water blaster to clean the surface and allow it to dry. A weatherproofing sealer and a clear acrylic sealer with moss control shall then be 1 applied to the finished surface in accordance to the manufacturer's specifications. Textured Concrete is a cast -in -place slab, having the surface colored and imprinted with a pre- !' determined smooth surfaced pattern. The surface is colored and stamped with a defined textured pattern. All work shall be installed by a Contractor trained and experienced in such work. The Contractor shall provide a foreman or supervisor who has completed at least three textured concrete installations of s high quality. Type of application, address of job and references shall be submitted to the Engineer for verification prior to the start of construction. 8 14.2(2) Pigmented Cement Conc. — Truck Apron (New Section) Concrete mix shall be Class 4000. The concrete shall have a thickness as shown in the plans. 1 Running courses of pattern shall be parallel to the service pull off. Paving Pattern Type: Running Bond Cobble Colors: Base Color — Classic Gray Release Agent Color — Deep Charcoal 8 14.2(3) Pigmented Cement Conc. — Splitter Island (New Section) Concrete mix shall be Class 4000. The concrete shall have a thickness as shown in the plans. The exact width may vary in the medians. Depending upon the manufacturer submitted, the intent is to ' G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 112 1 have one pattern width inside the median that does not exceed 2 feet and the long edge of brick shall be parallel to the traveled way. Paving Pattern Type: Running Bond Brick Colors: Base Color — Brick Red Release Agent Color — Deep Charcoal 8 -14.4 Measurement 1 Section 8 -14.4 is supplemented with the following: Pigmented cement concrete splitter islands, and truck apron shall be measured by the square yard of 1 finished surface. Measurement of the cement concrete crosswalk refuge area will include the detectable warning 1 pattern and will be measured per each. 8 -14.5 Payment 1 Section 8 -14.5 is supplemented with the following: "Cement Conc. Crosswalk Refuge Area ", per SY. "Cement Conc. Bike Ramp ", per each The unit contract price per SY for ""Cement Conc. Crosswalk Refuge Area ", shall be full pay for furnishing all materials, equipment, and labor to construct a refuge area complete in- place, to include forms, concrete, reinforcement and detectable warning pattern tiles. Further, the Contractor shall make all excavations including haul and disposal, regardless of depth required for constructing the refuge area to the lines and grades shown. 1 The unit contract price per each for " "Cement Conc. Bike Ramp ", shall be full pay for furnishing all materials, equipment, and labor to construct a bike ramp complete in- place, to include forms, concrete, reinforcement and detectable warning pattern tiles. Further, the Contractor shall make all excavations including haul and disposal, regardless of depth required for constructing the ramp to the lines and grades shown. "Pigmented Cement Conc. - Truck Apron ", per square yard. "Pigmented Cement Conc. — Splitter Island ", per square yard. The unit contract price per square yard for cement concrete paving surfaces shall be full pay for furnishing all materials, tools, equipment, labor, forms, clean -up, pattern stamps, base colors, color hardener, curing solutions, weatherproofing sealers, surface retarder, reinforcement and all items required to complete the concrete work as specified. Payment for test samples and removal of test samples shall be incidental to respective pay items. Concrete samples, whether approved or not, shall not be removed from project site unless otherwise directed and approved by the Engineer. 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL , 8- 20.3(10) Services, Transformer, Intelligent Transportation System Cabinet October, 2012 1 Section 8- 20.3(10) is supplemented with the following: The service cabinet shall be 100 amp metered pedestal as manufactured by Milbank Manufacturing tM or Tesco Controls or approved equal by the city engineer. The unit shall include the equipment shown on the plan. 1 113 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 The Contractor shall be required to install the service on a pedestal mount base per City of Yakima Standards. The Contractor shall be responsible to provide for and make the necessary arrangements for 1 connection to the servicing utility. The Contractor shall provide all conduit and conductor to the transformer as identified by utility provider. ' 8 - 20.5 Payment October, 2012 Section 8 -20.5 is supplemented by the following: All costs to obtain the Electrical Permit and comply with the requirements, shall be incidental to the project and no other compensation will be allowed. 8 -21 PERMANENT SIGNING 8 -21.1 Description This section is supplemented with the following: This work shall also include furnishing and installing type 3 barricades and treated 4 x 4 posts at locations shown on the Plans. 1 8 -22 PAVEMENT MARKING 8 -22 Pavement Marking 8 -22.1 Description Section 8 -22.1 Transverse Markings is modified with the following: 1 "12 Inch Wide Dotted Entry Line" 12 inches wide, shall be based on a 4 -foot unit consisting of a 2 -foot line and a 2 -foot gap. . 8 - 22.2 Material Section 8 -22.2 is supplemented with the following: 1 The plastic material used to form pavement markings shall be one of the following or approved equal: 1. Pave -Mark Hydrocarbon formulation, 125 mil thickness, hot extruded thermoplastic, 1 manufactured by Pave -Mark Corporation, 1855 Plymouth Road NW, PO Box 94108, Atlanta, GA 30318. 2. Norline Thermoplastic marking material, 125 mil thickness, hot extruded thermoplastic, manufactured by Norris Paint Company, 1675 Commercial Street NE, PO Box 2023, Salem, OR 97303. 8 - 22.4 Measurement Section 8 -22.4 is supplemented with the following: 1 The measurement for "12 Inch Wide Dotted Entry Line" will be based on the total length of each plastic line installed. No deduction will be made for the unmarked area between lines. 1 114 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 8 -22.5 Payment 1 Section 8 -22.5 is supplemented with the following: "12 Inch Wide Dotted Entry Line ", per linear foot. "Plastic Roundabout Traffic Arrow ", per each. 8 -22.5 Payment This section is supplemented with the following: "24 Inch Plastic Skip Line ", per linear foot. "Plastic Roundabout Traffic Arrow ", per each. 8 -26 MODULAR BLOCK WALL (NEW SECTION) 1 Add the following new sections: 8 -26.1 Description 1 Work includes furnishing and installing cement concrete modular block retaining wall units as indicated on the plans and the details in the plans and as specified herein. The face of the wall shall offer a rock -face type appearance. Modular block units shall be similar to "KeyStone "," Mesa Wall ", "Allen Block ", or equivalent. This work includes excavation for leveling pad, preparing foundation soil, furnishing and installing leveling pad, unit fill and backfill and furnishing and installing all appurtenant materials required for construction of the retaining wall as shown on the details and plans. Submit sample of each different unit for approval. 1 Submit shop drawings of the wall layout for approval prior to beginning work on the wall. Shop drawings of walls over six feet in height shall bear the stamp of an engineer registered to practice in the State of Washington showing appropriate wall stability calculations. 8 -26.2 Materials Materials for the modular block wall shall meet the requirements of ASTM C1372, Standard Specification for Segmental Retaining Wall Units. The blocks for the modular block wall shall be preformed blocks of concrete with maximum dimensions of 18 inches wide by 8 inches high by 16 inches deep. All dimensions shall be ± 1 /2 inch. Modular blocks shall have a straight textured face, natural color, and features to interlock the blocks together. The top row of row of blocks (Cap) shall be placed together so that no gaps are wider than 1 /2 inch. All backfill material used for the gravity block wall shall be free draining, free from organic or otherwise deleterious material and shall conform to the specifications for gravel borrow for wall specified in Section 9- 03.14(1), except that the maximum particle size shall be one inch. 8 -26.3 Construction Requirements 1 Since a majority of this work will be performed immediately adjacent to improved private property, the Contractor shall complete the work in a timely fashion and shall grade and clean up the areas disturbed by such work at the completion of the backfilling even though subsequent work may be performed in these areas later in the project. 1 115 1 G. \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 Anti - graffiti coating shall be applied per manufacture's recommendations on all exposed wall surface. The modular block wall shall be constructed per manufacturer's recommendations to dimensions as detailed in the Plans. 1 Submittals The contractor shall submit working drawings of the modular block wall to the Engineer for approval in accordance with Section 6 -01.9. The working drawings shall include, but not be limited to the following: Plan, elevation, and section views of the wall showing the layout, batter, and orientation of the blocks. Dimensions and details of the cap block in relation to the sidewalk. Installation shall conform to the manufacturers recommendations for the type of unit furnished. The Contractor shall submit catalog cuts of the modular blocks and shop drawings of the wall layout for approval prior to beginning the work. ' Provide copies of the manufacturers installation instructions at least two weeks prior to beginning the work. Should a conflict arise between these specifications and the manufacturer's instructions, the more rigorous specification shall apply. Modular Block Wall Erection The contractor shall prepare a base for the wall per the manufacturer's recommendations. The base shall be graded to the base elevations shown in the plans and working drawings as approved by the Engineer, and shall accommodate the batter of the bottom row of blocks. The Contractor shall erect the modular block wall and place the backfill in accordance with the manufacturer's recommendations and as approved by the Engineer. The top of the modular block wall shall be within one inch of the line and grade shown in the Plans. The backfill shall be compacted in accordance with Section 2- 03.3(14)C, Method C. Cap Installation Provide permanent mechanical connection to wall units with construction adhesive or epoxy. Apply adhesive or epoxy to bottom surface of cap units and install on units below. 1 8 -26.4 Measurement Measurement of "Modular Block Wall" shall be per square foot of retaining wall surface using the full wall height (top of base leveling pad to the top of the wall). 8 -26.5 Payment 1 The unit contract price per square foot for "Modular Block Wall" shall be full compensation for furnishing all material, labor, tools, and equipment necessary to construct the modular block wall Including: excavation, haul and disposal of excavated materials, leveling for base, compaction, gravel backfill for walls, bricks and shear system, anti - graffiti coating, block fill, geotextile fabric, concrete base or CSTC base leveling pad, and other miscellaneous supplies. 9 -03 AGGREGATES 9 -03.6 Aggregates for Asphalt Treated Base (ATB) 1 9- 03.6(1) General Requirements Aggregates for asphalt treated base shall be manufactured from ledge rock, talus, or gravel, in accordance with the provisions of Section 3 -01 that meet the following test requirements: 1 Los Angeles Wear, 500 Rev. 30% max. Degradation Factor 15 min. ' G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 116 1 9- 03.6(2) Grading j Aggregates for asphalt treated base shall meet the following requirements for grading: Sieve Size Percent 2" 99 -100 1 /2' 56 -100 No. 4 32 -72 No. 10 22 -57 No. 40 8 -32 No. 200 2.0 -9.0 All percentages are by weight. 9- 03.6(3) Test Requirements When the aggregates are combined within the limits set forth in Section 9- 03.6(2) and mixed in the laboratory with the designated grade of asphalt, the mixture shall be capable of meeting the following test 1 values: of Theoretical Maximum Specific Gravity (GMM) (approximate) 93@ 100 gyrations WSDOT Test Method T 718 Pass The sand equivalent value of the mineral aggregate for asphalt treated base shall not be less than 35. 9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 1 9- 05.15(1) Manhole Ring and Cover Revise this section to read: All manhole rings and lids to be adjusted on this project shall be replaced with locking manhole rings and lids that will be supplied by the City at no cost to the Contractor. The locking manhole rings and lids shall be picked up from the Wastewater Collections Shop located at 204 W. Pine Street at the Contractor's expense. The locking lids are marked as "Sewer" for the sanitary sewer system and "Storm" for the storm water system. The Contractor will be responsible for placing the correct lid on each system manhole upon completion of adjustment. Prior arrangements shall be made by the Contractor to assure that the facility will be open for pickup of the rings and lids. 9 -14 EROSION CONTROL , 9- 14.1(1) Topsoil Type A This section is supplemented with the following: 1 A. Topsoil Type A for planting areas shall be "Topsoil Blend" supplied by Morton & Sons, Yakima, WA, (509) 575 -8886 or approved equal. 1 B. Contractor shall send minimum of one (1) representative sample of Topsoil Type A to an approved soil- testing laboratory (state or commercial laboratory) to determine FERTILITY ANALYSIS (to determine magnesium, nitrogen, potassium, phosphorus levels, calcium, minor elements, soluble salts /conductivity and pH). The results shall be submitted to the Engineer (WITH TEST RESULTS AND LABORATORY RECOMMENDATIONS FOR ORNAMENTAL PLANT GROWTH) for approval prior to use on the project site. The Contractor shall be responsible for whatever soil amendments may be required, as recommended by the testing laboratory. The cost for testing and soil amendments must be borne by the Contractor and shall be considered incidental to the cost of Topsoil Type A. 111 117 1 G \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015 docx 1 9 -14.2 Seeding This section is supplemented with the following: 1 Grass seed of the following composition, proportion, and quality shall be applied at the rates shown below on all areas requiring roadside seeding within the project: Kind and Variety of Seed in mixture by common Name and Percent by Weight 1 (Botanical Name) Slender Wheatgrass 20% (Elymus trachycaulus) 1 Perennial Ryegrass 20% (Lolium perenne) ' Orchardgrass 20% (Dactylis glomerate) I Creeping Red Fescue 20% (Festuca rubra) Sheep Fescue 10% 1 ( Festuca Ovine) White clover 10% ' (Trifolium repens) Total Pounds PLS per Acre 175.00 Seed mix shall be Certified, indicating 0% Prohibited or Restricted noxious Weed, 0.20% maximum Other Weed, and 0.40% maximum Other Crop. 9 - 14.3 Fertilizer This section is supplemented with the following: General: Fertilizers must be delivered to job sites, mixed as specified, and in standard size unopened containers showing weight, analysis, and name of manufacturer. Material shall be uniform in composition, free - flowing, and suitable for application by hand. All elements shall be protected from 1 the weather, particularly moisture, both on and off the job site. Fertilizer for topsoil shall be per Specification Section 9- 14.1(1) Topsoil Type A. 9 14.6(5) Inspection This section is supplemented with the following: 1 The review and approval of all plant materials by the Engineer, prior to planting, is mandatory. The Contractor shall submit plant samples to the Engineer's office and /or have samples available at the 1 project site for review during scheduled site visits. The Contracting Agency reserves the right to reject, through his /her agent, any or all plant material at any time until final inspection and acceptance. Contractor is to remove rejected plants immediately 1 from site. 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 118 1 9- 14.6(7) Temporary Storage This section is supplemented with the following: Plants that cannot be planted within one (1) day after arrival are to be heeled -in or otherwise temporarily stored, in accordance with accepted horticultural practice and as specified here within. 9 -14.8 Root Barrier (NIC) New section 9 -14.8 is added: Root Barrier shall be "Deep Root" polypropylene twenty four (24) inch depth panels, manufactured by DeepRoot Green Infrastructure, LLC or approved equal. Supplied by H.D. Fowler, Yakima, WA; Telephone: (509) 248 -8400. 9 -14.9 Rock Mulch 1 New Section 9 -14.9 is added: Brown basalt crushed rock, brown color, 1 -1/2" chips, screened of fines, supplied by Columbia Asphalt and Gravel, Yakima, Washington; Telephone (509) 453 -2063 or approved equal. Submit a one (1) cubic foot sample of mulch for Engineer review and approval prior to delivery and installation. 9 -14.10 Streambed Cobbles (4" Cobbles) New Section 9 -14.10 is added: Streambed Cobbles (4" Cobbles) shall be per 9- 03.11(2), supplied by Anderson Rock, Yakima, Washington; Telephone (509) 965 -3621 or approved equal. Submit a two (2) cubic foot sample of cobbles for Engineer review and approval prior to delivery and installation. 9 -14.11 Streambed Boulders (4 and 6 Man Size) (NIC) New Section 9 -14.11 is added: Streambed Boulders, 4 and 6 Man Size, shall be per 9- 03.11(3), weathered Basalt, supplied by Anderson Rock, Yakima, Washington; Telephone (509) 965 -3621 or approved equal. Submit representative photo examples of Streambed Boulders for Engineer review and approval prior to delivery and installation. Photo examples shall include a tape measurer scale to confirm required size dimensions. 1 9 -14.12 Weed Barrier Fabric New Section 9 -14.12 is added: 1 Weed Barrier Fabric shall be Hanes Geo Pro Platinum or approved equal. Supplied by H.D. Fowler, Yakima, WA; Telephone (509) 248 -8400. 1 Specifications Material — Polypropylene 1 Color - Black with Purple lines every 12 inches Permeability - 12 gal /sqft/min Tensile Strength (Ibs) - Warp - 125 / Fill — 57 119 1 G. \PROJECTS \2011 \11062 \ SPECS \City of Yakima Spec 2015 docx 1 ' Trapezoid Tear — 47 x 25 Burst Strength — 210 ' UV Exposure > 80% after 500 hours 9 -14.13 Steel Edging 1 New Section 9 -14.13 is added: Steel edging shall be DuraEdge steel edging; black color. Supplied by H.D. Fowler, Yakima, WA; Telephone (509) 248 - 8400.00 9 -15 IRRIGATION SYSTEM 9 -15 Irrigation System This section is supplemented with the following: The system shall be constructed to grades and conform to locations as shown on Plans. 1 9 -15.3 Automatic Controllers Delete the entire section and revise with the following: Automatic controller pedestals or container cabinets shall be installed on a concrete base as shown on Plans or per manufacturer's recommendations. Provide a minimum of three 2 -inch diameter galvanized metal or PVC electrical wire conduits through the base and extend 3 -iches beyond the edge or side of the base per Engineer field directive. The controller shall be of the type, manufacturer and size as shown on Plans. 9 -15.5 Valve Boxes and Protective Sleeves Delete the entire section and revise with the following: Valve boxes shall be Carson Industries or NDS plastic valve boxes, or acceptable equal. Size valve and junction boxes as required to conform to dimensions shown on the Plans. 9- 15.7(2) Automatic Control Valves Delete the entire section and revise with the following: Automatic control valves shall be of the type, manufacturer and size shown on Plans. 9 -15.11 Cross Connection Control Devices Delete the entire section and revise with the following: 1 The Cross Connection Control Device shall be a double check valve assembly (DCVA) and shall be of a manufacturer and product model approved for use by the Washington State Department of Health, Olympia, Washington or a Department of Health certified agency. 1 120 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL 9 -29.6 Light and Signal Standards October, 2012 Section 9 -29.6 is supplemented with the following: Light pole standards shall be furnished and installed in accordance with the methods and materials noted in the applicable City of Yakima Standards, and standard plans. All poles shall be painted with "sandstone" color (BG2 per Philips Lumec Color Chart) and with a smooth finish and manufactured by Philips Lumec of the following listed: 8' SINGLE ARM 8' DOUBLE ARM 2' SINGLE ARM 111 STREET LIGHT SSM8 -24 SSM8 -24 1 PEDESTRIAN RTA907 -20 -BA LIGHT 9 -29.10 Luminaires October, 2012 Section 9 -29.10 is supplemented with the following: Luminaire for this project shall be of the following listed: Philips Lumec DMS55- SG -SMB with 135W8OLED4K -ES -LE2F lamp and lens. Philips Lumec DMS55 -SG with 40W3OLED4K -ES -LE2F lamp and lens. 1 1 1 1 r 1 1 1 121 1 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 1 CONTRACT T HIS AGREEMENT, made and entered into in triplicate, this .2e day of r'--/ , 2015, by and between the City of Yakima, hereinafter called the Owner, and Granite Construction ompany, a California Corporation, hereinafter called the Contractor. I WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 2,424,581.15, for Cascade Mill Parkway Couplet Improvements, City Project No. 2337, all in accordance with, and as described in the attached plans and specifications and the 2012 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any I alterations in or additions to the work provided under this contract and every part thereof. Work shall start within ten (10) days after the Notice to Proceed and shall be completed in One Hundred Twenty (120) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable I working day shall be the 1 1 a' day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified I time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and I every part thereof, except such as are mentioned in the specifications to be fumished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same I according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. 111. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected I officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from the Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. I IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. I V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein I above written. Countersigned: CITY OF YAKIMA CONTRACTOR ,` ,� ltll lfg i � ' this d ay of Ale; rte, / 2015. Granite Construction Company, a California Corporation ♦ ♦ ♦ �G� NS TiQ �� Contractor � O , � ` 4. 2 � 0= Ci y Manager e \r 0 % T 2 Attest: i g i sha Desa � 1 , y , . : :� o Jam. z Print Name 10 If ' .0.-0 y♦ /4' City Clerk / y" e�,_ :.� „ / its Vice President 'i ANd 0% 1 \, _ .='d (President, Owner, etc.) CITY CONTRACT no:, D � , > n� / , p 7 �' Address: 80 Pond Road 1 , RESOt NetH40. P rd . 200R --01S Yakima, WA 98901 1 ,1 4 1 PERFORMANCE BOND Bond Nos 82382011 Federal ' 106157641 Travelers BOND TO CITY OF YAKIMA 929607074 &D 09171112 F &D I KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Yakima, Washington has awarded to Granite Construction Company (Contractor) hereinafter designated as I the Principal" a contract for the construction of the project designated Cascade Mill Parkway Couplet Improvements, City Project No. 2337, all as hereto attached and made a part hereof and whereas, said principal is required under the terms of said contract to fumish a bond for the faithful performance of said contract: 1 NOW, THEREFORE, we, the principal, and Federal Insurance Company* , (Surety), a corporation, organized and existing under and by virtue of the laws of the State of Indiana"'' , duly authorized { do I business in the State of Washington, as surety, are jointly and severally held and firmly bound unto the City of Yakima, Washington, in the penal sum of $ 2,424,581.15 (Total Contract Amount) lawful money of the United States, the payment of which we jointly and severally bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. I A .. ' ;` THE CONDITIONS OF THIS BOND IS SUCH, that if the above bonded principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all I laborers, mechanics, sub - contractors and matenalmen; the claims of any person or persons arising under the contract to the.extont suchljaims are provided for in RCW 39.08.010; the state with respect to taxes imposed pursuant to Titles 50, 51 and 82 RCW which rnay'be due; ai J,aw,, P principal provisions supplies for the persons who shall supply said rinci al or sub - contractors with rovisions and su carrying on of said work, and stisill hold said "Cifu RY g 9 employees, agents, appointed any damage P t of Yakima, Washington, their em to ees, a ents, and elected or a ointed officials harmless from an dam a occasioned tc any erson or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance of said work, and.- , I shall indemnify and hold the City of Yakima, Washington, its employees, agents, and elected or appointed officials, harmless from any,damage ., "` • or expense by reason of failure of performance as specified in said contract, or from defects appearing or developing in the iriata'rtal - orvt workmanship provided or performed under said contract after its acceptance thereof by the City of Yakima, Washington, and all claims' filed in compliance with Chapter 39.08 RCW are resolved and all taxes pursuant to Titles 50 and 51 and 82 RCW have been paid, then and in that event I this obligation shall be void; but otherwise it shall be and remain in full force and effect. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Yakima, Washington. IN WITNESS WHEREOF, the said principal and the said surety have caused this bond to be signed and sealed by their duly authorized officers I this .. / . totiiiiiiii = G O R ' ' = 10th day of April ,201.64, - bORP . . — _ II _V SS Co.'.. _ -v.O -741„.4".c m T. i z _ Granite Construction Company 7. .7 J 0 : (Principal) ii i II' N`d ` `` •� Signature) J isha Desai, Vice President I Approved as to form: (Print Name) (, 4T ) 1 I o` ' 2 C bt j (C ity Attorney) Federal Insurance Company I (Surety) *Travelers Casualty and Surety Company of America By: The Continental Insurance Company (Signature) Fidelity and Deposit Company of Maryland Ashley Stinson I Jointly and Severally Liable (Print Name) , Attorney -in -Fact "Connecticut, Pennsylvania, Maryland, respectively (Title) , , 1 1 Executed in 3 Counterparts 1 1 ' A notary public or other officer completing this certificate verifies only the identity ofthc individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. ' State of California County of Santa Cruz 1 On April 10, 2015 before me, V.J. Fox, Notary Public (insert name and title of the officer) 1 personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are ' subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. ' 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. V. J. FOX WITNESS m ' hand and official seal. s,f! -s Y Comm. 1948644 NOTARY PUSUGCALffORNIA SANTA CRUZ COUNTY MY COMMISSION IXPIR S EPT Eft!!!!) Signature (Seal) V1J =Fox Notary Public 1 1 1 1 1 1 1 1 1 Chubb POWER Federal Insurance Company Attn: Surety Department I ` t OF Vigilant Insurance Company 15 Mountain View Road CHUMS Sturrety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 I Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jigisha Desal, John D. Gilliland, Catherine Gustayson, Kathleen Schredcengost, Ashley Stinson and Lillian Tse of Watsonville, California - I each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed in the course of business on behalf GRANITE CONSTRUCTION INCORPORATED and all Subsidiaries alone or In Joint venture as principal. In connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attorney- In- Fad in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the I authortry hereby conferred shall, upon delivery thereof, be valid and binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VV ANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed an li d these presents and affixed their corporate seals on this 18 day of July, 2014. Dawn Art' . Chloros, Assistant Secretary Norris, Jr., Vice P , .; 1•A , 1 ( i ) : 1 till 'Alms** ., ..:i. , ,,,y„, ,,,,- Itro) 1,' . STATE OF NEW JERSEY 1 as. County of Somerset On this 18 day of July, 2014 before me, a Notary Public of New Jersey, personalty came Dawn M. Chloros. to me known to be Assistant Secretary of I FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duty sworn. did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY end knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; end that the I signature of David B. Norris, Jr., subscribed to said Power of Attomey is In the genuine handwriting of David 8. Norris. Jr., and was thereto subscribed by authority of said By- Laws and in denonent's presence. KATHERINE J ADEIJIAR Notarial Seat . �, NOTARY PUBLIC OF NEW JERSEY - . �OTAR V . 2316996 a P.o. �� Co Ctllrlm airnt Expires July 16, 2019 / r � / dill �__� 1 ��UBi� , / Notary Public ' � CERTIFICATION / Extract from the B � J � R9/ I y EDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC SNDEMNfTY 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. )oIntly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman. President, any Vice I President, any Assistant Vice President, any Secretary. any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof, and any such power of attorney or 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." I 1. Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify that () the foregoing extract of the By- Laws of the Companies is true and correct, (1) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are I authorized by Me U.S. Treasury Department further, Federal and Vigilant are licensed In the U.S. Virgin Islands, and Federal Is licensed in American Samoa, Guam, Puerto Rico, and each of the Provinces of Canada except Prince Edward Island, and Op 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 April 10, 2015 4 ' (O ' . D awn M. Chloros, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT U5 AT ADDRESS I , -LSTED ABOVE, OR BY Telephone (908) 903. 3493 Fax (908) 903- 3656 e-mail: surety@ chubb.wm Form 15 -10- 01546- U (Rev. 05-13) CORP NON - CONSENT 1 1 I Amok TRAVELERS 1 POWER OF ATTORNEY Farmington Casualty Company St. Paul Mercury Insurance Company I Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company 1 Attorney -In -Fact No. 228138 1 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul I 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 I 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 Desaf, Kathleen Schreckengost. Catherine Gustayson, Ashley Stinson, and Lillian Tse of the City of Watsonville, State of Califomia, 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 I performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power of Attorney is limited to bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof for Granite Construction Incorporated and all subsidiaries and affiliates, alone or in joint venture. I IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 26th day of June, 2014. Farmington Casualty Company St. Paul Mercury Insurance Company I Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company t c•vWi g` 9 � t' ^ � � �M" . F '`z• •`° ovyao. S f. C • i - es , i c _,: ., a \ o - t� B � �b xc .' > 5 195 I n + b BA ,�� L s ,0 p a mp lif State of Connecticut � I By: ,' - �'' �' City of Hartford ss. Robert L. Raney, Senior Vice President I On this the 26th day of June, 2014, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed I 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. G. My Commission expires the 30th day of June, 2016. nQA.Z.A. c, eLtrn i.k I * * Marie C. Tetreault, Notary Public 1 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., 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 ' 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, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this April 10, 2015 1 1 Kevin E. Hughes, Assistant Secretary p • '� ., � � •roe !r ��r:M,rr n � 4 f �},+y��v• j� � iY I Wei � � SE" VEAL is B ttt $ r . ► if �w i • , e To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www,Crave %rsbo:ari,com. P, /ease %.fer, 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 1 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND ' POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY 1 AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by Geoffrey Delisio, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Jigisha DESAI, Catherine GUSTAVSON, Cynthia P. JOHNSON, Kathleen SCHRECKENGOST, John D. GILLILAND, 1 Ashley STINSON and Lillian TSE, each its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, issued on behalf of Granite Construction Incorporated, Watsonville, California and all subsidiaries alone or in a joint venture and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and ' acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. 1 The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. ' IN WITNESS WHEREOF, the said Vice - President has hereunto subscribed his /her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1st day of March, A.D. 2013. chalky. / � - 1 BBAL .4,7"1„6, v 8 . 1 By: Vice President — Geoffrey Delisio 1 By : Assistant Secretary — Gerald F. Haley 1 State of Maryland County of Baltimore 1 On this 1st day of March, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Geoffrey Delisio, Vice President and Gerald F. Haley, Assistant Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he /she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument 1 are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. 1 „ w` Fir a:zJ ) `'3 n, /� ' � r rhu n `• B Constance A. Dunn - Notary Public My Commission Expires: July 14, 2015 1 1 EXTRACT FROM BY -LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." ' CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the ' foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of t Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. ' RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, This April 10, 2015 d. Thomas O. McClellan, Vice President `01; I POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT I Know All Men By These Presents, That The Continental Insurance Company, a Pennsylvania insurance company, is a duly organized and existing insurance company having its principal office in the City of Chicago, and State of Illinois, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint I John D Gilliland, Jigisha Desai, Kathleen Schreckengost, Catherine Gustayson, Ashley Stinson, Lillian Tse, Individually 1 of San Francisco, CA, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its I behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - I and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the insurance company and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly I adopted, as indicated, by the Board of Directors of the insurance company. In Witness Whereof, The Continental Insurance Company has caused these presents to be signed by its Vice President and its corporate seal to be ' hereto affixed on this 10th day of December, 2014. .41$1444.. The Continental Insurance Company iR ; - '� „1..14 'f. • , o■ . b .;; g z . N :: J ...... t....- Paul T. Bruflat 7 ice President State of South Dakota, County of Minnehaha, ss: I On this IOth day of December, 2014, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of The Continental Insurance Company, a Pennsylvania insurance company, described in and which executed the above instrument; that he knows the seal of said insurance company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said insurance company and that he I signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance company. J. MOHR NOTARY Putt SOU1F1 DAK My Commission Expires June 23, 2015 J. Moh Notary Public 1 CERTIFICATE I 1, D. Bult, Assistant Secretary of The Continental Insurance Company, a Pennsylvania insurance company, do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance company printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance company this April 10, 2015 1 �t�;W8 . •. "p The Continental Insurance Company • 'z ',V : Ob .. f:)4 ( 7,....T .- ) D. Bult Assistant ecretary 1 Form F6850- 4/2012 1 Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF THE CONTINENTAL INSURANCE COMPANY: ' This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company at a meeting held on May 10, 1995. "RESOLVED: That any Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Group Vice President to the Secretary of the Company prior to such execution becoming effective. U This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execution power of attorneys on behalf of The Continental Insurance Company. ' This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25 day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers ") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures "), Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." 1 • 1 1 • • M1, 1 1 1 1 a, d • �7 5 ' t l x r & iq4 {� of i »"� �4 ^ .l " "rj „ , c� a 3'" 1 i � 'r ' a o 1 ' e ' ` l,F,. l x, : , ,, "mpliancekWitaartl gratio n` 9414a ation =�Act''a * (,' ' , ,? i � 2 + , Co Al•,,,, 6 k r "ti r "`t i '' 3t W f 4 s s 1 d r i x d, 4 r^'" 4 ti ha S. � s, z. F � ....::t.: . is� z r �., , \ ; f3 ' ' t 4A �'m' a4 y,it.,'4 m • .�.u•.*•- -,•an. ,, .... - . ,, . , ...... , . r ...."'' ka..!.. 1' i��. .' 7.wS .- 'etr n,w,�w,.w m'; "ar.< I The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E- Verify program or its successor, and I thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E- Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. 1 The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The contractor shall sign and return with their bid I response the E- Verify Declaration below. Failure to do so may be cause for rejection of bid. E VERIFY COMPLIANCE DECLARATION 111 The undersigned declares, under penalty of perjury under the laws of Washington State that: 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this I contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. 2. I agree to enroll in E- Verify prior to the start date of any contract issued by the City of Yakima to I ensure that my workforce is legal to work in the United States of America. I agree to use E- Verify for all newly hired employees during the length of the contract. I 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E- Verify program at any time and that non - compliance could lead to suspension of this contract. Firm Name: Granite Construction Company 1 Dated this 26th .ay of March 20 15 , Signature: . I Printed Name: Jason Halverson - Senior Estimator Phone #: 509.454.8565 Email Address: jason.halverson @gcinc.com I 0104/04 `0 ��.� rq�c,, `Z 1 :„..,....0 a oQ ✓ sc et. % , 79; c n 0'. e, *.j I '' '�9RN�P ' S` , I G.IPROJECTS12011 \11062\SPECS \City of Yakima Spec 2015 docx 124 1 1 A� °R CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES I BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the I certificate holder in lieu of such endorsement(s). PRODUCER LIC #0G62759 1- 415 - 486 -7000 Aon Risk Insurance Services West, Inc. CONTACT NAME: PHONE 199 Fremont Street, Suite 1500 C • N• Ext FAX I E A/C No San Francisco, CA 94105 ADDRESS: INSURERS) AFFORDING COVERAGE INSURED INSURER A : VALLEY FORGE INS CO NAIC # Granite Construction Company 20508 I PO Box 50085 INSURER D : imistim Watsonville, CA 95077 I COVERAGES CERTIFICATE NUMBER: 43533479 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, I EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE RIM POLICY NUMBER POLICY EFF POLICY EXP OF INSURANCE POLIC MM/DD/YYYY POLIO X X GL 2074978689 10 /01 /1 10 /01 /15 DAMAGE © COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2, 000, 000 ' P EMSESOEaoccurrence $ 2, 000, 000 CLAIMS DE X OCCUR Contracl Liility MED EXP (Any one person) $ NIL P ERSONAL 8 ADV INJURY $ 2 , 000, 000 ' GEN'LAGGREGATELIMITAPPLIESPER: $10,000,000 I GENERALLIABILITY II POLICY X PRO- III LOC A X PRODUCTS - COMP /OPAGG $ 2,000,000 AUTOMOBILE LIABILITY $ 00 X BUA 2074978692 10 /01 /1A 10/01/15 COMBINED SINGLE LIMIT © ANY AUTO Ea accident 2,0,000 I ALL OWNED II MEWLED BODILY INJURY (Per person) AUTOS SCHED © HIRED AUTOS ©NON A -OWNED DAMAGE BODILY INJURY (Per accident) UTOS P ROPERTY X Contractua Per PROPERTY DAMAGE UM BRELLA LIAB OCCUR I ■EXCESS LIAB II CLAIMS -MADE EACH OCCURRENCE DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WC 27 4978644 (WA/EL ONLY 10 /01 /1. 10 /01 /15© WCSTATU I ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N WC 274978644 OT: OFFICER/MEMBER EXCLUDED? N N / q (AOS) �� (Mandatory b NH) 10 /O1 /1 . 10/01/15 E.L. EACH ACCIDENT $2,000,000 If yes, es, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - EA EMPLOYE= $ 2 ,000,000 E.L. DISEASE - POLICY LIMIT $ 2 ,000,000 II DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) 2 505 - 540513 - CASCADE MILL PARKWAY COUPLET IMPROVEMENTS. YR 2377 I THE CITY OF YAKIMA AND HUIBREGTSE, LOUMAN ASSOCIATES, INC., THEIR OFFICERS, ELECTED OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS, ARE HEREBY NAMED AS ADDITIONAL INSUREDS, PER ENDORSEMENTS ATTACHED. I GL PER ISO FORM CG0001 10 /01; AL PER ISO FORM CA0001 03/10 CERTIFICATE HOLDER 2505 - 540513 CANCELLATION I CITY OF YAKIMA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. I 129 N. 2ND STREET AUTHORIZED REPRESENTATIVE YAKIMA, WA 98901 /�!� �/ IISA X /�'i!/1._ I ACORD 25 (2010/05) The ACORD name and logo are registered marks o ACORD RD CORPORATION. All rights reserved. Lindak250 43533479 SUPPLEMENT TO CERTIFICATE �+ NAME OF INSURED: C OF INSURANCE DATE Granite Construction Company 04 /13/2015 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SUPP (10/00) 1 1 . 1 CNA Policy# GL2074978689 Insured: Granite Construction Incorporated G(Ed.010 /10) Effective: 10/01/12 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRAC TORS T his endorsement modifies insurance provided under the following: 1 COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) 1 Name of Additional Insured Persons Or Organizations (As required by "written contract" per Paragraph A. below.) 1 The insurance afforded to the additional insured only applies to the extent permitted by law. Locations of Covered Operations 1 ( As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.) 1 A. Section 11 -Who Is An Insured is amended to include as an additional insured: 2. We will not provide the additional insured any 1 An broader coverage or any higher limit of y person or organization whom you are insurance than the least that is: required by "written contract" to add as an ' additional insured on this Coverage Part; and 2 a Required by the "written contract "; . The particular person or organization, if any, b. Described in B.1. above; or scheduled above. c. Afforded to you under this policy. I B. The insurance provided to the additional insured is limited as follows: 3. This insurance is excess of all other insurance available to the additional insured whether on a 1. The person or organization is an additional primary, excess, contingent or any other basis. for "bodil But if required by the "written contract," this I insured only with respect to liabilit injury," "property damage," or y y insurance will be primary and non - contributory advertisin injury" "Personal and relative to insurance on which the additional 9 J ry" caused in whole or in part by: insured is a Named Insured. 1 a. Your acts or omissions; or 4. The insurance provided to the additional b. The acts or omissions of those acting on insured does not apply to "bodily injury," your behalf "property damage," or "personal and advertising 1 in the performance of your ongoing operations injury arising out of: specified in the "written contract' ; or a. The rendering of, or the failure to render, c. "Your work" that is specified in the "written any professional architectural, engineering, I contract" but only for "bodily injury" or or surveying services, including: "property damage" included in the (1) The preparing, approving, or failing to "products- completed operations hazard," prepare or approve maps, shop and only if: drawings, opinions, reports, surveys, I (1) The "written contract" requires you to field orders, change orders or drawings provide the additional insured such and specifications; and coverage; and (2) Supervisory, inspection, architectural or i (2) This Coverage Part engineering activities; or o. provides such covers g b. Any premises or work for which the 1 additional insured is specifically listed as an 1 1 CNA Policy# GL2074978689 Insured: Granite Construction Incorporated ( Effective: 10/01 /12 (EE d. . 1 10 1-) 0/10) 1 additional insured on another endorsement attached to this Coverage Part. We have no duty to defend or indemnify an C. SECTION IV — additional insured under this endorsement until LIABILITY CONDITIONS i s ame amended as fo S RAL I 1. The Duties In The Event of Occurr, we receive from the additional insured written notice of a claim or "suit." ence 2. With respect only to the insurance provided by Offense, Claim or Suit condition is amended this endorsement, the first sentence of to add the following additional conditions graph 4.a. of the Para Condition is deleted and replaced I with the I applicable to the additional insured: An additional insured under this endorsement following: will as soon as practicable: I 4. Other Insurance (1) Give us written notice of an "occurrence" or n an an offense which may result in a claim or a. Primary Insurance nd non- o under this insurance, and of any claim This insurance is primary I or "suit" that does result; contributory except when a endered (2) Except as provided in Paragraph B.3 of this excess by endorsement G- 140331 -C, endorsement, agree to make available any or when Paragraph b. below applies. 1 s D• Only for the pent, SECTION of the insurance DEFINITIONS provided is for other loss we cover under this Coverage am this endorsement, SECTION V — DEFINITI is Part; amended to add the following definition: (3) Send us copies all legal papers received, "Written contract" means a written contract or s o I and ots copie o aper w r in the written agreement that requires investigation, defense, or settlement of the person or organization an addition claim on this claim or "suit''; and Coverage Part, provided the contract or agreement: I (4) Tender the defense and indemnity of an 1. Is currently in effect or becomes effective during claim or "suit" to any other insurer or self the term of this policy; and insurer whose policy or program applies to a loss we cover under this Coverage Part. 2. Was executed prior to: I But if the "written contract" requires this The "bodily injury" or "property damage "; or insurance to Y 1 be primary and non- b The offense that caused the " personal and contributory , this provision (4) does not advertising injury" apply to insurance on which the additional 1 insured is a Named Insured. for which the additional insured seeks coverage G- 140331 -C under this Coverage Part. (Ed. 10/10) Includes copyrighted material of Insurance Services Office, Inc., with its permission Notice of Cancellation Page 2 of 2 In the event of cancellation or material change that reduce the Company agrees to mail prior written notice of cancellation or material change to the person or organization reduces or restricts the insurance afforded by the General Liability Coverage Form, 1 Schedule 9 on named in the Schedule. Name: Any person material orhanization the named insured is required by written contract or agreement to mai c am elatio p soon n o o r change. 1 Number of days advance notice mail prior written notice of 10 (or 20 if in Alaska) days notice for non - payment of premium or 60 (or fewer, as required by written contract) days notice for any other reason Waiver of Subro ation The Company waives any right of subrogation against any additional insured because of payments the damage arising out of operations performed for such additional insured by the named insured but, only ri sr. Company makes for injury ei s 1 I such a waiver. if a written contract requires Pape 2 of 9 1 POLICY NUMBER: INSURED: GRANITE CONSTRUCTION INC. ' COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ I CG 25 Y. 05 09 1 DESIGNATED CON T CAREFULLY. GENERAL CONSTRUCTION PROJECTS) 1 GGREGATE LIMIT This endorsement modifies insurance provided under the following: ' COMMERCIAL GENERAL LIABILITY COVERAGE PART 1 SCHEDULE Designated Construction Project(s): 1 PROJECTS WHERE REQUIRED BY WRITTEN CONTRACT 1 Information re. wired to com•lete this Schedule if not shown above, will be shown in the Declarations. I A. For all sums which the insured becomes legally obligated to pay as damages caused by 3. Any payments made under Coverage A for "occurrences" under Section I — Coverage A, and damages or under Coverage C for medical for all medical expenses caused by accidents expenses shall reduce the Designated under Section I — Covera e C Construction Project General Aggregate Limit attributed only to ongoing operati ns a single for that designated construction project. Such designated construction project shown in the payments shall not reduce the General Schedule above: Aggregate Limit shown in the Declarations 1. A separate Designated Construction Project Construction Pr I nor shall they reduce any other Designated General Aggregate Limit applies to each for any other designated oject General construction t o Limit designated construction project, and that limit 4 shown in the Schedule above. I is equal to the amount of the General project Aggregate Limit shown in the Declarations. 4. The limits shown in the Declarations for Each 2. The Designated Construction Project General You and Medical Expense continue Occurrence, Damage To Premises Rented To Aggregate Limit is the most we will pay for the However, instead of to apply. in u General Aggregate Limit shown in the I sum of all damages under Coverage A, except damages because of "bodil being "property damage" included in the "products- applicable Designated Construction y 1 c or Declarations, such limits will be subject to the completed operations hazard," and for 1 medical General Aggregate Limit. Project expenses under Coverage C regardless of the number of: a. Insureds; 1 b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." 1 1 1 CG 25 03 05 09 Copyright, Insurance Services Office, Inc., 2008 Page 1 of 2 ' B. For all sums which the insured becomes legally C. When coverage for liability obligated to pay as damages caused by "occurrences" under Section 1— Coverage A, and "products-completed arising out of the for all medical expenses caused Coverage accidents P operations hazard" is provided, any payments for damages because of under Section 1 expenses Coverage C, which cannot accidents "bodily injury" under S only 1 Coverage a C, which operations at a single designated construction y ry or "property le o eamags" included a " will in the "products- completed operations hazard" g reduce the Products-completed Schedule above: project shown in the P Operations ' Aggregate Limit, and not reduce the General 1. Any payments made under Coverage A for A ggregate Limit nor the Designated Construction damages or under Coverage C for medical Project General Aggregate Limit. expenses shall reduce the amount available D. If the applicable designated construction project under the General Aggregate Limit or the and , or if the been abandoned, delayed, or abandoned Products - completed Operations Aggregate and g parties deviate restarted Limit, whichever is applicable; and contracting authorized from plans, blueprints, prints, 2. Such payments shall not reduce any will stll be specifications eemed to be the timetables, amle construction t Designated Construction Project General project. Aggregate Limit. E. The provisions of Section 111 — Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. 1 1 Page 2 of 2 Copyright, Insurance Services Office, Inc., 2008 CG 25 0n nF no I - I POLICY NUMBER: BUA2074978692 Granite Construction Incorporated Effective 10 -01 -12 I COMMERCIAL AUTO CA2048 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE DESIGNATED INSURED READ IT CAREFULLY. This endorsement modifies insurance provided under the following: I BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM I TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form app Y I unless I modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Ins ured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Covera ge Form. 1 Name of Person(s) or Organization(s): SCHEDULE 1 Any person or organization whom the named ins insured on this policy. ured is required by written contract to add as an additional I The coverage afforded to the additional insured shall operate as primary requires that this insurance be primary. No other insurance maintained by i the additional insured shall be called upon to contribute to a Toss hereunder if the written contract requires that such other insurance shall be non- 1 contributory. The insurance afforded to the additional insured only applies to the extent permitted by law. I (If no entry appears above, information required to Declarations as applicable to the endorsement.) complete this endorsement will be shown in the I Each person or organization shown in the Schedule is an "insured" for that person or organization qualifies as an `insured" under the Who Is An d Provision on containte the extent Section II of the Coverage Form. d in 1 CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Waiver of Subrogation Page 1 of 1 I The Company waives any right of recovery the Company may have against the person or organization shown of payments the Company makes for injury or damage arising out of the named insured's activities under a contract with that person organization. Schedule in the Schedule because I p son or Name of Person or Organization: Any person or organization with whom the named insured agrees in writin g prior to the date of any loss to waive the named insured's right to recover against them. Notice of Cancellation I In the event of cancellation or material change that reduces or restricts the insurance afforded by the Business Auto the Company agrees to mail prior written notice of cancellation or material change to the person or organization named in the Sch edule. Schedule o Coverage Form, Name: Any person or organization the named insured is required by written contract or agreement to mail prior written notice of I cancellation or material change. Number of days advance notice 10 (or 20 if in Alaska) days notice for non - payment of premium or 60 (or fewer, as required by written contract) days notice for any other reason 1 1 MINIMUM WAGE AFFIDAVIT 1 1 STATE OF WASHINGTON ) COUNTY OF YAKIMA ) ss 1 I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the ' attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the 1 above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 1 1 Contractor 1 Subscribed and sworn to before me on this day of , 2015 1 Notary Public in and for the State of Washington residing at 1 • 1 1 1 128 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 1 PREVAILING WAGE RATES I The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current I schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. 1 Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is I imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. 1 In case any dispute arises as to what are the prevailing rates of wages for work of a similar I nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 1 as amended. I Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: 1 Department of Labor and Industries 1 ESAC Division PO Box 44540 1 Olympia, Washington 98504 -4540 1 Telephone: 360- 902 -5335 1 1 1 1 1 129 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 I PROPOSAL I To the City Clerk Yakima, Washington 1 This certifies that the undersigned has examined the location of: 1 CITY OF YAKIMA 1 CASCADE MILL PARKWAY COUPLET IMPROVEMENTS I City Project No. 2337 1 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The I undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. I NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot 1 (decimal) in the dollars column shall be considered as cents. 1 1 1 1 1 1 1 1 130 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 1 ITEM PROPOSAL BID SHEET Cascade Mill Parkway Couplet Improvements City Project No. 2337 I H.W. Lochner Project No. 5224 HLA Project No. 11062 U ITEM PROPOSAL ITEM ITE UNIT PRICE AMOUNT NO. ITEM PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SCHEDULE A ROADWAY IMPROVEMENTS II 1 SPCC Plan __ L.S. 1 / ,SCO .do 1 -07.15 / 2. Minor Change EST. F.A. 15,000.00 15,000.00 / I 1 09.4 OP"... 3. Mobilization L.S. i 1 -09.7 -se I 4 • Project Temporary Traffic Control - L.S. -- I1,000.00 1 -10.5 I 5. • Clearing and Grubbing 2 -01.5 -- L.S. - 7 - I,C I.cD 6. Removal of Structure and Obstruction L.S. - -- l EO� I 2 -02.5 .co 7 Saw Cut 1,200 L.F. 2 -02.5 3. 3,t000.cc I 8 Roadway Excavation Incl. Haul 3,010 C.Y. / 2 -03.5 ?.0 .0D l ,2a) .op 9. Gravel Borrow Incl. Haul 5,100 C.Y. / I 2 03.5 2-S . CO 1271 S n.CC 10. Structure Excavation Class B Incl. Haul 280 C.Y. / 2 -09.5 60.00 7-2,4CO.Cr; 11. Crushed Surfacing Base Course 7,540 TON 4 -04.5 ZS.Co t .co I 12. Crushed Surfacing Top Course 260 TON 4 -04.5 .00 €, Z:CX) `a- 13. Asphalt Treated Base 1,490 TON I 4 -05.5 1�.c70 �11p 14. HMA CI 1/2 Inch PG 64 -28 640 TON 5 ri 1 . .co 5 -04.5 �-T'r*�a �U I 15. HMA CI 1/2 -Inch PG 70 -28 1,150 TON l 5 -04.5 C� �, bCO.CO t 16. Cement Conc. Pavement 5 -05.5 680 C.Y. 3CO•cb 2C4,cco•06 17. Corrosion Resistant Dowel Bar 1,850 EA. / I 5-05.5 , 3 18 Tie Bar with Drill Hole 660 EA. 11.So 3 L / _ 5 -05.5 23• LD 15 , t .Cd II G:\ PROJECTS \2011111062W 131R ddendum 1.doc ADDENDUM I NO. 1 2/D' /67.8'0/ C f 8p / 1 1 - ITEM PROPOSAL ITEM UNIT PRICE AMOUNT QTY UNIT DOLLARS DOLLARS ITEM PAYMENT SECTION SCHEDULE A ROADWAY IMPROVEMENTS 19. Just In Time Training I 5-05.5 L.S. - I.00 20. Structural Earth Wall 6 -13.5 2,050 S.F. pO (ol 1500.00 21. Schedule A Storm Drain Pipe 12 In. Diam. 7 -04.5 980 L.F. x.00 Z�(,SOO. tJ0 I 22. Roadside Swale / 7 -04.5 150 L.F. 1 . 0p 1 ,050:00 23. Q( 12 -Inch Underdrain Pipe Infil. Trench System / I 90 L.F. .co Io q ,0•O0 7 -04.5 24. Infiltration Swales --- 7 -04.5 L.S. - 0.-1)C°. 00 I 25 Catch Basin Type 1 / 7 -05.5 17 EA. 1 i0S0.00 1 i, e.--. 26. Pretreatment Manhole 48 -In. Diam. I 7 -05.5 1 EA. 12 r 0� •DO 12�CL"O.Oa 27 Adjust Manhole 2 EA ' 500 .O0 1 000 • 00 7 -05.5 r / I 28. Shoring or Extra Excavation Class B 7 -05.5 640 S.F. 1.Op0•0o I 29. Concrete Spill Apron 7 -05.5 14 EA. 0D I `Iqp 30. Crushed Surfacing Top Course (for Trench Backfill) 7 -08.5 150 TON IS , OO 2, 2SO.CO 31. Gravel Backfill for Pipe Zone Bedding / 7 -08.5 160 C.Y. . DO y 14 W .0d Adjust Valve Box I 32 7 -12.5 11 EA. 4SO • cc) 4,950.Ctj 33. ESC Lead I 8 -01.5 25 DAY tCO CO ZSSO oO 34. Silt Fence 8 -01.5 720 L.F. S CO '� , bCO. OD 35. ErosionNVater Pollution Control / 8 -01.5 EST. F.A. 10,000.00 10,000.00 PSIPE Acer freemanii `Jeffersred' / Autumn Blaze 36. ' Maple (2" Cal.) 3 EA. U 8 -02.5 210 .00 (01.o0 .C20 PSIPE Pinus flexilis ' Vanderwolfs Pyramid' / 37 Vanderwolfs Pyramid Pine (7' - 8' Ht.) 6 EA. V I 8 -02.5 220 .00 1 r32O.Qp PSIPE Cornus sanguinea `Midwinter Fire' / Blood Twig 38 Dogwood (5 Gal.) 17 EA. I 8-02.5 32)i32)i-x) , 16 •ob 39. PSIPE Parthenocissus tricuspidata /Boston Ivy (1 Gal.) / 19 EA. 8 -02.5 15.00 Z .0 o I 132R / G: \PROJECTS \2011 \11062Wdd 1.doc ADDENDUM NO. 1 /7/ ,L2-1°° 1 1 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. ITEM PAYMENT SECTION DOLLARS DOLLARS I SCHEDULE A ROADWAY IMPROVEMENTS PSIPE Syringa meyeri 'Palibin' / Dwarf Korean Lilac (5 40. Gal.) 5 EA. I 8 -02.5 co 3`a• Igo.Cxj PSIPE Juniperus horizontalis'Youngstown' / 41. Youngstown Juniper (1 Gal.) 178- EA. / 8-02.5 1 •cam 2,314 .00 PSI Rosa x Noare 'Flower Carpet' Red Rose (2 42. Gal.) PE 298 EA. / 8 -02.5 1S . op 4 1 4"10.00 I 43. Seeding, Fertilizing and Mulching 8 -01.5 1.90 AC. 2_,KOO.CC) y ,S100.00 44. Sod Installation / I 8 -02.5 600 S.Y. !.{.- . I._. Oct 45. Rock Mulch 8 -02.5 450 C.Y. / IS .00 33, 1S0.00 I 46. Streambed Cobbles 15 TON / 8 -02.5 30.00 1 4Cb.C6 Topsoil Type A 8 -02.5 1,700 C.Y. 32 • CO 64 ,�4c0.Op / 47. I 48. Weed Barrier Fabric 8-02.5 5,870 S.Y. O.2l I152(0.2o / 49. Steel Edging I 8 02.5 55 L.F. 1.SO 4125D 50. Tree Protection 1 EA. 8 -02.5 1, COX) .0o 1 ' 000 .0 I 51 Irrigation System 8 -03.5 L.S. 30, coo . Ob / 52. Back of Sidewalk Restoration / I 8 -02.5 EST. F.A. 10,000.00 10,000.00 53. Soil Amendment 8 -02.5 EST. F.A. 1,000.00 1,000.00 54. Cement Conc. Traffic Curb and Gutter I 8 -04.5 4,590 L.F. IS • (08, •OD / 55. Cement Conc. Traffic Curb 8 -04.5 340 L.F. I'1 .so 6, co I 56. Cement Conc. Pedestrian Curb 8 -04.5 360 L.F. I S•5O S,'S &D•co Roundabout Cement Conc. Curb and Gutter 8 04.5 440 L.F. Zl t70 q c2�4(�.CO / 57. 58 Roundabout Truck Apron Cement Conc. Curb / 8 -04.5 270 L.F. 253. CC) 1,6b0•C0 Roundabout Central Island Cement Concrete Curb I 59. / 8 -04.5 970 L.F. l"1.0 1U lS.C1[� 60. Cement Conc. Driveway Entrance Type 3 7- 8 -04.5 725 S.Y. c( pp 31 ,l - 1S .00 I 61. Cement Conc. Driveway Approach / 8-06.5 370 S.Y. 1 49 .00 la,l.CC. 62. Combination Guardrail and Handrail I 8 -11.5 270 L.F. IOo.CD 21,oaD.ob / 63. Monument Case and Cover 8 -13.5 6 EA. 1 4 SO.03 2;1CO.00 I G: \PROJECTS12011 \11062\Addendum 1.doc 133R ADDENDUM NO. 1 ' 78-1-7° 5 •V, 317/ ITEM PROPOSAL ITEM UNIT PRICE AMOUNT I NO. QTY UNIT DOLLARS DOLLARS ITEM PAYMENT SECTION SCHEDULE A ROADWAY IMPROVEMENTS 64. Adjust Monument I 8 -13.5 3 EA. OO l (Igo .Oo 65. Cement Concrete Sidewalk 8 -14.5 2,430 S.Y. go 1 � 00 I 66. Cement Conc. Curb Ramp Type Parallel A 8 -14.5 2 EA. 1 . Op 2,200.00 Cement Conc. Curb Ramp Type Combination 67. I 8 14.5 2 EA . 1 ,2Sa.U0 2 /P05 O 68 Cement Conc. Curb Ramp Type Perpendicular A ,7 8 -14.5 3 EA. 1 , l 00.00 3,. CO I 69. Cement Conc. Curb Ramp Type Perpendicular B 8-14.5 1 EA. (, 2.50.00 1 , 2E0.06 Cement Conc. Curb Ramp Type Single Direction A 7 / 0. 8 -14.5 7 EA. 1 1'2Li0. 8,4CO .cc) I 71 • Cement Conc. Bike Ramp 8-14.5 2 EA. 1 LbS0.00 2,100.00 72. Pigmented Cement Conc. Truck Apron I 8-14.5 330 S.Y. 9S.co 31,3SD.Ca 73. Pigmented Cement Conc. Splitter Island 8 -14.5 370 S.Y. (DS OD 214 ,OSO.Cb 74 Cement Conc. Crosswalk Refuge Area 8-14.5 24 S.Y. iti.Cdi 1,$r / 75. Illumination System, Complete / 8 -20.5 - L.S. Jl$,OO).O0 76. Permanent Signing 8 -21.5 - L.S. 2711000 Plastic Wide Line I 77 8-22.5 1,260 L.F. 1, j� 1 S - 1S.(� / 78. 12" Wide Dotted Entry Line / 8 22.5 160 L.F. S .00 eCO.00 I 79 Plastic Yield Line Symbol 8-22.5 6 EA. �SC� .00 2, too ,0a / 80 Plastic Roundabout Traffic Arrow / I 8 -22.5 8 EA. �v .00 S, ZOO .Oj 81 Plastic Line 8 -22.5 4,890 L.F. 8.95 4,41.15. I 82. Plastic Traffic Arrow 8 -22.5 17 EA. C AS .00 II (D1CCD Plastic Traffic Letter 83. 8 EA. i 8 22.5 2_,S .00 ?00.00 / 84 Plastic Stop Line / 8 -22.5 16 L.F. S co CO Plastic Crosswalk Line / I 85 8 -22.5 1,480 L.F. l •OO 1,1-1t0.00 86 Removing Painted Traffic Marking 8 -22.5 14 EA. -1S .00 I , .Oa I 87. Removing Paint Line / 8 -22.5 1,700 L.F. 0.`1� 1 CO I G: \PROJECTS \2011 \11062\Addendum 1.doc 134 R ADDENDUM NO. 1 S.7 g' 1 1 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. ITEM PAYMENT SECTION DOLLARS DOLLARS 1 SCHEDULE A ROADWAY IMPROVEMENTS 88. Temporary Pavement Marking ' 8 -13.5 1,700 L.F. b (sS.0 1 89. Removing Temporary Pavement Marking 8 -13.5 1,700 L.F. O.Ic 2SS'.00 Modular Block Wall 1 90. 8-24.5 — 400 S.F. 2 .00 �b,p000p Sche ule A' Sub o� � 6 � ��/ � AP/ Z 3z9 �4 o 13 5 c�� �oc� I ITEM PROPOSAL ITEM UNIT PRI AMOUNT NO. ITEM PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SCHEDULE B CITY UTILITY IMPROVEMENTS I 91. Minor Change 1 -09.4 EST. F.A. $6,000.00 $6,000.00 / 92. Shoring or Extra Excavation Class B 7 -05.5 2,750 S.F. (. 2, 1 93. Crushed Surfacing Top Course (for Trench Backfill) 7 -08.5 300 TON Is CO ( 4 ' SCO.CCD 1 94. Ductile Iron Pipe for Water Main 12 In. Diam. f 7 -09.5 440 L.F. 00 Si Lt� 95. Ductile Iron Pipe for Water Main 6 In. Diam, 7 -09.5 245 L.F. Sc • Da 1.3 ? 1 96. Cross Linked PE Pipe for Water Service 2 In. Diam. 7 -09.5 150 L.F. • 33.0C) L I FISQ.OD Butterfly Valve 12 In. I 97. 7 -12.5 2 EA. Z,cS�O •C0 S,000.QO 98. Hydrant Assembly / _ 7 -14.5 2 EA. (0,lS.Ob 1 3,SCD.tx> I Schedule B Subtotal: 8 - 15 , DC) � / / f Sales Tax 8.2% -1 , 1 al `5 1 Schedule B Total: 94 1 1Sl a • ■S Schedule A and B Total: L 1 3c%1 • tS 1 Z 58'x. /C z i I CaF 04/7 I I 1 1 1 135R G: \PROJECTS120111110621Addendum 1.doc ADDENDUM NO. 1 1 1 BID BOND FORM 1 Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of $ N/A which amount is not less than five percent of the total bid. 1 Sign Here Ja o alverson - Senior Estimator BID BOND KNOW ALL MEN BY THESE PRESENTS: 1 That we, Granite Construction Company as principal, and Federal Insurance Company , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of 5 %(five percent) of bid amount /Y1tdltitt, for the payment of which the Principal ' and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. ' The condition of this obligation is such that if the Obligee shall make any award to the Principal for Cascade Mill Parkway Couplet Improvements according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful ' performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this 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 16th DAY OF March , 2015 1 Granite Construction Company Jason Halverson Principal Senior Estimator 1 Federal Insurance Company / Surety Ashley son, torney-in-Fact 1 , 2015 Received return of deposit in the sum of $ 1 1 1 1 ' G: \PROJECTSt2011 \11062 \SPECS \City of Yakima Spec 2015.docx 136 1 1 ' A notary public or other officer completing this certificate verifies only the identity of the individual ACKNOWLEDGMENT who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. 1 State of California County of Santa Cruz ) On March 16th, 2015 before me, V. Schultz, Notary Public (insert name and title of the officer) personally appeared Ashley Stinson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are ' subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. V SCHULTZ Commisslon 0 2087929 Notary Pubtlu - C u gtomia Cruz Cou Cain. rem Oct 28 2018 V. Signature (Seal) V. Schultz, Notary Public 1 1 1 1 1 1 1 1 1 4 rc' , . „ p POWER Federal Insurance Company Attn: Surety Department I ^ , Chubb OF Vigilant Insurance Company 15 Mountain View Road i,' _ Surety ATTORNEY Chubb Indemnity Company Warren, NJ 07059 I Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint ligisha Desai, John D. Gilliland, Catherine Gustayson, Kathleen Schreckengost, Ashley Stinson and Lillian Tse 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 seals to end deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than ball bonds) given or executed in the course of business on behalf GRANITE CONSTRUCTION INCORPORATED and all Subsidiaries alone or In Joint venture as principal. In connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation. And the execution of such bond or obligation by such Attorney- In- Fact in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the I authority hereby conferred shell, upon delivery thereof, be valid end binding upon the Company. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIciLANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed a ils,. these presents and affixed their corporate seals on this 18 day or July, 2014. 1.__.11b.11111_,',. r r.. Dawn M. Chloros, Assistant Secretary � =. Norris, Jr., Vice P • 1 fe 1 I 14p', :. J) j i t , , 1 i ti.1 (4)1 :p (filil, STATE OF NEW JERSEY I BB. County of Somerset On this 18 day of July, 2014 before me, a Notary Public of New Jersey, personalty came Dawn M. Chloros, to me known to be Assistant Secretary of I FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn. did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY end knows the corporate seats thereof, that the seals affuced to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with David 8. Norris, Jr., and knows him to be Vice President of said Companies; end that the I signature of David 8. Norris, Jr., subscribed to said Power of Attorney is In the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and in de... nent's presence. KATHERINE J ADELAAR Notarial Seat . N - 4 NOTARY PUBLIC OF NEW JERSEY - �� taflT No. 231613 Ow • R Y Commis Expires July 16, 2019 / /` / difi�-,,.- pUBLtC J Notary Public y•lv JER sS CERTIFICATION I Extract from the By- : • " EDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'All powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary. under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairmen. President, any Vice I President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds end 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 veld 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.' I I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies') do hereby certify that (1) the foregoing extract of the By- Laws of the Companies is true and correct, (it) the Companies are duty licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbla and are I authorized by the U.S. Treasury Department further, Federal and Vigilant are licensed In the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, Puerto Rico, and each of the Provinces of Canada except Prince Edward Island; and NI) the foregoing Power of Attorney is true, coned and In full force and effect Given under my hand and seals of said Companies at Warren, NJ this March 16th, 2015 t o • QCLIADO,_Mgr____ ' Dawn M. Chloros, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT U5 AT ADDRESS I -15TED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@ chubb.00m Form 15 - 01548 U (Rev. 05 CORP NON - CONSENT I 3/27/2015 www.insurance.wa.gov/consumertooIkit/Company/CompanyProfile.aspx?WAOIC=433 ft Search > FEDERAL INSURANCE COMPANY 1 FEDERAL INSURANCE COMPANY I General 1 Contact 1 Licensing 1 Appointments 1 Complaints 1 Orders 1 National Info 1 Ratings 1 fax Filings „__........ .._ Back to Search I General information Contact information I Name: FEDERAL INSURANCE COMPANY p,,.Nc Registered address 251 N ILLINOIS STE 1100 Mailing address Corporate family group: q,p,p. 15 MOUNTAIN VIEW RD BOX GRP WI:at ,s ths? INDIANAPOLIS, IN 46204 1615 1 o type: PROPERTY WARREN, NJ 07061 Telephone WAOIC: 433 908-903-2000 Telephone NAIC: 20281 908-903-2000 • Status: ACTIVE Admitted date: 01/01/1906 1 Ownership type: STOCK Pcit2tc?P Types of coverage authorized to sell I Insurance types Casualty ; 'Disability I Marine Ocean Marine Property ....... . . „. . _ • ,Surety , 'Vehicle . . . .!, .9tc. 1 Agents and agencies that represent this company I (Appointments) ,:illat Is tois View agents View agencies . tact to top I Company complaint history whaz is ti■s? View complaints I . 1 Disciplinary orders 2008-2015 I No disciplinary orders are found http:thwiw.insurance.wa.gov/consumertoolkit/Company/CompanyProfile.aspx?WAOIC=433 1/2 3/27/2015 www. insurance. wa. gov /consumertoolkit/ Company /CompanyProfile.aspx?WAOIC =433 • The orders posted here are unverified electronic duplicates of the official orders actually entered. To be certain you have the official version of the order as entered, request a hard copy from Renee Molnes at 360 - 725 -7047 or email legal @oic.wa.gov. Looking for other orders? Our online orders search allows you to search a ten year history i... ..... of all orders, including enforcement orders, administrative orders, and general orders. '• back to top ' Premium tax filings by tax year 4tihat is 2014 2013 2012 2011 2010 National information on insurance companies Want more information about this company? The NAIC's Consumer Information (CIS) page allows you to retrieve national financial and complaint information on insurance companies, plus has information and tips to help you ' understand current insurance issues. a<k tc tqp ' Ratings by financial organizations The following organizations rate insurance companies on their financial strength and stability. Some of these ' companies charge for their services. A.M. Best Weiss Group Ratings Standard and Poor's Corp Moody's Investors Service Fitch IBCA, Duff and Phelps Ratings " back to ron ...... ....... ....: http: //www.insurance.wa. gov /consumertoolkit/ Company /CompanyProfile.aspx?WAOIC= 433 2/2 • 3/27/2015 Surety Bonds - Certified Companies ND. OH, OK, OR, PA. RI, SC, SD, TN, TX, UT. VT, VA, WA, WV, WI, WY. INCORPORATED IN: Delaware. Explorer Insurance Company (NAIC #40029) 1 BUSINESS ADDRESS: P.O. BOX 85563, SAN DIEGO, CA 92186 - 5563. PHONE: (858) 350 -2400 x -2550. UNDERWRITING LIMITATION b/: $6,237,000. SURETY LICENSES c,f /: AZ, CA, CO, HI, ID, IL, IN, IA. MT, NV, NM, OR, PA, TX, UT, WA. INCORPORATED IN: California. *.. Back To Top i F ' Farmers Alliance Mutual Insurance Company (NAIC #19194) BUSINESS ADDRESS: P.O. Box 1401, McPherson, KS 67460. PHONE: (620) 241 -2200. UNDERWRITING LIMITATION b/: $14,399,000. SURETY LICENSES c,f /: CO, ID, IA, KS, MN, MO, MT, NE, NM, ND, OK, SD. INCORPORATED IN: Kansas. t Farmington Casualty Company (NAIC #41483) BUSINESS ADDRESS: ONE TOWER SQUARE, HARTFORD, CT 06183. PHONE: (860) 277 -0111. UNDERWRITING LIMITATION b/: $28,743.000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ' ND. OH, OK, OR, PA, RI, SC, SD, TN, TX, UT. VT, VA, WA, WV. W, WY. INCORPORATED IN: Connecticut. Farmland Mutual Insurance Company (NAIC #13838) BUSINESS ADDRESS: ONE WEST NATIONWIDE BLVD., 1 -04 -701, COLUMBUS, OH 43215 - 2220, PHONE: (515) 508 -3300. UNDERWRITING LIMITATION b/: $16,603,000. SURETY LICENSES c,f /: AL, AZ, AR, CA, CO, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, MD, MI, MN, MS. MO, MT, NE, NV, NC, ND, OH, OK, OR, PA, SC, SD, TN, TX, UT, VA, WA, VW, WI, WY. INCORPORATED IN: Iowa. FCCI Insurance Company (NAIC #10178) ' BUSINESS ADDRESS`. 6300 University Parkway, Sarasota, FL 34240 - 8424. PHONE: (800)226 -3224 x- 272 DE- RWRITIfJG LIMITATION b/: $50,836,000. SURETY LICENSES c,f /: AL, AZ, AR, CoF,L, GA, IL, INDIA, KS, KY, LA, MD, MI, MS, MO, NE, NC, 01-1, OK, PA, SC, TN. TX, VA. INCORPORATED IN: Florida. ' Federal Insurance Company (NAIC #20281) BUSINESS ADDRESS: 15 Mountain View Road , Warren , NJ 07059. PHONE: (908) 903 -2000. UNDERWRITING LIMITATION b/: 51,339.576,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS. KY. LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE. NV, NH, NJ, ' NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED N: Indiana. FEDERATED MUTUA URANCE COMPANY (NAIC #13935 BUSINESS ADDRESS: 121 EA BRE._QUVAT J�A, MN 55060. PHONE: (507) 455 -5200. UNDERWRITING LIMITATION b/: S251,826,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, WI, WY. INCORPORATED IN: Minnesota. 1 Fidelity National Property and Casualty Insurance Company (NAIC #16578)2 Fidelity and Deposit Company of Maryland (NAIC #39306) BUSINESS ADDRESS: 1400 AMERICAN LANE, TOWER I, 18TH FLOOR, SCHAUMBURG, IL 60196 - 1056. PHONE: (847) 605 -6000. UNDERWRITING LIMITATION b/: $14,670,000. SURETY LICENSES c,f /: AL, AK, ' AZ, AR, CA. CO, CT, DE, DC, FL, GA, GU, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MP, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, PR, RI, SC, SD, TN, TX, UT, VT, VA, VI, WA, WV, WI, WY. INCORPORATED IN: Maryland. ' FIDELITY AND GUARANTY INSURANCE COMPANY (NAIC #35386) BUSINESS ADDRESS: 385 Washington Street, St. Paul, MN 55102. PHONE: (651) 310 -7911. UNDERWRITING LIMITATION b/: $1,924,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY. LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA. VW, WI, WY. INCORPORATED IN: Iowa. Fidelity and Guaranty Insurance Underwriters, Inc. (NAIC #25879) BUSINESS ADDRESS: 385 Washington Street, St. Paul, MN 55102. PHONE: (651) 310 -7911. UNDERWRITING LIMITATION b/: $10,099,000. SURETY LICENSES c,f /: AL, AK, AZ, AR, CA, CO, CT, DE, DC, FL, GA, HI, ID, IL, IN, IA, KS, KY, LA, ME, MD, MA, MI, MN, MS, MO, MT, NE, NV, NH, NJ, NM, NY, NC, ND, OH, OK, OR, PA, RI, SC, SD, TN, TX, UT, VT, VA, WA, WV, W, WY. INCORPORATED IN: Wisconsin. Financial Casualty & Surety, Inc. (NAIC #35009) BUSINESS ADDRESS: 3131 Eastside, Suite 600. Houston, TX 77098. PHONE: (800) 392 -1604. UNDERWRITING LIMITATION b/: $1,290,000. SURETY LICENSES c,f /: AZ, CA, CT, DE, FL, GA, ID, IN, IA, KS, LA, MD, MI, MN, MS, MT, NV, NJ, NY, NC, ND, OH, PA. SC, SD, TN, TX, UT, VT, VA, WA, W. INCORPORATED IN: Texas. Financial Pacific Insurance Company (NAIC #31453) BUSINESS ADDRESS: P.O. BOX 73909, CEDAR RAPIDS, IA 52407 - 3909. PHONE: (319) 399 -5700. UNDERWRITING LIMITATION b/: 58,127.000. SURETY LICENSES c,f /: AK, AZ, AR, CA, CO, FL, ID, IL, IA, KS, MN, MO, MT, NE, NV, NM, ND, OK, OR, SD, TX, UT, WA, W. INCORPORATED IN: California. http: //www. fiscal. treasury. govffsreports /ref /suretyBnd/c570_a- z.htm#n 8/23 1 NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the aforesigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1 I - 800 - 424 -9071 ' The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 1 1 1 1 1 1 1 ' G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 137 1 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and ' that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. `(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. "(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. ' "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the 1 Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of ' Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: ' Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 1 1 1 1 1 138 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 ' SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended ' (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non - responsive ' and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. t If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. 1 Subcontractor Name � " EA � 4 I.EC'C L Item Numbers: 1 S Subcontractor Name Item Numbers: 1 Subcontractor Name Item Numbers: Subcontractor Name Item Numbers: 1 1 ' G:\PROJECTS\2011 11062\SPECS\City of Yakima Spec 2015.doo 139 1 1 ' Subcontractor Name Item Numbers 1 ' Bid Items to be performed by the Prime Contractor: Prime Contractor Name Granite Construction Company 1 Item Numbers: 1 1 1 1 1 140 G: \PROJECTS\2011 \11062 \SPECS \City of Yakima Spec 2015 docx NORTHEAST ELECTRIC LLC Page 1 of 1 1 v a7 fi.. STATE OF WASHINGTON 1 Department of Labor & Industries 1 Certificate of Workers' Compensation Coverage I March 27, 201 5 WA UBI No. \602 576 1 ' L &I Account ID 9053600 Legal Business Name <NORTHEAST ELECTRIC LLC 1 Doing Business As NORTHEAST ELECTRIC LLC Workers' Comp Premium Status: (A ccount_is_current-1 I Estimated Workers Reported Quarter 4 of Year 2014 "31 to 50 (See Description Below) Workers" • Account Representative . T5 / SEAN BLYSTONE (360)896 -2380 I - Email: BLYS235 @Ini.wa.gov Licensed Contractor? CYes) License No. . NORTHEL957D4 1 License Expiration 03/24/2017 1 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 I hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. I Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have I no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). 1 1 111 I https: / /secure.lni.wa.gov/ verify / Details /liabilityCertificate.aspx ?UBI= 602482576 &LIC =N... 3/27/2015 NORTHEAST ELECTRIC LLC Page 1 of 3 • Horne Inicio en Espanol Contact Search L &I "'S Me, ( '' 1 -Z Index Help My Secure L&I I Safety Claims & Insurance Workplace Rights Trades & Licensing c r.ti Washington State Department of I ,r ' Labor & Industries I I T HEASTELECTRIC LLC- l 7004 GREEN MOUNTAIN RD Owner or tradesperson WOODLAND, WA 98674 HALBERG, DANIEL P 360 - 225 -7004 I Principals COWLITZ County HALBERG, DANIEL P, PARTNER /MEMBER HALBERG, JULIE A, PARTNER /MEMBER I Doing business as NORTHEAST ELECTRIC LLC I WA UBI No. 602 482 576 Business type Limited Liability Company License I I Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Electrical Contractor Active. I urrent requirements.} License specialties SMeets c (GENERAL 1 2 I License no. NORTHEL957D4 Effective — expiration 03/24/2005— 03/24/2017 I Designated administrator Active. HALBERG, DAN P Meets current requirements. I License type License no. Master Electrician HALBEDP957D4 Bond WESTERN SURETY CO $4,000.00 I Bond account no. 69877931 Received by L &I Effective date I 03/24/2005 03/22/2005 Expiration date Until Canceled I Savings No savings accounts during the previous 6 year period. License Violations .. . I Infraction no. ECUNE00564 Satisfied y ' Issue'date RCW/,NAC. br...= , 11/19/2014 19.284A1.,RCW I Violation city Violation amount Woodland $1,000.00. Type of violation ELECTRICAL CITATION I https: // secure .lni.wa.gov /verify/Detail.aspx ?UBI= 602482576 &LIC= NORTHEL957D4 &SAW =False 3/27/2015 NORTHEAST ELECTRIC LLC Page 2 of 3 I Description Covering or concealing installations prior to inspection. I Infraction no. ECUNE00563 Satisfied ................... I Issue date RCW /WAC 11/19/2014 19.28.101 RCW Violation city Violation amount Woodland $250.00 ' Type of violation ELECTRICAL CITATION Description Failing to get an inspection or obtain an I electrical /telecommunications work permit or post a provisional electrical work permit prior to beginning the electrical /telecommunication installation or alteration as referenced in WAC 296 -46B -901. 1 Infraction no. ECAML01667 Satisfied Issue date RCW/WAC 02/10/2012 19.28.101 RCW Violation city Violation amount 1 WOODLAND $250.00 Type of violation ELECTRICAL CITATION I Description Covering or concealing installations prior to inspection. I Infraction no. EBIEA00389 Satisfied Issue date RCW/WAC 06/22/2010 19.28.161 RCW Violation city Violation amount WOODLAND $500.00 I Type of violation ELECTRICAL CITATION Description Failing to provide proper supervision to an I electrical trainee as required by chapter 19.28 RCW. Failed to provide supervision for Max D. Halberg on Highway 2 project in Airway Heights. 1 • Infraction no. ENORM00458 Satisfied I Issue date RCW/WAC 11/19/2009 19.28.161 RCW Violation city Violation amount Woodland $250.00 I Type of violation ELECTRICAL CITATION Description I Failing to provide proper supervision to an electrical trainee as required by chapter 19.28 RCW. ' Workers' comp I . Do you know if the business has employees? If so, verify the business is up -to -date on workers' comp premiums. I https: // secure. lni .wa.gov /verify/Detail.aspx ?UBI= 602482576 &LIC= NORTHEL957D4 &SAW =False 3/27/2015 ' NORTHEAST ELECTRIC LLC Page 3 of 3 L &I Account ID Account is current. 090,536 -00 .................... Doing business as ' NORTHEAST ELECTRIC LLC Estimated workers reported Quarter 4 of Year 2014 "31 to 50 Workers" L &I account representative T5 / SEAN BLYSTONE (360)896 -2380 - Email: BLYS235@lni.wa.gov Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Citation issue date ' 10/28/2013 Violations Inspection no 316880822 Location ' 1510 NW State Ave Chehalis, WA 98532 ' Citation issue date 03/12/2013 Violations Inspection no. ' 316576768 Location Intersection of Wenatchee Ave. Wenatchee, WA 98807 1 Citation issue date ' 03/08/2013 Violations Inspection no. 316585041 Location ' 830 S Mission St Wenatchee, WA 98801 ' Citation issue date 06/29/2011 Violations Inspection no. ' 314926957 Location South bound 1 -5 milepost96.08 Maytown, WA 98501 1 © Washington State Dept. of Labor 8, Industries. Use of this site is subject to the laws of the state of Washington. • • • • 1 1 https: / /secure.lni.wa.gov /verify/Detail.aspx ?UBI = 602482576 &LIC= NORTHEL957D4 &SAW =False 3/27/2015 System for Award Management Page 1 of 1 I I USER NAME PASSWORD IN r Fnraot Usemame? Foraot Password? I Create an Account SAM.gov will be down for a scheduled maintenance window from Friday, 03/27/2015, at 7:00 PM to Saturday, 03/28/2015, at 2:00 AM (EDT). U NORTHEAST ELECTRIC, LLC 7004 GREEN MOUNTAIN RD Entity Dashboard DUNS: 361714962 CAGE Code: 511N7 WOODLAND, WA, 98674 -8283 , Status: Active UNITED STATES I Entity Overview Expiration Date: 12/11/2015 Purpose of Registration: All Awards Entity Record Entity Overview I Core Data Assertions Entity Information Reps & Certs (Name: NORTHEAST ELECTRIC, LLC ) Business Type: Business or Organization I POCS POC Name: Menill Rotschy Registration Status: Active Reports Activation Date: 12/11/2014 Expiration Date: 12/11/2015 Service Contract Report BioPreferred Report Exclusions , xclusions _ ... . _ . ..._.__._._. .- Exclusions . _ . . Active Exclusions I I _ j Active Exclusion Records? No Inactive Exclusions Excluded Family Members I RETURN TO SEARCH SAM l System for Award Management 1.0 IBM vl.P.24.20150116-1831 * WWW2 CG - -.-e,, 4 .c p Note to all Users: This is a Federal Government computer system. Use of this ® w� . 1 .ggV c...,. system constitutes consent to monitoring at all times. 1 1 1 1 1 1 II https: / /www.sam.gov/ portal /SAM/ ?navigationalstate =JBPNS rOOABXdcACJgYXZheC5... 3/27/2015 1 Home Page Page 1 of 1 I Washington State Office of l v WO: E N'S Business Enterprises BASIC SEARCH DIRECTIONS 1 Step 1: Select or Enter Search Terms Step 2: Press the "Search" Button Near Bottom of Screen I 'Search by Business /DBA or Description of Work /NAICS Keywords Business / DBA 1 1 0 Starts With @Contains Description of Work / 1 NAICS Code Description ( Starts With Contains Keywords Business File Number Search by NAICS Code ' NAICS Code website I NAICS Code 'Search By Owner Owner Name ' J 1 Search By UBI /" J UBI Number '602482576 5 No fit 6.574- 6/ 6GT✓ _. 'Search By Location I City �^ (State 11[Select an Option v Zip Code 1 1 I County [Select an Option] v 'Search By Certification Type [Select an Option] v Certification Type NOTE: All firms certified as Disadvantaged Business Enterprise (DBE and ACDBE) are also certified as Small Business Enterprise 1 'SBE). To generate a filtered list of certified firms in EXCEL, enter your search parameters and click "EXCEL Results ". To generate a list of ALL certified firms in EXCEL, leave the search parameters blank and click "EXCEL Results ". Search I Clear Search Form 1 EXCEL Results 1 Search Results No Data matches the search criteria 1 1 1 1 1 1 1 http: / /wsdot.wa.gov/Partners /OMWBE/DBEDirectory / 3/27/2015 1 1 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have I 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 111 enterprises the maximum opportunity to compete for and to perform contracts. 1 In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities I 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 I women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the 1 City Manager for applicability and to ensure that the intent of this policy is accomplished. I 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 I women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. 1 1 1 1 1 1 1 1 1 141 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx RESOLUTION NO. D 4816 ' A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- ' gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and 1 WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- I 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: 1 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. �QQ ADOPTED BY THE CITY COUNCIL this .�yG,(day of ( L.,4.e_— , 1983. C A. NA m&A-ti I Mayor ' ATTEST: I City Clerk 142 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under 1 this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce ' utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the ' opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women ' workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. ' All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions ' relating to goals of minority and women employment and training. 1 Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as ' extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. ' d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. 1 f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority 143 G: \PROJECTS\2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their 1 friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. 1 j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. ' k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. 1 I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. ' m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. ' n. The contractor shall make certain that all facilities and company activities are non - segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. 1 p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women ' contractor associations. q. Noncooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, ' the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall ' immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 1 1 1 1 1 1 144 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 BIDDER CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has ' submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: Granite Construction Company certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract DEMO n E - 1 1 . a G , , &RM L , �P� 3 ��.V - � ES F� o 1.S 1 cR . NIso 1 and; 1 as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it ' adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: ' c'? 1 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. 1 ' (Signature of Authorized Representative of Bidder) Jason Halverson - Senior Estimator 1 t G: IPROJECTS\2011 \11062\SPECS\City of Yakima Spec 2015.docx 145 SUBCONTRACTOR CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (Subcontractor) 1. It intends to use the following listed construction trades in the work under the subcontract r ' and; 1 As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it ' adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in Yakima, Washington, subject to these Bid Condition, those trades being: 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) 1 r ' G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 146 1 I MATERIALLY AND RESPONSIVENESS I The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. I 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, I 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 I contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive 1 Order 11246, as amended. I 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 1 Opportunity Clause of its contract. I Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and I women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. 1 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 I Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. I In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet I those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be I instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women I 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 I regulations and its obligations under these Bid Conditions, the agency shall take such action 147 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx 1 ' and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal ' proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the 1 Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the ' national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: 1 Director 1 Office of Federal Contractor Compliance U.S. Department of Labor 1 Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 1 1 1 1 1 148 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx • 1 1 CITY OF YAKIMA CASCADE MILL PARKWAY COUPLET IMPROVEMENTS 1 City Project No. " The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is ' attached hereto: 0 CASH IN THE AMOUNT OF CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE CITY TREASURER 1 PROPOSAL BOND © IN THE AMOUNT OF 5% OF THE BID ' ;* Receipt is hereby acknowledged of addendum(s) No.(s) 1 (one) 2 (two) & SIGNATURE OF THORIZED OFFICIAL(s) J5 �8E 1 Q Jason Halverson - Senior Estimator p� � FIRM NAME Granite Construction Company (ADDRESS) 80 Pond Road Yakima, WA. 98901 1 PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER GRANICC916DL FEDERAL ID No. 9 4 0 5 1 9 5 5 2 WA STATE EMPLOYMENT SECURITY REFERENCE NO. 572,672 - 04 Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1 -02.6 of the standard specifications, re: "Preparation of Proposal," or 1 "Article 4" of the Instructions to Bidders for building construction jobs. (3) Should it be necessary to modify this proposal either in writing or by electronic means, please make reference to the following proposal number in your communication. 1 ' G: \PROJECTS12011\11062'SPECS\City 01 Yakima Spec 2015.dooc 149 1 ' BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract ' Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is ' accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. ' C. SUBCONTRACTOR LIST The form must be filled in for the specific trades listed. Failure to provide a complete subcontractor list at time of bid WILL NOT render the bid non - responsive, except for specific trades listed. ' D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM ' It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT 1 This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her Surety Company. B. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. 1 Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. 1 1 1 1 1 1 150 G: \PROJECTS \2011 \11062 \SPECS \City of Yakima Spec 2015.docx GRANITE CONSTRUCTION COMPANY Page 1 of 1 1 �.., STATE OF WASHINGTON ' Department of Labor & Industries Certificate of Workers' Compensation Coverage March 27, 2015 WA UBI No. 409 023 062 ' L &I Account ID 572,672 -04 Legal Business Name GRANITE CONSTRUCTION ' +COMPANY Doing Business As GRANITE CONSTRUCTION COMPANY D 1 Workers' Comp Premium Status: Account is current. Estimated Workers Reported Quarter 4 of Year 2014 "Greater than ' (See Description Below) 100 Workers" Account Representative TO / KRISTINE HATHAWAY (360)902- 4811 - Email: HATK235 @Ini.wa.gov ' Licensed Contractor? Yes License No. GRANICC916DL License Expiration 10/08/2016 What does "Estimated Workers Reported" mean? ' Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or ' several part time workers. Industrial Insurance Information ' Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW ' 51 .1 2.050 and 51 .16.1 90). 1 https: // secure. lni .wa.gov / verify /Details /liabilit Certificate.as x ?UBI= 409023062 &LIC =G... 3/27/2015 Y p • GRANITE CONSTRUCTION COMPANY Page 1 of 4 Home Inicio cn Espanol Contact [Search L &I A - Index help My Secure 1. &I Safety Claims & Insurance Workplace Rights Trades & Licensing r w� Washington State Department of 1 " Labor & Industries GRANITE CONSTRUCTION COMPANY Owner or tradesperson 80 POND WYNN, MARGARET B, VP /HR YAKIMA, WA 98901 ' Principals YAKIMA County VVYNN, MARGARET B, VP /HR, VICE 509 -248 -8376 PRESIDENT ' FRANICH, JOHN ANTHONY, VICE PRESIDENT KRZEMINSKI, LAUREL JEANNE, VICE ' PRESIDENT ELLER, TERRY KAY, VICE PRESIDENT MARSHALL, KENT HAMLIN, VICE ' PRESIDENT CASE, THOMAS SCOTT, VICE PRESIDENT WOLCOTT, SCOTT DOUGLAS, VICE PRESIDENT 1 MCQUILLEN, JAY LANDIS JR, VICE PRESIDENT DESAI, JIGISHA, VICE PRESIDENT DONNINO, MICHAEL FRANCIS, VICE PRESIDENT ROBERTS, JAMES H, VICE PRESIDENT ' STEWART, LEANNE M, VICE PRESIDENT (End: 11/03/2010) FUTCH, MICHAEL, VICE PRESIDENT ' (End: 11/03/2010) DOREY, WILLIAM G, VICE PRESIDENT (End: 11/03/2010) ' BOITANO, MARK E, VICE PRESIDENT (End: 11/03/2010) Doing business as ' GRANITE CONSTRUCTION COMPANY WA UBI No. Business type 409 023 062 Corporation License ' Verify the contractor's active registration / license / certification (depending.on trade).and any past violations. Construction Contractor _.... Active: .;, ,..., : - _ ,.:..:..., Meets current requirements. License specialties GENERAL License no. GRANICC916DL https: // secure. lni .wa.gov /verify/Detail.aspx ?UBI= 409023062 &LIC= GRANICC916DL &SAW =False 3/27/2015 • GRANITE CONSTRUCTION COMPANY Page 2 of 4 Effective — expiration 03/13/2009— 10/08/2016 Bond I GRANITE STATE INS CO $12,000.00 Bond account no 81127822 Received by L &I Effective date I 10/08/2001 03/13/2009 Expiration date Until Canceled I Insurance Valley Forge Ins Co $2,000,000.00 Policy no. I GL2074978689 Received by L &I Effective date 10/01/2012 10/01/2009 Expiration date I 10/01/2015 Insurance history I Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. I L &I Tax debts No L &I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations ...... ............................... I Infraction no. EMICC00414 Satisfied Issue date RCW/WAC I 02/27/2014 19.28.101 RCW Violation city Violation amount Yakima $250.00 Type of violation I ELECTRICAL CITATION Description Failing to request an inspection within 3 business days after completion of the I installation or 1 business day after energizing, whichever occurs first as referenced in WAC 296 -46B -901. I Infraction no. EMICC00415 Satisfied Issue date RCW/WAC 02/27/2014 19.28.101(5) 5 RCW Violation city Violation amount Yakima $250.00 I Type of violation ELECTRICAL CITATION Description Energizing an electrical service prior to I obtaining department inspection approval. I Infraction no. EMICC00413 Satisfied Issue date .. . RCW/VVAC . 02/27/2014 19.28.101 RCW ' I Violation city Yakima Violation amount $250.00 Type of violation ELECTRICAL CITATION I https: // secure. lni .wa.gov /verify/Detail.aspx ?UBI= 409023062 &LIC= GRANICC916DL &SAW =False 3/27/2015 GRANITE CONSTRUCTION COMPANY Page 3 of 4 I Description Failing to get an inspection or obtain an electrical /telecommunications work permit or post a provisional electrical work permit prior I to beginning the electrical /telecommunication installation or alteration as referenced in WAC 296 -46B -901. 1 I Workers' comp I Do you know if the business has employees? If so, verify the business is up -to -date on workers' comp premiums. I This company has multiple workers' comp accounts. I Active accounts L &I Account ID Account is current. 572,672 -04 ..................... I Doing business as GRANITE CONSTRUCTION COMPANY D Estimated workers reported Quarter 4 of Year 2014 "Greater than 100 Workers" I L &I account representative TO / KRISTINE HATHAWAY (360)902 -4811 - Email: HATK235 @Ini.wa.gov Track this contractor 1 1 Workplace safety and health I Check for any past safety and health violations found on jobsites this business was responsible for. I Citation issue date 10/25/2013 No violations Inspection no I 316870302 Location 6300 block of 236th St SW Mountlake Terrace, WA 98043 1 Citation issue date I 10/22/2013 No violations Inspection no 316872498 Location I Edgecomb Rd. Arlington, WA 98223 -8109 I Citation issue date 04/15/2013 No violations Inspection no. I 316739978 Location Bickford and US2 Snohomish, WA 98290 1 Citation issue date 03/11/2013 Violations . Inspection no. , 316581669 Location I 18208 A SE 1st St Vancouver, WA 98684 • I https: // secure. lni .wa.gov /verify/Detail.aspx ?UBI = 409023062 &LIC= GRANICC916DL &SAW =False 3/27/2015 GRANITE CONSTRUCTION COMPANY Page 4 of 4 • Citation issue date 08/21/2012 No violations Inspection no. ' 316286723 Location 3400 34th Ave NE Everett, WA 98205 -3207 Citation issue date 11/03/2010 No violations Inspection no. 314596727 Location t 3200 113th Ave Sw Olympia, WA 98512 -9160 ' Citation issue date 09/30/2010 No violations Inspection no. ' 314539453 Location 5215 SR529 Marysville, WA 98270 Citation issue date 07/15/2010 Violations Inspection no. 314421157 Location ' 2111 Ross Ave Everett, WA 98205 -3207 «; Washington State Dept. of Labor & Indushies Use of this site is subject to the laws of the state of Washington 1 1 https: // secure. lni .wa.gov /verify/Detail.aspx ?UBI= 409023062 &LIC= GRANICC916DL &SAW =False 3/27/2015 System for Award Management Page 1 of 1 1 I USER NAME PASSWORD LOGIN • Forgot Username Forgot Password? I Create an Account SAM.gov will be down fora scheduled maintenance window from Friday, 03/27/2015, at 7:00 PM to Saturday, 03/28/2015, at 2:00 AM (EDT). I Granite Construction Company 585 W Beach St Entity Dashboard DUNS: 006914642 CAGE Code: 1X910 Watsonville, CA, 95076 -5123, . Status: Active UNITED STATES I Expiration Date: 05/19/2015 Entity Overview Purpose of Registration: All Awards Entity Record Entity Overview I Core Data Assertions Entity Information Reps & Certs Name: Granite Construction Company . Business Type: Business or Organization I POCS POC Name: Ashley Stinson Registration Status: Active Activation Date: 05/19/2014 ports Expiration Date: 05/19/2015 Service Contract Report . I BioPreferred Report . Exclusions Exclusions Active Exclusions Active Exclusion Records? No Inactive Exclusions Excluded Family Members . I RETEtRN TO SEARCH " 1 .......... ...... . . ._ - .. _ .... ._.._ - - - . .. - --._..._..._......_ ..._ .- .. - - - -- ._...... _..........__ - SAM 1 System for Award Management 1.0 IBM vl.P.24.20150116 - 1831 --- Note to all Users: This is a Federal Government computer system. Use of this WWW2 US ,gpv system constitutes consent to monitoring at all times. ...� "' 1 1 1 1 1 ... 1 I https: / /www.sam.gov /portal /SAM / ?navigationalstate =JBPNS rOOABXdcACJ YXZheC5... 3/27/2015 _ q Home Page Page 1 of 1 U Washington State Office of , r �� WOMEN'S Business Enterprises BASIC SEARCH DIRECTIONS I Step 1: Select or Enter Search Terns Step 2: Press the "Search" Button Near Bottom of Screen I 'Search by Business /DBA or Description of Work /NAICS Keywords Business / DBA 1 0 Starts With ° Contains Description of Work / I NAICS Code Description Starts With Contains Keywords Business File Number 1 Search by NAICS Code NAICS Code websitel I NAICS Code 1 Search By Owner Owner Name N II Search By UBI UBI Number 1409023062 Gru,N fie, I Search By Location I I City I State [Select an Option] v Zip Code 11 I I County [Select an Option] vi Search By Certification Type )[Select an Option] v Certification Type NOTE: All firms certified as Disadvantaged Business Enterprise (DBE and ACDBE.) are also certified as Small Business Enterprise I (SBE). To generate a filtered list of certified firms in EXCEL, enter your search parameters and click "EXCEL Results ". To generate a list of ALL certified firms in EXCEL, leave the search parameters blank and click "EXCEL Results ". Search Clear Search Form EXCEL Results I c ----- Search Results No Data matches the search criteria 1 — 1 1 1 1 1 1 http: / /wsdot.wa.gov /Partners /OMWBE/DBEDirectory / 3/27/2015 1 1 1 1 1 1 ' WASHINGTON STATE JOURNEY LEVEL PREVAILING WAGE RATES 1 1 1 1 1 1 1 1 1 Page 1of16 I State of Washington I Department of Labor & Industries P revailing Wage Section - Telephone 360- 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 I Washington State Prevailing Wage e 9 The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate I of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are I provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 3/26/15 1 (County Trade Job Classification Wage Holiday Overtime Note Yakima Asbestos Abatement Workers Journey Level $17.83 1 I Yakima Boilermakers Journey Level $64.29 5N 1C Yakima Brick Mason Journey Level $43.34 5A 1M Yakima Building Service Employees Janitor $9.47 1 1 Yakima Building Service Employees Shampooer $11.14 1 Yakima Building Service Employees Waxer $9.47 1 I Yakima Building Service Employees Window Cleaner $9.47 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 Yakima Carpenters Journey Level $29.72 1 I Yakima Cement Masons Journey Level $38.85 7B 1N Yakima Divers Et Tenders Diver $105.37 5D 4C 8A Yakima Divers & Tenders Diver On Standby $59.50 5D 4C 1 Yakima Divers & Tenders Diver Tender $54.82 5D 4C Yakima Divers & Tenders Surface Rcv & Rov Operator $54.82 5D 4C Yakima Divers & Tenders Surface Rcv & Rov Operator $51.07 5A 4C I Tender Yakima Dredge Workers Assistant Engineer $54.75 5D 3F Yakima Dredge Workers Assistant Mate (Deckhand) $54.33 5D 3F I Yakima Dredge Workers Boatmen $54.75 5D 3F Yakima Dredge Workers Engineer Welder $55.79 5D 3F I Yakima Dredge Workers Leverman, Hydraulic $56.92 5D 3F Yakima Dredge Workers Mates $54.75 5D 3F Yakima Dredge Workers Oiler $54.33 5D 3F 1 Yakima Drywall Applicator Journey Level $40.13 5D 4C Yakima Drywall Tapers Journey Level $35.00 7E 1P I Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers 'Yakima Electricians - Inside Cable Splicer $57.94 5A 1 E I Yakima Electricians - Inside Journey Level $55.98 5A 1 E Yakima Electricians Inside Welder $59.91 5A 1 E I 1 https: // fortress. wa. gov /lni /wagelookup /prvWagelookup.aspx 3/4/2015 Page 2 of 16 1 Yakima Electricians - Motor Shop Craftsman $15.37 1 I 'Yakima Electricians - Motor Shop Journey Level $14.69 1 Yakima Electricians - Powertine Cable Splicer $69.95 5A 4D Construction Yakima Electricians - Powertine Certified Line Welder $63.97 5A 4D Construction !Yakima Electricians - Powertine Groundperson $43.62 5A 4D I l Construction Yakima Electricians - Powertine Heavy Line Equipment $63.97 5A 4D Construction Operator Yakima Electricians - Powertine Journey Level Lineperson $63.97 5A 4D } Construction Yakima Electricians - Powertine Line Equipment Operator $53.81 5A 4D Construction 'Yakima Electricians - Powertine Pole Sprayer $63.97 5A 4D 1 Construction 'Yakima Electricians - Powertine Powderperson $47.55 5A 4D I Construction 'Yakima Etectronic Technicians Journey Level $23.40 1 'Yakima Elevator Constructors Mechanic $82.67 7D 4A 'Yakima Elevator Constructors Mechanic In Charge $89.40 7D 4A Yakima Fabricated Precast Concrete Craftsman - In- Factory Work $9.47- 1 1 Products Only 'Yakima Fabricated Precast Concrete Journey Level - In- Factory $9.47 1 Products Work Only i 'Y 1 akima Fence Erectors Fence Erector $13.79 _ 1 'Yakima Flaggers Journey Level $24.62 1 'Yakima Glaziers Journey Level $22.43 61 1B 1 Yakima Heat a Frost Insulators And Journey Level $25.32- 1 Asbestos Workers 'Yakima Heating Equipment Mechanics Journey Level $34.85 1 I 'Yakima Hod Carriers a Mason Tenders Journey Level ® 7A 31 ! Yakima Industrial Power Vacuum Journey Level $9.47 1 8 Cleaner Yakima Inland Boatmen Journey Level $9.47 1 Yakima Inspection /Cleaning /Sealing Cleaner Operator, Foamer $9.73 1 I Of Sewer a Water Systems By Operator Remote Control 'Yakima Inspection /Cleaning /Sealing Grout Truck Operator $11.48 1 1 Of Sewer a Water Systems By Remote Control 'Yakima Inspection /Cleaning /Seating Head Operator $12.78 1 Of Sewer a Water Systems By ; Remote Control 'Yakima Inspection /Cleaning /Sealing Technician $9.47 1 Of Sewer a Water Systems By Remote Control !Yakima Inspection /Cleaning /Sealing Tv Truck Operator $10.53 1 f Of Sewer a Water Systems By ! Remote Control I 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 3/4/2015 1 Page 3 of 16 I ;Yakima Insulation Applicators Journey Level $40.13 5D 4C (Yakima Ironworkers Journeyman $54.69 7N 10 Yakima Laborers Air, Gas Or Electric Vibrating $34.07 7A 31 I Screed Yakima Laborers Airtrac Drill Operator $35.23 7A 31 Yakima Laborers Ballast Regular Machine $34.07 7A 31 1 ,Yakima Laborers Batch Weigh man $32.14 7A 31 Yakima Laborers Brick Pavers $34.07 7A 31 {Yakima Laborers Brush Cutter $34.07 7A 31 1 {Yakima Laborers Brush Hog Feeder $34.07 7A 31 {Yakima Laborers Burner $34.07 7A 31 I {Yakima Laborers Caisson Worker $35.23 7A 31 {Yakima Laborers Carpenter Tender $34.07 7A 31 {Yakima Laborers Cement Dumper - paving $34.81 7A 31 1 {Yakima Laborers Cement Finisher Tender $34.07 7A 31 {Yakima Laborers Change House Or Dry Shack $34.07 7A 31 {Yakima Laborers Chipping Gun (under 30 Lbs.) $34.07 7A 31 I Yakima Laborers Chipping Gun(30 Lbs. And $34.81 7A 31 Over) I {Yakima Laborers Choker Setter $34.07 7A 31 {Yakima Laborers Chuck Tender $34.07 7A 31 {Yakima Laborers Clary Power Spreader $34.81 7A 31 I { Yakima Laborers Clean-up Laborer $34.07 7A 31 (Yakima Laborers Concrete Dumper /chute $34.81 7A 31 Operator I {Yakima Laborers Concrete Form Stripper $34.07 7A 31 {Yakima Laborers Concrete Placement Crew $34.81 7A 31 {Yakima Laborers Concrete Saw Operator /core $34.81 7A 31 I Driller Yakima Laborers Crusher Feeder $32.14 7A 31 {Yakima Laborers Curing Laborer $34.07 7A 31 1 Yakima Laborers Demolition: Wrecking Et $34.07 7A 31 Moving (incl. Charred Material) 1 {Yakima Laborers Ditch Digger $34.07 7A 31 {Yakima Laborers Diver $35.23 7A 31 I {Yakima Laborers Drill Operator $34.81 7A 31 (hydraulic,diamond) {Yakima Laborers Dry Stack Walls $34.07 7A 31 { Yakima Laborers Dump Person $34.07 7A 31 I Yakima Laborers Epoxy Technician $34.07 7A 31 {Yakima Laborers Erosion Control Worker $34.07 7A 31 I {Yakima Laborers Faller Et Bucker Chain Saw $34.81 7A 31 {Yakima Laborers Fine Graders $34.07 7A 31 {Yakima Laborers Firewatch $32.14 7A 31 1 {Yakima Laborers Form Setter $34.07 7A 31 Yakima Laborers Gabian Basket Builders $34.07 7A 31 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 3/4/2015 Page 4 of l 6 1 Yakima 'Laborers General Laborer $34.07 7A 1 31 I Yakima Laborers Grade Checker &t Transit $35.23 7A 31 Person 'Yakima Laborers Grinders $34.07 7A 31 I 'Yakima Laborers Grout Machine Tender $34.07 7A 31 Yakima Laborers Groutmen (pressure)including $34.81 7A 31 Post Tension Beams 'Yakima Laborers Guage and Lock Tender $35.33 7A 31 8g I 'Yakima Laborers Guardrail Erector $34.07 7,4 31 Yakima Laborers Hazardous Waste Worker $35.23 7A 31 i 1 (level A) 'Yakima Laborers Hazardous Waste Worker $34.81 7A 31 (level B) 1 Yakima Laborers Hazardous Waste Worker $34.07 7A 31 (level C) 'Yakima Laborers High Scaler $35.23 7A 31 ;Yakima Laborers Jackhammer $34.81 7A 31 ;Yakima Laborers Laserbeam Operator $34.81 7A 31 ;Yakima Laborers Maintenance Person $34.07 7A 31 1 ;Yakima Laborers Manhole Builder- mudman $34.81 7A 31 ;Yakima Laborers Material Yard Person $34.07 7A 31 ;Yakima Laborers Motorman -dinky Locomotive $34.81 7A 31 !Yakima Laborers Nozzleman (concrete Pump, $34.81 7A 31 Green Cutter When Using Combination Of High Pressure i Air & Water On Concrete &t Rock, Sandblast, Gunite, Shotcrete, Water Bla 'Yakima Laborers Pavement Breaker $34.81 7A 31 ;Yakima Laborers Pilot Car $32.14 7A 31 ;Yakima Laborers Pipe Layer(lead) $35.23 7A 31 1 ;Yakima Laborers Pipe Layer /tailor $34.81 7A 31 ,Yakima Laborers Pipe Pot Tender $34.81 7A 31 ;Yakima Laborers Pipe Reliner $34.81 7A 31 Yakima Laborers Pipe Wrapper $34.81 7A 31 'Yakima Laborers Pot Tender $34.07 7A 31 1 •Yakima Laborers Powderman $35.23 7A 31 'Yakima Laborers Powderman's Helper $34.07 7A 31 'Yakima Laborers Power Jacks $34.81 7A 31 ; I Yakima Laborers Railroad Spike Puller - Power $34.81 7A 31 'Yakima Laborers Raker - Asphalt $35.23 7A 31 I 'Yakima Laborers Re- timberman $35.23 7A 31 'Yakima Laborers Remote Equipment Operator $34.81 7A 31 'Yakima Laborers Rigger /signal Person $34.81 7A 31 ' 1 'Yakima Laborers Rip Rap Person $34.07 7A 31 'Yakima Laborers Rivet Buster $34.81 7A 31 'Yakima Laborers Rodder $34.81 7A 31 i 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 3/4/2015 1 Page 5of16 I ;Yakima Laborers Scaffold Erector $34.07 7A 1 31 I 'Yakima Laborers Scale Person $34.07 7A 31 'Yakima Laborers Sloper (over 20 ") $34.81 7A 31 1 'Yakima Laborers Sloper Sprayer $34.07 7A 31 Yakima Laborers Spreader (concrete) $34.81 7A 31 'Yakima Laborers Stake Hopper $34.07 7A 31 I ' Yakima Laborers Stock Piler $34.07 7A 31 Yakima Laborers Tamper Et Similar Electric, Air $34.81 7A 31 Et Gas Operated Tools I Yakima Laborers Tamper (multiple Et Self- $34.81 7A 31 propelled) I Yakima Laborers Timber Person Sewer $34.81 7A 31 (lagger, Shorer Et Cribber) 'Yakima Laborers Toolroom Person (at Jobsite) $34.07 7A 31 I Yakima Laborers Topper $34.07 7A 31 'Yakima Laborers Track Laborer $34.07 7A 31 'Yakima Laborers Track Liner (power) $34.81 7A 31 I 'Yakima Laborers Traffic Control Laborer $34.07 7A 31 8R Yakima Laborers Traffic Control Supervisor $34.07 7A 31 8R 'Yakima Laborers Truck Spotter $34.07 7A 31 1 'Yakima Laborers Tugger Operator $34.81 7A 31 'Yakima Laborers Tunnel Work -Miner $35.33 7A 31 IQ Yakima Laborers Vibrator $34.81 7A 31 I 'Yakima Laborers Vinyl Seamer $34.07 7A 31 'Yakima Laborers Watchman $29.33 7A 31 I 'Yakima Laborers Welder $34.81 7A 31 Yakima Laborers Well Point Laborer $34.81 7A 31 'Yakima Laborers Window Washer /cleaner $29.33 7A 31 I Yakima Laborers - Underground Sewer General Laborer a Topman $34.07 7A 31 a Water 'Yakima Laborers - Underground Sewer Pipe Layer $34.81 7A 31 'Yakima Landscape Construction Irrigation Or Lawn Sprinkler $9.47 1 Installers 1 'Yakima Landscape Construction Landscape Equipment $15.45 1 Operators Or Truck Drivers Yakima Landscape Construction Landscaping Or Planting $9.47 1 1 Laborers Yakima Lathers Journey Level $40.13 5D 4C 'Yakima Marble Setters Journey Level $43.34 5A 1M 1 'Yakima Metal Fabrication (In Shop) Fitter $12.00 1 'Yakima Metal Fabrication (In Shop) Laborer $10.31 1 I 'Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 'Yakima Metal Fabrication (In Shop) Painter $12.00 1 'Yakima Metal Fabrication (In Shop) Welder $11.32 1 1 'Yakima Millwright Journey Level $26.05 1 'Yakima Modular Buildings Journey Level $14.11 1 i 1 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 3/4/2015 Page 6 of 16 1 Yakima Painters Journey Level $29.97 6Z ! 1W !Yakima Pile Driver Journey Level $52.03 5D 4C f II !Yakima Plasterers Journey Level $50.42 7. 1R !Yakima Playground a Park Equipment Journey Level $9.47 1 I Installers !Yakima Plumbers & Pipefitters Journey Level $76.31 6Z ii [Yakima Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P !Yakima Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P !Yakima Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P !Yakima Power Equipment Operators Batch Plant Operator, $54.75 7A 3C 8P 1 Concrete !Yakima Power Equipment Operators Bobcat $51.97 7A 3C 8P !Yakima Power Equipment Operators Brokk - Remote Demolition $51.97 7A 3C 8P I ! Equipment !Yakima Power Equipment Operators Brooms $51.97 7A 3C 8P !Yakima Power Equipment Operators Bump Cutter $54.75 7A 3C 8P I Yakima Power Equipment Operators Cableways $55.24 7A 3C 8P Yakima Power Equipment Operators Chipper $54.75 7A 3C 8P I I !Yakima Power Equipment Operators Compressor $51.97 7A 3C 8P !Yakima Power Equipment Operators Concrete Pump: Truck Mount $55.24 7A 3C 8P With Boom Attachment Over 42M IYakima Power Equipment Operators Concrete Finish Machine -laser $51.97 7A 3C 8P ! Screed II 'Yakima Power Equipment Operators Concrete Pump Mounted Or $54.33 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. Yakima Power Equipment Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To I 42m i !Yakima Power Equipment Operators Conveyors $54.33 7A 3C 8P II Yakima Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Tons With Attachments !Yakima Power Equipment Operators Cranes: 100 Tons Through 199 $55.79 7A 3C 8P I Tons, Or 150' Of Boom ! (Including Jib With I s Attachments) !Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Or 250' Of Boom (including Jib ! With Attachments) ! Yakima Power Equipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P ! Tons, Under 150' Of Boom (including Jib With Attachments) !Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And $51.97 7A 3C 8P i Under !Yakima Power Equipment Operators Cranes: Friction 100 Tons $56.36 7A 3C 8P I Through 199 Tons !Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P !Yakima Power Equipment Operators $56.92 7A 3C 8P j 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 3/4/2015 1 Page 7 of 16 Cranes: Over 300 Tons Or 300' j Of Boom (including Jib With I Attachments) I Yakima Power Equipment Operators Cranes: Through 19 Tons With $54.33 7A 3C 8P Attachments A -frame Over 10 Tons (Yakima Power Equipment Operators Crusher $54.75 7A 3C 8P Yakima Power Equipment Operators Deck Engineer /deck Winches $54.75 7A 3C 8P (power) 1 (Yakima Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P (Yakima Power Equipment Operators Dozers D-9 Under $54.33 7A 3C 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P I Or Crane Mount (Yakima Power Equipment Operators Drilling Machine $54.75 7A 3C 8P Yakima Power Equipment Operators Elevator And Man -lift: $51.97 7A 3C 8P I Permanent And Shaft Type Yakima Power Equipment Operators Finishing Machine, Bidwell $54.75 7A 3C 8P And Gamaco Et Similar I Equipment Yakima Power Equipment Operators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments I (Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P With Attachments Yakima Power Equipment Operators Grade Engineer: Using Blue $54.75 7A 3C 8P I Prints, Cut Sheets, Etc (Yakima Power Equipment Operators Gradechecker /stakeman $51.97 7A 3C 8P (Yakima Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P I Yakima Power Equipment Operators Hard Tail End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over I Yakima Power Equipment Operators Hard Tail End Dump $54.75 7A 3C 8P Articulating Off -road Equipment Under 45 Yards 1 Yakima Power Equipment Operators Horizontal /directional Drill $54.33 7A 3C 8P Locator Yakima Power Equipment Operators Horizontal /directional Drill $54.75 7A 3C 8P I Operator Yakima Power Equipment Operators Hydralifts /boom Trucks Over $54.33 7A 3C 8P 10 Tons I (Yakima Power Equipment Operators Hydralifts /boom Trucks, 10 $51.97 7A 3C 8P Tons And Under Yakima Power Equipment Operators Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Over I Yakima Power Equipment Operators Loader, Overhead, 6 Yards. $55.24 7A 3C 8P But Not Including 8 Yards I Yakima Power Equipment Operators Loaders, Overhead Under 6 $54.75 7A 3C 8P Yards (Yakima Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P I (Yakima Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P (Yakima Power Equipment Operators Locomotives, All $54.75 7A 3C 8P I https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 3/4/2015 Page 8 of 16 1 Yakima Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $55.79 7A 3C 8P $0.50 Per Hour Over Mechanic) Yakima Power Equipment Operators Motor Patrol Grader - Non- $54.33 7A 3C 8P finishing 'Yakima Power Equipment Operators Motor Patrol Graders, $55.24 7A 3C 8P Finishing Yakima Power Equipment Operators Mucking Machine, Mole, $55.24 7A 3C 8P Tunnel Drill, Boring, Road Header And /or Shield Yakima Power Equipment Operators Oil Distributors, Blower $51.97 7A 3C 8P Distribution a Mulch Seeding Operator 1 'Yakima Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8P Manlifts), Air Tuggers,strato 'Yakima Power Equipment Operators Overhead, Bridge Type Crane: $54.75 7A 3C 8P I I 20 Tons Through 44 Tons Yakima Power Equipment Operators Overhead, Bridge Type: 100 $55.79 7A 3C 8P Tons And Over Yakima Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P Tons Through 99 Tons Yakima Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P 1 'Yakima Power Equipment Operators Pile Driver (other Than Crane $54.75 7A 3C 8P ' Mount) 'Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P I 'Yakima Power Equipment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P 'Yakima Power Equipment Operators Power Plant $51.97 7A 3C 8P 'Yakima Power Equipment Operators Pumps - Water $51.97 7A 3C 8P i I 'Yakima Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P !Yakima Power Equipment Operators Quick Tower - No Cab, Under $51.97 7A 3C 8P 100 Feet In Height Based To Boom 'Yakima Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P 1 Rubber Tired Earth Moving 1 I Equipment 'Yakima Power Equipment Operators Rigger And Bellman $51.97 7A 3C 8P ;Yakima Power Equipment Operators Rollagon $55.24 7A 3C 8P I 'Yakima Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P 'Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift $54.33 7A 3C 8P Materials 'Yakima Power Equipment Operators Roto -mill, Roto - grinder $54.75 7A 3C 8P Yakima Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P ' 1 'Yakima Power Equipment Operators Scraper, Self Propelled Under $54.75 7A 3C 8P 1 3 45 Yards !Yakima Power Equipment Operators Scrapers - Concrete a Carry $54.33 7A 3C 8P ' 1 { All Yakima Power Equipment Operators Scrapers, Self - propelled: 45 $55.24 7A 3C 8P i Yards And Over 'Yakima Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P i I https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 3/4/2015 1 Page 9 of 16 I : Yakima Power Equipment Operators Shotcrete /gunite Equipment $51.97 7A 3C 8P Yakima Power Equipment Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric I Tons. Yakima Power Equipment Operators Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons I Yakima Power Equipment Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Tractors: 15 To 30 Metric Tons I Yakima Power Equipment Operators Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Over 90 Metric Tons 1Yakima Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P 1 I Yakima Power Equipment Operators Spreader, Topsider & $55.24 7A 3C 8P Screedman !Yakima Power Equipment Operators Subgrader Trimmer $54.75 7A 3C 8P 1 I Yakima Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P Yakima Power Equipment Operators Tower Crane Over 175'in $56.36 7A 3C 8P Height, Base To Boom I Yakima Power Equipment Operators Tower Crane Up To 175' In $55.79 7A 3C 8P Height Base To Boom Yakima Power Equipment Operators Transporters, All Track Or $55.24 7A 3C 8P 1 Truck Type Yakima Power Equipment Operators Trenching Machines $54.33 7A 3C 8P Yakima Power Equipment Operators Truck Crane Oiler /driver - 100 $54.75 7A 3C 8P 1 I Tons And Over Yakima Power Equipment Operators Truck Crane Oiler /driver $54.33 7A 3C 8P Under 100 Tons Yakima Power Equipment Operators Truck Mount Portable $54.75 7A 3C 8P I I Conveyor 'Yakima Power Equipment Operators Welder $55.24 7A 3C 8P 1 I 'Yakima Power Equipment Operators Wheel Tractors, Farmall Type $51.97 7A 3C 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P Yakima Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Assistant Engineer $51.97 7A 3C 8P I Underground Sewer & Water I Yakima Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Batch Plant Operator, $54.75 7A 3C 8P I Underground Sewer & Water Concrete Yakima Power Equipment Operators- Bobcat $51.97 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Brokk - Remote Demolition $51.97 7A 3C 8P Underground Sewer & Water Equipment Yakima Power Equipment Operators- Brooms $51.97 7A 3C 8P I Yakima Underground Sewer Et Water Bump Cutter $54.75 7A 3C 8P 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 3/4/2015 Page 10 of 16 1 Power Equipment Operators - Underground Sewer & Water Yakima Power Equipment Operators- Cableways $55.24 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Chipper $54.75 7A 3C 8P I Underground Sewer &t Water Yakima Power Equipment Operators- Compressor $51.97 7A 3C 8P Underground Sewer &t Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount $55.24 7A 3C 8P Underground Sewer & Water With Boom Attachment Over 42 M !Yakima Power Equipment Operators- Concrete Finish Machine -laser $51.97 7A 3C 8P I Underground Sewer Et Water Screed 'Yakima Power Equipment Operators- Concrete Pump - Mounted Or $54.33 7A 3C 8P II Underground Sewer & Water Trailer High Pressure Line I Pump, Pump High Pressure. 'Yakima Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A 3C 8P j I Underground Sewer & Water With Boom Attachment Up To I 42m Yakima Power Equipment Operators- Conveyors $54.33 7A 3C 8P : 1 Underground Sewer &t Water Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Underground Sewer & Water Tons With Attachments ! 1 Yakima Power Equipment Operators- Cranes: 100 Tons Through 199 $55.79 7A 3C 8P { Underground Sewer & Water Tons, Or 150' Of Boom (Including Jib With # Attachments) Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P I Underground Sewer & Water Or 250' Of Boom (including Jib I With Attachments) I 1 Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Underground Sewer & Water Tons, Under 150' Of Boom (including Jib With i Attachments) Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And $51.97 7A 3C 8P Underground Sewer & Water Under 'Yakima Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P I Underground Sewer & Water Through 199 Tons !Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P r Underground Sewer & Water 'Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Underground Sewer & Water Of Boom (including Jib With Attachments) 'Yakima Power Equipment Operators- Cranes: Through . $54.33 7A 3C 8P Underground Sewer & Water . - Over 10 I i Tons Yakima Power Equipment Operators- Crusher $54.75 7A 3C 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Deck Engineer /deck Winches $54.75 3C 8P I Underground Sewer & Water (power) Yakima Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P Underground Sewer & Water I 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 3/4/2015 1 Page 11 of 16 ;Yakima Power Equipment Operators- Dozers D -9 Et Under $54.33 7A 3C 8P Underground Sewer Et Water (Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P I 1 Underground Sewer Et Water Or Crane Mount Yakima Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P Underground Sewer &t Water I 'Yakima Power Equipment Operators- Elevator And Man -lift: $51.97 7A 3C 8P ■ Underground Sewer Et Water Permanent And Shaft Type Yakima Power Equipment Operators- Finishing Machine, Bidwell $54.75 7A 3C 8P I Underground Sewer &t Water And Gamaco Et Similar Equipment I Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over $54.33 7A 3C 8P Underground Sewer & Water With Attachments Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P ii Underground Sewer & Water With Attachments Yakima Power Equipment Operators- Grade Engineer: Using Blue $54.75 7A 3C 8P Underground Sewer & Water Prints, Cut Sheets, Etc Yakima Power Equipment Operators- Gradechecker /stakeman $51.97 7A 3C 8P 1 Underground Sewer & Water I 'Yakima Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Hard Tail End Dump $55.24 7A 3C 8P Underground Sewer & Water Articulating Off- Road Equipment 45 Yards. & Over Yakima Power Equipment Operators- Hard Tail End Dump $54.75 7A 3C 8P I Underground Sewer & Water Articulating Off -road Equipment Under 45 Yards Yakima Power Equipment Operators- Horizontal /directional Drill $54.33 7A 3C 8P I Underground Sewer & Water Locator Yakima Power Equipment Operators- Horizontal /directional Drill $54.75 7A 3C 8P Underground Sewer & Water Operator 1 Yakima Power Equipment Operators- Hydralifts /boom Trucks Over $54.33 7A 3C 8P Underground Sewer & Water 10 Tons Yakima Power Equipment Operators- Hydralifts /boom Trucks, 10 $51.97 7A 3C 8P I Underground Sewer & Water Tons And Under Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & $55.79 7A 3C 8P Underground Sewer & Water Over I Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. $55.24 7A 3C 8P Underground Sewer & Water But Not Including 8 Yards Yakima Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A 3C 8P I Underground Sewer & Water Yards Yakima Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Material Transfer Device $54.75 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Mechanics, All (leadmen $55.79 7A 3C 8P Underground Sewer & Water $0.50 Per Hour Over Mechanic) ! 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 3/4/2015 Page 12 of 16 1 Yakima Power Equipment Operators- Motor Patrol Grader - Non- $54.33 7A 3C 8P Underground Sewer Et Water finishing Yakima Power Equipment Operators- Motor Patrol Graders, $55.24 7A 3C 8P Underground Sewer Et Water Finishing Yakima Power Equipment Operators- Mucking Machine, Mole, $55.24 7A 3C 8P Underground Sewer & Water Tunnel Drill, Boring, Road Header And /or Shield Yakima Power Equipment Operators- Oil Distributors, Blower $51.97 7A 3C 8P ° i Underground Sewer & Water Distribution & Mulch Seeding Operator Yakima Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P Underground Sewer & Water Manlifts), Air Tuggers,strato Yakima Power Equipment Operators- Overhead, Bridge Type Crane: $54.75 7A 3C 8P Underground Sewer & Water 20 Tons Through 44 Tons i !Yakima Power Equipment Operators- Overhead, Bridge Type: 100 $55.79 7A 3C 8P 1 Underground Sewer & Water Tons And Over 'Yakima Power Equipment Operators- Overhead, Bridge Type: 45 $55.24 7A 3C 8P I — i Underground Sewer & Water Tons Through 99 Tons Yakima Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P 1 Underground Sewer & Water Mount) Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer & Water !Yakima Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P i Underground Sewer & Water Yakima Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Underground Sewer Et Water Yakima Power Equipment Operators- Quick Tower No Cab, Under $51.97 7A 3C 8P i Underground Sewer & Water 100 Feet In Height Based To 1 l :•• !Yakima Power Equipment Operators- Remote Control Operator On $55.24 7A 3C 8P Underground Sewer & Water Rubber Tired Earth Moving 1 Equipment Yakima Power Equipment Operators- Rigger And Bellman $51.97 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Rollagon $55.24 7A 3C 8P I Underground Sewer & Water I Yakima Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P i Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift $54.33 7A 3C 8P Underground Sewer & Water Materials ; !Yakima Power Equipment Operators Roto -mill, Roto - grinder $54.75 7A 3C 8P x Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P } 1 Underground Sewer & Water i Yakima $54.75 7A 3C 8P 1 , https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/4/2015 1 Page 13 of 16 Power Equipment Operators- Scraper, Self Propelled Under ` Underground Sewer Et Water 45 Yards Yakima Power Equipment Operators- Scrapers - Concrete Et Carry $54.33 7A 3C 8P I Underground Sewer a Water All Yakima Power Equipment Operators- Scrapers, Self- propelled: 45 $55.24 7A 3C 8P Underground Sewer & Water Yards And Over I Yakima Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Shotcrete /gunite Equipment $51.97 7A 3C 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. I Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons 1 Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons 1 Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $56.36 7A 3C 8P 1 Underground Sewer & Water Over 90 Metric Tons Yakima Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Spreader, Topsider Et $55.24 7A 3C 8P Underground Sewer Et Water Screedman Yakima Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Tower Crane Over 175'in $56.36 7A 3C 8P Underground Sewer & Water Height, Base To Boom Yakima Power Equipment Operators- Tower Crane Up To 175' In $55.79 7A 3C 8P I Underground Sewer Et Water Height Base To Boom Yakima Power Equipment Operators- Transporters, All Track Or $55.24 7A 3C 8P Underground Sewer & Water Truck Type I Yakima Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P Underground Sewer & Water Yakima Power Equipment Operators- Truck Crane Oiler /driver - 100 $54.75 7A 3C 8P I Underground Sewer & Water Tons And Over Yakima Power Equipment Operators- Truck Crane Oiler /driver $54.33 7A 3C 8P Underground Sewer & Water Under 100 Tons I Yakima Power Equipment Operators- Truck Mount Portable $54.75 7A 3C 8P Underground Sewer a Water Conveyor Yakima Power Equipment Operators- Welder $55.24 7A 3C 8P I Underground Sewer & Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $51.97 7A 3C 8P Underground Sewer & Water I Yakima Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P Underground Sewer & Water I 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 3/4/2015 Page 14 of 16 1 Yakima Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers I I Yakima Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers 1Yakima Power Line Clearance Tree Tree Trimmer $40.84 5A 4A I , Trimmers Yakima Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers I Yakima Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics 'Yakima Residential Brick Mason Journey Level $29.00 1 'Yakima Residential Carpenters Journey Level $17.14 1 'Yakima Residential Cement Masons Journey Level $11.86 1 Yakima Residential Drywall Journey Level $18.00 1 1 Applicators 'Yakima Residential Drywall Tapers Journey Level $17.00 1 Yakima Residential Electricians Journey Level $21.98 1 i 1 'Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima Residential Insulation Journey Level $14.38 1 Applicators 'Yakima Residential Laborers Journey Level $11.02 1 'Yakima Residential Marble Setters Journey Level $29.00 1 Yakima Residential Painters Journey Level $16.32 1 s 1 Yakima Residential Plumbers Et Journey Level $20.55 1 i Pipefitters I Yakima Residential Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Sheet Metal Journey Level (Field or Shop) $38.97 5A 1X Workers Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $9.47 1 (Fire Protection) 'Yakima Residential Stone Masons Journey Level $16.00 1 'Yakima Residential Terrazzo Workers Journey Level $9.47 1 'Yakima Residential Terrazzo /Tice Journey Level $17.00 1 1 Finishers 'Yakima Residential Tile Setters Journey Level $16.78 1 1 'Yakima Roofers Journey Level $12.00 1 'Yakima Sheet Metal Workers Journey Level (Field or Shop) $53.31 5A 1X I Yakima Sign Makers & Installers Journey Level $14.65 1 i (Electrical) 'Yakima Sign Makers & Installers (Non- Journey Level $14.65 1 i Electrical) 1 'Yakima Soft Floor Layers Journey Level $23.11 5A 111 'Yakima Solar Controls For Windows Journey Level $9.47 1 Yakima Sprinkler Fitters (Fire Journey Level $26.36 1 1 Protection) 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 3/4/2015 1 Page 15 of 16 I ! Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) 'Yakima Stone Masons Journey Level $43.34 5A 1M I Yakima Street And Parking Lot Journey Level $9.47 1 Sweeper Workers (Yakima Surveyors Assistant Construction Site $54.33 7A 3C 8P I Surveyor Yakima Surveyors Chainman $53.81 7A 3C 8P 'Yakima Surveyors Construction Site Surveyor $55.24 7A 3C 8P I Yakima Telecommunication Journey Level $20.00- 1 Technicians Yakima Telephone Line Construction - Cable Splicer $36.96 5A 2B I Outside Yakima Telephone Line Construction - Hole Digger /Ground Person $20.49 5A 2B Outside I Yakima Telephone Line Construction - Installer (Repairer) $35.40 5A 2B Outside Yakima Telephone Line Construction - Special Aparatus Installer I $36.96 5A 2B I Outside Yakima Telephone Line Construction - Special Apparatus Installer II $36.19 5A 2B Outside I Yakima Telephone Line Construction - Telephone Equipment $36.96 5A 2B Outside Operator (Heavy) Yakima Telephone Line Construction - Telephone Equipment $34.34 5A 2B I Outside Operator (Light) Yakima Tetephone Line Construction - Telephone Lineperson $34.34 5A 2B Outside I Yakima Telephone Line Construction - Television Groundperson $19.45 5A 2B Outside Yakima Telephone Line Construction - Television $25.89 5A 2B I Outside Lineperson /Installer Yakima Telephone Line Construction - Television System Technician $30.97 5A 2B Outside I Yakima Telephone Line Construction - Television Technician $27.77 5A 2B Outside Yakima Telephone Line Construction - Tree Trimmer $34.34 5A 2B I Outside Yakima Terrazzo Workers Journey Level $33.85 5A 1M 'Yakima Tile Setters Journey Level $33.85 5A 1M 1 Yakima Tile, Marble & Terrazzo Journey Level $29.85 5A 1M Finishers 'Yakima Traffic Control Stripers Journey Levet $43.11 7A 1K 1 'Yakima Truck Drivers Asphalt Mix $14.19 _ 1 Yakima Truck Drivers Dump Truck & Traiter(c.wa- $38.40 61 2G 760) 1 'Yakima Truck Drivers Dump Truck(c.wa -760) $38.40 61 2G 'Yakima Truck Drivers Other Trucks(c.wa -760) $38.40 61 2G I 'Yakima Truck Drivers Transit Mixer $38.96 _ 1 Yakima Well Drillers & irrigation Pump Irrigation Pump Installer $25.44- 1 Installers 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 3/4/2015 Page 16 of 16 1 Yakima IWell Drillers & Irrigation Pump Oiler $9.47 1 Installers II Well Drillers & Irrigation Pump Well Driller _ $18.00 1 Installers I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 http s:// fortress. wa. gov /lni /wagelookup /prvWagelookup.aspx 3/4/2015 1 1 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 ***************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** 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 1 the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL 1 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 1 on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one -half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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 I of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday ' shall be paid at one and one -half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be ' paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 1 1 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 111 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. 0. The first ten (10) hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. 1 S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make -up days due to conditions beyond the control of the employer)) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 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 approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 1 2 1 1 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) I -TOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of 1 wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall ' be paid at one and one -half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, ' and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one -half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours ' worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall ' be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. 1 1 1 3 1 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 1 3. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one -half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. 1 -1. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1 -1/2) times the regular rate of pay. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday.) then Saturday may be worked as a voluntary make -up day at the straight time rate. However, Saturday shall not be utilized as a make -up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 4. ALL I -IOURS WORKED IN EXCESS OF EIGI -lT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be 111 paid at one and one half (1 -1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half 0 -1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1 -1/2) times the straight time rate of pay. except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 1 4 1 1 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 ' 4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. ' Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one -half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one -half (1 -1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four -day, ten hour work week, and Saturday shall be paid at one and one half (11/2) times the regular shift rate for the 1 first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. ' F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 1 Holiday Codes 1 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after 1 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, I 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). 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). 1 5 1 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 1 5. K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Holiday Codes Continued 1 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). 1 • E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half -Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And Christmas Eve Day (I 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 1- lolidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). 6 1 1 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 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. Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 1 Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be ' observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 1 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. 1 T. Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, and The Day After Or Before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4.00 per Foot for Each Foot Over 150 Feet Over 220' -$5.00 per Foot for Each Foot Over 220 Feet 8 1 Benefit Code Key — Effective 3 -4 -2015 thru 9 -1 -2015 1 8. 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 ro'ects receive additional hourly premiums as follows -Level A: $0.75, Level B $0.50, And P J YP > Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & 13: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. ' P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. ' Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or ' spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. 1 S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on ' or after August 31, 2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all ' temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after 1 August 31, 2012. 1 1 1 9 1 1 Washington State Department of Labor and Industries ' Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) 1 Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on ' WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of 1 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. 1 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated ' primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 1 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, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. 1 1 1 1 Supplemental to Wage Rates 1 03/04/2015 Edition, Published February 2 " 2015 r WSDOT's r Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO r 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin X Types 1, 1L, 1P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 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. X 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. r r r Supplemental to Wage Rates 2 03/04/2015 Edition, Published February 2 2015 1 1 1 1 ITEM DESCRIPTION YES NO I 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 I 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 1 items such as trusses, beams, girders, etc., for bridges. 1 )( 11. Minor Structural Steel Fabrication - Fabrication of minor steel I Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or I X boring of holes. See Contact Plans for item description and shop 1 drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing I 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 1 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X I sections and flat top slabs. See Std. Plans. t 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. X I See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X 1 1 Supplemental to Wage Rates 3 I 03/04/2015 Edition, Published February 2 2015 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans | X -----' --- - -- --- ---'--- — — — -- ----- 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X - --'--- ------'—'------------ ---'------ ------ 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans ' X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans ! X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Vaive Vaults and Utilities Vaults. X � ~^ - '- - --- ---- ---' ------ -- - i — ---- ' 1 23. VnkmVou�- For use vv�hunderground uti|hUea. � �� �� See Contract Plans for details. ^^ -- 24. Precast Concrete Barrier Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. OnIy 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 � ) annual approval for methods and materials to be used. See Shop Drawing. ! X Fabrication at other Iocations may be approved, after facilities inspection, contact HQ. Lab. '-- -- -- '---- Walls 26. Precast Concrete Walls Precast Concrete VVoU. - tilt-up wall panel in size and shape as shown in Plans. �� Fabhoationplant has annual approval for nnethoUsand nnoterio|s ~^ tobeused ! �� 1 1 Supplemental to Wage Rates 4 03/04/2015 Edition, Published February 2 2015 1 1 1 ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure ' Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to X casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 1 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. See Std. Spec. Section 6- 02.3(25)A I 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 be provided for approval prior to casting girders. 1 See Std. Spec. Section 6- 02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. " 1 See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover x See Std. Plan. 1 1 Supplemental to Wage Rates pp g 5 03/04/2015 Edition, Published February 2n 2015 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, and Contract Plans The steel structure m� details. �� ahaUbe galvanized after fabrication in accordance with ^^ AASHTO-M-111. | 1 35. Mono-tube Sign Structures Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for i �� approval are required prior to fabrication. ~^ 36. Steel Sign Bridges Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-1 38 for Aluminum AIIoys. �� See Std. Plans, and Contract Plans for detalis. The steel �� structure .. shall be galvanized after fabrication in accordance with AA8HT[)-W1-111. | �� -- — - '--- - 37. Steel Sign Post Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X N� fabrication | �= 38. Light Standard-Prestressed - Spun, preatneaaad, hollow concrete poles. | X 1 , ! 39. Light Standards - Lighting Standards for use on highway illumination syntenno, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X Provisions for pre-approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated | �� t000nfornnvvith methods and nnaterio|nsspecified on Std. Plans. ^^ See Special for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and [}uo|Fooed) | ]� ` ' | See Std. Plans.____ ~^__ 1 1 1 Supplemental to Wage Rates 6 -- 03/04/2015 EdUbon, Published February 2 2015 1 1 1 1 ITEM DESCRIPTION YES NO 1 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. 1 X X I NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed I Custom Std Message Signing Message 43. Cutting & bending reinforcing steel X 1 44. Guardrail components X X Custom Standard End Sec Sec I 45. Aggregates /Concrete mixes I Covered by WAC 296- 127 -018 46. Asphalt I Covered by - _ ............. _...._. --... __.............._............ .._......................._.... WAC 296_127 -018...__.. 47. Fiber fabrics X I 48. Electrical wiring /components i X i 49. treated or untreated timber pile X • 1 • 50. Girder pads (elastomeric bearing) • 51. Standard Dimension lumber X I 52. Irrigation components X • 1 1 1 1 I Supplemental to Wage Rates PP 9 7 03/04/2015 Edition, Published February 2 " 2015 III 1 1 1 ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts • X • • • 55. Traffic Buttons 1 56. Epoxy x 57. Cribbing 1 58. Water distribution materials x 1 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 1 61. Steel pile tips, standard • 62. Steel pile tips, custom X 1 Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. 1 1 Supplemental to Wage Rates 8 03/04/2015 Edition, Published February 2 2015 1 1 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects ' This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally ' used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees ' • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control ' • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings ' • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential * ** ALL ASSOCIATED RATES * ** • Sign Makers and Installers (Non - Electrical) 1 • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) 1 The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington 1 State Department of Labor and Industries web site and in WAC Chapter 296 -127. 1 1 1 Supplemental to Wage Rates 9 1 03/04/2015 Edition, Published February 2 2015 1 1 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296 - 127 -018 Agency filings affecting this section 1 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: 1 (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. 1 (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. 1 (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from 111 demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of 1 incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. 1 1 Supplemental to Wage Rates 10 03/04/2015 Edition, Published February 2 2015 1 1 (3) All travel time that relates to the work covered under subsection (2) of this section ' requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is ' empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. ' (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be ' incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) ' through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. 1 (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 1 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.] 1 1 1 Supplemental to Wage Rates 11 pp 9 03/04/2015 Edition, Published February 2 2015 1 11 1 1 1 STANDARD PLANS 1 1 1 1 1 1 1 1 MI • N • I I NM IM r r MN 1 111.1 r 111111 1111. 111111 .111. 11111 NOTES 0 1' - 0" DOWEL BARS SPACED @ 1' - 0" ON CENTER, AT TRANSVERSE JOINT 1• _ p^ o ti 1. The "U" shape or "V" shape are both acceptable. t, TOP SPACER BAR (TYP.) 12" N WIRE LEG (TYP.) / „ \ 0.382" DIAM. y (TYP.) 2. Wire sizes shown are minimum required. SEE NOTE 1 `�� J 2 PER ASSEMBLY (WELD TO LEG CHAIRS) 3. All wire intersections are to be welded. m Z I I I I. I.I I. I I 2 o w - U - J - [ J I ml�. .j - _U - Ipj- o L 4. Basket must be firmly attached to existing or new base. z a ° a 5. Dowels and Tie Bars shall be held firmly in the above F DO L w welded assembly. w Z Z (TYP.) o i A 6. Do not clip Spreader Wires. F U I. I_ H U IIII El w _n�n_n��n�n n�iir itr I 0 n_ o LU O w w - SPREADER WIRES (TYP.) B OTTOM SPACER BAR (TYP.) - 0 117" DIAM. - 0.382" DIAM. 3 PER ASSEMBLY 2 PER ASSEMBLY (WELD TO TOP SPACER BARS) (WELD TO LEG CHAIRS) TOP TOP DOWEL BAR BASKET SPACER DOWEL BAR DOWEL BAR - 1/2" R. PLUS 1 /8' SPACER - 1/2 R. PLUS 1/8" BAR BA PLAN VIEW - "U" SHAPE ASSEMBLY SHOWN .1 `- WIRE LEG BOTTOM WIRE LEG BOTTOM SPACER SPACER w a BAR BAR O "U" SHAPE ' V" SHAPE O w PAVEMENT LANE WIDTH ii O DETAIL C zw i' - 0" I 1' -0" > w WIRE LEG DETAILS o a TOP SPACER BARS SPREADER WIRE (TYP.) DOWEL BAR (IYP.) C a Y O n I I a n / n a n ��� n AI_ C 1 F � z HI II 11 011 11 11 H II �� H H 11 p., H 11 11 11 1 � O / \ % \\�; // // �/ / `• ` BOTTOM SPACER BARS WIRE LEG (IYP.) \ \ / \ � / �V�\�. 4 % SEE NOTE 1 SECTION AO • / / /�` r wAs„,,, e , t 9 � � ELEVATION VIEW 7 ' \ 7 / \` O ,: "U" SHAPE ASSEMBLY SHOWN \ �� ` ` `1 / O "f 29635 O fit' 111 i; 1 12" (TYP.) - WELD ALTERNATE ENDS - 3/8" MIN. \7/ / ONAL � ' € OF DOWEL BARS (TYP.) i � , � C � thil WIRE LEG (TYP.) - ` w j/ " � DOWEL BAR BASKETS TOP SPACER Z / BAR (TYP.) BASE \ ¢ _ // `�\ �(\� STANDARD PLAN A- 40.00 -00 ~ \7 �\ SHEET 1 OF 1 SHEET / / / \ Y/ / / /O� / / /� / / /�� / / /� / / / \� //� �` \�� ��/ ISOMETRIC VI E W APP BARTOM SPACER / \ / \/ / / \ \/ / /� /� / \ / \ / / // `7 � FOR PUBLICATION BAR (TYP.) i � � "U" SHAPE ASSEMBLY SHOWN Pasco Bakotich 111 08 -11 -09 SECTION O / STATE PesiuN SNOWED DATE Washington SM. UsPanmml of Transportation • N r• r r INN MIN r MI NM MI - - - - NM • OM FINISH OUTER EDGE OF PCCP SAWED GROOVE - SAWED GROOVE - - _ SHOULDER WITH 112 RADIUS 15 0" (TVP) OVER MIDPOINT F OVER DTH 3/16" MINT ., /1BA� TRANSVERSE CONSTRUCTION CONTRACTIO SEE SECTION VIEWS) (TYP.) N OR SEE STD. SPEC. 5.05.3(8)8 SEE STD. SPEC. 6- 06.3(8)B z rt ( D.'. D /4• . m 7 PCCP SHOULDER IF REQUIRED O D •— 0 ' 4 a I I I I I I I I 1 I I I I I D - ° •e D. 1 1 1 1 1 1 1 1 1 1 1 t x - - -. _ _. _ TIE BAR - DOWEL BAR - o • - -• - -• - #5 BAR x 30" LONG 1 1/2" DIAM. x 18" LONG -' - - _ _' - LONGITUDINAL CONTRACTION OR • CONSTRUCTION JOINTS (TYP.) SECTION VIEW ON 36" CENTERS SECTION VIEW ON 12" CENTERS 1 L :: _ (SEE SECTION VIEWS) LONGITUDINAL CONTRACTION JOINT TRANSVERSE CONTRACTION JOINT 1 1 -• - 1 I I I 1--I I 1 I 1 -•- I I I 1 1 I 1 1 1 I I 1 1 1 1 1 1 1 -- 1 1 1 1 ■ -•- 1 1 1 1 1 -.- ❑ \ 65 TIE BAR - 30" LONG -. Z : „ C : - " :. - 36' CENTERS SAWED GROOVE - I A I I.. TYPICAL PICAL L AL AL LANES LANES SAWED GROOVE - _ DRILL AND GROUT WHEN WIDTH 3/16" MIN., 5/16" MAX. WIDTH 3/16" MIN., 5/16" MAX. WIDENING EXISTING DEPTH 1" MIN. DEPTH 1" MIN. I+ 1 -• - 1 1 I I I - -- I 1 1 1 I -- - PAVEMENT WITH PCCP SEE STD. SPEC. 5- 05.3(8)C SEE STD. SPEC. 6- 05.3(8)C I I 1 I 1 1 1 I 1 I 1 I 1 I 1 1 1 1 1 --• 1 1 1 1 t -•- t 1 a I • p - - .• _ - DOWEL BARS ^ ry D . ❑ -. - • - _ 1 1/2" DIAM. x 18" LONG EXISTING PCCP PCCP .D • a . - p ❑� g -• - - -- -� � , — ON 12" CENTERS O _ _ — - _ — _ _ _ 0 • D _ w • - -- • ° - _ N IN THE PLANS D D ° : , 1 _r ,.:.. , y ., , ..•, •, . v::,+; ';, � ::. 15" TIE BAR ^ 9" -, _ - , HMA SHOULDER IF REQUIRED , r. } {r -I` DOWEL BAR - 65 BAR x 30" LONG ON 36" CENTERS 1 1/2" DIAM x RS LONG - + _ ' ° « ,,I LONGITUDINAL JOINT SECTION VIEW SECTION VIEW ON 12' CENTERS . ..., - n , • ' ..F:,) (SEE SECTION VIEVh PCCP TO PCCP TRANSVERSE CONSTRUCTION O JOINT FINISH OUTER EDGE OF PCCP LONGITUDINAL CONSTRUCTION JOINT PLAN VIEW SHOULDER WITH 1/2" RADIUS CONSTRUCTION JOINT 3" TO 4" 6 THICKNESS - SLAB b J. cARp U l) ° ° l A ° PCC ° _ . m ' •` ,�. - p SAWED GROOVE- ON � 3 12" 5" ❑ HMA WIDTH 3/16 MIN., 5/16" MAX. . . d' , J• I " MIN. W 'A D D/2 - 1" f ° + a_ ° _ �, ", " . . SEE STD. SPEC. 5.04.3(12)B 9" 2' -0" 13 "TO4" �Q.� Fi #5 BAR -18 "LONG 3 �g� 12" SPACING EXISTING PCCP • • • -' MAoH i ' d $ ` ELEVATION VIEW ❑ • ' • p ° - ' �`^ A� E' • HMA TRANSITION ° . - • hi NO DOWEL BARS REQUIRED p . • ,. _ • - -. , , . `• , •� +' DETAIL CEMENT CONCRETE DEPTH OF PCCP(D) A PAVEMENT JOINTS • ° EXISTING BRIDGE SECTION VIEW 12" 15" o ° ° THE LAST PCCP PANEL • ° , .° _ G APPROACH SLAB STANDARD PLAN A-40.10-02 D 1.25 x D _ PCCP TO HMA ° I LONGITUDINAL JOINT SHEET 1 OF 1 SHEET USE ON GRANDULAR BASES ONLY APPROVED FOR PUBLICATION NO TAPER REQUIRED ON ASPHALT BASES ELEVATION VIEW Pasco Bakotich 111 06 -02 -11 EXISTING APPROACH SLAB TRANSITION STATE DESIGN ENGINEER DAre DETAIL 7 Washington Stet. Department of Transportation MI M• mot MI NM ■r MI = MO M r MI MI = MN MI NM r LESS THAN RECTANGULAR FRAME I"�1 11 11 4' -0" (COMBINATION INLET SHOWN) FACE OF All a 16 u CURB � 11111 i FACE OF CURB I MOO , iHH111 FACE OF I11�1II 1111111 , I- II CURB iili�11111 111�1�1 1111111 �, �, �, �, 1 1.1111�1I 1 kildl1I IISO O LATION 4' - 0" i � 1111111 ISOLATION JOINT - OR MORE FACE OF CURB 1 3l4" PREMOLDED o \ 7• ' + 1' - 0" (T YP.) 4" R ° \ \ 7• 0+ ' 1.a1�i�11 JOINT FILLER I 1 11111.11 LL ISOLATION JOINT - ISOLATION JOINT -. ISOLATION JOINT . 3/4" PREMOLDED PAVEMENT JOINT 3/4" PREMOLDED i PAVEMENT JOINT 3/4" PREMOLDED PAVEMENT / , , TIE BAR - # 5 BAR, PAVEMENT JOINT 1 JOINT FILLER JOINT FILLER 1 JOINT FILLER m CO NDITION C SPACING = 6" O.C. JOINT (TYP.) '/ 30" LONG CONDITION A CONDITION 5 EDGE OF SHOULDER CONDITION D '' g (SHOULDER USE ONLY) CIRCULAR FRAME THAN 4' - 0" OR MORE CIRCULAR ' � FRAME RECTANGULAR FRAME r �f 4' - 0" TIE BAR - # 5 BAR, 30" LONG ' ' ' -. # 5 BAR, 30" LONG TIE BAR ° IOQ�����I B SPACING = 6" O.C \ `` SPACING = fi" O.C. All ISOLATION JOINT- I JOINT PAVEMENT O OI U�10U1Q IO -EA iHI FACE OF CURB ! u OVO VIOI VIII o JOINT FILLER 1-11- 11-11 �� I�1F1F1 / F ��� \ °1110100110111 1 \ 3/4" PREMOLDED . ., _ ` 11 1 USUAL FI��& ISOLATION JOINT - ISOLATION JOINT - : I� \ 1 1 1 iI{ 1 �Z JOINT 1�F�f��� 1 � 3/ PREMOLDED FACE OF 3l4" PREMOLDED / TRACK ,.IlI1t�I�I JOINT FILLER ` CURB \ ISOLATION JOINT - ` JOINT FILLER '.., ....._. PREMOLDED PAVEMENT ADJUSTED PAVEMENT JOINT FILLER JOINT (TVP) , � ` TIE BAR - r JOINT - • ,• CONDITION H # 5 BAR, 30" LONG � (I� RECTANGULAR SPACING = 6" O.0 s FRAME PAVEMENT JOINT (TYP.) NOTE CONDITION E CONDITION F CONDITION G ALL CONDITIONS ARE SHOWN IN PLAN VIEW. I. CARA d PAVEMENT JOINT (TYP.) ° - I 4 \, , , F �� O P R � � 1 3 lt2 `'� •p 00 f' ^ k k oh CIRCULAR ` ISOLATION JOINT - O OA .Q 29635�A, Q ' E _LESS • OR LESS I �� , E Q i FRAME THAN 3/4" PREMOLDED , " - c °I S Te • GN JOINT FILLER Si ONAL Q '� OI�0�����IO ` OR MORE 6 1 � 1 0000000000000 °OuG I °00000000° °0010000i0° g uIVV00000 0I�10o ° S— 0 I USUAL JOINT 000000000000 TROMP ` J -AFL TRACK (TYP.) o °001000000° PCC PAVEMENT TRACK ISOLATION JOINTS ISOLATION JOINT - CIRCULAR R 3l4° PREMOLDED STANDARD PLAN A- 40.15 -00 JOINT FILLER - CIRCULAR ISOLATION JOINT - FRAME SHEET 1 OF 2 SHEETS 3/4" PREMOLDED APPROVED FOR PUBLICATION JOINT FILLER ADJUSTED PAVEMENT PAVEMENT JOINT (TYP.) JOINT (TYP.) Pasco Bakotich III 08 -11 -09 AIM STATE DESIGN ENGINEER DATE CONDITION I CONDITION J 7 Washington Slate DoportmaM of Transportation MIll UM - • N MI ON r MI MN MN r MI — — — — MI NM CONDITION C � 0 ., ii,„ 1 =0 L, w CONDITION A CONDITION B CONDITION D CONDITION E 0 z z CONDITION I LL m / _lk Ai CONDITION J 2 CONDITION F CONDITION G CONDITION H / (19 9VU BU 0 9 = 1� +IIV+ p IU �4 C� DRILL A 2" DAM. FULL -DEPTH HOLE, Egil FILL WITH JOINT SEALER � PLAN PAVEMENT JOINT (TYP PAVEMENT JOINT (TYP ) TYPICAL APPLICATIONS T - JOINT DETAIL TYPICAL ISOLATION JOINT GUIDELINES CONDITION FEATURE EDGES, FLANGES OR CONTINUOUS VERTICAL DISTANCE - JOINT LIPS IN THE FACE THROUGH THE FROM NEAREST ISOLATION JOINT - ISOLATION EDGES, FLANGES OR LIPS 3l4" PREMOLDED JOINT PAVEMENT SECTION PAVEMENT SECTION TRANSVERSE JOINT 3/4" PREMOLDED IN PAVEMENT SECTION JOINT FILLER O O JOINT FILLER CATCH BASIN OR A COMBINATION GRATE USE — — �..: ..���� 11 '/•� -` -` — e CONTINUOUS VERTICAL ice:, . B CATCH BASIN OR USE — — ® —I PAVED SECTION THE COMBINATION GRATE 1..��: , CATCH BASIN OR ° ISOLATION JOINT - i fifi a C COMBINATION GRATE USE — > 4 FT FROM JOINT 3/4" PREMOLDED $Q ,' C y JOINT FILLER Qr pF WASy� �� 8 GRATE INLET, a ,�t� I D CATCH BASIN OR - USE < 4 FT FROM JOINT GQ ` P CONCRETE INLET * (/ GRATE INLET, . y f `. 4 E CATCH BASIN OR — USE < 4 FT FROM JOINT ° % / t}`.` CONCRETE INLET �c O� ,p�� 9635 �� g x � I4i GRATE INLET, D cQJ, fbTB G 1 3I g ; 11 F CATCH BASIN OR — USE > 4 FT FROM JOINT c ' ��"' s / O NAL �' i' $ CONCRETE INLET * • {� 4 w G MANHOLE OR USE — — ° o ` 4I `� CATCH BASIN TYPE 2 MANHOLE OR H CATCH BASIN TYPE 2 USE — ISOLATION JOINTS I MANHOLE OR USE — < 4 FT FROM JOINT STANDARD PLAN A- 40.15 -00 CATCH BASIN TYPE 2 SECTION 0 SECTION OB SHEET 2 OF 2 SHEETS J MANHOLE OR USE — APPROVED FOR PUBLICATION CATCH BASIN TYPE 2 > 4 FT FROM JOINT Pasco Bakotich 111 08 -11 -09 AM. STATE DESIGN ENGINEER M1E * WITH RECTANGULAR GRATE CAST INTO ADJUSTMENT SECTION. T Washington 51ot. Department of Transportation G 11111 MI 1 r 1 EN 11111 11111 N 111111 E N 11111 MI NO NM 11111 r g NOTES E PIPE ALLOWANCES 1. As acceptable alternatives to the rebar shown In the PRECAST BASE OA � A SECTION, fibers (placed according to the Standard Specifications), or �� ��� wire mesh having a minimum area of 0.12 square Inches per foot shell ��j PIPE MATERIAL INSIDE be used with the minimum required rebar shown In the ALTERNATIVE DIAMETER PRECAST BASE SECTION. Wire mesh shall not be placed In the I knockouts. REINFORCED OR IS PLAIN CONCRETE t2• 2. The knockout diameter shall not be greater than 20'. Knockouts shall FRAME AND VANED GRATE have a wall thickness of 2' minimum to 2.5' maldmum. Provide a 1.5' ALL METAL PIPE 15• minimum gap between the knockout wall and the outside of the pipe. After the pipe Is Installed, fill the gap with Joint mortar In accordance CPSSP * MTh Standard Specification 9 -04.3. (STD. SPEC. 94520) 12 3. The ma:dmum depth from the finished grade to the lowest pipe Invert , SOLID VVALL PVC 15' shall be 5'. . .,,..:< (STD. SPEC. 945.12(1)) 4. The frame and grate may be Instated with the flange down, or Integrally PROFILE WALL PVC (810. SPEC. 9 15• cast into the adjustment section with flange up. 6 5. The Precast Base Section may have a rounded floor, and the walla may * CORRUGATED POLYETHYLENE STORM SEWER PIPE be sloped at a rate of 1:24 or steeper. %01410 r, a•, 6•,1r, OR u• 6. The opening shall be measured at the top of the Precast Base Section. 7. M pickup holes shall be grouted full alter the basin has been placed. N. ONE 113 BAR FOR 6• HEIGHT INCREMENT (SPACED EQUALLY) RECTANGULAR ADJUSTMENT SECTION .. p ....10.. 111. / o` e s 83 BAR EACH CORNER Op RER : I I ? i 59@! y \ 53 BAR EACH CORNER CATCH BASIN TYPE 1 13 BAR HOOP EACH SIDE 9 53 BAR HOOP // STANDARD PLAN B- 1.20-01 1, ?✓ SHEET 1 OF 1 ET d4#1° APPROVED FOR PUauCAT1ON SHE 4 Pasco Bakotich 111 06-16-11 03 BAR EACH WAY (SEE NOTE 1 ) WATE000M a1oN®1 DATE PRECAST BASE SECTION ALTERNATIVE PRECAST BASE SECTION 6 ..... depart ieofT'asp°'"s°" INNI I I I r r MI NE W MI IN MI I MI MN NO MI • NM 0 NOTES 0 1. Bolt -down capability is required on all frames, grates, and covers, unless specified 0 otherwise in the Contract. Provide 2 holes in the frame that are vertically aligned 7 V 1.(2= Mold �j7Tia with the grate or cover slots. The frame shall accept the 5/8" - 11 NC 2" Allen / / /�]� head cap screw by being tapped, or other approved mechanism. Location of bolt - down holes varies by manufacturer. O �_ 2. For frame details, see Standard Plan B- 30.10. SLOT - SEE DETAIL o AND NOTE 1 3. Refer to Standard Specification 9- 05.15(2) for additional requirements. �p — o 'Mi - fn r. '-'- i n m z . 5. o t z _ MI 3/4" o 0 u. . - - • 1 1/4" to i l<= FLOW ` i NI O \ , i � 4tr TOP SECTION B i 24" M. fi 7 ORBEOUAL SPACES 411( GQ`�OP NAS /4 # 48 $ . f 4 iI j DIRECTION OF F LOW '� ' A _ .� N $ ` t p- iir '• �� 4 mo .p 5 s' o ` 4Q � !, Z a % 3 t.. . . &VMW*4 g P4ii SECTION A . 4 0A 4 g. 4g∎ RECTANGULAR '. VANED GRATE STANDARD PLAN B- 30.30 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 04/26/12 ISOMETRIC STATE Om. ENOINEER MlE Wi p Wmhingmn SmN Dspamn.nt or TronspoMOtion S r— r— — — en — N M s Mr MI NM S 1 S E c, NOTES cc 1. Bolt -down capability is required on all frames, grates, and covers, unless 24 specified otherwise in the Contract. Provide 2 holes in the frame that are _ vertically aligned with the grate or cover slots. The frame shall accept the 5/8" - 11 NC x 2" Allen head cap screw by being tapped, or other approved m mechanism. Location of bolt -down holes varies by manufacturer. 2. Refer to Standard Specification 9- 05.15(2) for additional requirements. 3. For frame details, see Standard Plan B- 30.10. O D — 4. The thickness of the grate shall not exceed 1 5/8 ". 03 C SLOT - SEE DETAIL IZ' AND NOTE 1 D U Q in 0 1 OPENING (TYP.) W r 314" 0 CA 1 114" n T 1— LL \ I O I 2 Z z ` 1 0 • . LL _ BOLT -DOW SLOT DETA S EE NOTE 1 SA Y �� O NIII c=::, G �Q OP IL WASq��'9 l � � 0 e 4;* A CAS i TOP ;� }% 1 S t €qgl 'CI [j B D BM RECTANGULAR HERRINGBONE GRATE STANDARD PLAN B- 30.50 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 04/26/12 ISOMETRIC STATE OESIQN ENGINEER °ATE 7 Washington 5191e °apartment of Transporlotton - • - a - - MI • - r r MN WI - MI r• - M w 1 w 1 w 1 NOTES _ i 12' MIN. j _ 12' MIN. j 12' MIN. i i 1. Refer to the Sign Specification Sheet of the SHOULDER 8' 1 i SIGN SHOULDER 6' 1 j SIGN SHOULDER 6' SIGN Contract for the 'V and 'W distances. MIN. j MIN. j MIN. j e W ���!����r���...�,�,`�� 2. The bottom of the si sign o ground sha `, .4.0.1167% be less than 7' (ft) for signs located within EDGE OF } j EDGE OF j EDGE OF T "``���•••��` the Design Clear Zone. TRAVELED -�� I j TRAVELE Z � j T RAVELED Z W AY V WAY V WAY V • (7' MIN.) (7 MIN.) (7' MIN) I I FILL SLOPES STEEPER - 641 :1V SLOPE V `,\` ` , %'•i ��,\ _ ♦ ♦'! THAN 5F1 : 1V \ «, .•� \♦ ♦ , OR FLATTER SLOPE BREAK SLOPE BREAK SLOPE BREAK v • $ SIGN INSTALLATION SIGN INSTALLATION MULTIPLE SIGN POST INSTALLATION 3 IN FILL SECTION ON STEEP FILL SLOPES IN FILL SECTION 01 M i Co _ W i W I W • 3' ! 12' MIN ! 12' MIN. 1 1 MAJOR SIGN SIGN o MIN. i SHOULDER 6' PRIMARY MIN. SIGN SHOULDER 6' MIN. _, , \i. \ \ \ \ \v \� �� 3' MIN. i 3' MAX. EDGE OF EDGE OF f �i l'� EDGE OF \� a'� TRAVELED Z_. V TRAVELED Z�. M UUaa�` T ��WAY � v 1 WAY (7' MIN.) (e' MIN.) - (7' NJ V 1 SUPPLEMENTAL V 1 (5' MIN.) i PLAQUE 1 (5' MIN) SECONDARY SIGN 1_ 1 HINGE OR NOTCH POINT { �, TRAFFIC BARRIER • � • 'b ♦, SLOPE BREAK Q1 ..: , SLOPE BREAK ' \� ♦ \ � \' v.� .„ SIGN INSTALLATION SIGN WITH SUPPLEMENTAL GUIDE OR DIRECTIONAL SIGN WITH BEHIND TRAFFIC BARRIER PLAQUE INSTALLATION SECONDARY SIGN INSTALLATION ON IN FILL SECTION EXPRESSWAYS AND FREEWAYS �� C' NISI • s 4.0 •W ASy / �' e . der i W 2 ! SIGN .-N 12' MIN. ! 12' MIN. O e 2 91 15 =m ar MIN ( 1 SHOULDER 1 4' j SHOULDER 1 4' R J' •p �15TeR G , SIGN i SIGN SIONAL Q' \\! MIN. ! ! MIN i s j John Nisbet, Jo `\`.� DITCH \�'� DIT l „ Jun 1 t 2 8:46 AM EDGE OF j EDGE OF l EDGE ODF �� GROUND - MOUNTED 01, TRAVELED � TRAVELED V 1 TRAVEWAY �y AY — � SIGN PLACEMENT (7' MIN.) WAY �! I i 7' MIN. (T MIN.) ! T MIN. (T MIN.) j �- STANDARD PLAN G- 20.10 -01 ! 1 ! pp' SHEET 1 OF 1 SHEET JF • ♦ / APPROVED FOR PUBLICATION BLIICATION . CURB SLOPE BREAK V V g /. I SLOPE BREAK \ BACKSLOPE — � , Jun 11 2014 1:02 PM BACKSLOPE __.._ Srnlo oESIUN en0Inew "` AM SIGN INSTALLATION SIGN INSTALLATION MULTIPLE SIGN POST INSTALLATION Washingon Rote D.00mman.l Transportation I N CURB SECTION IN DITCH SECTION IN DITCH SECTION 174 F- MN r - - • I MS I I MI r MI s• MI M MI NMI MI POST - SEE STD. to 2 SPEC. 8.01.3(9)A NOTES m 1. Install the ends of the silt fence to point slightly upslope to prevent co sediment from flowing around the ends of the fence. F3 ••'••i• 's 2. Perform maintenance in accordance with Standard Specifications �������' . FASTEN GEOTEXTILE TO 8- 01.3(9)A and 8- 01.3(15). Ay" POST EVERY 6" (IN.) O.C. GEOTEXTILE �����#��� PAPA ! 3. Splices shall never be placed in low spots or sump locations. If • •�•�i ; i splices are located in low or sump areas, the fence may need to be ���� reinstalled unless the Project Engineer approves the installation. 1!;. z BACKFILLED & •'i' ;''� 4. Insta silt fencing parallel to mapped contour lines. •••33 • 1; � ' 9 P PP COMPACTED ••••• b NATIVE SOIL �'�'�'�'�'� NO: JO r •••••• AY •• ••••• i� — vim*, • • • • • • � SELF - LOCKING TIE -NYLON 6/6 (MIN. GRADE), _FLOIy ` �'�, : • ::' •, $g 120# MIN. TENSILE STRENGTH, UV STABILIZED "\ ‘s. \`, /`'i\\i\ \ \ � / \'v \%� •♦ • SEE NOTE 1 "44 \\ it, '1V7�� • p e t / • BURY GEOTEXTILE �` /y, / IN TRENCH t �/ j .; / • d / • `o A j II � fV Q ®� :: (, te/ • oti QQ ' ifr N: • NOTE p ' ^ ¢aD 4 DURING EXCAVATION, MINIMIZE DISTURBING THE GROUND ''e 'ei •• ;••• J AROUND TRENCH AS MUCH AS IS FEASIBLE, AND SMOOTH : ^`sltie•:r . il 4 '' GEOTEXTILE FOR SILT FENCE - SEE STANDARD SURFACE FOLLOW q FOLLOWING EXCAVATION TO AVOID CONCENT- fit: .? .' SPECIFICATION SECTION RATING FLOWS. COMPACTION MUST BE ADEQUATE TO Q ® • 9.33.2 (1), TABLE 6 PREVENT UNDERCUTTING FLOWS. Tir +: r•`• - .III POST it - W OOD OR STEEL ) lig/ TYPICAL INSTALLATION DETAIL (TYPICAL) (STEEL POSTS SHOWN) n • • • • • ft : +••' STATE OF FASTEN TO POST 1110 i' -- J!! wASHINOTON §11/:.::•::r z - -/ ., PP .tom EVERY B' O.0 ' ` REGISTERED c. / • �„ U" ,,, {, ..<4.• LANDSCAPE ARCHITECT • _ d'" /- 8 /. 7 ANDRA L. SALISBURY i ^I / '`f J CERTIFICATE NO. 000860 , / Q g� FABRIC (GEOTEPICAL) c-,... i ; I „me �u um�NOma. Meer NIT NI OECD...R.1E 71 �. /, o'�"`��o (TYPICAL) J ^.,u!4\� ;n N ,Ta r. ON w w. r` m..�u.0..11 ,.� re / .p TYPICAL SILT FENCE 7 .... / . SEE NOTE 1 WITHOUT BACKUP SUPPORT ISOMETRIC 1 1 '` !'"7'../.. SILT FENCE (STEEL POSTS SHOWN) STANDARD PLAN 1- 30.15 -02 SPLICED FENCE SECTIONS SHALL BE CLOSE ENOUGH SHEET 1 OF 1 SHEET TOGETHER TO PREVENT SILT LADEN WATER FROM APPROVED FOR PUBLICATION ESCAPING THROUGH THE FENCE AT THE OVERLAP. Pasco Bakotich 111 3/22/13 SPLICE DETAIL STATE DESIGN ENGINEER DATE (WOOD POSTS SHOWN) T wa.hI gwn sate o.pmiment ef Transpe mfbn MI Mil On in iiii iii iiii M 11. Iiiii MI aii aii an MI In P NOTES 1. Size the Below Inlet Grate Device (BIGD) for the storm water structure it will service. D 2. The BIGD shall have a built-in high -flow relief system (overflow bypass). g I 3. The retrieval system must allow removal of the BIGD without spilling the N collected material. 4. Perform maintenance In accordance with Standard Specification 8- 01.3(15). s MAX . - DRAINAGE GRATE TRIM GRATE FRAME _... ' alL v 1111 �,' \ ` ^_ ,,_ / ,• DRAINAGE GRATE 1 III - RECTANGULAR GRATE SHOWN RETRIEVAL SYSTEM (TYP.) SEDIMENT AND DEBRIS \ OVERFLOW BYPASS ' �r� ` o D V = :3 ' BELOW INLET GRATE DEVIC x,.� Q;r 5 ' I ta FILTERED \ ,� 1': �,,,1..,,.,,..,, WATER ! ,OP"ti BELOW INLET GRATE DEVICE OVERFLOW BYPASS (TYP.) . . \ ' t ' D A STATE OF CD O , REWTERED REGISTERED . wrDarwPE ARCF4TECr MARK W. MAURFR SECTION VIEW ISOMETRIC VIEW CERTIFICATE NO. 000598 row noruvo rrrArres wawam. NOT TO SCALE vrrexr�ww,wn IMI MM,MMLRMYOO MILOW ArnIIMOrvurMam •MIIIratiArn.wwrrumaswrc MM.1MpOOVII I COPY MY.1OR IAOIEier. STORM DRAIN INLET PROTECTION STANDARD PLAN 1-40.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakot'ch III 09 -20-07 RATE OM. San uTE 6 Mat6cean Dole Dewier* aE_._ I m - - - r - - - - s - - - - - - - - - r NOTES C TO12' 1. For sign Installation details, see Std. Plan G - series. 8 . J a ro 17 SHOULDER _ 7 e TO 17 . - 2. In rural areas, the 'd Height can be a minimum H• 1 of 7 feet for primary sins and 6 feet for the MIN. PRIMARY : SHOULDER supplemental plaques for greater visibility, • SHOULDER a MIN. I r �' SIGN a directed by the engineer. ` I: . . , I 3. The 'V' h for signs, with an area of more than 0' MIN. ^ ' EDGE OF 50 square feet and two or more sign supports, is a i SIGN 'S_ TRAVELED & M ' I 5 Iv' SUPPLEMENTAL �S VELED I :, :; 7 feet In both rural and urban 9!'988. • b EDGE OF •' �'-a 1 1 " . EDGE OF SIGN SHALL ��' NOT INTRUDE ON EDGE • ._ WA D . ∎I I i I OF BIDEVYIILK Z � lip CURB CURB FACE Z_ V I FACER , V V I SIDEWALK CURB • CURB ' ° •;,,.,, .,,. . SIGN INSTALLATION " SIGN INSTALLATION SIGN INSTALLATION (FILL SECTION) (CURB SECTION) (SIDEWALK AND CURB SECTION) HEIGHT V TO BOTTOM OF SIGN TO BOTTOM OF (NO SUPPLEMENTAL BUPPLE1ffMAL PLAQUE PLAQUE) (WHEN REQUIRED) RURAL 9 MINIMUM 4' MINIMUM URBAN T MINIMUM B MINIMUM C TO 17 B TO 12 V TO 17 SHOULDER V MIN. p� V, J. Tj , I r � _ SHOULDER _ & MIN. I pP ,_ Q, eQ WA S T+ • SHOULDER 0' MIN. I PRIMARY I _ 'F 11111 • SIGN MIN. SIGN F 0 tp4b4. 7 S' MIN 1 • i . SIGN I = ( - .- �QE • 1t .•r. I EDGE OF I A ;41,1 B EDGE OF P MIN. � ��• ..+� TRAVELED ;'I i--� I I . ;�� WAY .. Ir•,` O�q 2533 i TRAVELED OF �' VELED r,U�X, I " i I '''. SUPPLEMENTAL I I ��I .t1 4' G l 1 • ED - ';, . PLAQUE + S /ONAL ° WAY bII• _. I T :'IIE k ! OF BARRIER I I (EXPIRES AUGUST 9, 20071 v01 OR GUARDRAIL I I V i CLASS A V ° " CONSTRUCTION SIGNING ��� STANDARD PLAN K- 80.10-00 INSTALLATION "'! \\;,,,, \,\\ \ % \ \i\\ /\ / / /\\ / /\\ \ \ agr a JyQ.�oy � .,� �,,i ° � l r SHEET 1 OF 1 SHEET ii • �q�� \ ��r�i 4 , , /v, , ...\ APPROVED FOR PUBUCATION SIGN INSTALLATION SIGN WITH SUPPLEMENTAL SIGN INSTALLATION Ken L SmIh 02 (BEHIND TRAFFIC BARRIER) PLAQUE INSTALLATION (DITCH SECTION) RA1 °allaa1p'®' 01i1° (FILL SECTION) 6 washryon °` m°"'" aTursper.l.. ow am ills aim aim um NE ow es as me ow as we am tam me um sue . 3. 10 SEE CONTRACT FOR LENGTH -.L.r. ..._-1 .7, ..... , ,:.-., , -- - - .: -,-= ---.-, . -..- .... . -,,,- :, .-- , _ ,._,-.4'0 --s ,::;----....,..„..,,',' --,:. ,-.-- ,',. - '''i_ - ' : - ' . -"--:- ' . ;- `. - '..e: :',.,-.'*; ;`.;', .1 `;,; - ? 7 ;';'--: ; r,' ; --„''‘;,.;;• • ==:.,,;-:......?- 1 4.'::::::.-aisai■ .,.-.;; 1 1 ,..:' ', ,:-...;., : . 7 '''. . ':' i';'!;7 .,„: . -4-,, :.;•,:7-...,.;:r."%.';'.. %C.,..., %,,,,,,,,.-;,, , te;* , 'c;;: ' • , `,; ,4 — : -;'. ' --„,. ' ':',''':.: ,;.: ' '. 7 ,..!:' ',; , -, '. •':, -7 : :.'--'''. 7 ' .,, ...."2..f z .Z. 1 - - EDGE LINE & SOUD LANE LINE YEU-OW OR WHITE ... SEE NOTE 2 g , t CENTERLINE & LANE LINE YELLOW - CENTERUNE, wiirrE LANE UNE SEE CONTRACT FOR LENGTH 0 4 / ...1 .,: -S . - ,.. ,, ',s,:_; - :,;:'. '-,:_, -, ■; '1 . ,,",e.)';'_, , -'::::"_:::'.' , :c,', 1 1 . : ', :: , :e.:',.'..::: .,.. ..-. 1. '..;1 - - 17.. :,,.....•,; ',..%. _ faRa. .) .;, 3 la so 1d 1 1 'I . - - — . - - J:f=', ' ' ' . „ „ „ ..7 r ' ■.... A • I . , , , „ , q ■ .. . . l 11 ' " • ..,'.. ., . .. .. , . , - . ' ..., . . ' .., ■ ■ „. . „ „ --. 1 DOUBLE CENTERLINE & DOUBLE LANE LINE YELLOW - D DBL CENTERUNE. WHITE ... BL LANE UNE 4T;,T1— SEE CONTRACT FOR LENGTH . , . . . . YELLOW NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE 4 r:::- 4.t..:2-4.:: -, , , - •,,, ,, : • 7,:. ';;), ,,„ - -..- .. ,.. - - 10 . ... WIDE LANE LINE WHITE .....*'.- - • -... , SEE CONTRACT FOR LENGTH ' t . i___ . :• . -- ' = , - " ; • :.c , :-, ..1:, ' •, ,..,-,. : .k!f ,,, -. .. '+!..!-:‘,-, 4 -., „..:-'.'s . '', -; ?q' :.,:: - - -'-',.- -t- [ - –,' - ,...-, . • ; . z ... -... , ,..-;:.y .: ::-;..,-,:,..--) . ., •:`•,< 21 :...`!*.`:,..:-::: '., .., ri *-- Im■Iiiiiii■ •-,- . i (F.: ' :1 -,.. Z -...I'T:' ....1- r ,;!----j , .----. , --.. 1 .,, 1 .,,; : . r. . . '-' '1 . i 1 '1 l ., , . - . .. r ...e - - at , ,,, • ,, ,` 4 • : -. •• • --, -- •- • . •• •", ' . .. ,... . ....- , . — ... , a - ' ....:' .-. -- • ....- ^ ...,„ ......_, YELLOW 41 2° : '; Al REVERSIBLE LANE LINE DOUBLE WIDE LANE LINE WHTTE _ 10' 30 10' __ •.. "-,, . SEE CONTRACT FOR LENGTH , - ,- - , , ''.-'- ,... - ,.'• '.;......-. ,''',_ ',"-', 1 -....*.':::. ' ' ,'. : ..., ' '''..". . ''' . , , „ -„ , ,- ' • ' ‘, ' %:':: - ,:'',",-;',:' ".-'','. -''';''.',',.,‘..:- '.' ,,-^-',.::', '-;:.''',/....,'..*-- .*, ir .7.... :-.', fr , -.,..i , ' 13 ,.,: ow so ,,,..1, ov itA..syme---.44.' 11551 0 6. 11H1 . - - WHTTE WIDE BROKEN LANE LINE BARRIER CENTERLINE — - ' YELL --1 /$ , - 4 i 1 I 1 , , - . --,_ _ 7 cc ill ..., , ,, .„ ,,,, , -.,.„ .„„.,, . , . ,.; c'Y.', ; •'''f, , ... ...- , : . 4 .0' :i',-;',=%.; NOTES ''• 4'4 • I = - '''',' '•'''..*, ' i ' ,, "- , .7 , 4 • '-'' '.' e,-,'•`,, 'f*.t ••••,4 !--::: -:: i ,,- ' "..! - - ; ,..,-„• , • e 1111 ss vAk 1 ' ',' •-\'' - .. ' - { ---- --- '-'-‘, - ',--'-::,'-'": ''' .. ? '',' ,'4,;.. f.,'''.•?:.„; . • ' --" - ,'- as Me line It is w the same color /ONAL 1.1 I . , • . ..• ..„,-,-„,..= , • ..,; , ,, i.-; -- - .':' • ,1". >,`-=, .1 it',■:.•--F' - 4 - 1•,....' - ••'• 1 1;•-i ' ' ' 1 Dotted Extension Une shall be s i' .... '''. .:: '21 I ': 4 : ' ,. ;; ,,::; : ;;;; ; ' i': ;E .,,,,,; s '..,, , .... , , .:: ,; - .i. :. : :;:4, ,.,- ..*: .,:, ... dending. : , „--:=•,''..", ': ; --.,'.... - , '-•:."-: : ''-;, -;.,•;.. '.'•;"-:"..: , i-z' 4 ..r•f'.'-' i. 4 :• '',;•,..::-,---..,:,•',...,'" v .,,•,, C:=-,- 7 2. Edge Line shall be whtbs on the rigM edge of WHITE traveled way, and yellow on the left edge of • - LONGITUDINAL BilARKING traveled way (on one-way madways). Solid WIDE DOTTED LANE LINE Lane Una shall be white. PATTERNS 3. The distance between the lines of the be 1 Double ll 2 everywhere, exce STANDARD PLAN M20.1002 -20.10- r ._ fs , r , 7 _L:1 , _I."- L ,r1:1.,:,:,- 7 r .. co' - s 17 - Centerline sha 3. 1 ,:-!,,,,,t.,2;,.•;,,,‘. t j ,,,,:.;„.: ,..,,„..,,, , ,., ______-- 1 1, : ,.- :::, :,,.. .i:., .....; ,-,---,-,'• 1 r. , --...:-;;:-_, I'.."-c 4„ , . _ ., 4' for left-tum thanneltzation and narrow road- ways With lane widths of 10 feet or less. Local Agendas (on non-state routes) may specify a SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION I 1 ;.x'i--.:„::,, ., -, ".-7A71 4distarioe for all locations. Pasco Bakotichlil 08 t .• , — - :.. '‘`, ::, -1•• • -....tr * z !„ , :_..:.,:,, 1 :,!..,Ek:..:.." " YELLOW OR WHITE WHITE The distance between the lines of the Double MOON INGOEER Mal 6 WeNhIngion Des. Depamant al Tempos:eke ... SEE NOTE 1 Lane Une shall be 4". DOTTED EXTENSION LINE DOTTED LANE LINE •• MI r i NM MI - i MO MI • I I MS c MN — S • iw -B' 1 CI T 8• REVERSE CURVE EWPSES 7 ARE SYMMETRICAL ABOUT ---, ,„,.. 1 f �- E 5 II I • . >5 I t I =,l i i - - - • - -- -- - - -+- -- - -- -- f I I i — I I I j I i 1 , , , . 1- • i • , I . , - 1( - : 1 .__ _-- 4.- _, -.. - -- ' -1 • S CENTER POINT OF J -1- I I � I _4_ ■ I EWPSES (TYPJ a6-67/8" a 27/8' 1 1' - 4' 2 -0' .. I a e -6 1B' 3' - 0' �_ 2' - 0' I' GRIDS ARE 4' SQUARE 7 - 8' -- - - -- ASSUME POINTS NOT DIMENSIONED FT TO BE COINCIDENT WRH GRID LINES 0 1' SCALE DETAIL . r e b . O O O O S ow 04 P ! I II I TYPE TC TYPE LTC TYPE TRC TYPE LTRC o ' e • 18.88 SQ.FT. 24.19 SQ.FT. 23.07 BQFT. 28.70 SQ.FT. COMMON t o B ,P 7/ O � ■ i COMPONENT KEY i xj, B , 9584 � TONAL i THE LABELED AREAS ABOVE CORRESPOND TO THE PORTIONS Y 5I i i NEEDED FOR EACH TYPE OF ROUNDABOUT TRAFFIC ARROW. TYPE T TYPE LT TYPE TR TYPE LTR FOR EXAMPLE THE ROUNDABOUT TRAFFIC ARROW TYPE 7RC ROUNDABOUT TRAFFIC 16.07 SQ.FT. 20.89 SQ.FT. 19.58 SQ.FT. 25.20 SQ.FT. REQUIRES THE 'COMMON". 1", IT, AND 'C AREAS. ARROWS PAVEMENT MARKING — ROUNDABOUT TRAFFIC ARROW I _� x � .. — �� _ STANDARD PLAN M- 24.50 -00 SHEET 1 OF 1 SHEET 1 - -43p•-• COMMON APPROVED FOR PUBLICATION TYPE LC ROUNDABOUT TRAFFIC ARROW TYPE TRC Pasco Bakoflch III 06 - 16 - 11 18.07 SQ.FT. RATH0910NB0®1 MIN CENTER 7HE ARROW ON THE LANE CENTERLINE BETWEEN THE Vicitaill. raft 0.0.1.... LATERAL EXTREMMES OF THAT ARROW TYPE • • 1•111 MI MI MI all MI NMI MO MI UM =I • • MI • NIB Mill • m { i - , :i .;; ; - , ::.; ;;:. 1 ; 4 1 .;;;.,.. • ;. t ; ;.; : ,T F. 7, 7 ' .---- ' .- - - ..--',.-...----,.:-', :- ..;---':, j_57 , ,;:f47 - 4 - ' E :,:7 :,.- r.7f F .:= F ::'-17 '... -: : : i.4: -:::,':', F E " ; .r ..: .; ; . , ;. i, ; .. • t • : • r , .i ; ; ; ; ; ; i . 1: • 4 --.. ; ; • - i •••,; :_ ; ;•-. ;-; ;-• - ;;; 7: L T1! 7' - 7., ■ _- .- „ p _ _:_.... H .. - 1 ; ; .12::::.. ..: c : I", ',"_ 2 4.. ".: : 7 f_ 2 2 7, 2 74 4: _ ,_ g c, I J." ;- 7 :, - „L.; : ' • ' 7 7 7 ' - - 21 2 7.i.:4.; t... • -: 7 -. i Cr, ', 7 2 '," '':". 2 . 7 ''. 1 :::: ::', il . ,,I ;± J: , IV ...1 '.. : i•:'..; 2, : 2.i.:: : J : '. 7,1 ; 7 i2i2 1 7 . 77 .4 . 7 1 7: 12.41 1.''''.'... •-•; :--- - -.. 'i ;,-- - '-- ... . _ _ E - - . _ , . j ; ;-; : - • : - 1 - • •- - - 1 '-:- • ; L - tr; ;-_ . ; ..r.: ;-- 17 - ; • i ; t. -. 1 • 1 : 1.1 - :1 -• - : 1 1 " . .. - i t 1 :1 ;1 .. . 1 : ti t - ' L.- ±1 E 11 " i . . i ; -,; t, ; •,; _ 1_ __ ‘, __Ft--; ' t : I .. , 1 1 - - ;- 1- :-_ ..1"; F;) 1 ! ' '. -; i 1 i • , ' - .1 !._ ' ' r..,.1 . _ , I . _, .„ 1 -, ; 1 . .. - i: ! - ;4 1 , ': 'i ) - t 1 , : 17 1 ,i-I •-- ; -"', i -:, -i-:4 i i- i- - ' , , ' r :: L- -,-;_, , , ,_, 1„, i - • : • : , -! ■-,_ , . . i _. .. . :. L.! . , .4 1 I ;7: ' .4 . - i ' • ; I. ' .-i -; ;--. ;-. - - - --,-+ ,-; . .7 ; r - ;;;i- - - !--, - ,-- _.:1 --.., 't --i -; ' ' , ,, . . , , - • - c , - : .'- .: - : -; j ' ,....J__,T'., , -;';-.. ' ''-'. ; ; 7 P 7 r' 7 .7- ''-` . ; kr - • 11 . .7: ..,7 1 . -1 ,-±..-1 tii. .. L.q.L. ,11". T : :::. ' I. ," ' --, , - " - ' ' f . :1;:i' '''' ' ' • ";-; •:' • : ' ' . [ - ' ' H'-17, ; , ' _, t-ri- 1.- ; ; ;; ;;' - ',7.' ,'H 7 :: - i L - r' .4' ' . ' ''I'' : -: ' 'I' 1 L;-• .; ; :- • •;•. : ' . ;.;,, ... ,.. ,..: : ..., ,...: . , . _ _.: _, _ :_ ,.: :„ L... • ,••• ...,..,:.,,, , . -„, .: r... . ,,, ,., ,.. . .. , ... . ... , ....:;. . _ : ; , • .. ,.., : ..n, . . , . ,_ r , _ . 1 ... -, : ; ..;.1 ,-,- -. ---,-;, -, -1- . , r . ' : : i ' , , - , 41.'1 ''' 1 l'' ' ' i ' ' ' ' 1 ' ' ' ' , • . -, i • b • 1•. . " , , : ' • 1. „ : 1 ' ' !, :' L : i .1 ::•; 1; 1 11 1 , ' 1" ' '' ' • • • • ' 1 ' , : ' ' : : !•1 ;•.." , : : --+ '-• , 1 :•:. : • i , ''' : • : 1 ' ' : ; L.1.., ' ' ".1. , ' :,-: : '1 • '" :: • "1..L.: L:::::: ' 11 ,...."., 1 .:'.. 1 L' T.: 1 ::: ." : .: "4:: :4L, • : --, _ , , b '-'- - , 1 . r: ,,. 7: , ' ... : • ' " r : i'Ll. ...7.■ I::: . -- . .- - 444. 1 7..' 4.1'.-; ■-.7 -: '.-. --, s .- "I , ;", ,-',-- 4 :::.-1...1: L: 1. ■ . , 1 ; . t ,.. .1 t ..:. :LI • ' T.1 11 ;;.:-, LT - ;7.: ;7.7: ; ;.. t ;. .. •-• -.- ; L , --:;,:-,' - _ , ' . --, i " 'I --- : 111 1.1:: 1 :1 FL: :!:, ' ---"-: LI ''. , ••••-: : -:', c . .., , „ . : ' ' : 1 • r , i : ' • " ' ' " ' i - 1 H . '' "; • l'''" ' ' ' " ' 1 .,[ ''''' !,- ' t, ".1 ; '', I' '. :1 :-. ; - ,. :..'.I-41'. i ll L ..; [4. , ■ . I.- - .. i .! 7 . "' ":".• 1 ' :if : '1:: ' :_-, ' . •: . LI IL: - • ' SIX FOOT HIGH LETTERS AND NUMERALS SHOWN ON A THREE -INCH SQUARE GRID ;_..- 'r ._: L __ ; • 1- [-- 1 L 1 114 _ . , , . ; : • ,...... .•) , . , . ; . ;,_ - : ; ; ri , t., ; ; , : . .,.. 1 111 .-- . r . R. :L•-• 1 $ I : ' : • : : : -, b • -- 1 - - 4- : -I ;' ) .-' ;"- ``' 14 is i 5t r . . , .. .... . . _ . , , .. .. : II 1 r ., 8 I °bat ' 111 , . I._ i ! . . - ...: i 1 1 ill , 1 I 'EXPIRES AUGUST 9. 20091 -1 i • . ' - - ' ' . :--; ;7•• TRAFFIC LETTERS AND 1 ' • , , ,- -. - - - .. - !-• , NUMERALS . • 1 (LOW SPEED ROADWAYS) i : . 1 • 7 • r „ .. ' • ! . , L • STANDARD PLAN M-80.30-00 TEN FOOT HIGH LETTERS SHOWN ON A FIVE- INCH SQUARE ORID SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich Ill 06-10-08 ' WAR DOM BANKER OKTI iNshlragoon Sk0. DepariemedTrosperooden FOR USE ON ROADWAYS win' A POSTED SPEED OF 40 MPH OR LESS 1 § . =KM lb I =MOM Ave I ILO V 110..0011 10,411.11041115•01116.011.01.1111111111V/1/ I. 1101M110 101arnI1 d bIENNIMON Cr ■ VIIMISSII•Dit fa : uaselennamou urrnoraranswins ....., V. E i 1 I 'E - E . ° E 6 : 5 ; ca 1 ', #44,, re.= E g „ 1 1 g EA .013- 2 43 'zigt •-`.? 4s <9 ,...). ! ,....,, ..., tut) . co a i R E.- 11 ..irty iffi.. - „...... , _,• 4 -7 .---. EL i '5 mol 0 ,- 0 1 LI 1 a g a 1 I 1 ti b VV•cl 11”. i It 1 'T) I 8 1 I i g 2 2 I! As g i • 91131J-31 _ MOW I - D R wr 8 E A I , - S - "HOIH .0 - 3.1.0N 3.3S MIN .0 - a w E I. " c ,,,,i:..! , .,:'.-.1-.*,-' 4 .:' ,'..i:T.. ;It ; -:::::li ,-.-,?. t.:. .1.:. ..''.'■ :-.!--?,' i .0 a -.2 a 0 i, -- ):::: : - ‘ ,. .... , .:::: - - -. .-i!. - ‘,-,, .:.:. ;v.g :.•., .-- ,,,,,,: ..,-..-- ; 4 „.,,._.:.=.... t.,,, ,,.,.....-,,, Z v.: 1 z C .- ,.....-.;:l 5 I 7::;); - ' - i•;* . j. , ':::: - .: , " M I 'It .:Ab; •:: - ' 2 ,i, C c 1 I S2131J31 HO1H .0 - 2 310N 33S SIVII3VION 1491H .0 • a LU 8 I / Ill 7 S2131131 SIVII3VOIN ui HOIH .0 - 9 aION 33S HUH .0 -a gil w= . :';.C'.'''' TiV1,,::::: '),:ir.:,'S.I.; ,;,...;: .:.',7...-,...:.1' '..,", ';'...;,..-:.'..,..,..-,..:•,-., ‘ 7.- ' ,,-..,,,..-. ;:-.: .-,-.AsTrT. .,...,•?<1.=1, .,,-.c, . . . . . I .1,E 0 PQ-' ', ;',,I: /.',.. 7:::::.,"'....,;',.%1";: :1.. b ; , " ”:,:,''':- ' ;:i'`:',: „ 'r' ', '. ' .;-);;.,„ :;';;. .:'' „',: „. , .; :, ,,,,,:: :, -::•_:,, „ -'.,`,'_; .„''' 3 ,':.:Icq.. 3 :-- E, P 4' "...kV '''''''. '''''' "''• `e4 C! - , ;''. - .' .. -.'z .'. F =M=SS'?;N ,.,,. ..7■- , . 's■ v,, ;- ,, SSSSS2,i1.: ,,.,, . _ ),.■ ■■ ■ • 1).,, kg '1,, L ,.. g ,, ,it , ,Ize , c, - , - . 1 . , ..., - ;,,= . ,,, , I ';;.i441.V. ,...'.- .1; ' ' : :: : if.:' , , " '"■ : -Y'r'' ' j" . ' @ S q ..., .':..;"(..5. t 4. .. ESSS ' .iii ' ,-.;;;;:,..;,/,i,,, ...-- . - - l''.. ':-.1d ...I... ' , ...:an - s.:15 - -ivf 2 . , :f 11 , ^Kr,' `:',:::-:;..,',.;:::, ; -;,.. ,, 1 . 7,.. ..,, ;,.::;;;.-.„ 7,‘,.';....,, .-- , :.i. ":.... .. ..,...,..41 x.,..,,,,,,. .,,.-',.-Te..-:;;,,,i,..1:1'..,....47.:,;`;:'i''::::....,.`?"1.0.i,-:':;.'"',"-•". 1 I 1-191H A - 2 3LON 33S MO2121V HOIH .0 21, .... E `-...- ' t ? ' , fr.- . !. : , ,, :. - - - ;'4`. , ; n c ,.. ..: '.11 I '......' -: '1 . 4 -:. •''.1C2 r .- - i :`,... .-- . -.-'-, '' :. ....ilif4 z 1 i ' .. ... •••. :Z.-V= - •;i';':;..:?:•'' ':,:',.:.:•'. •:'..,•:>:14:•:•;.'2• e . ,.: -,,,..;•,....:-:.., - , ,....-1,:.,......*,,,,:.f. ,... 1.-- 0 4 < " -f. . ,,..' .,....-, i-:;::: • , :n . 0. -..' ' i 4' ' ; '''...„'; „..,.. ,. :" ; /I" --c . ; - -.-;., • -,'''; ',-•:, • .•=sss=s=s3.- sssmsss=sssss=:T,' .. . ., „...— -;,, . , .. _ ,, ,...., ,• ',-!-,„ ...„:: -., , - , -,A:.:.. , :;,;,;., ,,- - • -:‘ '- -- :,:-::--: , : , •?:,-:-- - ., , i . :..ir.; , ,-„,.. , 5...,y -- .;•: - . ,, , ,, ,...,;..2„,, ,- , ,. 1 , , , , , ,. , :•;;;.,„.., 52 - • ' - . '.' -':-.::• ' T,....::-. . '"; - :4,":- .. i II _ S21311.31 HO1H .0 - a _ 310N 33S .._ S2131.1-11 S HOIH .0 - 2 17 2131131 S2131131 "- ...HOIH .0 - a 310N 33S 1:101H .0 - 2 .. -+ ,,-::. '' - '':- -: ' i . ..:3 ' -;t::: - -5': , .:.': - ;:ii . .,..,: - . :' :"..:: •.',..-T.,.4 - II ' .. 41C-10. ' , .' , ( c - - NTh -.- "- ' • i .. StSESSS=S.SET =,1* - i-tSS==SSSISr l ii - * -•''', g - ' ' ' ' .,'';:::::j. L • '''' ,,?,-:!-,,'"."-,',..'.- . R .: it .,.-1., 'ES=:=S9 -.',.. ,. . . ..: ' . w I.0 g. . - • ''' — ° 9 < •,,•,:•••,, , ..,,! , 1,., ,••••. N : ,.-iiii'.. ,-- r __, r _ i - -•:: ,:- •--,* . '•:', • 1 E lc . a , I,--,,,t!F _. _ _ ., •..c. .. ' L ' , ..`"iZ pi_ r--1 ',.," - " - ;"' ,7 . : ..-k _ I i 1 ' ' '7 7 ' ;' -- 777,77 : - 7 - . I, I 9.; -1 . -t :7. , , 1 .17,1. ' .- - 0 • 5 O 111 i"• '1 -. " ES= •,•'ESSS=S2 .!• a. : ' ,• -... - .;' '''' • ,(( - • ., • -: 2 • i ..,. ,.., i , . ,.,„.., ,,. ,,,,,,-..,.,:...,,....,• - ,, -,, ..e., , ,.;. ,,, ,:,...''P'''-";:' .`;' • . . .. . • X : 010.A3 van :AS NMYela 1 UMIIM8041MIVISOMSM141:01I 11011,110/ 11M11.1.11M11.7ILLYLIMILINNIMIOLLIVM %. 11040.1(11111GIMI10.1•1011.1 I I n la MIMI ItIMPICINI 7E001.3:01.17...111 2 Z ■••• if. 12 I t i „I rgrE ; E I / 1'S ' 0 / 0 1. ' * 6. i? c.> „ 4.,, . w . .._ 3 “ 1 8 1116 ,../ 4 1 g i w w IV. d ,,, 'AV ".-: '. OR ! t .- a g I - 2131.1.3-1 HON .0 - .9 310N 33S - 52131131 7 ft- HOIH .0 - a I '•+, .,':- if zli....?'1 ” 7 .• • ::::::; ',':.•: ,:.:: i .-/,' *. '! ' .7, : ': : :'''1 - Z"±Fl• .'. • r: • - ---- ' 4 ? .. ' l ' ek ''''Or<9 `I- , gir E 1 L 24 1 1 i ( F M R lir I i i • . s si.,:,'..:1""2-;—: 9 :'.: , ..q:.. , . - :-.:1 --- ip, w ,..1 .,771- cZ;: ' 0 i til 77:'--4.'''''"'"'''''''',:':-;,---,,,,,---,-.„.:74,'"?:,:::':, z F ta I ' ' :::;',•.! -, ,..... r,...,- -.:;,..., —...,.: ,, .— .",:.,' ; ....."-.-",":":- ''."..:;?* z , ..., s.....3, 011119 land Ma 01 2J3d321 ... E. - HOIH .0 - 2 310N 33S 1091tAS0Y3HVII131A I .....:"::',.' ..'. ..' „. .,;-' .:... „..,. ,_,... .. ••• 0 .-'-': '-, '''',.'",“,..,`",;';?"9 .%;r:';' '-'''''' v . Iss,' •-__:— rt ' ' p ' LA if. .":''''.,-, ,.'".;'-',.'''-.,: --=;.',1 ',:-;.,-,..; ---------_____..-:,--„, ......._ - ' L'' .. tw , , , -, :.,-. „ ,..._ .,4- , :—....;•'. -- 7i. 0- .,..;:„: , -.":0 - 4 , 1!4: , ,.. - - 4, .., , i7 Irt, 2 SH31.1.31 . - S21311.31 r _ '...::-. -...v....-. '.: .`,.'1.-.:.-.. 1 ,...t , .A.`"F. , , ,•■••,- '.. x HOIH .0 - A 310N 33S HOIH .0 - .8 ' • " t'......v , 1 ..:"0 ':.... ':' . , ' . x /'a----- - - l .... A-:`;ff: c f;Y 7 : ,- Fl: c' .4 ''. R r--- ;=SM:11.; I 0 w '7;:" ,..... *' ---- ,!;S 1 w 1 92131131 _ 82131131 I _ SI31131 w HOIH .0 - a 210 A - a HOIH .0 - a 310N 33S HOIH .0 a • ,if—i-2., ''' , % ' 1".:4, X ' '• .,.:N 1 .„..,.....„4.„.: .,,,,,..;..t..;:..," :‘i ;"• -M • .7--?,..5=3' .{:,-;E:=75SSSSSJiT7N%p i( ° LU 6. 4'.: ?"' •;:;;;:' ' 7: ''' ; :". 1 0 t , I. - `',1 - --- *," Z t.I.J.• ' :::, ,,- , .•-V ' C ' ''' ' ' @ '- 2=S=SKN .. .FJES=SMS=3L I P 0 N t....- ...: -. ..,-.T.- • - ..., ,,,. -.7.1,.....:c.- I y 1 - :,..''.. :',.:.-...- i rv.. ' : *.,.".A*1. --- •..4 "•.'7,•:' ''':7` ,'. ' ' '• y „:,k ,i,f . , • ' • • • • 1 w S2131.1.31 'NIVI E i'Ll 1 HOIH .0 - .01. . - ,.. . . - .., ..• , • r .:',•...•''' .'„ ::.'• i: ' ''' .• . ':•;'' ; ''.; ' .",- . : ' „• : • _ I SEMS=SSMOSTI• . % g - --> ...''' :"' ''''-'''-'...,': '-'''-Tr:lis , .:iii"..,..1 ,.:. 5 2 N -- - -..... - -- -v—:-.. - D7 • , .. 3 cv -.:-. - - w . HOIH .0 a - - '171,../:.:),;:-`.,-,' . S213123-1 - .. 3LON 33S - . . ' - S2131131 HOIH .0 2 H - I S • --":1MSS=al ;,-. ... I . . . -77!7:14, : .:=. l., -.=smos=ss:h iliaS,SS Z ' • , 1 11 If.L. ri ! , z=sL=sss7---'.1ssssssms ..:*;1?1:137..::V4,:,;:',?:-.'*: . . . i ....;.!:" .: : / t. N n MSF4.t'' "` -'- -7=. - - I : -.. - --... 1:-:-.--,f. ; -..' • . `? -; " .' 7 _, : • ..,. ' • . - zssssssmm ' in , tssmsms ( - - -, D.,, -:... ,:::V.-:.-. ::';--.4. - z.,7-`(:-.•"--Th.=,. ;; -;,. '; 'L 1, : ,,' ' ,-.- _-: , . ,. .- t . -, . .. , ,, .e' • ' "--1.':,;1.:,.. :-. ::-.:, .': i=':, :%*: ',..?•.., -■-, 7::. - -‘, v. :, •fr g • x . I modA., vsn :). s NMVIKI Change Order City of Yakima Change Order Number 1 Project: (Name) Cascade Mill Parkway Couplet Improve - Change Order Date March 25, 2016 (Address) MILK Blvd. and Fair Avenue Contract Number 2337 To: (Contractor) F—Granite Construction Co. Contract Date May 28, 2015 80 Pond Road Yakima, WA. 98901 L_ J are directed to make the following changes in this Contract: • Artifact Foundation center Island Round a bout • Retrieve and restore; Smoke Stack, Steam Stack, Whistle, Fan and Compressor as per attached plans from mill site • Excavate and place foundation per revised plan sheets S2 and S3 • Revise Landscaping and Irrigation per attached plans • Lighting per plans with Knobel's fixtures • All labor, equipment, traffic control, and materials are included in this Lump Sum price of $125,500.00. Total this change order +$125,500.00. Add 20 working days to project. See attached for pricing break down This is to be considered as much a part of the contract documents as if it was included in the original contract. INot valid until signed by both the Approving Authority and Contractor. I Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was ..................................................... ............................... $ 2,424,581.15 Net change by previous Change Orders ............................................... ..............................$ 0.00 The Contract Sum prior to this Change Order ................................ ............................... $ 2,424,581.15 The Contract Sum will be: 1311ricreased ❑ Decreased ❑ Unchanged by this Change Order $ 125,500.00 New Contract Sum including this Change Order will be .................. ............................... $ 2,550,081.15 Contract Time will be: Mlncreased ❑ Decreased ❑ Unchanged by 20 working days New Contract Time will be 150 working days Contracto By Title J' /44 /L Date Xval A R e ed C/o'nstruction Supervisor Date 4, /U , By / Y2+hief Engineer Date `` lc�— `(6 Approved By Title, .nnwCity Manager Date '9 I ( & Based on Original to: ❑ Contractor Copies to: ❑ Region ❑ Construction Administrator DOT Form 570 -001 EF ❑ OSC Accounting ❑ City Engineering 03/24/2016 17:09 15- 0294AF2 CASCADE MILL ARTIFACT FOUNDATION REV * ** Landkammer, Cari Biditem Description 10 MOBILIZATION 20 ARTIFACT RETRIEVAL /RESTORATION 30 STRUCTURAL EXCAVATION 40 CIP CONC FOUNDATION 50 PUMP TRUCK RENTAL 60 LANDSCAPING /IRRIGATION 70 INSTALL RESTORED ARTIFACTS 80 LIGHTING 90 TRAFFIC CONTROL BID TOTALS Status - Rnd Quantity Units Unit Price Bid Total U 1.000 LS 10,000.00 10,000.00 U 1.000 LS 30,000.00 30,000.00 U 1.000 LS 9,000.00 9,000.00 U 1.000 LS 35,000.00 35,000.00 U 1.000 LS 4,000.00 4,000.00 U 1.000 LS 12,000.00 12,000.00 U 1.000 LS 7,000.00 7,000.00 U 1.000 LS 16,500.00 16,500.00 U 1.000 LS 2,000.00 2,000.00 Bid Total == = = = = = => $125,500.00 d O \ T b I D S3 A S3 B S3 24'-0" C S3 LIMITS OF 1' -0' FOOTING (TYP.) 2 -0" ( 3 " -16-1 1' -10" 2"-0" 8' -0' 2' -0' FACE OF 8" PARAPET WALL (TYP.) - - - - - - -- - - - -- �`?------ --- - - - - -- -- ----------------- Ip - - - -- - �- - - --------------------- - - N I I I I I ^� of 2' -0" y" _A D N �o S3 I I v N "? �► FACE OF COLUMN WALL (TYP.) ° I o II I I N L -- -- - - - - - - - - - - I f I I FACE OF 8" PARAPET J 8" PARAPET WALL TYP. WALL ABOVE (TYP.) • * t 1' -r 1 2' -0" 3' -6' 2' -0" 1 1' -5' 1' -10 8' -0" 2' -0" 23'- 0' elk FOUNDATION LA YOU PLAN Q�.e WALL LA YOU PLAN) — ARTIFACT �j'4 - STEAM STACK, �� (SCALE : %4 " =1' -O ) ARAFACT 15 - SMOKE STACK, FOR DETAILS SEE SHT. S4 g" pAR fT WALL TYP. FOR DETAILS SEE SHT. S4 ARTIFACT 113 - HT FOR 3 -9. - - -ARTS SEE SHT. S4 1 ,— ARAFACT � BASE V DETAILS rl B A SE Q /w am I L-------------- - - - - -- 5'- 10'/8" ARAFACT #2 - COMPRESSOR, FOR DETAILS SEE SHT S4 O I N �JI (SCALE % " =1' -0 J (FOR SECAON REFERENCES, SEE FOUNDAAON LAYOUT PLAN) APPROVED FOR CONSTRUCTION _ B °` -' NW. 2 M5 OF D KMAN _ «�. s ' - D. TE ""'°E" ' -`` & Aft ` a •�N/ C tE F- �. e _, ~ y fp -�- \e S/0 ey., LOCHNER ,... ,.. ,.. ��� HLA - � CITY YAKIMA CASCADE MILL PARKWAY ARTIFACT FOUNDATION ARTIFACT FOUNDATION & DETAILS DRAWING NUMBER S2 NGIN FRING MAN GFR DATE PROJECT MANAGE- UOTE ATE C „ECKED B� Gq'f NDV. 3015 goRRDViG B. DATE -- fIEENAME 5224 S- Sheets Wg PROJECT oR0JEC7 ENGINEER GATE ,14 STIRRUPS 0 18" MAX (TYP.). E7 15 0 18" MAX (PLACE PERIMETER OF WALL) (TYP.) 14 0 1B° MAX. (PLACE ®M!D -DEPTH OF 8" WALL) #4 0 18" j MAX (TYP.) FINISH GRADE VARIES (SEE LANDSCAPE PLANS) JOP77ONAL CONSTR. JT (TYP.) SEE BASE ANCHOR DETAIL FOR ARTIFACT #4 ON SHT S4 �'- �ELEV. 1 SEE BASE ANCHOR DETAIL FOR ARTIFACT y5 ON SHT S4 GAG e � -SEE PARAPET D�E1TAl `ON SHT . S4 TYP.) � D`��38 `- -- 1 %2 "CLR. / ill ✓7 N/� L�ial�%� ' �� TYP. ELEV 8' -6" - ('p A AR77F CT FILL SLAB F0l / ARTFACT FOUNDATION �' µ i G f6 ® 9" MAX. (PLACE - �" LI r-1 r-1 F-1 1-7 C-1 f __ - --A r- r� 14 0 18" j / 3" MIN. CLR. MAX. (TYP.) TYPICAL SECTION rA (SCALE : !14"-- 1 0) S2 -/ PRE - MOLDED JOINT FILLER (TYP.) 3' FINISH SLAB (TYP.) ELEV. _4-3 J O ,4�0✓ G SEE NOTE FOR BACKFILL (Typ:) I Z 5 FACE OF PARAPET WALL, SEE FORMLINER FINISH DETAIL ON SHT S4 1' -0° MIN. ABOVE LOW GROUND LINE SEE BASE ANCHOR DETAIL FOR ARTIFACT #3 ON SHT S4 114 STIRRUPS ® _ 12' -0" 19" MAX (TYP.). ELEV. 1 %2" CLR. 115 0 18" MAX TYP. (PLACE PERIMETER OF WALL) (TYP.) ELEV. - :-o - D1' 4 6,16( G`I�vv�D I_I:JC- / I CNA ^,I Tpj� SLA�I�s 7 � � S t"�G• �``- ASt � c� J - MOLDED JOINT FILLER (TYP.) SEE PARAPET DETAIL ON SHT. S4 (TYP.) 3" FINISH SLAB (TW..) ELEV. 6' -3 #4 0 18" MAX. (PLACE MID -DEPTH OF 8" WALL) SEE NOTE FOR BACKFILL ,14 70(/l 8" (TYP.) MA. T 1P.) FINISH GRADE FACE OF PARAPET WALL, SEE VARIES (SEE FORMLINER FINISH DETAIL ON LANDSCAPE PLANS) SHT. S4 1' -0' MIN. ABOVE I` LOW GROUND L INE 114 0 18" 3" MIN. CLR. MAX (TYP.) TYPICAL SECTION B (SCALE : %4 " =1' -0) c^2 - - — - - =T APPROVED FOR CONSTRUCTION �- ENGINEERING MANAGER DATE PRWEC- MANAGER DATE - .- -..� —_ -- _ -- PROJECT ENGINEER DATE PERIMETER OF WALL) (TYP.) 14 ® 18" MAX. (PLACE 0 AIID -DEPTH OF 8" WALL) 114 ® 18" MAX (TYP.) - SEE BASE ANCHOR DETAIL FOR AR77FACT #1 &112 ON SHT 54 #4 0 18" MAX. TOP l � SEE PARAPET DETAIL ON SHT S4 (TYP.) & BO I. (TYP.) ELEV. 9' -6" j- 1 !12" CLR. _%. TYP. _ %4" PRE-MOLDED JOINT FILLER (TYP.) - E 3" FINISH SLAB (TYP.) } id I �! ELEV. 6' -3 FINISH GRADE f VARIES (SEE LANDSCAPE PLANS) )1 SEE N07E FOR BACKFILL (TYP.) FACE OF PARAPET WALL, SEE FORMLINER FINISH DETAIL ON SHT. S4 1' -0" MIN. ABOVE OP77ONAL CONSTR. ✓T ( I I o TYR / _T LLL.1 T ELEV. -2'-0" X14 0 18" 1 3' MIN. CLR. MAX (TYP.) TYPICAL SECTION C (SCALE : %4 " =1' -0') S2 #4 S77RRUPS 0 18 "" MAX (TYP.). SEE BASE ANCHOR DETAIL FOR ARTIFACT 115 ON SHT. S4 115 0 18" MAX (PLACE PERIMETER OF WALL) (TYP.) _ ELEV. 8' -6" - - - - 114 0 18" MAX. (PLACE MID -DEPTH OF 8" WALL) NOV 7015 orI I E: a, A .1 #4 ® 18' NOV. 701S N. NNSGEY MAX. (TYP.) CHECKED B, - — __ -1 FINISH GRADE NOV. 7015 IAIF — VARIES (SEE 5224_$ - Sheets dlMD LANDSCAPE PLANS) { -- OPTIONAL CONSTR. JT (TYP.) & ESTRELL NOV 7015 orI I E: a, A .1 D. opmom" NOV. 701S N. NNSGEY NOV. 7015 CHECKED B, - — __ -1 A GARDA NOV. 7015 IAIF — "LENAME 5224_$ - Sheets dlMD SEE BASE ANCHOR DETAIL FOR ARTIFACT #J ON SHT. S4 ELEV. 12' -0" 2' -0" IN -FILL SLAB FOR H H �r #4 0 18" MAX TOP & BOT (TYP.) BACKFILL VOID AREAS AFTER CONCRETE HAS CURED WITH COMPACTED INORGANIC GRANULAR BACKFIL, CONTROLLED DENSITY FILL OR UN- REINFORCED CONCRETE. / SEE BASE ANCHOR DETAIL FOR ARTIFACT #1 &112 ON SHT S4 SEE PARAPET DETAIL ON SHT S4 (TYR) ELEV. 9' -6" %4" PRE - MOLDED JOINT FILLER (TYP.) 3" FINISH SLAB (TYP.) v ELEV. 6 " -3 -- #6 ® 9" MAX. (PLACE PERIMETER OF WALL) (TYP.) SEE N07F FOR BACKFILL (TYP.) 1 FACE OF PARAPET WALL, SEE FORMLINER FINISH DETAIL ON f SHT. S4 1 I LOW "GROUND LINE o ELEV. -2' -0' #4 0 18" 3° MIN. CLR. MAX (T,Pj TYPICAL SECTION D (SCALE : W_—l' -O ") S2 CITY OF YAKIMA CASCADE MILL PARKWAY ♦ ♦i HL t LOCHNER ♦ ARTIFACT FOUNDATION OVAL ��� � ARTIFACT FOUNDATION REINFORCING & DETAILS DRAWING NUMBER S3 r I 1 ARTIFACT #5 - SMOKE STACK ARTIFACT #4 - STEAM STACK LIMITS OF UPPER FOUNDATION (TYP.) FOR LOCATION OF LIGHTING, CONDUIT AND ROUNDABOUT GRADE FIXTURES, SEE DELINEATION LINES, SEE ILLUMINATION PLANS (TYP.) /// LANDSCAPE PLANS FOR DETAILS (TIP.) ARTIFACT #3 - WHISTLE ARTIFACT SALVAGE NOTES: THE FOLLOWING NOTES ARE FOR SALVAGE OF THE EXISTING ARTIFACTS FROM THE CURRENT LOCATION INCLUDING RESTORATION (CLEANING, PAINTING, AND AN77- GRAFFITI SEALANT) OF THE ARTIFACTS: 1. THE CITY SHALL IDENTIFY THE EXISTING LOCATION OF THE ARTIFACTS TO BE REMOVED FROM THEIR CURREN7LY INSTALLED LOCATIONS. 2. THE ARTIFACTS SHALL BE CAREFULLY REMOVED IN SUCH MANOR TO NOT DAMAGE EACH ARTIFACT EACH OF THE ARAFACT'S EXISTING TOP BARS SUPPORTING BASE PLATES WILL BE UTILIZED FOR EACH NEW ARTIFACT #2 ti COMPRESSOR INSTALLATION. SUPPORTING BASE PLATES SHALL NOT BE DAMAGED IN 2' -0" THE REMOVAL PROCESS. ANY DAMAGE SHALL BE BROUGHT TO THE #5 BAR = 2' -0" ENGINEER'S ATTENTION TO ADDRESS ANY REMEDIA77ON NEEDS. 3. UPON REMOVAL, THE CONTRACTOR SHALL PROVIDE BASE PLATE 2' -10" DIMENSIONS INCLUDING EXISTING CONDITION OF MATERIALS, DIGITAL 2' -9'" IMAGES OF EACH, AND DIMENSIONS TO BASE PLATE HOLES AND y LOCATIONS INCLUDING DIAMETER OF HOLES. SUBMISSION SHALL BE #7 BAR = 2' -6" MADE TO THE ENGINEER FOR APPROVAL. 4. FINAL INSTALLATION OF EACH ARTIFACT SHALL NOT BE PERFORMED 4' -3" PRIOR TO APPROVAL BY THE ENGINEER. ARTIFACT #1 FAN 5. THE CONTRACTOR SHALL BE PREPARED TO CLEAN AND PAINT THE 4' -11" ARTIFACTS USING ANY OF THE METHODS OR A COMBINATION OF THE METHODS LISTED IN ITEMS 6 & 7 BELOW. CENTER OF ROUNDABOUT o � ro FAQ 16' -0" v yo (COORDINATE WITH LANDSCAPE PLANS) Zti�y`c ARTIFACT #4 - S7FA ARTIFACT #5 - SA GENERAL LA YOU PLAN 6. RESTORATION OF EACH OF THE CASCADE MILL ARTIFACTS SHALL LIMITS OF LOWER INCLUDE CLEANING ENOUGH OF THE ARTIFACT SO THAT PAINT WILL FOUNDATION ADHERE, YET NOT CLEANED SO ABRASIVELY AS TO HAVE ALL OF THE 'PATINA "OR COLOR /AGED LOOK REMOVED. W41EN COMPLETE, THE ARTIFACTS SHOULD LOOK LIKE THEY HAVE BEEN PRESERVED IN TIME, N 90' E AND THEY SHOULD NOT LOOK LIKE NEW METAL. 7 ARTIFACTS SHALL BE PAINTED WITH A CLEAR, MATTE PAINT APPLICATION AS WELL AS AN ANTI- GRAFFITI MATTE COATING TO AID IN PRESERVA TI ON. THE CONTRACTOR IS TO REFER TO THE FOLLOWING CONTACT FOR DIRECTION ON PAINTING: ISOMETRIC VIEW NORTHWEST AUTOBODY ATTN: CRAIG MGBRIDE 922 N 6TH AVENUE YAKIMA, WA 98902 (509) 248 -2252 NORTHWEST AUTOBODY CAN OFFER VARIOUS APPROACHES TO CLEANING THE EQUIPMENT INCLUDING CHEMICALLY, SANDBLASTING, SODA BLASTING, AND PRESSURE WASHING. DEPENDING ON THE CONDITION OF THE ARTIFACTS, ONE OR A COMBINATION OF CLEANING APPROACHES MAY BE RECOMMENDED, AFTER CLEANING, THE ARTIFACTS CAN EITHER BE SSOR POWDER COATED OR PAINTED WITH CLEAR, MATTE SEALER. THE ANTI- GRAFF177 SEALER COAT IS A SEPARA7E COAT ON TOP OF THE MATTE SEALER. UPON COMPLETION OF THE CONSULTA77ON PROCESS, THE CONTRACTOR SHALL SUBMIT THE SELECTED MEANS AND METHODS FOR THE BEST CLEANING AND PAIN77NG PROCESS TO BE FOLLOWED. 91 FAN 8. ANT!- GRAFF177 SEALANT AND REMOVER PRODUCT RECOMMENDATION FOR THE CONCRETE. A.) ANTI- GRAFF117 SEALANT, PROSOCO BLOCK -GUARD & GRAFFITI CONTROL 1! PROTEC77VE TREATMENT OR APPROVED EQUAL SHALL BE APPLIED TO ALL EXPOSED CONCRETE SURFACING PER THE MANUFACTURER'S RECOMMENDA77ONS. B.) FOR ANTI - GRAFFITI REMOVAL, 'DEFACER ERASER GRAFFITI WIPE" OR APPROVED EQUAL SHALL BE USED PER MANUFACTURERS RECOMMENDATIONS THREE GALLONS OF THE GRAFF177 REMOVAL SOLUTION SHALL BE PROVIDED TO THE CITY OF YAKIMA FOR FUTURE USE. GENERAL STRUCTURAL NOTES 1. ALL MATERIALS AND WORKMANSHIP SHALL BE IN ACCORDANCE WITH REQUIREMENT OF THE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION "STANDARD SPECIFICATIONS FOR ROADS, BRIDGE AND MUNICIPAL CONSTRUCTION, " ENGLISH UNITS, DATED 2014 AND AMENDMENTS. 2. THIS STRUCTURE HAS BEEN DESIGNED IN ACCORDANCE WITH THE INTERNATIONAL BUILDING CODE, 2012, THE INTERNATIONAL RESIDENTIAL CODE, 2012, AND ASCE 7 -10. 3. FOR FOUNDATION AND GEOTECHNICAL RECOMMENDATIONS, SEE THE GEOTECHNICAL REPORT BY SHANNON & WILSON, INC., DATED OCTOBER 27, 2015 FOR THE FAIR AVENUE NORTH ART STRUCTURE, CASCADE MILL PARKWAY PROJECT IN YAKIMA, WASHINGTON ". 4. ALL CAST -IN -PLACE CONCRETE SHALL BE CLASS 4000, UNLESS OTHERWISE NO TED. 5. REINFORCING BARS SHALL CONFORM TO ASTM A706 GRADE 60, UNLESS OTHERWISE NOTED. 6 THE LOCATIONS OF ALL EXISTING U77LIA£S WITHIN THE VICINITY OF THE STRUCTURE SHALL BE VERIFIED BY THE CONTRACTOR PRIOR TO EXCA VA TING. 7 UNLESS OTHERWISE SHOWN ON THE PLANS, ALL EXTERIOR CORNERS AND EDGES SHALL HAVE A 314" CHAMFER AND ALL INTERIOR CORNERS SHALL HAVE A 3/4" FILLET 8. UNLESS NOTED OTHERWISE, MINIMUM LAP SPLICE LENGTHS SHALL BE AS FOLLOWS. OTHER TOP BARS OTHER TOP BARS 14 BAR = 2' -0" 2' -0" #4 EPDXY BAR = 2' -0" 2' -3" #5 BAR = 2' -0" 2' -4" #5 EPDXY BAR = 2" -6 "' 2' -10" #6 BAR = 2' -0" 2' -9'" #6 EPDXY BAR = 3' -O'" 3' -4" #7 BAR = 2' -6" 3' -6" #7 EPDXY BAR = 3' -9" 4' -3" #8 BAR = 3' -3" 4' -7" #8 EPDXY BAR = 4' -11" 5' -7" 9. FALSEWORK SHALL BE CAREFULLY RELEASED TO PREVENT IMPACT OR UNDUE STRESS IN STRUCTURE. APPROVED FOR CONSTRUCTION B. ES,REU NOV . 2015 CITY OF YAKIMA DRAWING NUMBER D BRIRNM "N NOV 2 015 �� °` " "'k Fi. CASCADE MILL PARKWAY K BBKLE. NOv I °,S LOCHNER ��� HLA si ��R Ro z °,5 r .�: ti AR TIFACT FOUNDA TI ON "- e s /O.v L E` GENERAL LAYOUT & NOTES 5224_S-1 dg c 0 A B C \\\ S3 S3 S3 � 24'-0" /- LIMITS OF 1' -0° FOOTING (TYP.) T I r -- r I I I I I I I I I Ir I I I II IF- L ro FACE OF COLUMN WALL ABOVE (TYP.) S3 - I I I I I I I I I I I I I I I I I I II I- -- � - - - -- - - - I I I I I I I I I I I I I I I I I L J I I I I I I I I I I I I I L J I I I 1 L rn I II L J I I I I I I I I itL---------------------- - - - - -J I I I I I I I LJ L ----- -J - - -- ------------- - - - - -L L_ J • ° — FACE OF 8" PARAPET a WALL ABOVE (TYP.) 2' -3" 8' -6" 13 " -3" 24' -0'" J J J FOUNDATION LA YOU PLAN (SCALE : %4 " =1' -O) ARTIFACT #4 - STEAM STACK, ARTIFACT #5 - SMOKE STACK, FOR DETAILS SEE SHT S4 FOR DETAILS SEE SHL S4 ARTIFACT /f3 - WHISTLE, FOR 8" PARAPET WALL 3 -9 DETAILS SEE SHT. S4 I - I- C BASE I I � I I / BA SE - - - - - - BASE N BASE m m�m 2' -1%2" BASE BASE - 3 BASE I I I I I � I \ I I ------------ -------------- L - - - -J 5' -1d /g„ GENERAL ARTIFACT BASE PLATE LAYOUT PLAN (SCALE : %4 " =1' -0) (FOR SECTION REFERENCES, SEE FOUNDATION LAYOUT PLAN) NO DATE Er APPR REVISION= APPROVED FOR CONSTRUCTION I B. ESTRELLA ENGINEERING MANAGER DATE PPOJECT MANAGER DATE PROJECT ENGINEEF DATE m DESIGNED E, DATE D. BRINKMAN NOV. 2015 DRAWN 5, DATE K. HINKLEY NOV. 2015 C ^Ea ED E, DATE J. GARCIA NOV. 2015 ,PPRDVED P, DATE FILENAME 5224_S-Sheets dwg A VB C S3 2, -0' 3 " -6 I'-10" 3, -8" 2' -0" 8 " -0'" 2" -0" FACE OF 8" PARAPET WALL (TYP.) -- - - - - - - - - - - - - - - - - - ----- - - - - - - ---- - - - - - - - - - -- _r / I I I N I L ---- - - - - - - - -JI 0 2, -0„ 9,. D I I N J S3 I I N '? j FACE OF COLUMN 'ry WALL (TYP.) I I � - I rn T N I I I I ARTIFACT #1 - FAN, FOR DETAILS SEE SHT. S4 I _ I N I I I N I I I I J ARTIFACT ,y2 - COMPRESSOR, FOR DETAILS SEE SHT. S4 OF lz \ I i� •I O L•- -- - --1 -- J N O I I I I _I NL - - - --------- - - J - - - - - - - - - - J - - - J t8- PARAPET WALL T)P. 2' -3° 2' -0 3' -6" 2' -0" 1' -5" 7' -10" 8' -0" 2' -0" 23' -0" J J J WALL LA YOU PLAN (SCALE : Y4 " =7' -0 ) LOCHNER I ��� HLA ^'4,rym Hmbrept�e,d1 en.i wnete� Inr o,atng,nerr�ne• Ana., �r,�n. rlennln� ,nu.,,umR CITY OF YAKIMA CASCADE MILL PARKWAY ARTIFACT FOUNDATION ARTIFACT FOUNDATION & DETAILS DRAWING NUMBER S2 SHT 01 c #4 STIRRUPS @ 18" MAX (TYP.) #5 @ 18" MAX. (PLACE PERIMETER OF WALL) (TYP.) #4 @ 18" MAX. (PLACE @ MlD DEPTH - OF 8" WALL) _J' #4 @ 18" MAX (TYP.) FINISH GRADE VARIES (SEE LANDSCAPE PLANS) OPTIONAL CONSTR. JT (TYP.) SEE BASE ANCHOR DETAIL FOR ARTIFACT #4 ON SHT S4 10' -6 ELEV. '" SEE BASE ANCHOR DETAIL FOR ARTIFACT #5 ON SHT S4 J ' SEE PARAPET DETAIL ON SHT S4 (TYP.) 1 Y2" CLR. (TYP) F ELEV 8' -6" F I #4 @ 18" // 1 3 " MIN. CLR. MAX (TYP) y TYPICAL SECTION A (SCALE : % " =1' -0) 52 #4 STIRRUPS @ 18- MAX (TYP.).__, El #5 @ 18" MAX. (PLACE PERIMETER OF WALL) (TYP.) 3" FINISH SLAB (TYP.) #4 @ 18" MAX G (PLACE @ MID -DEPTH OF 8" WALL) #4 @ 18" MAX. (TYP.) FINISH GRADE VARIES (SEE LANDSCAPE PLANS) , #4 @18" MAX (TYP.) Y4" PRE - MOLDED JOINT FILLER (TYP.) -.3" FINISH SLAB (TYP.) ELEV. 6' -3 SEE BASE ANCHOR DETAIL FOR ARTIFACT #3 ON SHT S4 ELEV. 12' -0" 1 Y2" CLR. SEE NOTE FOR BACKFILL (TIP.) FACE OF PARAPET WALL, SEE FORMLINER FINISH DETAIL ON SH L S4 1' -0" MIN. ABOVE 7__ ELEV. -2, -0" EL£V. -2, -0" 1 MIN CLR. TYPICAL SECTION B 3 "' (SCALE: Y4 " -l' -O) C\2 J REVISIONS PRE- MOLDED JOINT FILLER (TYP.) B ESTRELU SEE PARAPET DETAIL ON SHT S4 (TYP.) DESIGNED E NOV. 2015 DATE �4\`•60E Y'1'fHA y ELEV. 6' -3 SEE NOTE FOR BACKFILL ENGINEERING VANAGER DATE DRa N E+ K. HINKLEY C+EC ED E (rYP.) j FACE OF PARAPET WALL, SEE FORMLINER FINISH DETAIL ON LOCHNER SHT. S4 J GARCIA DATE APPROVED E, 1' -0" ABOVE PROJECT ENGINEER DATE Clad Enpnwrnne•Wnd Silnntnp•I'lennlnK ,,, nl.,nil n�n� LOW GROUND LINE EL£V. -2, -0" 1 MIN CLR. TYPICAL SECTION B 3 "' (SCALE: Y4 " -l' -O) C\2 J REVISIONS APPROVED FOR CONSTRUCTION B ESTRELU CITY OF YAKIMA DESIGNED E NOV. 2015 DATE �4\`•60E Y'1'fHA y 0. BIRINKMA ENGINEERING VANAGER DATE DRa N E+ K. HINKLEY C+EC ED E 4.� - LOCHNER PPOJECT MANAGED DATE J GARCIA DATE APPROVED E, o k ,� \� fJ. >t'Rwb9 `G\ 0\ PROJECT ENGINEER DATE Clad Enpnwrnne•Wnd Silnntnp•I'lennlnK ,,, nl.,nil n�n� FILENAME 2' -0" IN -FILL SLAB FOR ARTIFACT FOUNDATION #6 @ 9° MAX (PLACE PERIMETER OF WALL) (TYP.) #4 @ 18" MAX (PLACE @ MID -DEPTH OF 8" WALL) #4 @ 18 MAX (TYP.) FINISH GRADE VARIES (SEE LANDSCAPE PLANS) OPTIONAL CONSTR. JT (TYP.) SEE BASE ANCHOR DETAIL FOR ARTIFACT #1 & #2 ON SHT. S4 MAX. #4 @ 18 "" TOP SEE PARAPET DETAIL ON SHT 54 (TYP.) & BO T. (TYP.) ------------ - - - -JI U ELEV. 9 - 1 Yp'" CLR. (rYP. V PRE - MOLDED JOINT FILLER (TYP.) 3° FINISH SLAB (TYP.) ELEV. 6' -3 SEE NOTE FOR BACKFILL (TYP.) FACE OF PARAPET WALL, SEE FORMLINER FINISH DETAIL ON SHT S4 1' -0" MIN. ABOVE -- LOW GROUND LINE T� o ELEV. -2 " -0" #4 @ 18" 3" MIN. CLR. MAX (T,P.) TYPICAL SECTION C (SCALE : !14"_-l'_0') S2 #4 STIRRUPS @ 18'" MAX ��) SEE BASE ANCHOR DETAIL FOR ARTIFACT #5 ON SHT S4 #5 @18 °MAX (PLACE PERIMETER OF WALL) (TYP.) _ ELEV. 8' -6" NF_ -1 (PLACE @ MID -DEPTH OF 8" WALL) #4 @18" MAX (TYP.) FINISH GRADE VAR /ES (SEE LANDSCAPE PLANS) OPTIONAL CONSTR. JT. (TYP.) r� NOTE: BACKFILL VOID AREAS AFTER CONCRETE HAS CURED WITH COMPACTED INORGANIC GRANULAR BACKFIL, CONTROLLED DENSITY FILL OR UN- REINFORCED CONCRETE. #4 @ 18" MAX. TOP SEE BASE ANCHOR DETAIL & BOT. (TYP.) FOR ARTIFACT #3 ON SHT S4 r -1 ELEV. 12' -0" SEE BASE ANCHOR DETAIL FOR ARTIFACT #1 & #2 ON SHT. S4 2' -0" IN -FILL SLAB FOR Ir SEE PARAPET DETAIL ON SHT. S4 (TYP.) I I I -� I -� FOUNDA TION - - -- - -- - - - - -- / ELEV. 9' -6" U -T L _L #4 @ 18" CLR. MAX (TYP.) TYPICAL SECTION 0 (SCALE : % "= 1' -0') S2 CLR. )P.) rY4" PRE-MOLDED JOINT FILLER (T)P.) I- 3' FINISH SLAB (TYP.) ELEV. 6' -3 #6 @ 9" MAX. (PLACE PER /METER OF WALL) (TYP.) SEE NOTE FOR BACKFILL (TYP.) j FACE OF PARAPET WALL, SEE FORMLINER FINISH DETAIL ON SHT S4 f1' -0" MIN. ABOVE LOW GROUND LINE 0 ELEV. -2' -0" N ° � B. N /,i. �CF. CITY OF YAKIMA DATE DATE NOV. 2015 DATE �4\`•60E Y'1'fHA y CASCADE MILL PARKWAY NOV.2015 4.� - LOCHNER HLA ARTIFACT FOUNDATION DATE N01 No 2015 o k ,� \� fJ. >t'Rwb9 `G\ 0\ Clad Enpnwrnne•Wnd Silnntnp•I'lennlnK ,,, nl.,nil n�n� DATE sA°.YAt ARTIFACT FOUNDATION REINFORCING & DETAILS 5224_S-Sheets dwg DRAWING NUMBER S3 SHT OF I 7 PARAPET DETAIL 1 (SCALE: 1 Y2"-I'-O') S3 ARTIFACT fl ANCHOR BOLT NOTE: VERIFY USE OF Y2" DIAM. F1554 GRADE 36 ANCHOR BOLTS WITH HEAVY HEX NUT, LEVELING NUT & LOCK WASHER OR EQUIVALENT AND ;\ PROVIDE 12" MIN. EMBEDMENT. \ i 1 ,.2„.,. L/L //1 /L (SCALE : 3 ° =1' -0 CONSTRUCTION JOINT (T)P.) iAMFER (TYP.) 4Y2,r --T 3° MIN. TOPPING SLAB) I MAX. AMPLITUDE OF FORMLINER (TYP.) I FACE OF PARAPET OR COLUMN WALL (TYP.) %'" PREMOLDED JOINT FILLER I PARAPET WALL THICKNESS r FORMLINER FINISH DETAIL r2 (SCALE : 1 Y2" 1 " -O) S3 3/4 " DIAM. HOLE FOR ANCHOR BOL T (VERIFY) PLAN VIEW SEE ARTIFACT #1 Tr BASE BASE - DENOTES HOLE LOCATION FOR ANCHOR BOL T TO BE INSTALLED I � BASE DIAM. HOLE FOR ANCHOR BASE BOLT (VERIFY) 7/8" DIAM HOLE FOR ANCHOR � BASE — DENOTES HOLE L OCA TION FOR ANCHOR BOLT TO BE INSTALLED BOL T (VERIFY) 10/I BOLT CIRCLE (VERIFY) � BASE PLAN VIEW C BASE — DENOTES HOLE LOCATION FOR ANCHOR BOLT TO BE INSTALLED ARTIFACT HOUSING SEE ARTIFACT #2 ARTIFACT HOUSING ANCHOR BOLT NOTE SEE ARTIFACT #3 ARTIFACT V ANCHOR BOLT NOTE VERIFY BASE ARTIFACT fJ ANCHOR BOLT NOTE VERIFY BASE VERIFY USE OF 3/" DIAM. F1554 GRADE 36 ANCHOR BOLT NOTE VERIFY USE OF 5/8" DIAM. F1554 GRADE 36 \ ANCHOR BOLTS WITH HEAVY HEX NUT, LEVELING NUT & LOCK WASHER OR EQUIVALENT AND �� \ ANCHOR BOLTS WITH HEAVY HEX NUT, LEVELING NUT & LOCK WASHER OR EQUIVALENT AND \ PROVIDE 12' MIN. EMBEDMENT :\ PROVIDE 12" MIN. EMBEDMENT tL BASF v Z O 3/4 " DIAM. HOLE FOR ANCHOR BOL T (VERIFY) PLAN VIEW SEE ARTIFACT #1 Tr BASE BASE - DENOTES HOLE LOCATION FOR ANCHOR BOL T TO BE INSTALLED I � BASE DIAM. HOLE FOR ANCHOR BASE BOLT (VERIFY) 7/8" DIAM HOLE FOR ANCHOR � BASE — DENOTES HOLE L OCA TION FOR ANCHOR BOLT TO BE INSTALLED BOL T (VERIFY) 10/I BOLT CIRCLE (VERIFY) � BASE PLAN VIEW C BASE — DENOTES HOLE LOCATION FOR ANCHOR BOLT TO BE INSTALLED ARTIFACT HOUSING SEE ARTIFACT #2 ARTIFACT HOUSING ANCHOR BOLT NOTE SEE ARTIFACT #3 ARTIFACT VERIFY BASE ANCHOR BOLT NOTE VERIFY BASE PLATE THICKNESS ANCHOR BOLT NOTE HOUSING VERIFY BASE PLATE THICKNESS VERIFY BASE PLATE THICKNESS Do O v Z O CQ - -- - m zE �d FORMLINER NOTES: 1. PARAPET WALL FORMLINER SHALL EXTEND FROM BOTTOM OF TOPPING SLAB TO THE TOP OF THE LOWER TOPPING SLAB OR TO TOP OF FOOTING. 2. FINISH OF TOPPING SLAB, OVERHANG AND UNDER SOFFIT SHALL BE SMOOTH FINISH. J. FORMLINER FOR PARAPET AND COLUMN WALLS SHALL BE SCOTT SYSTEM #182 - 1" GRAPE STAKE BY SCOTT SYSTEM OR APPROVED EQUAL. (WWW.SCOTTSYSTEM.COM) ARTIFACT k4 ANCHOR BOLT NOTE VERIFY USE OF 518" DIAM. F1554 GRADE 36 ANCHOR BOLTS WITH HEAVY HEX NUT LEVELING NUT & LOCK WASHER OR EQUIVALENT AND :\ PROVIDE 12° M /N. EMBEDMENT C BASE 7/8° DIAM. HOLE FOR ANCHOR BOL T (VERIFY) 0 1' -3" BOLT CIRI — —BASE I CU O DENOTES HOLE L OCA TION FOR ANCHOR BOL T TO BE INSTALLED PLAN VIEW f BASE ARTIFACT45 ANCHOR BOLT NOTE: VERIFY USE OF J14" DIAM. F1554 GRADE 36 ANCHOR BOLTS WITH HEAVY HEX NUT LEVELING NUT & LOCK WASHER OR EQUIVALENT AND �� PROVIDE 12" MIN. EMBEDMENT. ' BASE 1" DIAM. HOLE FOR ANCHOR BOL T (VERIFY) 1' -9° BOLT CIRCLE Q� Q (VERIFY) SEE ART /FACT #4 ART HOUSINGT SEE ARTIFACT #5 ANCHOR BOLT NOTE ANCHOR BOL T NOTE VERIFY BASE VERIFY BASE PLATE THICKNESS PLATE THICKNESS Do O v Z O BASE I O � — DENOTES HOLE L OCA TION FOR ANCHOR BOL T TO PLAN VIEW BE INSTALLED BASE ARTIFACT HOUSING DIE) Q 2 J I�UI o Z V) ELEVA TION VIEW ELEVA TION VIEW ELEVA TION VIEW ELEVA RON VIEW ELEVA TION VIEW BASE CONNECTION DETAIL 3 BASE CONNECTION DETAIL K4 BASE CONNECTION DETAIL 5 BASE CONNECTION DETAIL-K'6' ETAIL 6 BASE CONNECTION DETAIL 7 (ARTIFACT #1) (SCALE : 1Y2 " =1• —O) S3 (ARTIFACT 12) (SCALE : IY2 " =1' -0') S3 (ARTIFACT #3) (SCALE : 1 %2 "= 1' -0') S3 (ARTIFACT #4) (SCALE : 1!12"— 1'-0') 53 (ARTIFACT #5) (SCALE : 1!12 S3 No DATE E'r APPP REVISIONS B. ESTRELLA Nov. 2015 DRAWING NUMBER APPROVED FOR CONSTRUCTION DESIGNED E. DATE CITY OF YAKIMA � B. %1 /,i• jD. BRINWAN NOV. 2015 c�`4��F i Yc�� CASCADE MILL PARKWAY ENGINEERING MANAGER DATE DRAWN Er DATE t e HLA S4 CECIE`EE NOV. 2015 LOCHNER ♦ Jr�1111iV� ARTIFACT FOUNDATION I� jlTll PPOJECT VANAGEP ELATE C GA CI E� DATE .a •ij . Nu16re {��r.Irlumen {.�,r�e�..... ynl. *il nom J. GARCIq NOV. 2015 �,9 �g :� \� CI�I k.np,InernAg•und S�Iner�nK•I'Iannlnk APPROVED Ei DATE F,rSALC\�\Q PROJECT ENGINEER DATE ARTIFACT FOUNDATION &BASE DETAILS SE, or I FILENAME 5224_S-Sheets dwg r-•- LEGEND C NOTES: SEE SHEET 1_4 FOR PLANTING i PLANT MATERIAL SHOWN NOT; IN CONTRACT. PLANTING AREA TO RECEIVE SCHEDULE, PLANTING NOTES, EXISTING LAWN TO REMAIN, I 3" DEPTH ROCK MULCH ON TOP OF WEED BARRIER FABRIC ONLY. NO SOIL MEET & MATCH EXISTING LEGEND AND ABBREVIATIONS. LAWN W/ SMOOTH PREPARATION1 IS REQUIRED EXCEPT FOR STORM DRAINAGE SWALE r TRANSITION, TYP G AREAS. FOR SOIL PREPARATION REQUIREMENTS WITHIN STORM '— LIMITS of PLANTING DRAINAGE SWALE AREAS, SEE CIVIL DRAINAGE DRAWINGS. / GRADING, LIMITS E GRADING, TYP; SEE I CIVIL DWCS PLANT MATERIAL SHOWN NOT IN CONTRACT. PLANTING AREA TO RECEIVE A �- I� • I � SEEDING FERTILIZER AND MULCHING ONLY. NO SOIL PREPARATION, ■ A SOD INSTALLATION SOIL i � �' a 1_7 PREPARATION, TYP i REQUIRED: - - - - -- - - _" I - HALL BE INSTALLED•AS SHOWN ON PLANS. r C ALL OTHER PLANTING AREAS S CORE Q STEEL EDGING, f" —• �� m_ �� �� m® �� ` ®t I � NORTH 10TH STREEe SEE SPECS EXISTING SIDEWALK DECIDUOUS TREE PLANTING B NORTH 10TH STREET VP j TO REMAIN - - -� - - - - -ON A- Lt�TYP -L5- - - - - - - _ - - _._ _ -- - -- -- - STEEL EDGING, DRIVEWAY TYP, ® - SEE SPECS � - j - -- - SEE CIVIL DWG ■ �� m>_ m>•m m>_ m� � IIIImI� � Im>•� � � ' � ` � \.. - �� m>t� �r m>_ DRIVEWAY TYP ® If SEE CIVIL DWG If FOR ' -1 F' `` m -- - - - - - - - - ` ER - ` ® VAND WOL - - -` -/ - - - - -- -- -- - - - - - -- - - - y PINES, SEE DETAIL O C ON SHEET LS E� ` ♦ m ENLARGEMENT 2 B CURB 0 L8 REMAIN CONIFEROUS TREE B STORM DRAINAGE SWALE, r d• -:- NNTING. 1 L6 �„ �,I „, � � P; SEE CIVIL DWG ` v DECIDUOUS TREE 6 ® LS J �, „ ! E PREPARATION, AREA OIL ` . �. ,• �� cv L\ i L6 ION, TY _J EXISTING CURB &+ ROADWAY �m TRICAL CABINET, SEE C VIL DWG FENCE TO REMAIN m ` `A``I + APRON, TYP; SEE CIVIL DWGS SEE CIVIL DWG w LLJ ARTIFACT - J . O o 00 • � � + + ++ LOCATION m + ' F STEEL LANDSCAPE EDGING, CN ° SPECS, FIELD STAKE LAYOUT OF CASCADE MILL PARKWAY A Q STEEL EDGING FOR ENG REVIEW & ETAINING WALL, o APPROVAL PRIOR TO INSTALLATION SEE CIVIL DWG NCR= O SHRUB & GROUNDCOVER D m a w PLANTING ON A SLOPE, TYP 1_6 C SHRUB & i z / L6 GROUNDCOVER '�' PLANTING, T • m. m m J =16�r EXISTING LAWN TO REMAIN, MEET & _A I !(/ CONCRETE MEDIAN, MATCH EXISTING LAWN W/ SMOOTH `' 1 s �J T y TYP; SEE CIVIL DWG �` �• gym. �• ���_ m_�• < TRANSITION ' - IAO-01 0000 EXISTING SHRUBS w TO REMAIN, TYP ��� . ® ®' �' m♦� �� �� =" RETAINING WALL 3. N ►® _ VINE PLANTI i G E- SEE CIVIL DWG- _7 , ti1gT _ INSTALL SOIL PER PLANTING j AREA SOIL PREPARATION BETWEEN' SFF F STq /� FACE OF WALL & EX CURB EXISTING CURB ' s S, 40 � ., / TO REMAIN RETAINING WALL, SEE CIVIL DWG [% 5' 20' ' �. HY 40, C/ LANDSCAPE ARCHITECTURE j SCALE 1 "= 20' JH NO DATE BY APPR Feb 2015 CITY OF YAKIMA DRAWING NUMBER REVISIONS APPROVED FOR CONSTRUCTION DESIGNED Br DATE 11/2/15 JH DWR CENIER ISLAND REVISION I STATE OF - CASCADE MILL PARKWAY_ MT Feb 2015 WASHINGTON DATE DRAWN By pgTE LICENSED tt� HLA L 1 ENGINEERING MANAGER LANDSCAPE ARCHITECT M.l�., e,an: DWK Feb 2015 LOCHNER t .,.� �. CHECKED BY DATE Ilmbrrse. Lounar.l�m -,a10 1 °� CASCADE MILL PARKWAY PROJECT MANAGER DATE JV Feb 2015 JULIET B VONG CmiF.apmc'nn,;.lend Sunrnn^.Planrlr;. ... m, APPROVED BY DATE LICENSED NO 857 PLANTING PLAN .T_45 Of 75 PROJECT ENGINEER DATE FILENAME L -PLNT PLOT dwq EXPIRES ON a 0 0 8 a i z PLANTING SCHEDULE QTY SCIENTIFIC /COMMON NAME SIZE /REMARKS TREES 3 Acer freemanii 'Jeffersred'/ 2" Cal; B &B; Full, well branched & AUTUMN BLAZE MAPLE well rooted. Straight central leader & single trunk. Symmetrical branching habit. 6' branching height. Chionanthus retusus 'Tokyo Tower' / 2" Cal; B &B; Full, well branched & TOKYO TOWER FRINGE TREE well rooted. Straight central leader & single trunk. Symmetrical branching habit. 5' branching height. Picea englemanii/ 8' -10' Ht; B &B; Straight trunk ENGLEMANN'S SPRUCE not sheared. Symmetrical, full & well branched. SYM QTY SCIENTIFIC /COMMON NAME SIZE /REMARKS GROUNDCOVERS Berberis buxifolia 'Nana'/ 2 Gal Cont; Full, well branched & well DWARF BARBERRY rooted. Triangular Spacing ® 24" OC, with 18" offset from curb or sidewalk 127 A Cotoneaster dommeri 'Strieb's Findling'/ 2 Gal Cant; Full, well branched & STRIEB'S FINDLING COTONEASTER well rooted. Triangular Spacing ® 36" OC, with 36" offset from curb, 228 EA Juniperus horizontalis 'Blue Chip'/ BLUE CHIP JUNIPER r.: m(� Pinus flexilis 'Vanderwolf's Pyramid'/ 7' -8' Ht; B &B; Straight trunk not % Juni erus horizontalis 'Youngstown'/ 178 EA P YOUNGSTOWN JUNIPER '•� „ „,� „` V VANDERWOLF'S PYRAMID PINE sheared. Symmetrical, full & well MAX MAXIMUM m AT MFRS MANUFACTURERS AC ACRE y` 3 Pinus flexilis 'Vanderwolf's Pyramid/ Y / 10' -12' Ht; B &B; Straight Rosa x 'Noare FLOWER + ♦ + 45 EA / ON CENTER BLVD VANDERWOLF'S PYRAMID PINE jtrunk not sheared. Symmetrical, CARPET RED ROSE CALIPER NO NUMBER well branched. CONCRETE —453 RIGHT OF WAY CONT CONTAINER SCH SCHEDULE CY CUBIC YARD SPECS SHRUB S DIA � � Spiraea japonica 'Walbuma' / MAGIC STATION DWG /S �k-L.t Cornus songuinea 'Midwinter Fire' / 5 Gal cant; Full, well branched, iv CARPET SPIREA EACH SY MIDWINTER FIRE DOGWOOD and well rooted. ENGINEER SYM SYMBOL EX Iris siberica 'Caesar's Brother / 1 Gal cant; Full and well rooted. QUANTITY 1.9 AC SEEDING, FERTILIZING & MULCHING GALLON W/ CAESAR'S BROTHER SIBERIAN IRIS TYP TYPICAL Juncus effusus / 1 Gal cant; Full and well rooted. FILENAME. SOFT RUSH EXPIRES ON 591 SY SOD INSTALLATION db 19 Parthenocissus tricuspidata / 1 Gal cant; Full, well branched BOSTON IVY and well rooted. DWARF x virginalis OC 'Dwarf Snowflake' / DWARF SNOWFLAKE MOCK ORANGE 5 Gal cant; Full, well branched, and well rooted. O� STREAMBED COBBLES (4” COBBLES) 5 Syringa meyeri 'Polibin' / 5 Gal cant; Full, well branched, DWARF KOREAN LILAC and well rooted. 450 CY ROCK MULCH, NO SOIL PREPARATION REQUIRED UNLESS OTHERWISE NOTED ON PLANS PLANTING ABBREVIATIONS # NUMBER HT HEIGHT % PERCENT LF LINEAR FEET & AND MAX MAXIMUM ® AT MFRS MANUFACTURERS AC ACRE MIN MINIMUM B &B BALLED AND BURLAPPED OC ON CENTER BLVD BOULEVARD NIC NOT IN CONTRACT CAL CALIPER NO NUMBER CONC CONCRETE ROW RIGHT OF WAY CONT CONTAINER SCH SCHEDULE CY CUBIC YARD SPECS SPECIFICATIONS DIA DIAMETER STA STATION DWG /S DRAWING /DRAWINGS PROJECT MANAGER DATE iv EA EACH SY SQUARE YARD ENG ENGINEER SYM SYMBOL EX EXISTING QTY QUANTITY GAL GALLON W/ WITH TYP TYPICAL PLANTING LEGEND 2 Gal Cant; Full, well branched & well rooted. Triangular Spacing ® 36" OC, with 36" offset from curb or sidewalk. 2 Gal Cant; Full, well branched & well rooted. Triangular Spacing ® 36” OC, with 36” offset from curb or sidewalk. 2 Gal Cant; Full, well branched & well rooted. Triangular a with 30" offset from curb, sidewalk, or wall 2 Gal Cont; Full, well branched & well rooted. Triangular Spacing ® 30" OC, with 30" offset from curb, sidewalk, or wall See specs; Topsoil Type A not required in seeding, fertilizer & mulching planting areas See specs See specs, install 6" depth SYMBOL ITEM A DETAIL SYMBOL L9 SHEET IDENTIFICATION RIGHT OF WAY LINE BY PEDESTRIAN LIGHT, SEE ILLUMINATION PLANS APPROVED FOR CONSTRUCTION STREET LIGHT, SEE ILLUMINATION PLANS FeD 2015 EXISTING TREES TO REMAIN, SEE CIVIL DWGS FOR TREE PROTECTION MIN MM MM MIN ROOT BARRIER 0(NIC) • STREAMBED BOULDERS (SIX MAN) (NIC) 1P STREAMBED BOULDERS (FOUR MAN) (NIC) PLANTING NOTES 1. ANY DISCREPANCIES W/ THE DWGS AND /OR SPECS & SITE CONDITIONS SHALL BE BROUGHT TO THE ATTENTION OF ENG PRIOR TO PROCEEDING W/ CONSTRUCTION. 2. THE CONTRACTOR IS RESPONSIBLE FOR LOCATING UTILITIES PRIOR TO BEGINNING CONSTRUCTION. 3. PLANT MATERIAL LOCATIONS SHALL BE COORDINATED W/ SPRINKLER IRRIGATION HEAD LOCATIONS TO AVOID ANY CONFLICTS. 4. INSTALL ROOT BARRIER WHERE SHOWN ON PLANTING PLAN. CENTER ROOT BARRIER ON TREE TRUNK. INSTALL PER DETAIL C L7 5. TREE LOCATIONS SHOWN ON PLANTING PLANS ARE APPROX IF FIELD ADJUSTMENTS ARE NECESSARY, THE FOLLOWING MIN SETBACKS FOR CENTERLINE OF THE TREE TRUNKS SHALL APPLY: A. STREET LIGHTS 20' B. PEDESTRIAN LIGHTS 10' C. DRIVEWAYS 10' D. UNDERGROUND UTILITY LINES 5' E. FACE OF CURB 3' F. EDGE OF SIDEWALK 3' G. ROW 1' H. CENTERLINE OF SWALE 3' 6. PLANTING DRAWING IS BASED UPON BASE DRAWINGS DATED 12/31/2014. PREPARED BY: H.W.LOCHNER, INC. 400 108TH AVE. NE, SUITE 401 BELLEVUE, WA 98004 7. ROCK MULCH SHALL BE BASALT ROCK MULCH. SEE SPECS. 8. SOIL PREPARATION FOR TREES, SHRUBS & GROUNDCOVERS SHALL BE PER L6 9. SOIL PREPARATION FOR SOD INSTALLATION SHALL BE PER e L7 10. SOIL PREPARATION FOR SEED PLANTING SHALL BE AS NOTED IN PLANT SCHEDULE. NOTE: NIC PLANT QUANTITIES NOT SHOWN LANDSCAPE ARCHITECTURE DATE BY n. - 1G NSION�. APPROVED FOR CONSTRUCTION FeD 2015 CITY OF YAKIMA DRAWING NUMBER 11/2/15 J11 DwX 1� REV1SIO1 DESIGNED By DE MIT DATE Feb 2015 STATE Or WASHINGTON CASCADE MILL PARKWAY ENGINEERING MANAGER DATE DR— BY DWK CHECKED BY DATE Feb 2015 DATE LICENSED LANDSCAPE ARCHITF C' LOCHNEFt � . �� HL _,,, �n n,a ,�A.. , �•�;,, CASCADE MILL PARKWAY L4 PROJECT MANAGER DATE iv Feb 2015 - JULIET e. voNC F PLANTING SCHEDULE, NOTES, ABBREVIATIONS PROJECT ENGINEER DATE APPROVED BY DAZE LICENSED NO. 857 & LEGEND Ili 48 or 75 FILENAME. L- PLNT_PLOT.d" EXPIRES ON m 0 TREE TRUNK Y2 " -1" WIDE WEBBED FABRIC TAPE (ARBOR TIE OR �! APPROVED EQUAL), SECURE TO TREE STAKE W/ #2 PENNY COMMON NAIL (ONE PER STAKE) TREE STAKE \ / ROOTBALL ® LOOP DIA SHALL BE 6 " -8" GREATER THAN TREE TRUNK DIA; SECURE LOOP WITH OVERHAND SLIPKNOT, PULLED AGAINST A SECOND OVERHAND PLAN KNOT, TIED ON THE WEBBED FABRIC TAPE TREE TRUNK = j (3) 2" DIA WOOD DOWELED TREE STAKES W/ CHAMFERED TOP w & 6" CONICAL POINT BOTTOM, KEEP CLEAR OF ROOTBALL a WEBBED FABRIC TAPE LO to ` TOP OF ROOT CROWN TO BE 1" HIGHER THAN FINISH GRADE 3" ROCK MULCH DEPTH 3:1 MAX. UPHILL & DOWNHILL SLOPES x CC) j FINISH GRADE PRIOR TO PLACING WEED BARRIER FABRIC 0 w — & ROCK MULCH C) — :- I- —1 1 —" BACKFILL W/ TOPSOIL TYPE A, THOROUGHLY WATER SETTLE UNDISTURBED EX SOIL OR EX SOIL — SLOPE SUBGRADE TO PROVIDE POSITIVE WATER DRAINAGE COMPACTED TO 85% MAX DRY 12" GREATER AFTER PLACING TREE IN PLANTING PIT, CUT AND COMPLETELY DENSITY; VERIFY POSITIVE DRAINAGE THAN DIA OF REMOVE STRINGS, TWINE, AND /OR WIRE BASKETS FROM ROOTBALL; PRIOR TO CONSTRUCTION ROOTBALL COMPLETELY REMOVE FABRIC GROW BAGS; CUT BURLAP FROM TOP SECTION 113 OF ROOTBALL AND REMOVE CUT BURLAP FROM PLANTING PIT CONIFEROUS TREE PLANTING ON A SLOPE ~ NOT TO SCALE ROCK MULCH TREE RING SHALL BE 6" OUTSIDE OF WOOD STAKES TREE TRUNK xw CD w w Le x ~ NOTCH �p FOR N WIRE V Q� 3 ` TREE TRUNK GALVANIZED WIRE PLACE TWO WOOD STAKES o / AGAINST PREVAILING WINDS N ROOTBALL 1/2" DIA SOFT DARK GREEN RUBBER PLAN HOSE (3 PER TREE) INTERLOCKED DOUBLE STRAND 12 GA GALV WIRE ® 120 DEGREE INTERVALS; TWIST TO TIGHTEN; TURN BACK WIRE ENDS TO AVOID SHARP BURRS 12" LONG 1/2" DIA WHITE PVC PIPE; SECURE TO WIRE (3 PER TREE) ® APPROXIMATELY 24" HT _--4"X 1/4" GALV TURN BUCKLE (3 PER TREE) Al TOP OF ROOT CROWN TO BE 1" HIGHER THAN FINISH GRADE 3" ROCK MULCH DEPTH FINISH GRADE PRIOR TO PLACING ROCK MULCH �a APPROVED FOR CONSTRUCTION BACKFILL WITH 2/3 PLANTING SOIL & 1/3 EX SOIL, WHEN 0 0 REVsION i HOLE IS HALF FILLED THOROUGHLY WATER SETTLE, THEN ADD of —_ _ _ REMAINING SOIL AND WATER SETTLE A SECOND TIME Z —_ — - - 1:1 SLOPE ON SIDES OF PLANTING HOLE 2 "X4 "X18" WOOD STAKE (3 �APPRO 3;4 AFTER PLACING TREE IN PLANTING PIT, CUT AND COMPLETELY PER TREE); SPACE EQUALLY HT OF REMOVE STRINGS, TWINE, AND /OR WIRE BASKETS FROM ROOTBALL; AROUND TRUNK; DRIVE STAKES ATTACHMENT COMPLETELY REMOVE FABRIC GROW BAGS; CUT BURLAP FROM TOP BELOW FINISH GRADE AS 12" GREATER 1/3 OF ROOTBALL AND REMOVE CUT BURLAP FROM PLANTING PIT REQUIRED TO SECURE TREE THAN DIA OF UNDISTURBED EX SOIL OR EX SOIL COMPACTED TO 85% MAX DRY SECTION ROOTBALL DENSITY, VERIFY POSITIVE DRAINAGE PRIOR TO CONSTRUCTION QC CONIFEROUS TREE PLANTING WITH GUYWIRES a NOT TO SCALE SECTION _ _ .. .. n /7/, /�� rw REV1sroN5 APPROVED FOR CONSTRUCTION JH Feb 2015 Lt::� �J STATE of WASHINGTON LICENSED LANDSCAPE ARCHITECT JULIET B VONG REVsION i DESIGNED By DATE MIT Feb 2015 V) o TREE STAKE o I \ ENGINEERING MANAGER DATE DRAWN BY DATE DWK Feb 2015 LOOP DIA SHALL BE 6 " -8" GREATER THAN TREE CHECKED BY DATE JV Feb 2015 TRUNK DIA; SECURE LOOP WITH OVERHAND PROJECT MANAGER DATE SLIPKNOT, PULLED AGAINST A SECOND OVERHAND KNOT, TIED ON THE WEBBED FABRIC TAPE J x m d -VIII PROJECT ENGINEER DATE APPROVED By _ DATE FILENAME: L- PLNT_PLOT dwg LICENSED NO 857 EXPIRES ON o' 11 -1111 III _ TREE TRUNK Ed Y2 " -1" WIDE WEBBED FABRIC TAPE (ARBOR TIE / \ p OR APPROVED EQUAL), SECURE TO TREE STAKE W/ #2 PENNY COMMON NAIL (ONE PER STAKE) V) o TREE STAKE o I \ ROOTBALL LOOP DIA SHALL BE 6 " -8" GREATER THAN TREE if7 TRUNK DIA; SECURE LOOP WITH OVERHAND TREE TRUNK PLAN SLIPKNOT, PULLED AGAINST A SECOND OVERHAND KNOT, TIED ON THE WEBBED FABRIC TAPE _ (2) 2" DIA WOOD DOWELED TREE STAKES W/ CHAMFERED TOP Ed & 6" CONICAL POINT BOTTOM, KEEP CLEAR OF ROOTBALL a WEBBED FABRIC TAPE V) o TOP OF ROOT CROWN TO BE 1" HIGHER THAN FINISH GRADE o I \ 3" ROCK MULCH DEPTH if7 3:1 MAX UPHILL & DOWNHILL SLOPES J x m d -VIII FINISH GRADE PRIOR TO PLACING WEED BARRIER FABRIC ow 00 & ROCK MULCH o' 11 -1111 III " BACKFILL W/ TOPSOIL TYPE A, THOROUGHLY WATER SETTLE UNDISTURBED EX SOIL OR EX SOIL COMPACTED TO SLOPE SUBGRADE TO PROVIDE POSITIVE WATER DRAINAGE 85% MAX DRY DENSITY, 12" GREATER VERIFY POSITIVE DRAINAGE THAN DIA OF AFTER PLACING TREE IN PLANTING PIT, CUT AND COMPLETELY PRIOR TO CONSTRUCTION ROOTBALL REMOVE STRINGS, TWINE, AND /OR WIRE BASKETS FROM ROOTBALL; COMPLETELY REMOVE FABRIC GROW BAGS; CUT BURLAP FROM TOP SECTION 1/3 OF ROOTBALL AND REMOVE CUT BURLAP FROM PLANTING PIT DECIDUOUS TREE PLANTING ON A SLOPE NOT TO SCALE CITY OF YAKIMA CASCADE MILL PARKWAY HLA LO C H N E R mb we. Bmm da orate , CASCADE MILL PARKWAY PLANTING DETAILS �,i�Yy'�F• 1 .. ...�V' Y Y ve } L.," s.-, im.: C`«tii�:�"1..'..d�.'.,'�'s.xi::, l.•pJ. LANDSCAPE ARCHITECTURE I DRAWING NUMBER I I L5 8KT 49 OF 75 m'I LEGEND INSTALL IRRIGATION POINT OF CONNECTION, IRRIGATION M�TCy /1 CONTROLLER AND ALL IRRIGATION SLEEVES. q �? INSTALL IRRIGATION CIRCUIT #4 AND ASSOCIATED MAINLINE O3' pp Z ` © ADJUST IRRIGATION PIPE & LATERAL LINES, SPRAY HEADS AND CONTROL VALVE. i / SFF A I i I HEAD LAYOUT AS REQUIRED TO � G \`` ALL OTHER IRRIGATION SHOWN ON PLAN IS NOT IN CONTRACT. AVOID CONFLICTS AND SPRAY { BLOCKAGE FROM STREAMBED 4" SLEEVE I Z I TYP; ; J f - 4" LEEVE 1" LATERAL 6 TII 12.0 ENG PR IRRIGATION HEAD LAYOUT W/ C _ __ - -- - - -- -_- = 1., PRIOR TO INSTALLATION 4 / LATERAL _I ' SLEE 25 ® A 5 5 � - -- - - - - -' 1" LATERAL 1Y2' A 1 A r I, =D 4" SLEEVE - 1 Q _ IY2" LATERAL z _ -- � � - ^- - — - —_— --- - - - - -- —� EXISTING INORT T10TH ! -� - - - �1 z3.o SIDEWALK �,. - - TO IN w 4" SLEEVE — - 4 SLEEVE NORTH 10TH STREET I LATERAL 1" LATERAL -- 1" 12 i 4" SLEEVE r. �_ _ -- -- - - {! i - i - - - -- - - -- t�� _ _ _ _ CUR NG - � 1 " LATERAL r `,— t -., -- ,— ;,�- r -� -i- — r� - =r- —_ — >- -;, - -'',— ,�� \ 3 2 9 REMAIN TO z ow -I- - - - - - -- - - - -- - - - - — _ _ — --� - 6" SLEEVE . or M 2Y2, MAINLINE , _ 202 4 b f S G' LEEVE ` \ ° \\ Y2 LATERAL r � C 4" SLEEVE 4" SLEEVE 6" SLEEVE 1" LATERAL 1yz" LATERAL 2 ljY2 MAINLINE MAINLINE S DRIVEWAY TYP, EE CIVIL DWG \ ( `\I� A.,. _ ,MAINLINE 18. ®' 'v j �/ 1.. POINT of IR5 CONNECTION \� ' CIRCUIT #4 -r.�=> 40000 _— E EX ` �r -.r RESTORE IRRIGATION SYSTEM TO `� FULLY IRRIGATE ALL EX AND PROPOSED - %8 SLEEVE PLANT MATERIALS,; �'; _ "` w IR TYP; SEE SPECS �- �_ F ".�." ROADWAY _ -' - _ - 2Yz" MAINLINE, (CONTROLLER = APRON, TYP; ELECTRICAL CABINET, 1Y2" LATERAL I cn EXISTING CURB �" )- 'i I o i' SEE CIVIL DWG SEE CIVIL DWGS TO REMAIN = o O ,� _, > -- 33 3 '2 \ ` -. \ \_ / , :. , SIDEWALK, TYPE cn ,r ,.� % r SEE CIVIL DWG „��— = T; CD EXISTING FENCE / '` -� h- s 1y, "SLATERAL ` ', r, / F ryl, ; $_- _ �— N TO REMAIN \ 1 - z ARTIFACT f \ O mum LOCATION 8" SLEEVE 8" SLEEVE 2Y2" MAINLINE 12Yz" MAINLINE CASCADE MILL PARKWAY Q 1" LATERAL 1" LATERAL w iI - - -. -- _ - - - - - - - - o � CONCRETE MEDIAN, � - -�� TYP; SEE CIVIL DWG d 4„ SLEEVE l�1' LATERAL - p► y Jam,..';: -, ® •_= RETAINING WALL, -_- • / 8" SLEEVE EXISTING CURB a <C/ SEE CIVIL DWG MQ %, �-z- 2Yz" MAINLINE ,� TO REMAIN T' 1" LATERAL _ \ SFF NF ST q O % A NOTE: SyF SEE SHEET IR4 FOR IRRIGATION FT /R3 0 SCHEDULE LEGEND PIPE SIZE HLA.m L O C H N E R IIwbR. �1 Ine �� Onl EngmcennPe Ord Serci +in, Pla�rin^ CITY OF YAKIMA CASCADE MILL PARKWAY CASCADE MILL PARKWAY IRRIGATION PLAN LANDSCAPE ARCHITECTURE DRAWING NUMBER — -- — IR1 sHT 53 , 75 5 20 LEGEND, NOTES, & ABBREVIATIONS 0' 10' 40' j SCALE 1' =20' NO. DATE BY APPR REVISIONS FOR CONSTRUCTION JH Feb 2015 APPROVED DESIGNED BY DATE STATE OF 11/2/15 JH DPI( CENTER ISLAND REVISION 1 MT Feb 2015 WASHINGTON ENGINEERING MANAGER DATE DRAWN BY DATE LICENSED LANDSCAPE ARCHITECT DWK Feb 2015 CHECKED BY DATE PROJECT MANAGER DATE JV Feb 2015 JULIET B VONG APPROVED BY DATE LICENSED NO. 857 PROJECT ENGINEER DATE FILENAME L- IRR_PLOT.dwg E %PIRES ON HLA.m L O C H N E R IIwbR. �1 Ine �� Onl EngmcennPe Ord Serci +in, Pla�rin^ CITY OF YAKIMA CASCADE MILL PARKWAY CASCADE MILL PARKWAY IRRIGATION PLAN LANDSCAPE ARCHITECTURE DRAWING NUMBER — -- — IR1 sHT 53 , 75 a 0 0 tO IF SEE LANDSCAPE PLANS FOR PLANTING DETAILS 0 -3' 15' 15' 8.5' 11.5' 15' 14.5' 14.5' 15' 11.5' 8.5' 15' 15' 0 -3' SHLD TRAVELED LANE TRAVELED LANE TRUCK APRON / TRUCK APRON TRAVELED LANE TRAVELED LANE SHLD ROUN OUf CENTER ISLAND `0 25:1 25:1 10.•1 25:1 25:1 2% 29 ' •. •. • • . . . . '.'. ......... ........ 0 21 0 1 17 2.0' _ / 2.0' 17 1 0.5' 4 16 7 16 4 0.5' ROUNDABOUT 100 +00 TO 103 +14 20' TO 30' 0' TO 36' I BERM BERM EXISTING FENCE EXISTING CURB AND GUTTER 4 :1 4:1 4:1 4:1 SIDEWALK SIDEWALK _ - - -- - - -� I I 21 6 21 g BERM SECTION 1 BERM SECTION 2 D 502 +30 TO 503 +60 (LT SIDE) D 504 +10 TO 506 +30 1 4.5' TO 7.0' VARIES 8.0' TO 16.3' 2.1' TO 15.7' 0' TO 10' SIDEWALK TRAVELED LANE TRAVELED LANE SIDEWALK 1.0' 1.0' DRIVEWAY WIDTH _ 2% 2% 2% 6 ?,7 6 5 19 I 1 5 19 1 0.5' 7 14 0.5' 6 13 15 12 3 N. 10TH ST CONCRETE DRIVEWAY A 707 +07 TO 701 +74 SEE RD1 - RD3 FOR LOCATIONS A 703 +89 TO 704 +40 MATCH EXISTING WIDTH 2' 7.0' VARIES 2' SIDEWALK 2' 6.0' TO 14.0' 1 5.0' 2' 2% 6 5 19 1 EXISTING PAVEMENT 12 0.5' 'i -- 4 0.5' 6 3 N. 10TH ST A 701 +74 TO 703 +89 SAWCUT SAWCUT 2% 2% RENSTONS APPROVED FOR CONSTRUCTION Yong Zhu Jan 2015 DEVGNED By DATE Chris Neal Jan 2015 ENGINEERING MANAGER DATE OR- By DATE Yong Zhu Jan 2015 PROJECT MANAGER DATE CHECKED BY DATE Jorge Garcia Jan 2015 APPROVED BY DATE PROJECT ENGINEER DATE i1LENAME' S224rseC.dwg 1.0' 1 1.0' DRIVEWAY WIDTH 1 3 15 7 LOCHNER ASPHALT DRIVEWAY SEE RDI - RD3 FOR LOCATIONS MATCH EXISTING WIDTH Al HLA �.. 4e `F OvJ Fr.Swrtn.•y.lud 5unpin6.%mmE �.�,® LEGEND O1 CEMENT CONCRETE TRAFFIC CURB AND GUTTER, PER WSDOT STD DWG F- 10.12 -03 O HMA CL - IN PG 70 -28, 0.17' COMPACTED DEPTH O3 ASPHALT TREATED BASE, 0.33' COMPACTED DEPTH O4 CRUSHED SURFACING BASE COURSE, 1.00' COMPACTED DEPTH O 4' CEMENT CONCRETE SIDEWALK, PER CITY OF YAKIMA STANDARD DETAIL R5 O SEE LANDSCAPE DRAWINGS FOR TOPSOIL, MULCH AND PLANTING REQUIREMENTS O7 SUBGRADE, SEE SPECIFICATIONS FOR PREPARATION OCEMENT CONCRETE TRAFFIC CURB, SEE WSDOT STD PLAN F -10 -12.02 Og 4' THICK PIGMENTED CEMENT CONCRETE SPLUTTER ISLAND, SEE DWG RD6 1p COMBINATION GUARDRAIL AND HANDRAIL. SEE DWG RD6 11 RETAINING WALL SEE WL1 FOR DETAIL 12 HMA CL )i IN PG 64 -28, 0.17' COMPACTED DEPTH 13 CC�M CONC. PAVEMENT, 0.50' COMPACTED 14 CRUSHED SURFACING BASE COURSE, 0.50' COMPACTED DEPTH 15 CRUSHED SURFACING BASE COURSE, 0.58' 16 C� CONC. PAVEMENT, 0.67' COMPACTED 17 STAMPED AND COLORED CEMENT CONC. FOR TRUCK APRON, 0.83' COMPACTED DEPTH ig ROUNDABOUT CEMENT CONCRETE CURB AND GUTTER. SEE WSDOT STD PLAN F- 10.18 -00 1 g CRUSHED SURFACING TOP COURSE, 0.17' COMPACTED DPETH Q CRUSHED SURFACING BASE COURSE, 1.08' COMPACTED DEPTH 21 3' MULCH OVER 18', COMPACTED DEPTH, TOP SOIL TYPE A © GRAVEL BORROW © HMA CL - IN PG 64 -28, 0.33' COMPACTED DEPTH 100% SUBMITTAL CITY OF YAKIMA DRAWING NUMBER CASCADE MILL PARKWAY COUPLET IMPROVEMENTS RS3 ROADWAY SECTIONS SHT 4 0' T II 1 SEC. 29, T.13N., R.19E., W.M. _I I + �EE IL3 FOR fIji i °o LUMI AIRE SCHEDULE �3 u WIRING SCHEDULE RUN. 0 COSIZE f T Jan 2015 DATE WIRE CABLE qR REMARKS #2 AWG #6 AWG #8 AWG ND. 8 AWG 1 2' - - 2 1 LIGHT POLE TO JUNCTION BOX 2 2' ENGINEERING MANAGER DATE DRAM) Bt 2 1 CIRCUIT 1 -8 3 2' 2 1 CIRCUIT 1 -C 4 2' 2 LOCHNER HLA Nd 1 CIRCUIT 1 -D 5 2' PROJECT MANAGER DATE 1 6 1 CIRCUIT 1 -A, CIRCUR 1 -D, CIRCUIT 1 -E 1 6 2' ROUNDABOUT 1 CIRCUIT 1 -B , CIRCUIT 11- 7 2' T:•C° A i CIRCUIT 1 -8, CIRCUIT i -C, CIRCUIT 1 -1) 8 3' 1 10 1 CIRCUIT 1 -A, CIRCUIT 1 -B, CIRCUIT 1 -C, CIRCUIT 1 -D, CIRCUIT 1 -E 9 2' ILLUMINATION PLAN 1 CIRCUIT 1 -A FILENAME 522411um.dwg ENG �k' 4A 2' 4 1 1 CIRCUIT 1 -D, CIRCUIT 1 -E y I�NF 00� Z O — D v Z -- —_ —� P BHP —�_0 -- -OHP�OH OHF OHP— OHP— .— OMP - -OM 2O 1200 i -- -- _- HP}- 3 I 121 D o 3 123 ° 702 +00 I N. 10TH ST703 +00 4 3 O 4. f I 400 704 +48 PI DP� 701 +00 17' 3 3 3 I I a �0 '] 17.. 3 3 3 0 �p x -- W -- W W 12 u OHP} HP _ �O — _ M —w —w I W _L 0 P OH 1 ra�.�I� -, /L j SIG k __ OHP : I ®I 4 0 4 3 ' �!J_ �\\ ` W 17 W-- 5 /�✓ `�� 50 3 0 3 Q/ 5 �1��1 _TG D .• _T�w- W Li - r G -G -G 3p3 +00 g �P� 3 o j cl 3 `* �. 70 / ELECTRICAL SERVICE 1 Y A , • •\ A CONSTRUCTION NOTES 2 �` ' aP ` `�'�oo �3� 501+ 1 110, 4 s.6T 0 INSTALL SERVICE CABINET PER CITY OF YAKIMA STANDARD PLAN E4. \ice \o a OINSTALL STREET LIGHT. INSTALL FOUNDATION PER CITY OF YAKIMA o`PO!- \ � o %/ STA 500 +15, 10' STANDARD PLAN E1 � SEE IL3A 41 0 INSTALL PEDESTRIAN LIGHT. INSTALL FOUNDATION PER CITY OF \ ` % I I f ° FOR DETAIL I N ° \� 9 YAKIMA STANDARD PLAN E2 �O o W OSEE TYPICAL STREET LIGHT INSTALLATION DETAIL / c 3 ` I� j XOC� o °e © N \ 1 \I W GENERAL NOTES 502+ ,o N E \ J STA 500 00, 6' RT �x I _ \_ * C) 1. FIELD VERIFY LOCATION OF LIGHT POLE FOUNDATION CONFLICT WITH 2 1 UTILITIES SHALL BE AVOIDED. TOP OF LIGHT POLE FOUND TO BE FLUSH \ 7'• I N c TO ADJACENT SIDEWALK. 4 % °. 3 ; `�o ` y ` 3 * s 7 CASCADE MILL PAF�KWAY 3 ,o 2. JUNCTION BOXES SHALL NOT BE INSTALLED ON SIDEWALK OR CURB \ 'P 3 x OO 6 I — I H v' RAMPS. 0 / 3 3 W � � Z LEGEND TYPICAL STREET LIGHT INSTALLATION 1 " "" -- ______ _ x j :3 � ---�'K STREET LIGHT ° �.� 3 o� k_ - --1±-- PEDESTRIAN LIGHT 1 i o /OOQ k \ w 109 B TYPE 1 JUNCTION BOX O 5 1070 5 TYPE 2 JUNCTION BOX 2 * / o / 0 D i 30 Q. . ' ° ® ELECTRICAL SERVICE 1 1 Q � s 6 Q WIRE NOT �H 6 2 2 NAw OF 1988 N F CALL 2 WORKING DAYS BEFORE YOU DIG o CIRCUIT 7 Slq 401 Q / , ,� 6 1- 800 - 4245555 UTILITIES UNDERGROUND LOCATION CENTER a OCONSTRUCTION NOTE / S°, SEE WIRING J 0 SEE WIRING F S 0 2 20 0 20 40 SCHEDULE SCHEDULE yFE1 ��.i B SCALE IN FEET 100% SUBMITTAL m - -VSION5 APPROVED FOR CONSTRUCTION Yong Zhu DESCNED 8, Jan 2015 DATE qR CITY OF YAKIMA DRAWING NUMBER UfT INTO CENTRAL ISLAND Chns Neal Jan 2015 �CV- W CASCADE MILL PARKWAY COUPLET IMPROVEMENTS ENGINEERING MANAGER DATE DRAM) Bt DATE ����� '°'° •� Yong Zhu CHE[r ED Bt Jan 201 GATE E _ 2 LOCHNER HLA Nd V I L 1 PROJECT MANAGER DATE ROUNDABOUT Jorge Gen:u Jan 2015 T:•C° �P lhil DgneermE.lAld Sunning.Plamm�p ...>.a, APPROVED 81 DATE GI SrGNAL P �E n _ l ILLUMINATION PLAN PROJECT ENGINEER DATE FILENAME 522411um.dwg ENG �k' SHT 40 OF ll i E TA 0 i z N 0 0 Q N N 0 °o i a 0 SEC. 29, T.13N., R.19E., W.M. CONSTRUCTION NOTES v INSTALL SERVICE CABINET PER CITY OF YAKIMA STANDARD a _ T-4 - -� =� — '� PLAN E4. _ G —G--G Q G G ^ G — ° _ _ - ` INSTALL STREET LIGHT. INSTALL FOUNDATION PER CITY OF 9 i Q 4 - „� — " " - " — W —3 "' — ", —d_ W _ I YAKIMA STANDARD PLAN E1 INSTALL PEDESTRIAN LIGHT. • INSTALL FOUNDATION PER CITY OF / / I YAKIMA STANDARD PLAN E2 / W * 5 `l_ O 0 127 05 - - � - - _ _ 128 0 0 _� h/ � � J o O 126 5 _ O SEE TYPICAL STREET LIGHT INSTALLATION DETAIL Uj N h GENERAL NOTES LLJ LLJ DH,__� —GdF 1. FIELD VERIFY LOCATION OF LIGHT POLE FOUNDATION CONFLICT WITH D", / UTILITIES SHALL BE AVOIDED. TOP OF LIGHT POLE FOUND TO BE FLI co _ — — I I TO ADJACENT SIDEWALK. > 5Q7 +00 —t+ — 2. JUNCTION BOXES SHALL NOT BE INSTALLED ON SIDEWALK OR CURB LO / � CASCADE MILL PARKWAY 506�O RAMPS. p _ _ _ _ _�— - ---}- - —I- - — U-1 _ 50 + 00 I_ + /50 4+00 I— � _ ,� _ --I— +' _ - -�__ 12 0 / TYPICAL STREET LIGHT INSTALLATION � _ 0 3 o / V — / 3 3 O s f— 110 5 © O LUMINAIRE SCHEDULE CITY OF YAKIMA - 120/240V SERVICE NO. 1 LUMINAIRE NUMBER POLE STATION POLE OFFSET POLE HEIGHT LUMINAIRE WATTS - TYPE - DISTRIBUTION CIRCUIT NUMBER REMARKS NOTES 11 504 +45 1.2' RT 30' LUMEC 135W80LED4K- ES -LE2F 1 -C NEW DOUBLE MAST ARM, BACK TO BACK 12 506 +24 0.0' LT 30' LUMEC 135WBOLED4K- ES -LE2F 1 -C NEW DOUBLE MAST ARM, BACK TO BACK 110 503 +31 58.4' RT 15' LUMEC 40W30LED4K- ES -LE2F 1 -B NEW - 111 1 504 +17 58.9' RT 15' LUMEC 40W30LED4K- ES -LE2F 1 -B NEW - 112 504 +96 55.4' RT 15' LUMEC 40W30LED4K- ES -LE2F i -B NEW - 113 505 +84 51.7' RT 15' LUMEC 4OW30LED4K- ES -LE2F 1 -B NEW - 125 503 +20 59.4' LT 15' LUMEC 40W30LED4K- ES -LE2F 1 -A NEW - 126 504 +15 58.0' LT 15' LUMEC 4OW30LED4K- ES -LE2F 1 -A NEW - 127 504 +96 55.7' LT 15' LUMEC 40W30LED4K- ES -LE2F 1 -A NEW - 128 505 +84 51.9' LT 15' LUMEC 40W30LED4K- ES -LE2F 1 -A NEW - • LABEL TO BE INSTALLED ON POLE BY CONTRACTOR. SEE SPECIAL PROVISIONS WIRING SCHEDULE VINO CONDUIT SIZE CUIi INTO CENTRAL ISLAND WIRE CABLE VOLTS SERVICE REMARKS j2 AWG #6 AWG 18 AWG BARE GND. 8 AWG 1 2' - - 2 1 LIGHT POLE TO JUNCTION BOX 2 2' CIRCUIT A 2 1 CIRCUIT 1 -B 3 2- 20 30 2 1 CIRCUIT 1 -C 9 2- 240 CIRCUIT E 2 1 CIRCUIT 1 -A RENStONS APPROVED FOR CONSTRUCTION Yong Zhu Jan 2015 CUIi INTO CENTRAL ISLAND DESIGNED e, DATE Chm Neal Jan 2015 VOLTS SERVICE ENGINEERING MA14AGER DATE DR-1 81 DATE Yong Zhu Jan 2015 SIGNAL SYSTEM MAKER (50 AMP) 240 PPOJECT MAN4CEP DATE CMEC�ED Bt DATE Jorge Garcia Jan 2015 50 APPROVED 81 DATE 120 PROJECT ENGINEER DATE FILENAME 5224t1um.dwg 20 NA a BREAKER SCHEDULE SERVICE CIRCUITS MAIN &WAKEN BRANCH ER CONTACTOR VOLTS SERVICE 100 SERVICE SW11L ENTER SERVICE CABINET BASE IN SIGNAL SYSTEM MAKER (50 AMP) 240 Sam PVC). INSTALL THROUGH FOUNDATION FOR UNFUSED 50 NA 120 CONTROL 20 NA 120 CIRCUIT A 20 30 240 CIRCUIT a NEUTRAL BUS 20 30 240 CIRCUIT C 20 30 240 CIRCUIT E 8D N/A 120 0 WIRING DIAGRAM O O TO SIGNAL CONTROLLER O ® 00 t0�� vj SEE WIRING SCHEDULE UNDERGROUND SERVICE CONNECTION LEI SEE WIRING SCHEDULE B LEGEND CONTRACTOR SHALL COORDINATE WITH POWER COMPANY TYPE 2 JUNCTION BOX RE SERVICE LOCATION AND CONNECTION PRIOR TO ELECTRICAL SERVICE COMMENCING WOW ~ STREET LIGHT SERVICE SW11L ENTER SERVICE CABINET BASE IN SIGNAL SYSTEM MAKER (50 AMP) INDEPENDENT CONDUIT. MINIMUM 2' CONDUIT (RIGID OR .;',_ PEDESTRIAN LIGHT PVC). INSTALL THROUGH FOUNDATION FOR UNFUSED SERVICE CONNECTION. TEST SNITCH (SPST -15 AMP -125 VOLT -T RATED) B TYPE 1 JUNCTION BOX 0 TYPE 2 JUNCTION BOX ® ELECTRICAL SERVICE QWIRE NOTE WIRING SCHEMATIC LEGEND CIRCUIT 1O METERBASE 200A ® CONSTRUCTION NOTE �2 MAIN WEAKER (SEE MAKER SCHEDULE) 3 SIGNAL SYSTEM MAKER (50 AMP) O CONTROL BAEAM (SP -20 AMP) O TEST SNITCH (SPST -15 AMP -125 VOLT -T RATED) 8 MMELECTRIC CONTROL M311 /1L BLDCK) 7 BRANCH MAKER (SEE WAKEN Sd1EDAQ 8 CONTACTOR (SEE MAKER SCHEDULE) 9 NEUTRAL BUS 10 mm FAULT REaPTAw NAw of 1988 L A s C D CIRCUITS HLA LOCHNER ♦ �b �, ,,� I y. CTd Eepnemng • taM Sungntp.H�nnin5 ....�,�,.� [CALL 2 WORKING DAYS BEFORE YW DIG 1- 800 - 424-5555 UTILITIES UNDERGROUND LOCATION CENTER 20 0 20 40 SCALE IN FEET 100% SUBMITTAL CITY OF YAKIMA DRAWING NUMBER CASCADE MILL PARKWAY COUPLET IMPROVEMENTS I L2 CASCADE MILL PARKWAY ILLUMINATION PLAN sr+r 41 of