Loading...
HomeMy WebLinkAboutBelsaas & Smith Construction, Inc. - N 66th Ave & Summitview Ave Intesection Improvement Project� I OR-I&INA LS � City of Yakima ` � Engineering-- Division � N. 66th Ave. & Summitview Ave. FJ 1 Intersection Improvement Proj ect Construction Contract Specifications & Bid Documents 129 North Second Street ' Yakima, WA 98901 City Project Number 2191 May 2010 Phone (509) 575 -6111 Fax (509) 576 -6314 BID SUMMARY N. 66th Avenue & Summitview Avenue Intersection Improvement Project CITY PROJECT NO. 2191 ENGINEERS ESTIMATE RP &E CONSTRUCTION Ellensburg, WA eaLSA AS&SMI'1@d COUNT IlI!= EllWaglawg,1V1fA GRANITE NORTHWEST, INC. Yakima, WA WEST COAST CONST. CO., INC. Woodinville, WA COLUMBIA ASPHALT & GRAVEL, INC. Yakima, WA ITEM Bid Security NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT rrr. nra 1 SPCC PLAN 1 LS 700.00 70000 45pD(;, kia 450.00 30 9 31StOM 500.00 500.00 1.00 1.00 500.00 500.00 2 MOBILIZATION 1 LS 50,000.00 50, 000.00 34,036.00 34,036.00 4MJQ OM 4MI0Ol M 18,188.25 18,188.25 60,000.00 60,000.00 35,650.00 35,650.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 55,000.00 55,000.00 28,9772,.W5 ZS,972.00 11271MM 12,71M M 40,000.00 40,000.00 21,400.00 21,400.00 40,000.00 40,000.00 4 CLEARING AND GRUBBING 1 LS 10,000.00 10,000.00 3,076_t)b _ ,075.00 $49DOM ffi,9lO M 15,000.00 15,000.00 3,500.00 3,500.00 5,000.00 5,000.00 5 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 LS 15,000.00 15,000.00 6,534.00 6.534.00 TI41MW1 44,910 M 25,000.00 25,000.00 11,000.00 11,000.00 13,000.00 13,000.00 6 SAW CUT, Per Inch Depth 1172 LF 1.00 1,172.00 W -15p, WMT586.00 1W 1,172M 040 468.80 0.25 293.00 0.80 937.60 7 ROADWAY EXCAVATION INCL. HAUL 1043 CY 8.00 8,344.00 16':411' :V,124.78 n9)l41D n91,7/710M 21.25 22,163.75 10.00 10,430.00 24.00 25,032.00 8 CRUSHED SURFACING BASE COURSE 900 TON 15.00 13,500.00 21.40 19,260.00 low 1162MIN 18.25 16,425.00 20.00 18,000.00 18.00 16,200.00 9 ASPHALT TREATED BASE 456 TON 70.00 31,920.00 70.40 32,102.40 72M 3E91 W 69.00 31,464.00 74.00 33,744.00 75.00 34,200.00 10 HMA CL. 1/2" PG 64 -28 713 TON 60.00 57,040.00 80,06 ,179.00 S52D W91O5.100 9000 64,170.00 87.00 62,031.00 90.00 64,170.00 11 PLANING ASPHALT CONCRETE PAVEMENT 4482 SY 2.00 8,964.00 1820 �1b,,756.80 2.W 1111,20m 2.85 12,773.70 3.50 15,687 00 3.50 15,687.00 12 CORRUG. POLYETHYLENE STORM SEWER PIPE 92 LF 25.00 2,500.00 35r5Q emr5,266.00 32M 29BM1 M 36.00 3,312.00 22.00 2,024.00 24.00 2,208.00 13 CATCH BASIN TYPE 1 2 EA 1,500.00 3,000.00 1,050MO =2,100.00 1,=M 2,1160M 695.00 1,390.00 800.00 1,600.00 950.00 1,900.00 14 ADJUST MANHOLE 4 EA 500.00 2,000.00 45600 1,800.00 4 M 11'MM 385.00 1,540.00 30000 1,200.00 725.00 2,900.00 15 ADJUST TELEPHONE MANHOLE 1 EA 80000 800.00 60Vq0'�-a,� 600.00 40 M AMM 385.00 385.00 300.00 300.001 1,000.00 1,000.00 16 ADJUST CATCH BASIN 1 EA 500.00 500.00 37 ._ ;: ?,81375.00 3ffi0M 30M 385.00 385.00 200.00 200.00 650.00 650.00 17 ADJUST VALVE BOX 7 EA 225.00 1,575.00 275 00 _ 1,925.00 3ffi01ID0 2,AMM 290.00 2,030.00 200.00 1,400.00 425.00 2,975.00 18 CRUSHED SURFACING TOP COURSE (for Trench Backfill) 50 TON 1700 850.00 20'24 � `.,011.00 MM n=mw 17.00 850.00 25.00 1,250.00 15.00 750.00 19 STRUCTURE EXCAVATION CLASS B INCL HAUL 30 CY 6.00 180.00 7'00 210.001 IBM 540MI 17.00 510.00 1.00 30.00 6.75 202.50 20 CEMENT CONC. TRAFFIC CURB AND GUTTER 1422 LF 12.00 17,064.00 ,7�!O4 954.00 SOD n2,7rMO0 8.25 11,731 50 14.00 19,908.00 12.00 17,064.00 21 CEMENT CONC. RESIDENTIAL DRIVEWAY APPROACH 163 SY 60.00 9,78000 3444 l;;g V542.00 8100 6,1194M 47.00 7,661.00 34.00 5,542.00 38.00 6,194.00 22 MONUMENT CASE AND COVER 1 EA 500.00 500.00 350 QQ ,x,,,350.00 wow !90 W 500.00 500.00 50000 500.00 550.00 550.00 23 CEMENT CONC. SIDEWALK 704 SY 25.00 17,600.00 30?1, V.21 120.00 28!00 19,7n2W 37.00 26,048.00 2850 20,064.00 32.00 22,528.00 24 CEMENT CONC. SIDEWALK RAMP, Type 2 3 EA 1,000.00 3,000.00 75M ,250.00 1MM 2,70IDf00 800.00 2,400.00 750.00 2,250.00 700.00 2,100.00 25 CEMENT CONC. SIDEWALK RAMP, Type 4A 4 EA 1,000.00 4,000.00 750, -x,000.00 1MM 3 XWM 800.00 3,200.00 750.00 3,000.00 800.00 3,200.00 26 CEMENT CONIC. SIDEWALK RAMP, Type 5 1 EA 1,000.00 1,000.00 75esM, x)1750.00 SEW 1?t➢1 W 800.00 800.00 750.00 750.00 900.00 900.00 27 ILLUMINATION SYSTEM COMPLETE 1 LS 15,000.001 15,000.00 14,497.00 14,497.00 114=l00 1144MM 13,900 00 13,900.00 15,200.00 15,200.00 13,950 00 13,950.00 28 TRAFFIC SIGNAL SYSTEM COMPLETE 1 LS 175,000.00 175,000.00 165,545.0(( rt65,545.00 nWUO MM ISSAMM 157,000.00 157,000.00 173,400.00 173,400.00 159,350.00 159,350.00 29 MASONRY RETAINING WALL 1 FA 8,000.00 8,000.00 8,000.00-V 8,000.00 SMEM 8>OID M 8,000.00 8,000.00 8,000.00 8,000.00 8,000.00 8,000.00 30 REPAIR OR REPLACEMENT 1 FA 8,000.00 8,000.00 6,009041 ri,BID00.00 BROZOD BJ011 OM 8,000.001 8,000.00 8,000.00 8,000.001 8,000.001 8,000.00 TOTALS 521,789.00 _ 461,370.98 483.7/8EM 495,796.00 500,704.00 504,798.10 CITY ENGINEERS REPORT CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON AUGUST 4, 2010. ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. N. 66th Avenue ,& Summitview Avenue I RECOMMEND THE CONTRACT BE AWARDED T0: AWARD MADE BY CITY MANAGER Intersection Improvement Project BELSAAS'& SMITH CONST., INC. PROJECT INO. 2191 DATE. August 4, 2010 � FILE: 661h & Summitview Bid Sum.pub lDAllt (OfTY ii 011EIER V �h ,c [DATE CITNiMP(h{'A fE SHEET of CITY OF YAKIMA N. 66th AVE. 8 SUMMITVIEW Intersection Improvement Project City Project No. 2191 -T -C-�- -110 �g E R S11 ,i� i'psl���AL ��C1 1 � i r 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, 98901of Yakima, until 2:00 PM on August 4, 2010 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA N. 66th AVE. & SUMMITVIEW Intersection Improvement Project City Project No. 2191 This work shall consist of furnishing all labor, materials and equipment required to reconstruct and improve the intersection at N. 66th Avenue and Summitview Ave. This will include widening Summitview Ave. along the south side with new curb and gutter and sidewalk to accommodate a left turn lane and reconstructing a short segment of the north curb and gutter and sidewalk east from the curb return, and cold planning the existing pavement between the existing curbing for construction of a new overlay pavement; widening the north leg of N. 66th Avenue with new curb and gutter and sidewalks to accommodate a left turn lane; and installing a new traffic signal and illumination system. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street upon payment of the amount of $35.00 for each set, non refundable, or by ordering a set by phone at 509 - 575 -6111 or by FAX at 509 - 576 -6314. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington, and at Plan Centers in Yakima and Kennewick, Washington. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 14th day of July, 2010 (SEAL) PUBLISH 07/14/2010 07/21/2010 3 DEBORAH KLOSTER CITY CLERK CONTENTS CITY OF YAKIMA N. 66th AVE. & SUMMITVIEW AVE. Intersection Improvement Project City Project No. 2191 SECTION INVITATIONTO BID .................................................. ............................... STANDARD SPECIFICATIONS Standard Specifications .................................................. ............................... Amendments to the 2010 Standard Specifications ............... ............................... CONTRACT PROVISIONS SpecialProvisions .................................................... ............................... ProjectDescription .................................................... ............................... 1 -01.3 Definitions ...................................................... ............................... 1 -02 Bid Procedures and Conditions ............................. ............................... 1 -03 Award and Execution of Contract ........................... ............................... 1 -04 Scope of the Work .............................................. ............................... 1 -05 Control of Work .................................................. ............................... 1 -06 Control of Material ............................................... ............................... 1 -07 Legal Relations and Responsibilities to the Public ..... ............................... 1 -08 Prosecution and Progress ................................... ............................... 1 -09 Measurement and Payment .................................. ............................... 1 -10 Temporary Traffic Control ..................................... ............................... 2 -01 Clearing, Grubbing, and Roadside Cleanup .............. ............................... 2 -02 Removal of Structures and Obstructions .................. ............................... 2 -07 Watering .......................................................... ............................... 5 -04 Hot Mix Asphalt ( APWA) ...................................... ............................... 7 -04 Storm Sewers .................................................... ............................... 7 -05 Manholes, Inlets, Catch Basins, and Drywells .......... ............................... 7 -08 General Pipe Installation ...................................... ............................... 8 -04 Curbs, Gutters, and Spillways ................................ ............................... 8 -06 Cement Concrete Driveway Entrances ..................... ............................... 8 -14 Cement Concrete Sidewalks .................................. ............................... 8 -20 Illumination, Traffic Signal Systems, and Electrical ...... ............................... 8 -24 Rock and Gravity Block Wall and Gabion Cribbing ...... ............................... 8 -30 Repair or Replacement (New Section) .................... ............................... 9 -03 Aggregates ........................................................ ............................... 9 -05 Drainage Structures, Culverts, and Conduits ............. ............................... 9 -29 Illumination, Signals, Electrical ................................ ............................... ContractForm .................................................... ............................... Performance Bond Form ................................................... ............................... Informational Certificate of Insurance ................................... ............................... Informational Additional Insured Endorsement ....................... ............................... Minimum Wage Affidavit Form ............................................ ............................... ' PREVAILING WAGE RATES Prevailing Wage Rates ..................................................... ............................... State Wage Rates ( Insert) ...................................... ............................... 5 PAGE 3 7 7 67 68 68 69 74 75 76 79 82 91 94 96 98 98 99 100 102 102 103 104 104 104 105 107 108 109 109 109 123 125 127 129 131 133 135 PROPOSAL ProposalForm ............................................................... ............................... 137 Item Proposal Bid Sheet ..................................... ............................... 139 BidBond Form ............................................................... ............................... 143 Non - Collusion Declaration ................................................ ............................... 145 Non - Discrimination Provision ............................................ ............................... 147 SubcontractorList ............................................................ ............................... 149 Women and Minority Business Enterprise Policy ................... ............................... 151 CouncilResolution .......................................................... ............................... 153 AffirmativeAction Plan ..................................................... ............................... 155 Bidders Certification ........................................................ ............................... 157 Subcontractors Certification .............................................. ............................... 159 Materially and Responsive ................................................. ............................... 161 Proposal Signature Sheet ................................... ............................... 163 BiddersCheck List .......................................................... ............................... 165 PLANS & DETAILS Project Details City Standard Details WSDOT Standard Plans Construction Plans O 0 11 STANDARD SPECIFICATIONS Standard Specifications Amendments to the 2008 Standard Specifications INTRO.AP1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2010 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. ' 02.AP1 SECTION 1 -02, BID PROCEDURES AND CONDITIONS January 4, 2010 ' 1 -02.7 Bid Deposit In the first paragraph, the third sentence is revised to read: ' For projects scheduled for bid opening in Olympia, the proposal bond may be in hard copy or electronic format via Surety2000.com or Insu revision. com and BidX.com. ' 1 -02.9 Delivery of Proposal In the first paragraph, the first sentence is revised to read: t For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and submitted in the envelope provided with it, or electronically via Expedite software and BidX.com at the location and time identified in Section 1- 02.12. 1 The following new paragraph is inserted after the first paragraph: ' For projects scheduled for bid opening in the Region, each Proposal shall be sealed and submitted in the envelope provided with it, at the location and time identified in Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and ' delivery. 06.AP1 ' SECTION 1 -06, CONTROL OF MATERIALS April 5, 2010 ' 1 -06.1 Approval of Materials Prior to Use This section is supplemented with the following new sub - section: 1- 06.1(4) Fabrication Inspection Expense ' In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: ' Steel Bridges and Steel Bridge components • Cantilever Sign Structures and Sign Bridges ' 7 • Cylindrical, Disc, Pin, and Spherical Bearings • Modular Expansion Joints • Additional items as may be determined by the Engineer. The deductions for fabrication inspection costs will be as shown in the Payment Table below. Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles None n_6 from Seattle n_8 2 Between 300 and 3,000 $700.00 per *inspection n_15 airline miles from Seattle day 3 Over 3,000 airline miles $1,000 per *inspection from Seattle day, but not less than $2,500 per trip -Note - An Inspection day includes any calendar day or portion of a calendar day spent inspecting at or traveling to and from a place of fabrication. Where fabrication of an item takes place in more than one zone, the reduction in payment will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication inspection activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. 1- 06.2(2)A General Table 2 "Pay Factors" on page 1 -39 is revised to read: Table 2 Dm 9:-f- PAY FACTOR Minimum Required Percent of Work Within Specification Limitsfor a Given Factor (PU + PL) — 100 Category n_3 n_4 n_5 n_6 n_7 n_8 n_9 n_10 n_12 n_15 n_18 n_23 n_30 n_43 n_67 to to to to to to to to n_11 n_14 n =17 n_22 n_29 n_42 n_66 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 97 95 96 96 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 96 96 1.02 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 1 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0.95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 (uonunuea) Table 2 "Pay Factors" on page 1 -40 is revised to read: I Table 2 Pay Factors (continued) PAY FACTOR Minimum Required Percent of Work WlthIn'Spebfflcatlon Limits for a Given Factor (Pu + PL) -100 Category n =3 n =4 n_5 n_6 n =7 n_8 n_9 n =10 n =12 n_15 n_18 n_23 n_30 n_43 n_67 to to to to to to to to n_11 n =14 n =17 n_22 n =29 n =42 n =66 0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0.84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0.81 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70 0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note: If the value of (P + P) - 100 does not correspond to a (P + P) - 100 value in this table, use the next smaller (P + P) - 100 value. 07.AP1 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC April 5, 2010 ' 1- 07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: ' For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2), 1- 07.13(3), or 8- 17.5, payment will be made in accordance with Section 1 -09.4 using the estimated Bid item "Reimbursement for Third Party Damage ". ' 1- 07.16(2) Vegetation Protection and Restoration The second paragraph is revised to read: Damage which may require replacement of vegetation includes torn bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of ' surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6- inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. tThe third paragraph is revised to read: When large roots of trees designated to be saved are exposed by the Contractor's ' operation, they shall be wrapped with heavy, moist material such as burlap or canvas for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade. All material and fastening material shall ' be removed from the roots before covering. All roots 1 -inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no additional cost to the Contracting ' Agency. The fourth paragraph is revised to read: ' Any pruning activity required to complete the Work as specified shall be performed by a Certified Arborist as designated by the Engineer. p7 08.AP1 SECTION 1 -08, PROSECUTION AND PROGRESS April 5, 2010 1 -08.1 Subcontracting The second and third sentences in the eighth paragraph are revised to read: This Certification shall be submitted to the Project Engineer on WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE Participants ", quarterly for the State fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through September 30, October 1 through December 31, and for any remaining portion of a quarter through Physical Completion of the Contract. The report is due 20 calendar days following the fiscal quarter end or 20- calendar days after Physical Completion of the Contract. The last sentence in the ninth paragraph is revised to read: When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE Participants ". 1 -08.5 Time for Completion The last two sentences in the first paragraph are revised to read: When any of these holidays fall on a Sunday, the following nonworking day. When the holiday falls on a Saturday, th e counted a nonworking day. The days between December classified as nonworking days. 09.AP1 SECTION 1 -09, MEASUREMENT AND PAYMENT January 4, 2010 1 -09.9 Payments The first paragraph is revised to read: Monday shall be counted a , preceding Friday shall be 25 and January 1 will be J 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 Items to enable the Project Engineer to determine the Work performed on a monthly basis. Lump sum item ' breakdowns shall be submitted prior to the first progress payment that includes payment for the Bid Item in question. 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. In the third paragraph, the second sentence is deleted. , 10.AP1 ' SECTION 1 -10, TEMPORARY TRAFFIC CONTROL April 5, 2010 In Division 1 -10, all references to "truck mounted" are revised to read "transportable ". I 7 10 i C 1- 10.2(3) Conformance to Established Standards In the fifth paragraph, the reference "(TMA's)" is deleted. 1- 10.3(2)C Lane Closure Setup/Takedown In the second paragraph, the reference to "TMA/arrow board" is revised to read "transportable attenuator /arrow board ". 1- 10.3(3)A Construction Signs In the fourth paragraph "height" is replaced with "top of the ballast ". 1- 10.3(3)) Truck Mounted Attenuator The title for this section is revised to read: 1- 10.3(3)J Transportable Attenuator In the second and fourth paragraphs, the references to "TMA" are revised to read "Transportable Attenuator ". In the first paragraph, the first sentence 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 transportable impact attenuators as required in Section 9- 35.12. In the third paragraph, the reference to "truck's" is revised to read "host vehicle's ". 1- 10.4(2) Item Bids with Lump Sum for Incidentals All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable Attenuator(s)". In the eighth paragraph, the first sentence is revised to read: "Transportable Attenuator" will be measured per each one time only for each host vehicle with mounted or attached impact attenuator used on the project. In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with "transportable attenuator". ' 1- 10.5(2) Item Bids with Lump Sum for Incidentals All references to "truck mounted impact attenuator(s)" are revised to read "transportable attenuator(s)". 01.AP2 SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP ' April 5, 2010 2- 01.3(2) Grubbing In the first paragraph Item 2. e. is revised to read: ' e. Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2- 01.3(1) item 3. ' 11 02.AP2 SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS January 4, 2010 2 -02.3 Construction Requirements The fourth paragraph is revised to read: The Contractor may dispose of waste material in Contracting Agency owned sites if the Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange to dispose of waste at no expense to the Contracting Agency and the disposal shall meet the requirements of Section 2- 03.3(7)C. 01.AP5 SECTION 5 -01, CEMENT CONCRETE PAVEMENT REHABILITATION January 4, 2010 5 -01.2 Materials The referenced section for the following item is revised to read: Dowel Bars 9- 07.5(1) 04.AP5 SECTION 5 -04, HOT MIX ASPHALT April 5, 2010 5- 04.3(8)A1 General The second sentence in the second paragraph is revised to read: Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt binder, when the Proposal quantities exceed 4,000 -tons. The third paragraph is revised to read: Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000 -tons or less. 5- 04.3(8)A4 Definition of Sampling Lot and Sublot The first sentence in the first paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots 5- 04.3(10)B1 General The first sentence in the second paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. 12 ' 05.AP5 SECTION 5 -05, CEMENT CONCRETE PAVEMENT April 5, 2010 5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement All references to " AASHTO T 22" are revised to read " WSDOT FOP for AASHTO T 22 ". ' The eighth paragraph is revised to read: Acceptance testing for compliance of air content and 28 -day compressive strength shall be ' conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air content shall be determined by conducting WSDOT FOP for WAQTC / AASHTO T 152. Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and ' WSDOT FOP for AASHTO T 22. 5- 05.3(12) Surface Smoothness ' The first paragraph is revised to read: The pavement smoothness will be checked with equipment furnished and operated by the ' Contractor, under supervision of the Engineer, within 48 -hours following placement of concrete. Smoothness of all pavement placed except Shoulders, ramp tapers, intersections, tight horizontal curves, and small or irregular areas as defined by Section 5- 05.3(3) unless specified otherwise, will be measured with a recording profilograph, as specified in Section 5- 05.3(3), parallel to centerline, from which the profile index will be determined in accordance with WSDOT Test Method 807. Tight horizontal curves are curves having a centerline radius of curve less than 1,000 feet and pavement within the ' superelevation transition of those curves. 5- 05.3(16) Protection of Pavement ' All references to " AASHTO T 22" are revised to read " WSDOT FOP for AASHTO T 22 ". 5- 05.3(17) Opening to Traffic ' All references to " AASHTO T 22" are revised to read " WSDOT FOP for AASHTO T 22 ". 02.AP6 ' SECTION 6 -02, CONCRETE STRUCTURES April 5, 2010 6- 02.3(6) Placing Concrete The third paragraph is revised to read: ' All foundations, forms, and contacting concrete surfaces shall be moistened with water just before the concrete is placed. Any standing water on the foundation, on the concrete surface, or in the form shall be removed. The following new sentence is added after the fourth sentence in the fourth paragraph: The submittal to the Engineer shall include justification that the concrete mix design will ' remain fluid for interruptions longer than 30- minutes between placements. 6- 02.3(10)D Concrete Placement, Finishing, and Texturing ' The following paragraph is inserted at the beginning of this section: Before placing bridge approach slab concrete, the subgrade shall be constructed in ' accordance with Sections 2 -06 and 5- 05.3(6). 13 7 6- 02.3(11) Curing Concrete In the fifth paragraph "Type 1 D" is revised to read "Type 1 D, Class B ". 6- 02.3(17)F Bracing ' Under the heading "Temporary Bracing for Bridge Girders ", the table is revised to read: Girder Series Distance in Inches W42G 30 W50G 42 W58G 63 W74G 66 Prestressed concrete tub girders with webs with flanges 30 WF36G, WF42G, WF50G, WF58G, WF66G, WF74G, WF83G, WF95G, and WF100G 70 W32BTG, W38BTG, and W62BTG 70 W F74PTG, W F83PTG, WF95PTG, and WF100PTG 70 6- 02.3(17)N Removal of Falsework and Forms The first paragraph including table is revised to read: If the Engineer does not specify otherwise, the Contractor may remove forms based on an applicable row of criteria in the table below. Both compressive strength and minimum time criteria must be met if both are listed in the applicable row. The minimum time shall be from the time of the last concrete placement the forms support. In no case shall the Contractor remove forms or falsework without the Engineer's approval. 14 Concrete Placed In Percent of Specified Minimum Minimum Time Minimum Compressive Compressive Strength1 Stren th1 Columns, walls, non- — — 3 days sloping box girder webs, abutments, footings, pile caps„ traffic and pedestrian barriers, and any other side form not supporting the concrete weight. Columns, walls, non- — 1400 psi 18 hours sloping box girder webs, abutments, traffic and pedestrian barriers, and any other side form not supporting the concrete -weight or other loads. Side forms of footings, pile — — 18 hours -caps, and shaft ca s.z Crossbeams, shaft caps, 80 — 5 days struts, inclined columns and inclined walls. Bridge decks supported on 80 — 10 days wood or steel stringers or on steel or prestressed concrete girders. 3 Box girders, T -beam 80 — 14 days girders, and flat -slab Su erstructure.3 Arches. 80 — 21 days 1 Strength shall be proved by test cylinders made from the last concrete placed into the form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23. 2 Curing compound shall be immediately applied to the sides when forms are removed. 3 Where continuous spans are involved, the time for all spans will be determined by the last concrete placed affecting any span. ' The third and fourth paragraphs are deleted. The fifth paragraph is revised to read: ' Curing shall comply as required in Section 6- 02.3(11). The concrete surface shall not become dry during form removal if removed during the cure period. ' 6- 02.3(20) Grout for Anchor Bolts and Bridge Bearings In the fourth paragraph "9- 20.3(4)" is revised to read "Section 9- 20.3(4) ". 6- 02.3(24) Reinforcement This first paragraph is revised to read: 15 Although a bar list is normally included in the Plans, the Contracting Agency does not guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement fabrication details shall be determined from the information provided in the Plans. The third paragraph is deleted. 6- 02.3(24)C Placing and Fastening The eighth paragraph is revised to read: Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance. The 14th paragraph is revised to read: Clearances for main bars shall be at least: 4- inches between: Bars and the surface of any concrete masonry exposed to the action of salt or alkaline water. 3- inches between: Bars and the surface of any concrete deposited against earth without intervening forms. 2 -'/2- inches between: Adjacent bars in a layer. Bridge deck bars and the top of the bridge deck. 2- inches between: Adjacent layers. Bars and the surface of concrete exposed to earth. Reinforcing bars and the faces of forms for exposed aggregate finish. 1 -%2- inches between: Bars and the surface of concrete when not specified otherwise in this Section or in the Plans. Barrier and curb ' bars and the surface of concrete. 1 -inch between: Slab bars and the bottom of the slab. Slab bars and the top surface of the bottom slab of a cast -in -place concrete box girder. The following new paragraph is inserted after the 14th paragraph: Cover to ties and stirrups may be %2 -inch less than the values specified for main bars but shall not be less than 1 -inch. 6- 02.3(24)F Mechanical Splices Items 1, 2, and 3 in the fourth paragraph are revised to read: 1. Mechanical splices shall develop at least 125 percent of the specified yield strength of the unspliced bar. The ultimate tensile strength of the mechanical splice shall exceed that of the unspliced bar. 2. The total slip of the bar within the spliced sleeve of the connector after loading in tension to 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured displacements between gage points clear of the splice sleeve: a. 0.01 inches for bar sizes up to No. 14 b. 0.03 inches for No. 18 bars. 16 C 3. The maximum allowable bar size for mechanical laps splices shall be No. 6. 6- 02.3(25) Prestressed Concrete Girders Under the heading "Prestressed Concrete Wide Flange I Girder" the last sentence is revised to read: WSDOT standard girders in this category include Series WF36G, WF42G, WF50G, WF58G, WF66G, WF74G, WF83G, WF95G and WF100G. Under the heading "Spliced Prestressed Concrete Girder" the last sentence is revised to read: WSDOT standard girders in this category include Series WF74PTG, WF83PTG, WF95PTG and WF100PTG. 6- 02.3(25)L Handling and Storage In the third sentence of the second paragraph, the reference to "1- foot -9- inches" is revised to read "3- foot -0- inches ". 6- 02.3(25)N Prestressed Concrete Girder Erection The seventh paragraph is supplemented with the following: The aspect ratio (height/width) of oak block wedges at the girder centerline shall not exceed 1.0. 6- 02.3(26)E Ducts Beneath the heading "Ducts for Internal Embedded Installation" the second sentence in the second paragraph is revised to read: Polypropylene ducts shall conform to ASTM D 4101 with a cell classification range of PP0340B14541 to PP03401367884. 6- 02.3(28)F Tolerances The reference to "PCI -MNL -166" is revised to read "PCI -MNL- 116 ". 03.AP6 SECTION 6 -03, STEEL STRUCTURES April 5, 2010 6- 03.3(25) Repair Welding In the first paragraph "2002" is revised to read "2008 ". 6- 03.3(25)A Welding Inspection In the first paragraph "2002" is revised to read "2008 ". In the paragraph below the heading "Radiographic Inspection" "2002 Structural" is revised to read "2008 Bridge ". 6- 03.3(29) Vacant This section including title is revised to read: Welded Shear Connectors All welded shear connectors on steel girder top flanges shall be installed in the field after the forms for the concrete bridge deck are in place. The steel surface to be welded shall be 17 prepared to SSPC -SP 11, power tool cleaning, just prior to welding. Installation, production control, and inspection of welded shear connectors shall conform to Chapter 7 of the AASHTO /AWS D1.5M/D1.5:2008 Bridge Welding Code. After the welded shear connectors are installed, the weld and the disturbed steel surface shall be cleaned and painted in accordance with Section 6- 07.3(9)1. 07.AP6 SECTION 6 -07, PAINTING April 5, 2010 6- 07.3(9)G Application of Shop Primer Coat In the second paragraph, the second, third, and fourth sentences are deleted. 6- 07.3(9)1 Application of Field Coatings The following new paragraph is inserted preceding the first paragraph: Prior to applying field coatings, the Contractor shall field install welded shear connectors on the steel girder top flanges in accordance with Section 6- 03.3(29) and as shown in the Plans. After installation of the welded shear connectors, the weld and the disturbed surface of the steel girder top flange shall be cleaned in accordance with SSPC -SP 11 and primed. 6- 07.3(10)H Paint System In the first sentence of the first paragraph "new steel" is revised to read "existing steel ". 09.AP6 SECTION 6 -09, MODIFIED CONCRETE OVERLAYS January 4, 2010 6- 09.3(6) Further Deck Preparation In the second paragraph, item number 3. and 4. are revised to read: 3. Existing non - concrete patches as authorized by the Engineer. 4. Additionally, for concrete surfaces scarified by rotomilling only, exposure of reinforcing steel to a depth of one -half of the periphery of a bar for a distance of 12- inches or more along the bar. 6- 09.3(6)B Deck Repair Preparation In the first paragraph, the second sentence is revised to read: For concrete surfaces scarified by rotomilling, concrete shall be inch minimum clearance around the top mat of steel reinforcing concrete exists around the top mat of steel reinforcing bars, concrete and the top mat of steel is broken. 10.AP6 SECTION 6 -10, CONCRETE BARRIER January 4, 2010 6- 10.3(1) Precast Concrete Barrier In the 12th paragraph, the first sentence is revised to read: removed to provide a 3/4- bars only where unsound ' or if the bond between Only 1 section less than 20 -feet long for single slope barrier and 10 -feet long for all other barriers may be used in any single run of precast barrier, and it must be at least 8 -feet long. 18 6- 10.3(6) Placing Concrete Barrier The first paragraph is revised to read: Precast concrete barrier Type 2, 3, 4 and transitions shall rest on a paved foundation shaped to a uniform grade and section. The foundation surface for precast concrete barrier Type 2, 3, 4 and transitions shall meet this test for uniformity: When a 10 -foot straightedge is placed on the surface parallel to the centerline for the barrier, the surface shall not vary more than '/4 -inch from the lower edge of the straightedge. If deviations exceed '/4 -inch, the Contractor shall correct them as required in Section 5- 04.3(13). In the second paragraph, the first sentence is revised to read: The Contractor shall align the joints of all precast barrier segments so that they offset no more than '/4 -inch transversely and no more than 3/4 -inch vertically. 12.AP6 ' SECTION 6 -12, NOISE BARRIER WALLS April 5, 2010 ' 6- 12.3(6) Precast Concrete Panel Fabrication and Erection The second sentence of the first paragraph in Item 3 is revised to read: The Contractor shall cast the precast concrete panels horizontally. 17.AP6 ' SECTION 6 -17, PERMANENT GROUND ANCHORS January 4, 2010 6- 17.3(7) Installing Permanent Ground Anchors ' In the third paragraph, the first sentence is revised to read: The tendon shall be inserted into the drill hole to the desired depth prior to grouting. ' In the third paragraph, the following sentence is inserted after the first sentence: Wet setting of permanent ground anchors will not be allowed. 02.AP7 SECTION 7 -02, CULVERTS January 4, 2010 ' 7 -02.2 Materials In the first paragraph, the following two items are inserted after the item "Corrugated Polyethylene Culvert Pipe 9- 05.19 ": ' Steel Rib Reinforced Polyethylene Culvert Pipe 9 -05.21 High Density Polyethylene (HDPE) Pipe 9 -05.23 ' 7 -02.5 Payment This section is supplemented with the following: 19 "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam. ", per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam. ", per linear foot. 04.AP7 SECTION 7 -04, STORM SEWERS January 4, 2010 7 -04.2 Materials In the first paragraph, the following two items are inserted after the item "Corrugated Polyethylene Storm Sewer Pipe 9- 05.20 ": Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9 -05.22 High Density Polyethylene (HDPE) Pipe 9 -05.23 7 -04.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam. ", per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam. ", per linear foot. 01.AP8 SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL April 5, 2010 8 -01.2 Materials In the first paragraph, the following is inserted after the first sentence: Corrugated Polyethylene Drain Pipe 9- 05.1(6) 8- 01.3(1) General In the sixth paragraph, the first sentence is revised to read: When natural elements rut or erode the slope, the Contractor shall restore and repair the damage with the eroded material where possible, and remove and dispose of any remaining material found in ditches and culverts. In the seventh paragraph the first two sentences are deleted. The table in the seventh paragraph is revised to read: Western Washington (West of the Cascade Mountain crest) May 1 through September 30 17 Acres October 1 through April 30 5 Acres Eastern Washington (East of the Cascade Mountain crest.) April 1 through October 31 17 Acres November 1 through March 31 5 Acres The eighth paragraph is revised to read: The Engineer may increase or decrease the limits based on project conditions. The ninth paragraph is revised to read: 20 ' Erodible earth is defined as any surface where soils, grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. ' The 10th paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within ' the specified time period, (see the tables below) using an approved soil covering practice. ' Western Washington (West of the Cascade Mountain crest) October 1 through April 30 2 -days maximum May 1 to September 30 7 -days maximum ' Eastern Washington (East of the Cascade Mountain crest.) October 1 through June 30 5 -days maximum ' July 1 through September 30 10 -days maximum 8- 01.3(1)A Submittals ' This section is revised to read: When a Temporary Erosion. and Sediment Control (TESC) Plan is included in the Plans, the Contractor shall either adopt or modify the existing TESC Plan. If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6 -2 of the current edition of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for TESC ' Plan implementation and incorporate it into the Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected inside and outside the limits of the project (including all Contracting Agency - provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). The Contractor shall allow at least 5- working days for the Engineer to review any original or revised TESC Plan. Failure to approve all or part of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. ' 8- 01.3(1)6 Erosion and Sediment Control (ESC) Lead In the last paragraph, "Form Number 220 -030 EF" is revised to read " WSDOT Form Number 220 -030 EF ". 8- 01.3(1)C Water Management In number 2., the reference to "Standard Specification" is revised to read "Section ". ' Number 3., is revised to read: ' 3. Offsite Water Prior to disruption of the normal watercourse, the Contractor shall intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be combined with onsite stormwater. It shall be discharged at its pre- construction outfall ' point in such a manner that there is no increase in erosion below the site. The method for performing this Work shall be submitted by the Contractor for the Engineer's approval. ' 8- 01.3(1)D Dispersion /Infiltration This section is revised to read: 1 21 Water shall be conveyed only to dispersion or infiltration areas designated in the TESC Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate such that, when runoff leaves the area, and enters waters of the State, turbidity standards are achieved. Water shall be conveyed to designated infiltration areas at a rate that does not produce surface runoff. 8- 01.3(2)B Seeding and Fertilizing The fourth paragraph is revised to read: The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder". 8- 01.3(2)D Mulching In the second paragraph, the second sentence is revised to read: Wood strand mulch shall be applied by hand or by straw blower on seeded areas. In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read "hydroseeder ". In the fourth paragraph, "MBFM" is revised to read "MBFM /FRM ". 8- 01.3(2)E Tacking Agent and Soil Binders The following new paragraph is inserted at the beginning of this Section: Tacking agent or soil binders applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" is supplemented with the following: The BFM may require a 24 to 48 hour curing period to achieve maximum performance and shall not be applied when precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by the Engineer. The last paragraph including title is revised to read: Soil Binding Using Mechanically- Bonded Fiber Matrix (MBFM) or Fiber Reinforced Matrix (FRM) The MBFM /FRM shall be hydraulically applied in accordance with the manufacturer's installation instructions and recommendations. 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch The first paragraph is revised to read: Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: 22 ' Western Washington' Eastern Washington (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) March 1 through May 15 October 1 through November 15 only September 1 through October 1 'Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above. Written permission to seed after October 1 will only be given when Physical Completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. 8- 01.3(2)G Protection and Care of Seeded Areas The first paragraph is revised to read: The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor shall restore eroded areas, clean up and properly dispose of eroded materials, and reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. ' In the second paragraph, number 1. is revised to read: 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas that have been damaged through any cause prior to final inspection, and reapplied to areas that have failed to receive a uniform application at the specified rate. 8- 01.3(2)H Inspection The first sentence is revised to read: Inspection of seeded areas will be made upon completion of seeding, temporary seeding, fertilizing, and mulching. ' The third sentence is revised to read: Areas that have not received a uniform application of seed, fertilizer, or mulch at the specified rate, as determined by the Engineer, shall be reseeded, refertilized, or remulched at the Contractor's expense prior to payment. 8- 01.3(2)1 Mowing In the first paragraph, the last sentence is revised to read: ' Trimming around traffic facilities, Structures, planting areas, or other features extending above ground shall be accomplished preceding or simultaneously with each mowing. 8- 01.3(3) Placing Erosion Control Blanket In the first sentence, "Standard" is deleted. ' The second sentence is revised to read: Temporary erosion control blankets, having an open area of 60- percent or greater, may be installed prior to seeding. 8- 01.3(4) Placing Compost Blanket In the first paragraph, "before" is revised to read "prior to ". ' The last sentence is revised to read: 1 Compost shall be Coarse Compost. 23 8- 01.3(5) Placing Plastic Covering The first sentence is revised to read: Plastic shall be placed with at least a 12 -inch overlap of all seams. 8- 01.3(6)A Geotextile- Encased Check Dam The first paragraph is deleted. 8- 01.3(6)B Rock Check Dam This section including title is revised to read: 8- 01.3(6)B Quarry Spall Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls 8- 01.3(6)D Wattle Check Dam This section is revised to read: Wattle check dams shall be installed in accordance with the Plans. 8- 01.3(6)E Coir Log This section is revised to read: Coir logs shall be installed in accordance with the Plans. 8- 01.3(9)A Silt Fence In the second paragraph, the second sentence is revised to read: The strength of the wire or plastic mesh shall be equivalent to or greater then what is required in Section 9- 33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). 8- 01.3(9)B Gravel Filter, Wood Chip or Compost Berm In the second paragraph, the last sentence is deleted. The third paragraph is revised to read: The Compost Berm shall be constructed in accordance with the detail in the Plans. Compost shall be Coarse Compost. 8- 01.3(9)C Straw Bale Barrier This section is revised to read: Straw Bale Barriers shall be installed in accordance with the Plans. 8- 01.3(9)D Inlet Protection This section is revised to read: Inlet protection shall be installed below or above, or as a prefabricated cover at each inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to beginning clearing, grubbing, or earthwork activities. 24 ' Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the requirements of Section 9 -33.2, Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2. ' When the depth of accumulated sediment and debris reaches approximately %2 the height of an internal device or 1/3 the height of the external device (or less when so specified by the manufacturers) or as designated by the Engineer, the deposits shall be removed and stabilized on site in accordance with Section 8- 01.3(16). 8- 01.3(10) Wattles In the first paragraph, the third sentence is revised to read: Excavated material shall be spread evenly along the uphill slope and be compacted using hand tamping or other method approved by the Engineer. This section is supplemented with the following new paragraph: ' The Contractor shall exercise care when installing wattles to ensure that the method of installation minimizes disturbance of waterways and prevents sediment or pollutant discharge into waterbodies. 8- 01.3(12) Compost Sock In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read "waterbodies ". ' In the second paragraph "bank" is revised to read "slope ". In the third paragraph and is revised to read "or'. This section is supplemented with the following new paragraph: Compost for Compost Socks shall be Coarse Compost. 8- 01.3(14) Temporary Pipe Slope Drain The first paragraph is revised to read: Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be constructed in accordance with the Plans ' The last paragraph is revised to read: Placement of outflow of the pipe shall not pond water on road surface. 8- 01.3(15) Maintenance In the fourth paragraph, the last sentence is revised to read: Clean sediments may be stabilized on site using approved roved BMPs as approved b the PP Y Engineer. ' 8- 01.3(16) Removal In the second paragraph, the last sentence is revised to read: ' This may include, but is not limited to, ripping the soil, incorporating soil amendments, and seeding with the specified seed. 25 8 -01.4 Measurement The eighth paragraph is revised to read: Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the linear foot along the ground line of completed barrier. 8 -01.5 Payment The following bid items are relocated after the bid item "Check Dam ": "Inlet Protection ", per each. "Gravel Filter Berm ", per linear foot. The following new paragraph is inserted before the bid item "Stabilized Construction Entrance" The unit Contract price per linear foot for "Check Dam" and "Gravel Filter Berm" and per each for "Inlet Protection" shall be full pay for all equipment, labor and materials to perform the Work as specified, including installation, removal and disposal at an approved disposal site. The paragraph after the bid item "Temporary Curb" is revised to read: The unit Contract price per linear foot for temporary curb shall include all costs to install, maintain, remove, and dispose of the temporary curb. The bid item "Mulching with MBFM" is revised to read "Mulching with MBFM /FRM ". 02.AP8 SECTION 8 -02, ROADSIDE RESTORATION January 4, 2010 8- 02.3(2) Roadside Work Plan In the first paragraph, the second sentence is revised to read: The roadside work plan 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. The first sentence under "Progress Schedule" is revised to read: A progress schedule shall be submitted in accordance with Section 1 -08.3. The Progress Schedule shall include the planned time periods for Work necessary to provide all Contract requirements in accordance with Sections 8 -01, 8 -02, and 8 -03. The first sentence under "Weed and Pest Control Plan" is revised to read: The Weed and Pest Control Plan shall be submitted and approved prior to starting any Work defined in Sections 8 -01, and 8 -02. In the third paragraph under "Weed and Pest Control Plan" the first and second sentences are revised to read: 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 26 ' weed control; dates of weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. ' The last paragraph under "Plant Establishment Plan" is deleted. 8- 02.3(2)A Chemical Pesticides This section is deleted. 8- 02.3(2)B Weed and Pest Control This section is deleted. ' 8- 02.3(3) Planting Area Weed Control This section including title is revised to read: 8- 02.3(3) Weed and Pest Control The Contractor shall control weed and pest species within the project area using integrated ' pest management principles consisting of mechanical, biological and chemical controls that are outlined in the Weed and Pest Control Plan or as designated by the Engineer. Those weeds specified as noxious by the Washington State Department of Agriculture, the local Weed District, or the County 'Noxious Weed Control Board and other species identified by the Contracting Agency shall be controlled on the project in accordance with ' the weed and pest control plan. The Contractor shall control weeds not otherwise covered in accordance with Section 8- 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including erosion control seeding area and vegetation preservation areas, as designated by the Engineer. This section is supplemented with the following new sub - sections: 8- 02.3(3)A Planting Area Weed Control All planting areas shall be prepared so that they are weed and debris free at the "time of planting and until completion of the project. The planting areas shall include the entire ground surface, regardless of cover, all planting beds, areas around plants, and those ' areas shown in the Plans. All applications of post- emergent herbicides shall be made while green and growing tissue is present. Should unwanted vegetation reach the seed stage, in violation of these Specifications, the Contractor shall physically remove and bag the seed heads. All physically removed vegetation and seed heads shall be disposed of off site at no cost to the Contracting Agency. Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square and shall be secured by a minimum of 5- staples per mat. Mats and staples shall be installed ' according to the manufacturer's recommendations. 8- 02.3(3)B Chemical Pesticides ' Application of chemical pesticides shall be in accordance with the label recommendations, the Washington State Department of Ecology, local sensitive area ordinances, and Washington State Department of Agriculture laws and regulations. Only those herbicides ' listed in the table Herbicides Approved for Use on WSDOT Rights of Way at http: / /www.wsdot.wa.gov/ Maintenance /Roadside /herbicide_use.htm may be used. 27 The applicator shall be licensed by the State of Washington as a Commercial Applicator or Commercial Operator with additional endorsements as required by the Special Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer evidence that all operators are licensed with appropriate endorsements, and that the pesticide used is registered for use by the Washington State Department of Agriculture. All chemicals shall be delivered to the job site in the original containers. The licensed applicator or operator shall complete a Commercial Pesticide Application Record (DOT Form 540 -509) each day the pesticide is applied, and furnish a copy to the Engineer by the following business day. The Contractor shall ensure confinement of the chemicals within the areas designated. The use of spray chemical pesticides shall require the use of anti -drift and activating agents, and a spray pattern indicator unless otherwise allowed by the Engineer. The Contractor shall assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application. Damage to adjacent areas, either on or off the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the property owner, and the cost of such repair shall be borne by the Contractor. 8- 02.3(5) Planting Area Preparation In the first paragraph, the second sentence is revised to read: Material displaced by the Contractor's operations that interferes with drainage shall be removed from the channel and disposed of as approved by the Engineer. 8- 02.3(7) Layout of Planting The second paragraph is deleted. 8- 02.3(8) Planting In the second paragraph, the first and second sentences are revised to read: Under no circumstances will planting be permitted conditions as determined by the Engineer. Unsuitable freezing weather, saturated soil, standing water, high levels. The fourth paragraph is revised to read: Plants shall not be placed below the finished grade. The fifth paragraph is revised to read: during unsuitable soil or weather conditions may include frozen soil, winds, heavy rains, and high water Planting hole sizes for plant material shall be in accordance with the details shown in the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. The following new paragraph is inserted after the fifth paragraph: All cuttings shall be planted immediately if buds begin to swell. 8- 02.3(9) Pruning, Staking, Guying, and Wrapping In the first paragraph, the last sentence is revised to read: All other pruning shall be performed only after the plants have been in the ground at least one year and when plants are dormant. 28 8- 02.3(13) Plant Establishment In the third paragraph, the first sentence is revised to read: During the first -year plant establishment period, the Contractor shall perform all Work necessary to ensure the resumption and continued growth of the transplanted material. In the fourth paragraph, "propose" is revised to read "submit ". 8- 02.3(15) Live Fascines In the first paragraph, the fourth sentence is revised to read: Dead branches may be placed within the live fascine and on the side exposed to the air. In the second paragraph, the third sentence is deleted. In the second paragraph, the seventh sentence is revised to read: The live stakes shall be driven through the live fascine vertically into the slope. 8- 02.3(16)A Lawn Installation In the third paragraph, the last two items "West of the summit of the Cascade Range - March 1 to October V' and "East of the summit of the Cascade Range - April 15 to October V' are revised to read: Western Washington (West of the Cascade Mountain crest) March through May 15 September 1 through October 1 Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 The fifth paragraph is revised to read: Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown in ' the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth even grade without low areas that trap water and compacted, all as approved by the Engineer. In the sixth paragraph, the last sentence is revised to read: Following placement, the sod shall be rolled with a smooth roller to establish contact with the soil. 8 -02.4 Measurement The seventh paragraph is revised to read: Fine compost, medium compost and coarse compost will be measured by the cubic yard in the haul conveyance at the point of delivery. 8 -02.5 Payment The following new paragraph is inserted above the paragraph beginning with "Payment shall be increased to 90- percent...... ": Plant establishment milestones are achieved when plants meet conditions described in Section 8- 02.3(13). The following is inserted after the bid item "Fine Compost ": 29 "Medium Compost ", per cubic yard. The paragraph for the bid item "Weed Control" is revised to read: "Weed and Pest Control ", will be paid in accordance with Section 1 -09.6. The following new paragraph is inserted after the bid item "Soil Amendment': The unit Contract price per cubic yard for "Soil Amendment' shall be full pay for furnishing and incorporating the soil amendment into the existing soil. The following new paragraph is inserted after the bid item "Bark or Wood Chip Mulch ": The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full pay for furnishing and spreading the mulch onto the existing soil. SECTION 8 -03, IRRIGATION SYSTEMS January 4, 2010 8 -03.1 Description In this section, "staked" is revised to read "approved by the Engineer." 8 -03.3 Construction Requirements The second paragraph is revised to read: Potable water supplies shall be protected against cross connections in accordance with applicable Washington State Department of Health rules and regulations and approval by the local health authority. 8- 03.3(1) Layout of Irrigation System This section is revised to read: The Contractor shall stake the irrigation system following the schematic design shown in the Plans. Approval must be obtained from the Engineer. Alterations and changes in the layout may be expected in order to conform to ground conditions and to obtain full and adequate coverage of plant material with water. However, no changes in the system as planned shall be made without prior authorization by the Engineer. This section is supplemented with the following new sub - section: 8- 03.3(1)A Locating Irrigation Sleeves Existing underground irrigation sleeve ends shall be located by potholing. Irrigation sleeves placed during general construction prior to installation of the irrigation system shall be marked at both ends with a 2x4x24 -inch wood stake extending 6- inches out of the soil and painted blue on the exposed end. 8- 03.3(2) Excavation In the first paragraph, the fourth sentence is revised to read: Trenches through rock or other material unsuitable for trench bottoms and sides shall be excavated 6- inches below the required depth and shall be backfilled to the top of the pipe with sand or other suitable material free from rocks or stones. Backfill material shall not contain rocks 2- inches or greater in diameter or other materials that can damage pipe. 30 The second paragraph is revised to read: The Contractor shall exercise care when excavating pipe trenches near existing trees to minimize damage to tree roots. Where roots are 1 -1/2- inches or greater in diameter, the trench shall be hand excavated and tunneled under the roots. When large roots are exposed, they shall be wrapped with heavy, moist material, such as burlap, or canvas, for protection and to prevent excessive drying. The material must be kept moist until the trench is backfilled. Trenches dug by machines adjacent to trees having roots less than 1-1/2 - inches in diameter shall have severed roots cleanly cut. Trenches having exposed tree roots shall be backfilled within 24 -hours unless adequately protected by moist material as approved by the Engineer. All material and fastenings used to cover the roots shall be removed before backfilling. ' The third paragraph is revised to read: Detectable marking tape shall be placed in all trenches 6- inches directly above, parallel to, ' and along the entire length of all nonmetallic water pipes, and all nonmetallic and aluminum sleeves, conduits and casing pipe. The width of the tape and installation depth shall be as recommended by the manufacturer for the depth of installation or as shown in the Plans. 8- 03.3(3) Piping This section is revised to read: All water lines shall be a minimum of 18- inches below finished grade measured from the top of the pipe or as shown in the Plans. All live water mains to be constructed under existing pavement shall be placed in steel casing jacked under pavement as shown in the Plans. All PVC or polyethylene pipe installed under areas to be paved shall be placed in irrigation sleeves. Irrigation sleeves shall extend a minimum of 2 -feet beyond the limits of pavement. All jacking operations shall be performed in accordance with an approved jacking plan. Where possible;. mains and laterals or section piping shall be placed in the same trench. All lines shall be placed a minimum of 3 -feet from the edge of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. Pipe pulling will not be allowed for installation and placement of irrigation pipe. Mainlines and lateral lines shall be defined as follows: rMainlines: All supply pipe and fittings between the water meter and the irrigation control valves. ' Lateral Lines: All supply pipe and fittings between the irrigation control valves and the connections to the irrigation heads. Swing joints, thick walled PVC or polyethylene pipe, flexible risers, rigid pipe risers, and associated fittings are not considered part of the lateral line but incidental components of the irrigation heads. 8- 03.3(4) Jointing ' In the second paragraph, the third sentence is revised to read: Threaded galvanized steel joints shall be constructed using either a nonhardening, ' nonseizing multipurpose sealant or Teflon tape or paste as recommended by the pipe manufacturer, or as shown in the Plans. In the last sentence of the second paragraph, "will" is revised to read "shall ". In the fourth sentence of the third paragraph, "will" is revised to read "shall" and "at" is revised to ' read "of'. 31 In the fifth paragraph, the first sentence is revised to read: On PVC or polyethylene -to -metal connections, work the metal connection first. In the fifth paragraph, the third sentence is revised to read: Connections between metal and PVC or polyethylene are to be threaded utilizing female threaded PVC adapters with threaded schedule 80 -PVC nipple only. In the sixth paragraph, the second sentence is revised to read: The ends of the polyethylene pipe shall be cut square, reamed smooth inside and out, and inserted to the full depth of the fitting. 8- 03.3(5) Installation The following new paragraph is inserted after the third paragraph: All automatic control valves, flow control valves, and pressure reducing valves shall be installed in appropriate sized valve boxes. Manual control valves shall be installed in an appropriate sized valve box and where appropriate, upstream of the automatic control valves. Manual and automatic valves installed together shall be in an appropriate sized box with 3- inches of clearance on all sides. The fourth paragraph is revised to read: Final position of valve boxes, capped sleeves, and quick coupler valves shall be between %2 -inch and 1 -inch above finished grade or mulch, or as shown in the Plans. The following new paragraph is inserted after the fourth paragraph: Quick coupler valves and hose bibs shall be installed in valve boxes, either separately or within a control valve assembly box upstream of the control valves. Valves, quick couplers, and hose bibs shall have 3- inches of clearance on all sides within the valve box. In the fifth paragraph "an" is revised to read "a minimum ". The following new paragraph is inserted after the fifth paragraph: Automatic controller pedestals or container cabinets shall be installed on a concrete base as shown in the Plans or in accordance with the manufacturer's recommendations. Provide three 1 -inch diameter galvanized metal or PVC electrical wire conduits through the base and 3- inches minimum beyond the edge or side of the base both inside and outside of the pedestal. 8- 03.3(6) Electrical Wire Installation This section is revised to read: All electrical work shall conform to the National Electric Code, NEMA Specifications and in accordance with Section 8 -20. Electrical wiring between the automatic controller and automatic valves shall be direct burial and may share a common neutral. Separate control conductors shall be run from the automatic controller to each valve. When more than one automatic controller is required, a separate common neutral shall be provided for each controller and the automatic valves which it controls. Electrical wire shall be installed in the trench adjacent to or above the irrigation pipe, but no less than 12- inches deep. Plastic 32 tape or nylon tie wraps shall be used to bundle wires together at 10 -foot intervals. If it is necessary to run electrical wire in a separate trench from the irrigation pipe, the wire shall be placed at a minimum depth of 18- inches and be "snaked" from side to side in the trench. Each circuit shall be identified at both ends and at all splices with a permanent marker identifying zone and /or station. Wiring placed under pavement and walls, or through walls, shall be placed in an electrical conduit or within an irrigation sleeve. Electrical conduit shall not be less than 1-inch in diameter, and shall meet conduit specifications for PVC conduit as required in Section 9- 29.1. Splices will be permitted only in approved electrical junction boxes, valve boxes, pole bases, or within control equipment boxes or pedestals. A minimum of 18- inches of excess ' conductor shall be left at all splices, terminals and control valves to facilitate inspection and future splicing. The excess wire shall be neatly coiled to fit easily into the boxes. I All 120 -volt electrical conductors and conduit shall be installed by a certified electrician including all wire splices and wire terminations. All wiring shall be tested in accordance with Section 8- 20.3(11). Continuity ground and functionality testing shall be performed for all 24 -volt direct burial circuits. The Megger test, confirming insulation resistance of not less than 2 megohms to ground in accordance with Section 8- 20.3(11), is required. 8- 03.3(7) Flushing and Testing In the first paragraph "correct" is revised to read "as accurate" and "ordered" is revised to read required ' . The third paragraph is revised to read: Main Line Flushing All main supply lines shall receive two fully open flushing's to remove debris that may have entered the line during construction: The first before placement of valves and the second after placement of valves and prior to testing. rThe fourth paragraph is revised to read: Main Line Testing All main supply lines shall be purged of air and tested with a minimum static water pressure of 150 -psi for 60- minutes without introduction of additional service or pumping pressure. Testing shall be done with one pressure gauge installed on the line, in the location required t` by the Engineer. For systems using a pump, an additional pressure gauge shall be installed at the pump when required by the Engineer. Lines that show loss of pressure exceeding 5- psi at the ends of specified test periods will be rejected. ' The fifth paragraph is deleted. In the sixth paragraph, "any" is revised to read "all ". In the seventh paragraph, the second sentence is revised to read: The operating line pressure shall be maintained for 30- minutes with valves closed and without introduction of additional service or pumping pressure. 33 In the eighth paragraph, the fourth and fifth sentences are revised to read: The Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters, etc., located downstream of the break or disruption of service, and make all needed repairs to ensure that the entire irrigation system is operating properly. 8- 03.3(8) Adjusting System In the first paragraph, the last sentence is revised to read: Unless otherwise specified, sprinkler spray patterns will not be permitted to apply water to pavement, walks, or Structures. 8- 03.3(11) System Operation In the first paragraph, the last sentence is revised to read: The final inspection of the irrigation system will coincide with the end of the Contract or the end of first -year plant establishment, which ever is later. In the second paragraph "ordered" is revised to read "required ". In the third paragraph, the last sentence is revised to read: Potable water shall not flow through the cross - connection control device to any downstream component until tested and approved for use by the local health authority in accordance with Section 8- 03.3(12). The fourth paragraph is revised to read: In the spring, when the drip irrigation system is in full operation, the Contractor shall make a full inspection of all emitters, and irrigation heads. This shall involve visual inspection of each emitter and irrigation head under operating conditions. All adjustments, flushing, or replacements to the system shall be made at this time to ensure the proper operation of all emitters and irrigation heads. 8- 03.3(12) Cross Connection Control Device Installation In the first sentence of the first paragraph "serving utility" is revised to read "local health authority ". 8- 03.3(13) Irrigation Water Service The first paragraph is revised to read: All water meter(s) shall be installed by the serving utility. The Contracting Agency shall arrange for a water meter installation(s) for the irrigation system at the locations and sizes as shown in the Plans at no cost to the Contractor. It shall be the Contractor's responsibility to contact the Engineer to schedule the water meter installation. The Contractor shall provide a minimum of 60- calendar days notice to the Engineer prior to the desired water meter installation date. In the second paragraph, "will" is revised to read "shall ". 8- 03.3(14) Irrigation Electrical Service The first paragraph is revised to read: The Contracting Agency shall arrange for electrical service connection(s) for operation of the automatic electrical controller(s) at the locations as shown in the Plans. The Contractor 34 shall splice and run conduit and wire from the electrical service connection(s), or service cabinet to the automatic electrical controller and connect the conductors to the circuit(s) per the controller manufacturer's diagrams or recommendations. In the second paragraph, "conduit" is revised to read "conduits ". 08.AP8 SECTION 8 -08, RUMBLE STRIPS April 5, 2010 8 -08.3 Construction Requirements In the fourth paragraph, the first and second sentences are combined to read: When shown in the Plans, the rumble strips shall be fog sealed in accordance with the requirements of Section 5 -02 following the completion of the shoulder rumble strip. ' 14.AP8 SECTION 8 -14, CEMENT CONCRETE SIDEWALKS April 5, 2010 ' 8- 14.3(5) Curb Ramp Detectable Warning Surface Retrofit This section including heading is revised to read: 8- 14.3(5) Detectable Warning Surface Detectable warning surfaces shall consist of truncated domes as shown in the Plans. 1 Where a detectable warning surface is to be applied, the Contractor shall attach the detectable warning surface to the pavement surface according to the manufacturer's recommendations. The detectable warning surface shall be located as shown in the Plans. The Contractor shall use one of the detectable warning surface products listed in the Qualified Products List or submit another product for approval by the Project Engineer. If the Plans require, the detectable warning surface shall be capable of being bonded to a cement concrete surface or to an asphalt concrete surface. Vertical edges of the detectable warning surface shall be flush with the adjoining surface to the extent possible (otherwise not be more than 1/4 -inch above the surface of the pavement) after installation. 8 -14.4 Measurement The second sentence in the first paragraph is revised to read: ' Cement concrete curb ramp type will be measured per each for the complete curb ramp type installed and includes the installation of the detectable warning surface. The second paragraph is revised to read: Detectable warning surface will be measured by the square foot of detectable warning surface material installed as shown in the Plans. 8 -14.5 Payment The pay item "Cement Conc. Curb Ramp Type " is supplemented with the following new paragraph: ' The unit Contract price per each for "Cement Concrete Curb Ramp Type ", shall be full pay for installing the curb ramp as specified including the "Detectable Warning Surface ". 35 The pay item "Curb Ramp Detectable Warning Surface Retrofit' is revised to read "Detectable Warning Surface ". 15.AP8 SECTION 8 -15, RIPRAP January 4, 2010 8 -15.2 Materials The referenced sections for the following items are revised to read: Heavy Loose Riprap 9 -13 Light Loose Riprap 9 -13 Hand Placed Riprap 9 -13 Sack Riprap 9 -13 Quarry Spalls 9 -13 17.AP8 SECTION 8 -17, IMPACT ATTENUATOR SYSTEMS April 5, 2010 8 -17.4 Measurement The first paragraph is supplemented with the following new sentence: Only the maximum number of temporary impact attenuators installed at any one time within the project limits will be measured for payment. 8 -17.5 Payment In the second paragraph following the bid item "Resetting Impact Attenuator ", the first sentence is revised to read: If an impact attenuator is damaged by a third party, repairs shall be made in accordance with Section 1- 07.13(4) under the Bid item "Reimbursement For Third Party Damage ". 20.AP8 SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL April 5, 2010 8 -20.1 Description In the first paragraph item number 3 is revised to read: 3. Intelligent Transportation Systems (ITS) 8- 20.3(4) Foundations In the 12th paragraph, item number 2 is revised to read: 2. The top heavy -hex nuts for type ASTM F1554 grade 105 anchor bolts shall be tightened by the Turn -Of -Nut Tightening Method to minimum rotation of '/4 -turn (90 degrees) and a maximum rotation of /3 -turn (120 degrees) past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. In the 12th paragraph, the following is inserted after item number 2: 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by the Turn -of -Nut Tightening Method to minimum rotation of 1/8 -turn (45 degrees) and a 36 maximum rotation of 1/6 -turn (60 degrees) past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. 8- 20.3(5) Conduit In the fifth sentence of the fourth paragraph, "conforms" is revised to read "conforming ". 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull boxes In item number 2 of the second paragraph, "top course" is deleted and "per" is revised to read "in accordance with ". - 8- 20.3(8) Wiring The following new two paragraphs are inserted after the first table: Splices and taps on underground circuits shall be made with solderless crimp connectors meeting the requirements of Section 9- 29.12. Only one conductor or one multi conductor cable per wire entrance will be allowed in any rigid mold splice. In the eleventh paragraph item number 5 is revised to read: 5. Video detection camera lead -in cable - the numbers of the phases the camera served. In the eleventh paragraph the following is added after item number 5: 6. For ITS cameras — the number of the camera indicated in the Contract and the number of the associated cabinet as indicated on the Plans. 7. Communication cable -- labeled as Comm. This section is supplemented with the following new paragraph: Installation of coaxial or coaxial /Siamese cable or data cables with a 600 VAC rating will, be allowed in the same raceway with 480 VAC illumination cable. 8 -20.4 Measurement The first sentence is revised to read: No specific unit of measurement will apply to the lump sum items for illumination system, intelligent transportation system (ITS), or traffic signal systems, but measurement will be for the sum total of all items for a complete system to be furnished and installed. 8 -20.5 Payment All references to "Intelligent Transportation System" are revised to read "ITS ". 21.AP8 SECTION 8 -21, PERMANENT SIGNING January 4, 2010 8- 21.3(4) Sign Removal In the fourth paragraph, the following sentence is inserted after the second sentence: Where signs are removed from existing overhead sign Structures, the existing vertical sign support braces shall also be removed. 37 In the fourth paragraph, the third sentence is revised to read: Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind beams, and other metal structural members, and all existing fastening hardware connecting such members being removed, shall become the property of the Contractor and shall be removed from the project. 01.AP9 SECTION 9 -01, PORTLAND CEMENT April 5, 2010 9- 01.2(1) Portland Cement In the first paragraph, all the text after "shall not exceed 8- percent by weight" is deleted and the paragraph ends. In the second paragraph, "per" is revised to read "in accordance with ". 03.AP9 SECTION 9 -03, AGGREGATES January 4, 2010 In this Division, all references to "AASHTO TP 61" are revised to read "AASHTO T 335 ". 04.AP9 SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS January 4, 2010 9 -04.11 Butyl Rubber This section including title is revised to read: 9 -04.11 Butyl Rubber and Nitrile Rubber Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines that the area will be exposed to petroleum products Nitrile rubber shall be utilized and conform to ASTM D 2000, M1 BG 610. 05.AP9 SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS January 4, 2010 9- 05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's ". 9 -05.13 Ductile Iron Sewer Pipe The second and third paragraphs are revised to read: Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or the Class indicated on the Plans or in the Special Provisions. 38 1 Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. Division 9 -05 is supplemented with the following new sections: 9 -05.21 Steel Rib Reinforced Polyethylene Culvert Pipe Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24 -inch to 60 -inch diameter with silt -tight joints. Silt -tight joints for steel reinforced polyethylene culvert pipe shall be made with a bell /bell or bell and spigot coupling and incorporate the use of a gasket conforming to the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the manufacturer. Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires an approved joint system and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9 -05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted a qualified joint. Qualified manufacturers and approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally molded, injection molded, or factory welded. All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be installed on the pipe by the manufacturer. Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the ' materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9 -05.23 High Density Polyethylene (HDPE) Pipe HDPE pipe shall be manufactured from resins meeting the requirements of ASTM D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI) designation of PE 3408. The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. HDPE pipe shall be joined into a continuous length by an approved joining method. 39 The joints shall not create an increase in the outside diameter of the pipe. The joints shall be fused, snap together or threaded. The joints shall be water tight, rubber gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the manufacturer's recommendations. Fusion equipment used in the joining procedure shall be capable of meeting all conditions recommended by the pipe manufacturer, including but not limited to fusion temperature, alignment, and fusion pressure. All field welds shall be made with fusion equipment equipped with a Data Logger. Temperature, fusion pressure and a graphic representation of the fusion cycle shall be part of the Quality Control records. Electro fusion may be used for field closures as necessary. Joint strength shall be equal or greater than the tensile strength of the pipe. Fittings shall be manufactured from the same resins and Cell Classification as the pipe unless specified otherwise in the Plans or Specifications. Butt fusion fittings and Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and this specification. The supplier shall furnish a Manufacturer's Certification of Compliance stating the materials meet the requirements of ASTM D 3350 with the correct cell classification with the physical properties listed above. The supplier shall certify the dimensions meet the requirements of ASTM F 714 or as indicated in this Specification or the Plans. At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for defects and tested for Elevated Temperature Sustain Pressure in accordance with ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old from the date of manufacture. At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free of cracks, holes, foreign materials, blisters, or deleterious faults. Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the manufacturer, SDR, size, material, machine, and date on which the pipe was manufactured. 07.AP9 SECTION 9 -07, REINFORCING STEEL January 4, 2010 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) This sections title is revised to read: 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement Rehabilitation) 08.AP9 SECTION 9 -08, PAINTS AND RELATED MATERIALS January 4, 2010 9- 08.1(2)C Inorganic Zinc Rich Primer In the first paragraph, the reference to "Type II" is revised to read "Type I ". 40 9- 08.1(2)D Organic Zinc Rich Primer This section is revised to read: Organic zinc rich primer shall be a high performance two- component epoxy conforming to SSPC Paint 20 Type II. 14.AP9 SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING April 5, 2010 ' 9 -14.3 Fertilizer In the first paragraph, the second sentence is revised to read: ' It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, water - soluble potash, or sulfur in the amounts specified. 9- 14.4(1) Straw This section is revised to read: Straw shall be in an air dried condition free of noxious weeds, seeds, and other materials detrimental to plant life. Hay is not acceptable. All straw material shall be Certified Weed Free Straw using North American Weed Management Association (NAWMA) standards or the Washington Wilderness Hay and Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. tInformation can be found at http: / /www.nwcb.wa.gov. In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the straw. 1 Straw mulch shall be suitable for spreading with mulch blower equipment. 9- 14.4(2) Wood Cellulose Fiber This section including title is revised to read: 9- 14.4(2) Fiber Mulch All Fiber Mulch materials shall be in a dry condition free of noxious weeds, seeds, and other materials detrimental to plant life. Fiber Mulch shall be suitable for spreading with a hydroseeder or mulch blower equipment. This section is supplemented with the following new sub - sections: 9- 14.4(2)A Cellulose Fiber Mulch Cellulose Fiber Mulch shall be recycled (pulp) fiber such as newsprint, magazine stock, corrugated cardboard, cotton or straw. It shall be free from chemical printing ink, germination inhibitors, and chlorine bleach and shall contain no rock, metal, and plastic. If Cellulose Fiber Mulch contains cotton or straw, the Contractor shall P rovide documentation that the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the mulch. 41 Cellulose Fiber Mulch shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will become uniformly suspended, without clumping, to form a homogeneous slurry. When hydraulically applied, the material shall form a strong moisture - holding mat that allows the continuous absorption and infiltration of water. Cellulose Fiber Mulch shall contain a dye to facilitate placement and inspection of the material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. Cellulose Fiber Mulch furnished by the Contractor shall be pre - packaged by the manufacturer. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited, independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties Test Method Requirements Water Holding Capacity ASTM D 7367 1,000 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 200 percent minimum Enhancement Performance in ASTM D 6459 with 0.12 -inch C Factor = 0.15 Protecting Slopes from average raindrop size. Test maximum using Rainfall- Induced Erosion in one soil type. Soil tested Revised Universal shall be loam as defined by Soil Loss Equation the National Resources (RUSLE) Conservation Service (NRCS) Soil Texture Triangle * ** * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (RECPs) are applied to the test plot. ** *Available at: http: / /soils.usda.gov/ education / resources /lessons /texture /textural tri hi.ipg 9- 14.4(2)B Wood Fiber Mulch Wood Fiber Mulch shall be thermally processed, defibrated, wood fiber from natural or recycled wood chips or similar woody material. The wood shall be manufactured to produce long- strand fibers that physically interlock to form a strong moisture holding mat that allows the absorption and infiltration of water. Wood Fiber Mulch shall be free from paper, straw, cotton, jute, hemp, coconut, rock, metal, and plastic. Wood Fiber Mulch shall contain a dye to facilitate placement and inspection of the material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. Wood Fiber Mulch shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. Wood Fiber Mulch furnished by the Contractor shall be pre - packaged by the manufacturer. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited, independent testing laboratory 42 as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of 100 No. 4 the fiber, by mass, is 30 collected on the combination of No. 8, No. 16, and No. 24 sieves Water Holding Capacity ASTM D 7367 1,300 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 300 percent minimum Enhancement Performance in ASTM D 6459 with 0.12 -inch C Factor = 0.15 Protecting Slopes from average raindrop size. Test maximum using Rainfall- Induced Erosion in one soil type. Soil tested Revised Universal shall be loam as defined by Soil Loss Equation the NRCS Soil Texture (RUSLE) Triangle * ** A5 I M test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (RECPs) are applied to the test plot. ** *Available at: http: / /soils.usda.gov/ education / resources /lessons /texture /textural tri hi.ipq 9- 14.4(3) Bark or Wood Chips The first paragraph is revised to read: Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species and shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. This section is supplemented with the following: Bark or wood chips when tested shall be according to WSDOT Test Method T 123 prior to placement and shall meet the following loose volume gradation: Sieve Size Percent Passing Minimum Maximum 2" 95 100 No. 4 0 30 9- 14.4(4) Wood Strand Mulch This first paragraph is revised to read: Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are frayed, with a high length -to -width ratio and shall be derived from native conifer or deciduous trees. A minimum of 95 percent of the wood strand shall have lengths between 2 and 10- inches. At least 5 percent of the length of each strand shall have a width and 43 thickness between ' /,g and '/2 -inch. No single strand shall have a width or thickness greater than %2 -inch. The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings shall not be acceptable. Products shall be tested according to WSDOT Test Method 125 prior to acceptance. 9- 14.4(6) Gypsum This section is revised to read: Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 100 percent shall pass through a No. 8 sieve. 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. Tackifier shall contain no growth or germination inhibiting materials, and shall not reduce infiltration rates. Tackifier shall hydrate in water and readily blend with other slurry materials. All tackifiers shall meet the following requirements: Properties Test Method Requirements Viscosity* ASTM D 2364 14000 cPs minimum *Testing shall be performed by an accredited independent laboratory. This section is supplemented with the following new sub - sections: 9- 14.4(7)A Organic Tackifier Organic tackifier shall be derived from natural plant sources and shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9- 14.4(7)B Synthetic Tackifier Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9- 14.4(8) Compost In the third paragraph, number 1. is revised to read: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02 -13, "Sample Sieving for Aggregate Size Classification ". Fine Compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 1" 95 100 90 100 '/4" 75 100 Maximum particle length of 6- inches. 44 1 1 Medium Compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 ill 95 100 31411 90 100 '/4" 75 85 Maximum particle length of 6- inches. Medium Compost shall have a Carbon to Nitrogen ratio (C:N) between 18:1 and 30:1. The Carbon to Nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. Coarse Compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 3" 100 1" 90 100 31411 70 100 1 40 60 Maximum particle length of 6- inches. In number 8. of the third paragraph, the reference to "manufacturer" is revised to read "Contractor'. 9- 14.4(8)A Compost Approval This sections title is revised to read: 9- 14.4(8)A Compost Submittal Requirements The first sentence is revised to read: The Contractor shall submit the following information to the Engineer for approval: Number 1. is revised to read: 1. The Qualified Products List printed page or a Request for Approval of Material (DOT Form 350 -071 EF). In number 3., the reference to "manufacturer' is revised to read "Contractor' and the reference to "analyses" is revised to read "analysis ". 9- 14.4(8)6 Compost Acceptance This section is revised to read: Fourteen days prior to application, the Contractor shall submit a sample of the compost approved for use, and a STA test report dated within 90 calendar days of the application, and the list of feed stocks by volume for each compost type to the Engineer for review. 45 The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in Section 9- 14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall not be used. 9- 14.4(9) Bonded Fiber Matrix (BFM) This section is revised to read: Bonded Fiber Matrix (BFM) shall be a hydraulically - applied blanket/mulch /matrix comprised of biodegradable, thermally processed, defibrated, long strand fibers from natural or recycled wood chips or similar woody material, weed free straw, cotton, coconut, jute, and /or hemp. The fibers shall physically interlock to form a strong moisture holding mat that allows the absorption and infiltration of water. BFM shall be free from rock, metal, or plastic. It shall contain no more than 15 percent recycled paper and meets the requirements in Section 9- 14.4(2)A. The BFM shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. Within 48 hours the BFM shall bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for seed germination and plant growth. BFM shall contain a dye to facilitate placement and inspection of the material. Dye shall be non -toxic to plants, animal, and aquatic life and shall not stain concrete or painted surfaces. BFM shall be furnished premixed by the manufacturer. The BFM shall be furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of additives or components be acceptable. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: 46 Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T A minimum of 50% of the 126 fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Tackifier, Type A or See Section 9- 14.4(7)A Minimum 10 percent by Type B weight of a cross - linked, polysaccharide, hydro - colloid tackifier Water Holding Capacity ASTM D 7367 1,300 percent minimum Organic Matter Content ASTM D 586* 90 percent minimum Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 500 percent minimum Enhancement Performance in ASTM D 6459 with C Factor= 0.10 Protecting Slopes from 0.12 -inch average maximum using Revised Rainfall- Induced Erosion raindrop size. ** Test in Universal Soil Loss one soil type. Soil Equation (RUSLE) tested shall be loam as defined by the NRCS Soil Texture Triangle * ** Thickness ASTM D 6525* 0.10 -inch minimum Ground Cover ASTM D 6567* 97 percent minimum Mass Per Unit Area ASTM D 6566* 10.0 oz/ d2 minimum * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the ' only modification being that Hydraulic Erosion Control Products (RECPs) are applied to the test plot. ' ** Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. ' * ** Available at: http: / /.soils.usda.gov/ education / resources /lessons /texture /textural tri hi.ipq 9- 14.4(10) Mechanically Bonded Fiber Matrix (MBFM) This section including title is revised to read: 9- 14.4(10) Mechanically Bonded Fiber Matrix (MBFM) or Fiber Reinforced Matrix (FRM) The MBFM /FRM shall be a hydraulically - applied blanket/mulch /matrix comprised of biodegradable, thermally processed, defibrated, long- strand fibers from natural or recycled M wood chips or similar woody material, straw, coconut, jute, and /or hemp. The MBFM /FRM shall contain a minimum of 5% by weight of biodegradable or photodegradable polyfibers that are bent in multiple locations on each strand and that physically interlock with the wood fibers to form a strong moisture holding mat that allows the absorption and infiltration of water. The MBFM /FRM shall contain a cross - linked polysaccharide tackifier. MBFM /FRM shall be free from paper, rock, metal, and plastic. 47 MBFM /FRM shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will be uniformly suspended to form a homogeneous slurry. The MBFM /FRM shall require no curing period upon application, and shall bond with the soil surface to create a continuous, porous, absorbent, and flexible erosion resistant blanket that allows for seed germination and plant growth. MBFM /FRM shall be furnished premixed by the manufacturer. The MBFM /FRM shall be furnished with an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. Under no circumstances will field mixing of additives or components be acceptable. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) or other accredited independent testing laboratory as approved by the Engineer to assure compliance with the minimum requirements in the following table: Properties Test Method Requirements Long Strand Fibers WSDOT Test Method T 126 A minimum of 50% of the fiber, by mass, is collected on the combination of No. 8, No. 16, and No. 24 sieves Tackifier, Type A or See Section 9- 14.4(7)A Minimum 10 percent by Type B weight of a cross - linked, polysaccharide, hydro - colloid tackifier Water Holding ASTM D 7367 1,500 percent minimum Capacity Organic Matter ASTM D 586* 90 percent minimum Content Moisture Content ASTM D 644* 15 percent maximum Seed Germination ASTM D 7322* 500 percent minimum Enhancement Performance in ASTM D 6459 with 0.12 -inch C Factor = 0.05 Protecting Slopes average raindrop size. ** maximum using Revised from Rainfall- Induced Test in one soil type. Soil Universal Soil Loss Erosion tested shall be loam as Equation (RUSLE) defined by the NRCS Soil Texture Triangle * ** Thickness ASTM D 6525* 0.15 -inch minimum Ground Cover ASTM D 6567* 98 percent minimum Mass Per Unit Area ASTM D 6566* 11.0 oz/ d2 minimum * ASTM test methods developed for Rolled Erosion Control Products (RECPs) with the only modification being that Hydraulic Erosion Control Products (HECPs) are applied to the test plot. ** Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. * ** Available at: http: / /soils.usda.gov/ education / resources /lessons /texture /textural tri hi ipg 48 t9- 14.5(1) Polyacrylamide (PAM) The third and fourth sentences are revised to read: The minimum average molecular weight shall be greater than 5 mg /mole and minimum 30 percent charge density. The product shall contain at least 80 percent active ingredients and have a moisture content not exceeding 10 percent by weight. This section is supplemented with the following: PAM shall be delivered in a dry granular or powder form. 9- 14.5(2) Erosion Control Blanket ' This section is revised to read: Temporary erosion control blanket shall be made of natural plant fibers and meet the following requirements: Properties ASTM Test Method Requirements Protecting D 6459 with 0.12 -inch Maximum C factor of Slopes from average raindrop size.* 0.15 using Revised Rainfall- Induced Test in one soil type. Soil Universal Soil Loss Erosion tested shall be loam as Equation (RUSLE) defined by the NRCS Soil Texture Triangle ** Dry Weight per D 6475 0.36 lb/sq. yd. Unit Area minimum Performance in D 6460 Test in one soil 1.0 lb/§q. ft. minimum Protecting type. Soil tested shall be Earthen loam as defined by the Channels from NRCS Soil Texture Stormwater- Triangle ** Induced Erosion Seed D 7322* 200 percent minimum Germination Enhancement Netting, it present, shall be biodegradable with a life span not to exceed one year. * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. I ** Available at: http: / /soils.usda.gov/ education / resources /lessons /texture /textural tri hi.igg ' Permanent erosion control blanket or turf reinforcing mat shall consist of UV stabilized fibers, filaments, or netting and shall meet the following requirements: Properties ASTM Test Method Requirements UV Stability D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc 49 * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. ** Available at: http: / /soils.usda.gov/ education / resources /lessons /texture /textural tri hi.ipg This section is supplemented with the following new sub - section: 9- 14.5(2)A Erosion Control Blanket Approval The Contractor shall select Erosion Control Blanket products that bear the Quality and Data Oversight and Review (QDOR) seal from the Erosion Control and Technology Council (ECTC). All materials selected shall be currently listed on the QDOR products list available at http:www.ectc.org /gdor. 9- 14.5(4) Geotextile - Encased Check Dam In the second paragraph, the second and third sentences are revised to read: The geotextile material shall overhang the foam by at least 6- inches at each end, and shall have apron type flaps that extend a minimum of 24- inches on each side of the check dam. The geotextile material shall meet the requirements for Temporary Silt Fence in Section 9- 33. 9- 14.5(5) Wattles This section is revised to read: Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5- inches in diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials such as preservatives. Netting material shall be free from cuts, tears, or weak places and shall have a minimum lifespan of 6 months. Compost filler shall be Coarse Compost and shall meet the material requirements as specified in Section 9- 14.4(8). If wood chips are used they shall meet the material requirements as specified in Section 9- 14.4(3). If wood shavings are used, 80 percent of the fibers shall have a minimum length of 6- inches between 0.030 and 0.50- inches wide, and between 0.017 and 0.13- inches thick. 50 device Protecting Slopes D 6459 with 0.12 -inch Maximum C factor of from Rainfall- average raindrop size.* Test 0.15 using Revised Induced Erosion in one soil type. Soil tested Universal Soil Loss shall be loam as defined by Equation (RUSLE) the NRCS Soil Texture Triangle ** Dry Weight per D 6475 0.50 lb/sq. yd. minimum Unit Area Performance in D 6460 Test in one soil type. 2.0 lb/sq. ft. minimum Protecting Soil tested shall be loam as Earthen Channels defined by the NRCS Soil from Stormwater- Texture Triangle ** Induced Erosion Seed Germination D 7322 200 percent minimum Enhancement * Utah State Protocol of 2.5:1 slope with rainfall simulated at 5- inches per hour for 60 minute duration, or TTI Protocol of 2:1 slope with rainfall simulated at 3.5- inches per hour with three successive test durations of 30 minutes each test in 24 hour intervals may be substituted. ** Available at: http: / /soils.usda.gov/ education / resources /lessons /texture /textural tri hi.ipg This section is supplemented with the following new sub - section: 9- 14.5(2)A Erosion Control Blanket Approval The Contractor shall select Erosion Control Blanket products that bear the Quality and Data Oversight and Review (QDOR) seal from the Erosion Control and Technology Council (ECTC). All materials selected shall be currently listed on the QDOR products list available at http:www.ectc.org /gdor. 9- 14.5(4) Geotextile - Encased Check Dam In the second paragraph, the second and third sentences are revised to read: The geotextile material shall overhang the foam by at least 6- inches at each end, and shall have apron type flaps that extend a minimum of 24- inches on each side of the check dam. The geotextile material shall meet the requirements for Temporary Silt Fence in Section 9- 33. 9- 14.5(5) Wattles This section is revised to read: Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5- inches in diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials such as preservatives. Netting material shall be free from cuts, tears, or weak places and shall have a minimum lifespan of 6 months. Compost filler shall be Coarse Compost and shall meet the material requirements as specified in Section 9- 14.4(8). If wood chips are used they shall meet the material requirements as specified in Section 9- 14.4(3). If wood shavings are used, 80 percent of the fibers shall have a minimum length of 6- inches between 0.030 and 0.50- inches wide, and between 0.017 and 0.13- inches thick. 50 9- 14.5(6) Compost Sock This section is revised to read: Compost socks shall consist of extra heavy weight biodegradable fabric, with a minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost. Compost Socks shall be at least 8- inches in diameter. The fabric shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials and shall be free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas and shall be free of any type of preservative. Coarse Compost filler shall meet the material requirements as specified in Section 9- 14.4(8). Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 -inch by 2 -inch nominal dimension and 36- inches in length, 9- 14.5(7) Coir Log This section is revised to read: Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted within woven netting made of bristle coir twine with minimum strength of 80 lbs tensile strength. The netting shall have nominal 2 -inch by 2 -inch openings. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a minimum density of 7 Ibs /cf. Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall have a notch to secure the rope ties. Rope ties shall be of '/4 -inch diameter commercially available hemp rope. 9- 14.6(1) Description The fourth paragraph is revised to read: Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with a sharp instrument. Cuttings may be collected. If cuttings are collected, the requirement to be nursery grown or held in nursery conditions does not apply. Written permission shall be obtained from property owners and provided to the Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with applicable sensitive area ordinances. Cuttings shall meet the following requirements: ' A. Live branch cuttings shall have flexible top growth with terminal buds and may have side branches. The rooting end shall be cut at an approximate 45 degree angle. ' B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes are cut from one to two year old wood. Live stake cuttings shall be cut and installed with the bark intact with no branches or stems attached, and be '/2 to 1Y2-inch in diameter. I C. Live pole cuttings shall have a minimum 2 -inch diameter and no more than three branches which shall be pruned back to the first bud from the main stem. 51 Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and becoming erect at the apex. Rhizomes shall have a minimum of two growth points. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. 9- 14.6(2) Quality The first paragraph is revised to read: At the time of delivery all plant material furnished shall meet the grades established by the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and shall conform to the size and acceptable conditions as listed in the Contract, and shall be free of all foreign plant material. The third paragraph is revised to read: All plant material shall be purchased from a nursery licensed to produce plants for sale in Washington State. This section is supplemented with the following new paragraph: All nurseries and nursery vendors must have a business license issued by the Washington State Department of Licensing with a "Nursery" endorsement. Upon request, the Contractor shall furnish the Engineer with copies of the applicable licenses and endorsements. 9- 14.6(3) Handling and Shipping Item numbers 8 and 9 are revised to read: 8. Size. (Height, runner length, caliper, etc. as required.) 9. Signature of shipper by authorized representative. Item numbers 10 and 11 are deleted. 9- 14.6(7) Temporary Storage The first paragraph is revised to read: Plants stored under temporary conditions prior to installation shall be the responsibility of the Contractor. 15.AP9 SECTION 9 -15, IRRIGATION SYSTEM January 4, 2010 The first paragraph is supplemented with the following: When the water supply for the irrigation system is from a non - potable source, irrigation components shall have lavender indicators supplied by the equipment manufacturer. 9 -15.3 Automatic Controllers This section is revised to read: The automatic controller shall be an electronic timing device for automatically opening and closing control valves for predetermined periods of time. The automatic controller shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge sheet aluminum alloy 6061 -T6 or 16 gauge sheet steel or unpainted, non - rusting industrial grade 52 stainless steel. The pedestal shall have a completely removable locking faceplate to allow easy access to wiring. The automatic controller housing shall have hasp and lock or locking device. All locks or locking devices shall be master keyed and three sets of keys provided to the Engineer. The controller shall be compatible with and capable of operating the irrigation system as designed and constructed and shall include the following operating features: 1. Each controller station shall be adjustable for setting to remain open for any desired period of time, from five minutes or less to at least 99 minutes. 2. Adjustments shall be provided whereby any number of days may be omitted and whereby any one or more positions on the controller can be skipped. r When adjustments are made, they shall continue automatically within a 14 -day cycle until the operator desires to make new adjustments. 3. Controls shall allow any position to be operated manually, both on or off, whenever desired, without disrupting the 14 day cycle. 4. Controls shall provide for resetting the start of the irrigation cycle at any time and advancing from one position to another. 5. Controllers shall contain a power on -off switch and fuse assembly. 6. Output shall be 24 volt AC with battery back up for memory retention of the 14 day cycle. 7. Both normally -open or normally - closed rain sensor compatibility. 9 -15.4 Irrigation Heads This section is supplemented with the following new paragraph: All instructions, special wrenches, clamps, tools, and equipment supplied by the manufacturer necessary for the installation and maintenance of the irrigation heads shall be turned over to the Engineer upon completion and acceptance of the project. 9 -15.5 Valve Boxes and Protective Sleeves This section including title is revised to read: 9 -15.5 Valve Boxes Valve boxes shall conform to the Plans and be extendible to obtain the depth required. All manual drain valves and manual control valves shall be installed in valve box with a vandal resistant lid as shown in the Plans. 9- 15.7(1) Manual Control Valves The third and fourth sentences are revised to read: ' The Contractor shall furnish three suitable operating keys. Valves shall have removable bonnet and stem assemblies with adjustable packing glands and shall house long acme threaded stems to ensure full opening and closing. ' 9- 15.7(2) Automatic Control Valves In the second paragraph, the first and second sentences are revised to read: Valves shall be of a normally closed design and shall be operated by an electronic solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic solenoids shall have a stainless steel plunger and be directly attached to the valve bonnets or body with all ' control parts fully encapsulated. In the fifth sentence of the second paragraph, "electric" is revised to read "electrical ". 53 9- 15.7(3) Automatic Control Valves With Pressure Regulator This section is revised to read: Automatic control valves with pressure regulators shall be similar to automatic control valves described in Section 9- 15.7(2) and shall reduce the inlet pressure to a constant pressure regardless of supply fluctuations. The regulator must be fully adjustable. 9 -15.8 Quick Coupling Equipment In the first paragraph, the first and second sentences are revised to read: Quick coupler valves shall have a service rating of not less than 125 -psi for non -shock cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded Semi -Red Brass conforming to ASTM B 584. In the fifth sentence of the first paragraph, "will' is revised to read "shall ". 9 -15.9 Drain Valves This section is revised to read: Drain valves may be a % -inch or 3/4 -inch PVC or metal gate valve manufactured for irrigation systems. Valves shall be designed for underground installation with suitable cross wheel for operation with a standard key, and shall have a service rating of not less than 150 -psi non -shock cold water. The Contractor shall furnish three standard operating keys per Contract. Drain valves shall be installed in a valve box with a vandal resistant lid as shown in the Plans. Drain valves on potable water systems shall only be allowed on the downstream side of approved cross connection control devices. 9 -15.10 Hose Bibs The first sentence is revised to read: Hose bibs shall be angle type, constructed of bronze or brass, threaded to accommodate a 3/4 -inch hose connection, and shall be key operated. 9 -15.11 Cross Connection Control Devices This section is revised to read: Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure backflow devices (RPBDs), 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. 9 -15.12 Check Valves The last sentence is revised to read: Valves shall have angled seats, Buna -N seals and threaded connections, and shall be installed in 8 -inch round plastic valve boxes with vandal resistant lids. 9 -15.14 Three -Way Valves The last sentence is revised to read: 54 When handles are included as an integral part of the valves, the Contractor shall remove the handles and give them to the Engineer for ultimate distribution to the Maintenance Division. 9 -15.15 Flow Control Valves The third sentence is revised to read: Valves shall be factory set to the flows as shown in the Plans. 9 -15.17 Electrical Wire and Splices This section is revised to read: Electrical wire used between the automatic controller and automatic control valves shall be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National recognized Testing Laboratory. Each conductor shall be color coded and marked at each end and at all splices with zone or station number identification. Low voltage splices shall be made with a direct bury splice kit using a twist -on wire ' connector and inserted in a waterproof polypropylene tube filled with a silicone electrical insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall consist of a mastic lined heavy wall polyolefin cable sleeve. 9 -15.18 Detectable Marking Tape The first paragraph is revised to read: Detectable marking tape shall consist of inert polyethylene plastic that is impervious to all ' known alkalis, acids, chemical reagents, and solvents likely to be encountered in the soil, with a metallic foil core to provide for the most positive detection and pipeline location. ' In the second paragraph, the first and second sentences are revised to read: The tape shall be color coded and shall be imprinted continuously over its entire length in permanent black ink indicating the type of line buried below and shall also have the word "Caution" prominently shown. ' The last paragraph is revised to read: The width of the tape shall be as recommended by the manufacturer based on depth of installation. 16.AP9 ' SECTION 9 -16, FENCE AND GUARDRAIL January 4, 2010 ' 9- 16.3(2) Posts and Blocks The first sentence in the second paragraph is revised to read: tTimber posts and blocks shall conform to the grade specified in Section 9 -09.2. 55 22.AP9 SECTION 9 -22, MONUMENT CASES January 4, 2010 9 -22.1 Monument Cases, Covers, and Risers In the first sentence, "Class 3013" is revised to read "Class 3513". 23.AP9 SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES April 5, 2010 9 -23.1 Sheet Materials for Curing Concrete In the first paragraph, " AASHTO M 171" is revised to read "ASTM C 171 ". 9 -23.2 Liquid Membrane Forming Concrete Curing Compounds In the first sentence of the first paragraph, " AASHTO M 148" is deleted and "(ASTM C 309)' is revised to read "ASTM C 309 ". 29.AP9 SECTION 9 -29, ILLUMINATION, SIGNAL, ELECTRICAL April 5, 2010 In this division, all references to "hot- dipped" are revised to read "hot- dip ". 9- 29.1(2)A Expansion Fittings, Deflection Fittings, and Combination Expansion /Deflection Fittings The following new paragraph is inserted after the first paragraph: Expansion fittings for use with PVC shall allow for 4- inches of movement minimum (2- inches in each direction). Expansion fittings for PVC conduit shall be PVC and have threaded terminal adaptor or coupling end and shall meet the requirements listed in Section 9- 29.1(4)A. 9 -29.4 Messenger Cable, Fittings This section is supplemented with the following: Messenger cable shall be % -inch, 7 -wire strand messenger cables conforming to ASTM A 475, extra - high- strength grade, 15,400 pounds minimum breaking strength, Class A galvanized. Strain insulators shall be wet process, porcelain, conforming to EEI -NEMA Class 54 -2 standards for 12,000 pound ultimate strength. Down guy assembly shall consist of an eight -way steel expanding anchor, having a minimum area of 300 square inches, made of pressed steel, coated with asphalt or similar preservative, and fitted with a 3/4 -inch minimum guy eye anchor rod 8 -feet long. As an alternate to expanding anchors, screw type anchors with two 8 -inch helix, 3'/2- inch - pitch, 1- inch by 7 foot guy anchor rod, and rated for 7,000 pound maximum torque may be installed. All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be hot - dipped galvanized in conformance with the requirements of AASHTO M 232. 9- 29.6(5) Foundation Hardware The first paragraph is revised to read: 56 Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO M 291, grade A. Washers shall meet the requirements of ASTM F 844 or ASTM F 436. 9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases and Sign Bridge Bases The content of this section is revised and moved to the following new sub - sections: 9- 29.7(1) Unfused Quick- Disconnect Unfused quick- disconnect connector kits shall conform to the following requirements: 1. The copper pin and copper receptacle shall be a crimped type of connection or a stainless steel set screw and lug connection to the cable. The receptacle shall establish contact pressure with the pin through the use of a tinned copper or copper beryllium sleeve spring and shall be equipped with a disposable mounting pin. The receptacle shall be fully annealed. Both the copper pin and receptacle shall have a centrally located recessed locking area adapted to be complementarily filled and retained by the rubber housing. 2. The plug and receptacle housing shall be made of water resistant synthetic rubber which is capable of burial in the ground or installation in sunlight. Each housing shall provide a section to form a water -seal around the cable, have an interior arrangement to suitably and complementarily receive and retain the copper pin or receptacle, and a section to provide a water -seal between the two housings at the point of disconnection. 3. The kit shall provide waterproof in -line connector protection with three cutoff sections on both the line and load side to accommodate various wire sizes. All connections shall be as described in item I" above. Upon disconnect, the connector shall remain in the load side of the kit. ' 9- 29.7(2) Fused Quick- Disconnect Fused quick- disconnect kits shall provide waterproof in -line fuse protection. The kit shall provide three cutoff sections on both lines and load side to accommodate various wire sizes. All connections shall be as described in item I" above. Upon disconnect, the fuse shall remain in the load side of the kit. ' Fuses furnished for all lighting circuits shall be capable of handling the operating voltage of the circuit involved and shall have the following characteristics: ' 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 2. Fuses shall be capable of supporting 135 percent of the rated load for ' approximately 1 hour. 3. A load of 200 percent of rated load shall effectively cause instantaneous blowing of the fuse. ' 4. Fuses shall be rated as listed below and shall be sized to fit the fuse containers furnished on this project, according to the manufacturer's recommendations ' therefore. 5. Fuses shall be listed by a nationally recognized testing laboratory. 57 Luminaire Service Voltage Size 480V 240V 120V 1,000W 10A 15A 30A 75OW 5A 10A 20A 70OW 5A 10A 20A 40OW 5A 10A 15A 310W 5A 5A 10A 250W 5A 5A 10A 20OW 4A 5A 10A 175W 4A 5A 10A 150W 3A 4A 5A 100W 2A 3A 4A 70W 2A 2A 2A 50W 2A 2A 2A 9 -29.9 Ballast, Transformers This sections content is deleted and replaced with: Heat - generating components shall be mounted to use the portion of the luminaire upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable from heat - generating components or shall be thermally shielded to limit the fixture temperature to 160 °F. Transformers and inductors shall be resin - impregnated for protection against moisture Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. No capacitor, transformer, or other device shall employ the class of compounds identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other purpose. This section is supplemented with the following new sub - sections: 9- 29.9(1) Ballast Each ballast shall have a name plate attached permanently to the case listing all electrical data. A Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3 meeting the manufacturers and these Specification requirements, shall be submitted by the Contractor with each type of luminaire ballast. Ballasts shall be designed for continuous operation at ambient air temperatures from 20 °F without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or short- circuited condition and without measurable reduction in the operating requirements. All ballasts shall be high power factor (90 %). Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, Methods of Measurement of High- Intensity- Discharge Lamp Ballasts. Starting aids for ballasts of a given lamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without adjustment. 58 ' Ballast assemblies shall consist of separate components, each of which shall be capable of being easily replaced. A starting aid will be considered as a single component. Each component shall be provided with screw terminals, NEMA tab connectors or a single multi- , circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Ballasts for high - pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the lamp- voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of lamp voltage. This requirement ' shall be met not only at the rated input voltage of the ballast, but also the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast curve shall fall within the specified limits of lamp voltage and wattage. ' All luminaires ballasts shall be located within the luminaire housing. The only exception shall be ballasts to be mounted on lowering assemblies and shall be external to, and attached to the fixture assembly. Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources shall be: Sourc Line Lamp Ballast Type Input Lamp e Volt. Wattage Voltage Wattage Variation Variation HPS any 70 400 Mag. Reg. 10% 18% Lag HPS any 750 Auto Reg. 10% 30% 1000 Lead CWA MH any 175 400 Mag. Reg. 10% 18% Lag MH any 1000 Auto Reg. 10% 30% Lead CWA 9- 29.9(2) Transformers The transformers to be furnished shall be indoor /outdoor dry type transformers rated as shown in the Plans. The transformer coils, buss bar; and all connections shall be copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, one at 5% and one at 10% below the normal full capacity. 9 -29.10 Luminaires This section is revised to read: All luminaires shall have their components secured to the luminaire frame with ANSI, 300 series chrome - nickel grade stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. The luminaire slip -fitter bolts shall be either stainless steel, hot -dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal luminaire assemblies shall be assembled on or fabricated from either stainless steel or galvanized steel. The housing, complete with integral ballast, shall be weathertight. The temperature rating of all wiring internal to the luminaire housing, excluding the pole and bracket cable, shall equal or exceed 200 °F . 59 All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall be 3- inches square with Gothic bold, black 2 -inch legend on colored background. Background color shall be gold for high pressure sodium, and red for metal halide light sources. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. Legends shall correspond to the following code: Lamp Wattage Legend 70 7 100 10 150 15 175 17 200 20 250 25 310 31 400 40 700 70 750 75 1,000 XI 9- 29.10(1) Cobra Head Luminaires This sections content including title is revised to read: 9- 29.10(1) Conventional Roadway Luminaires A. Conventional highway luminaires shall be IES Type III medium distribution cut off cobra head configuration with horizontal lamp, rated at 24,000 hours minimum. B. The ballast shall be mounted on a separate exterior door, which shall be hinged to the luminaire and secured in the closed position to the luminaire housing by means of an automatic type of latch (a combination hex/slot stainless steel screw fastener may supplement the automatic type latch). C. The reflector of all luminaires shall be of a snap -in design or be secured with screws. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The refractor or lens shall be mounted in a doorframe assembly which shall be hinged to the luminaire and secured in the closed position to the luminaire by means of automatic latch. The refractor or lens and doorframe assembly, when closed, shall exert pressure against a gasket seat. The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets shall be composed of material capable of withstanding temperatures involved and shall be securely held in place. D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a 2- inch pipe tenon and capable of being adjusted within 5 degrees from the axis of the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not bottom out on the housing bosses when adjusted within the ±5 degree range. No part of the slipfitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.2 -inch when the cap screws used for mounting are tightened to a torque of 32 pounds feet. M. E. Refractors shall be formed from heat resistant, high impact, molded borosilicate glass. Flat lens shall be formed from heat resistant, high impact borosilicate or tempered glass. F. High pressure sodium conventional roadway luminaires shall be capable of accepting ' a 150, 200, 250, 310, or 400 watt lamp complete with ballast. G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall withstand a 1,000 -hour salt spray test as specified in ASTM B 117. H. All luminaires to be mounted on horizontal mast arms, shall be capable of withstanding ' cyclic loading in: 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak -to -peak ' sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts, and; 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. I. All luminaires shall have leveling reference points for both transverse and longitudinal adjustment. Luminaires shall have slip- fitters capable of adjusting through a 5- degree axis for the required leveling procedure. 9- 29.10(2) Decorative Luminaires In the first paragraph, "150 - 400" is revised to read "50 - 400 ". In the second paragraph, "box shaped" is deleted. In the third paragraph, the first sentence is deleted. The second sentence is revised to read: I The ballast housing shall be adequately constructed to contain ballasts for 50 - 400 watt alternate high intensity discharge sources. ' The fourth paragraph is revised to read: Each housing shall consist of an integral reflector, containing a mogul based high intensity ' discharge lamp, and a one piece heat and shock resistant, clear tempered lens mounted in a gasketed, hinged frame. The reflector shall be a snap -in design or secured with screws. The reflector assembly shall have a lamp vibration damper. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The housing shall have a heat resistant finish. The lens frame shall be secured to the housing with ANSI, 300 series chrome - nickel grade stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. ' The last sentence in the fifth paragraph is deleted. ' The sixth paragraph is deleted. The seventh paragraph is revised to read: t 61 The finish shall meet the requirements of ASTM B 117 with the exception that the finish shall be salt spray resistant after 300 hours exposure . The first sentence in the eight paragraph is deleted. 9- 29.10(3) High Mast Luminaires and Post Top Luminaires This sections content including title is deleted and replaced with: 9- 29.10(3) Vacant 9- 29.10(5) Sign Lighting Luminaires This section is revised to read: Sign lighting luminaires shall be the Induction Bulb type. 9- 29.10(5)A Sign Lighting Luminaires - Mercury Vapor This section including title is revised to read: 9- 29.10(5)A Sign Lighting Luminaires — Isolation Switch The isolation switch shall be installed in a terminal cabinet in accordance with Section 9- 29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall be either single pole, single throw, or double pole single throw as necessary to open all conductors to the luminaires other than neutral and ground conductors. The switch shall contain 600 volt alternating current (VAC) terminal strips on the load side with solderless lugs as required for each load carrying conductor plus four spare lugs per strip. 9- 29.10(5)B Sign Lighting Fixtures - Induction The first sentence is revised to read: Sign lighting luminaires shall have a cast aluminum housing and door assembly with a polyester paint finish. In the second sentence of the sixth paragraph, "87" is revised to read "85 ". In the last sentence of the sixth paragraph, "Class a" is revised to read "Class A ". The first sentence of the last paragraph is revised to read: A Manufacturer's Certificate of Compliance, conforming to Section 1 -06.3 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator test methods and results shall be submitted by the manufacturer with each lot of sign lighting fixtures. 9 -29.12 Electrical Splice Materials This section is revised to read: Circuit splicing materials shall meet the following specifications. 9- 29.12(1) Illumination Circuit Splices This section is revised to read: Illumination circuit splices shall be split bolt vice type connectors or solderless crimped connections to securely join the wires both mechanically and electrically as defined in Section 8- 20.3(8). 62 ' This section is supplemented with the following new sub - sections: 9- 29.12(1)A Heat Shrink Splice Enclosure ' Heat shrink insulating materials shall be the moisture blocking mastic type meeting Mil Spec 1230053 ' 9- 29.12(1)B Molded Splice Enclosure Epoxy resin cast type insulation shall employ a clear rigid plastic mold or a clear mylar sheet bonded to butyrate webbing forming a flexible mold. The material used shall be ' compatible with the insulation material of the insulated conductor or cable. The component materials of the resin insulation shall be packaged ready for convenient mixing without removing from the package. ' 9- 29.12(2) Traffic Signal Splice Material This section is revised to read: ' Induction loop splices and magnetometer splices shall include an uninsulated barrel type crimped connector capable of being soldered. The insulating material shall be a heat shrink type meeting requirements of Section 9- 29.12(1)A, an epoxy resin cast type with ' clear rigid plastic mold meeting the requirements of Section 9- 29.12(1)B, or a re- enterable type with silicone type filling compound that remains flexible and enclosed in a re- enterable rigid mold that snaps together. ' 9 -29.15 Flashing Beacon Control In the first paragraph, the first word "Flashers" is revised to read "Line voltage flashers ". ' 9 -29.18 Vehicle Detector The first paragraph is revised to read: ' Induction loop detectors and magnetometer detectors shall comply with current NEMA Specifications when installed with NEMA control assemblies and shall comply with the current California Department of Transportation document entitled "Transportation ' Electrical Equipment Specifications," specified in Section 9- 29.13(7) when installed with Type 170, Type 2070 or NEMA control assemblies. 30.AP9 SECTION 9 -30, WATER DISTRIBUTION MATERIALS January 4, 2010 ' 9- 30.1(1) Ductile Iron Pipe In the first paragraph, number 1. and 2. are revised to read: ' 1. Ductile iron pipe shall meet the requirements of AWWA C151. Ductile iron pipe shall have a cement mortar lining, and a 1 mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe to be joined using bolted flanged joints shall be Special Thickness Class 53. All other ductile iron pipe shall be Special Thickness Class 50, minimum Pressure Class 350, or the class indicated on the Plans or in the Special Provisions. 2. Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. ' 9- 30.1(2) Polyethylene Encasement This section is revised to read: 63 Polyethylene encasement shall be tube -form, high density cross - laminated polyethylene film, or linear low density polyethylene film, meeting the requirements of ANSI /AWWA C105. Color shall be natural or black. 33.AP9 SECTION 9 -33, CONSTRUCTION GEOSYNTHETIC April 5, 2010 9- 33.4(3) Acceptance Samples The third paragraph is revised to read: Samples from the geosynthetic roll will be taken to confirm the material meets the property values specified. Samples will be randomly taken at the job site by the Contractor in accordance with WSDOT T 914 in the presence of the Project Engineer. The first sentence in the sixth paragraph is revised to read: For each geosynthetic roll that is tested and fails the Project Engineer will select two additional rolls from the same lot for sampling and retesting. The Contractor shall sample the rolls in accordance with WSDOT T 914 in the presence of the Project Engineer. 35.AP9 SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS January 4, 2010 9 -35.0 General Requirements In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable Attenuator ". In the second paragraph, the third sentence is revised to read: Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified Products List (QPL) submittals are not required. 9 -35.12 Truck - Mounted Attenuator This section including title is revised to read: 9 -35.12 Transportable Attenuator Transportable attenuators are Truck - Mounted Attenuators (TMA) or Trailer- Mounted Attenuators (TMA - trailer). The transportable attenuator shall be mounted on, or attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the Contractor are subject to the approval of the Engineer. The Contractor shall provide the Engineer with roll -ahead distance calculations and crash test reports illustrating that the proposed host vehicle is appropriate for the attenuator and the site conditions. The transportable attenuator shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non - reflective 64 ' black and retro - reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. ' This section is supplemented with the following new sub - sections: 9- 35.12(1) Truck - Mounted Attenuator ' The TMA may be selected from the approved units listed on the QPL or submitted using a RAM. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. ' 9- 35.12(2) Trailer- Mounted Attenuator The TMA - trailer may be selected from the approved units listed on the QPL or submitted using a RAM. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. t9- 35.12(3) Submittal Requirements For transportable attenuators listed on the QPL, the Contractor shall submit the QPL ' printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350 -071 EF) for the product proposed for use to the Engineer for approval. The Contractor shall submit a RAM for transportable attenuators not listed on the QPL. 65 CONTRACT PROVISIONS Special Provisions Contract Form Performance Bond Form Informational Certificate of Insurance Informational Additional Insured Endorsement Minimum Wage Affidavit Form SPECIAL PROVISIONS ' The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2010 Standard Specifications for Road, Bridge and Municipal Construction, ' and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and ' Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision ' ) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision ' (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to ' many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". ' Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: ' Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". ' Project Specific Special Provisions normally appear only in the contract for which they were developed. 1 67 Regions' ER Eastern Region NCR North Central Region NWR Northwest Region ' OR Olympic Region SCR South Central Region SWR Southwest Region ' WSF Washington State Ferries Division ' Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill -in ". ' Project Specific Special Provisions normally appear only in the contract for which they were developed. 1 67 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This work shall consist of furnishing all labor, materials and equipment required to reconstruct and improve the intersection at N. 66th Avenue and Summitview Ave. This will include widening Summitview Ave. along the south side with new curb and gutter and sidewalk to accommodate a left turn lane and reconstructing a short segment of the north curb and gutter and sidewalk east from the curb return, and cold planning the existing pavement between the existing curbing for construction of a new overlay pavement; widening the north leg of N. 66th Avenue with new curb and gutter and sidewalks to accommodate a left turn lane; and installing a new traffic signal and illumination system. All in accordance with the Plans and Specifications as prepared by the City Engineer of the City of Yakima. 1 -01 DEFINITIONS AND TERMS 1 -01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary", "Headquarters ", and "State Treasurer' shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. I Dates Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. ' Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, ' and equestrian traffic. 1 -02 BID PROCEDURES AND CONDITIONS ' 1 -02.1 Prequalification of Bidders ' Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder ' (March 25, 2009 APWA GSP) Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: 69 Bid Opening Date ' The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest ' responsible and responsive bidder for the work. Contract Execution Date ' The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date ' The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation ' required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before ' establishment of this date. Final Acceptance Date ' The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the ' Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. ' Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, ' and equestrian traffic. 1 -02 BID PROCEDURES AND CONDITIONS ' 1 -02.1 Prequalification of Bidders ' Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder ' (March 25, 2009 APWA GSP) Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: 69 "Before award of a public works contract, a bidder must meet the following responsibility criteria to be considered a responsible bidder and qualified to be awarded a public works project. The bidder must: (a) At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; (b) Have a current state unified business identifier number; (c) If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW; and (d) Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3)." 1 -02.2 Plans and Specifications (October 5, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Reduced plans (11" x 17 ") 2 and Contract Provisions Large plans (e.g., 22" x 34 ") N/A and Contract Provisions Basis of Distribution Based on Availability Furnished only upon request. Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1 -02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. 70 J The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice ' president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE ■ requirements are to be satisfied through such an agreement. C A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. 1 -02.6 Preparation of Proposal Revise this section as follows: Delete the fifth and sixth paragraphs. 1 -02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; ' 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. ' If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. ' 1 -02.9 Delivery of Proposal (..... APWA GSP) ' Revise the first paragraph to read: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the 71 envelope, or as otherwise stated in the Bid Documents, to ensure proper handling and delivery. 1 -02.12 Public Opening Of Proposal Section 1 -02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at the office of the City Clerk, City of Yakima, 129 North Second Street, Yakima, WA 98901. The bid opening date for this project is as listed in the invitation to bid. Bids received will be publicly opened in the City of Yakima Council chambers and read after 2:00 P.M. on this date. Contact: Brett Sheffield, PE at (509) 576 -6797 with any Technical questions on this project. 1 -02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: 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, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1 -02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 72 1 Ll 1 u 1 -02.14 Disqualification of Bidders ( * * * ** APWA GSP) Revise this section to read: 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as iudged from the standpoint of conduct of the work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; e. There is uncompleted work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the work; or i. There are any other reasons deemed proper by the Contracting Agency. 1 -02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county ' where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1 73 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1 -03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within TEN (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall 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 SEVEN (7) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: Be on a Contracting Agency- furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and 74 11 L� u b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution power of attorney or a letter to such effect by the president or vice - president).. 1 -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 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 75 1 -04.11 Final Cleanup Supplement this section 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 1 -05.1 Authority of the Engineer Supplement this section with the following: 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, or 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 Add the following: The Contractor shall be responsible for all project surveying. 1 -05.5 Survey Monuments Add the following New Section: The Contractor will reference all known existing monuments or markers relating to subdivisions, plats, roads, street centerline intersections, etc. The Contractor shall take special care to protect these monuments or markers and also the reference points. In the event the Contractor is negligent in preserving such monuments and markers, the points will be reset by a licensed surveyor at the Contractor's expense. All Washington State Laws regarding survey monuments are applicable and contactor shall familiarize themselves with WAC statutes. 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 76 ' in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. ' If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the ' Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, ' and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. ' 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 t(October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. ' The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. . If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. 77 The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 78 t1 -05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) ' Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. ' 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) ' Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All ' correspondence from the Contractor constituting any notification notice of protest notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Proiect Engineer's office. Electronic copies such as a -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. ' 1 -05.16 Water and Power Add the following new section: ' (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and ' water as a pay item. 1 -06 CONTROL OF MATERIAL ' 1 -06 Buy America Section 1 -06 is supplemented with the following: ' (August 6, 2007) The major quantities of steel and iron construction material that is permanently ' incorporated into the project shall consist of American -made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American -made material is defined as material having all" manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. ' If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy 79 America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350- 109EF. 1- 06.2(1) Samples and Tests for Acceptance Supplement this section 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. ' The sampling frequency is as follows: Trench Backfilling Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. ' Compaction shall conform to Section 7- 08.3(3) or 7- 09.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified ' Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. ' Roadway embankment compaction shall be as specified in Section 2- 03.3(14). Subgrade Preparation ' Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. ' Subgrade compaction shall be as specified in Section 2- 06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for ' every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). ' Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement ' and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required ' density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. ' Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10) B of these Special Provisions. ICement Concrete Curb. Gutter and Sidewalk 81 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 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed Supplement this section with the following: (October 1, 2005 APWA GSP) In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 82 1 -07.2 State Sales Tax Delete this section, including its sub - sections, in its entirety and replace it with the following: (October 1, 2005 APWA GSP) 1- 07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract ' amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(3) describes this exception. 1- 07.2(3) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or ' existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, ' whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, ' retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or ' a subcontractor makes on the purchase or rental of tools, machinery, equipment, or 83 The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(2) State Sales Tax — Rule 171 ' WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or t road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(3) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or ' existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, ' whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, ' retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or ' a subcontractor makes on the purchase or rental of tools, machinery, equipment, or 83 consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1 -07.2 State Sales Tax Supplement Section 1 -07.2 (APWA GSP) with the following: Rule 171 shall apply to this project. 1 -07.5 Environmental Regulations 1- 07.5(4) Air Quality Supplement this section with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574- 1410. 1 -07.6 Permits and Licenses Supplement this section with the following: (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. 1- 07.11(10)B Required Records and Retention Revise the second sentence of the first paragraph as follows: Replace "Washington State Department of Transportation or Federal Highway Administration" with "the Contracting Agency" The third paragraph is revised to read as follows: The Contractor and all subcontractors on this project shall submit WSDOT Form 820- 010 to the Engineer by the Fifth of the month during the term of the Contract. 1 -07.15 Temporary Water Pollution /Erosion Control 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan Section 1- 07.15(1) is supplemented with the following: (August 3, 2009) The Contractor shall address the following items in the SPCC Plan in addition to the requirements of Section 1- 07.15(1): 84 Mixing, Transfers, & Storage 1. All oil, fuel or chemical storage tanks or containers shall be diked and located on impervious surfaces so as to prevent spill from escaping. ' 2. All liquid products shall be stored and mixed on impervious surfaces in a secure water tight environment and provide containment to handle the ' maximum volume of liquid products on site at any given time. 3. Proper security shall be maintained to prevent vandalism. 4. Drip pans or other protective devices shall be required for all transfer operations. ' Spills Paint and solvent spills shall be treated as oil spills and shall be prevented from reaching storm drains or other discharges. No cleaning solvents or chemicals ' used for tool or equipment cleaning may be discharged to the ground or water. Maintenance of Equipment- , Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc, shall be checked regularly for drips or leaks and shall be maintained and stored properly to prevent spills into State waters. Disposal Spilled waste, chemicals or petroleum products shall be transported off site for disposal at a facility approved by the Department of Ecology. The materials shall not be discharged to any sanitary sewer without approval of the local sewer authority. ' Reporting and Cleanup The Contractor's designated person for managing and implementing the SPCC Plan shall report hazardous material spills as follows: Spills into State water (including ponds, ditches, seasonally dry streams, and wetlands) — Immediately call all of the following: National Response Center 1- 800 - 424 -8802 WA State Div. of Emergency Management (24 hr) 1- 800 - 258 -5990 ' Ecology Central Regional Office 509- 575 -2490 Spill to Soil (Including encounters of pre- existing contamination): ' Ecology Central Regional Office 509- 575 -2490 Report immediately if threatening to health or environment (i.e., ' explosive, flammable, toxic vapors, shallow groundwater, nearby creek), otherwise within 90 days Underground Storage Tank (confirmed release of material) ' Ecology Central Regional Office 509 - 575 -2490 Report within 24 hours 85 1 -07.17 Utilities And Similar Facilities Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. 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. The Contractor shall call the Utility Location Request Center (One Call Center), for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, State, or Federal holiday. The telephone number for the One Call Center for this proiect is listed below. If no one - number locator service is available for one or more utility owners, notice shall be provided individually to those owners known to or suspected of having underground facilities within the area of proposed excavation. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. 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: Qwest 8 W. 2nd Ave., Room 304 Yakima, WA. ' 98902 509 - 575 -7183 Charter Communications 1005 N. 161h Ave. Yakima, WA. 98902 509 - 575 -1697 1- 866 - 731 -5420 ' Nob Hill Water Association 6111 Tieton Dr.. Yakima, WA. 98908 509 - 966 -0272 City of Yakima Wastewater Division 2220 E. Viola Yakima, WA. 98901 509 - 575 -6077 ' Cascade Natural Gas Corp. 401 N. 151 St. Yakima, WA. 98901 509 - 457 -5905 Pacific Power P.O. Box 1729 Yakima, WA. 98907 509 - 575 -3146 ' The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1- 800 - 553 -4344, at least 48 hours prior to start of excavation so ' that underground utilities may be marked. It shall be the Contractor's responsibility to investigate the presence and location of all I utilities prior to bid opening and to assess their impacts on his construction activities. 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 existing utility 1 86 ' locations, along with familiarizing himself with plans and schedules for the installation of new, relocated, or adjusted utilities. Both public and private utility organizations, along ' with private contractors working for these organizations, may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. ' The Contractor shall arrange with the owners and operators of the respective utility systems to mark the locations and, if necessary or prudent, to expose the existing ' utilities prior to construction of the facilities contained in this Contract. 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 (May 10, 2006 APWA GSP) 1- 07.18(1) General Requirements ' A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the ' insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. ' B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). ' C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. ' The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and ' the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to ' assure financial responsibility for liability for services performed. D. The insurance polices 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. All insurance policies and Certificates of Insurance shall include a requirement providing for a minimum of 30 days prior written notice to the Contracting Agency of any cancellation in any insurance policy. 1 87 G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): the Contracting Agency and its officers, elected officials, employees, agents, volunteers, and appointed officials. The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. 1- 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. Specifically the wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 30 days, to the City of Yakima. 88 4 Add the following text in the section entitled DESCRIPTION OF OPERATIONS ' LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT SPECIAL PROVISIONS. ' The City of Yakima, its officers, elected or appointed officials, employees, agents, and volunteers are additional insured's for N. 66th Ave. & Summitview Ave. Intersection Improvement Project, City Project ' No. 2191. 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 failing within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: ' Per project aggregate Premises /Operations Liability ' Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability ' Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) ' Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) ' Such policy must l $1,000,000 $2,000,000 ' $1,000,000 $1,000,000 )rovide the following minimum limits: Each Occurrence General Aggregate Products & Completed Operations Aggregate Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident ' $1,000,000 Disease - Policy Limit $1,000,000 'Disease - Each Employee ' 1- 07.18(5)B Automobile Liability Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 t 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 89 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1- 07.18(5)H Professional Liability (May 10, 2006 APWA GSP) The Contractor and /or its Subcontractor and /or its design consultant providing construction management, value engineering, or any other design - related non - construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions. Such policy must provide the following minimum limits: $1,000,000 per Claim If the scope of such design - related professional services includes work related to pollution conditions, the Professional Liability insurance shall include Pollution Liability coverage. If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. 1 -07.24 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 right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire all for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1- 08.0(2) Hours of Work (May 25, 2006 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting ' Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8- ' hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. ' If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8- ' hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. ' 91 Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. 1 -08.1 Subcontracting Section 1 -08.1 is supplemented with the following: (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421 -012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. 1 -08.3 Progress Schedule The supplement this section with the following: 92 The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The Schedule shall conform to the working time and time of completion established under the terms of the Contract and shall be subject to modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. The section is supplemented by the following: The Contractor shall submit a weekly activity, schedule to the Construction Engineer before 9:00 a.m. on the Friday prior to the week indicated on the schedule. If -the Contractor proceeds with work not indicated on his weekly activity ' schedule, or in a sequence differing from that which he has shown on his schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule.. ' 1 -08.4 Prosecution of Work Revise this section to read: ' 1 -08.4 Notice to Proceed and Prosecution of the Work (October 1, 2005 APWA GSP) ' Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the ' Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in. writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) ' specified in the contract. ' 1 -08.5 Time For Completion (March 13, 1995) Section 1 -08.5 is supplemented with the following: ' This project shall be physically completed within sixty (60) working days. ' (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read. ' Contract time shall begin on the first working day following the Notice to Proceed Date. 1 93 Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) b. Material Acceptance Certification Documents C. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1 -07.24 1 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. 1 -09 MEASUREMENT AND PAYMENT 1 -09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: 94 1 The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.9 Payments (October 10, 2008 APWA GSP) Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. For items Bid as lump sum, with a bid price of more than or equal to $20,000, the Contractor shall submit a breakdown of their lump sum price in sufficient detail for the Project Engineer to determine the value of the Work performed on a monthly basis. Lump sum breakdowns shall be provided to the Project Engineer no later than the date of the preconstruction conference. Delete the third paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor ' commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. t The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. ' 2. Lump Sum Items in the Bid Form — partial payment for lump sum Bid items will be a percentage of the price in the Proposal based on the Engineer's determination of the amount of Work performed, with consideration given to, but not exclusively based on, the Contractor's lump sum breakdown for that item. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: ' 1. Retainage per Section 1- 09.9(1); 2. The amount of Progress Payments previously made; and ' 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable tperformance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be 1 95 final in accordance with Section 1 -05.1. Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work performed by a subcontractor are subject to the provisions of RCW 39.04.250. 1- 09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1 -09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1- 09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1 -10 TEMPORARY TRAFFIC CONTROL 1- 10.2(1) General (December 1, 2008) Section 1- 10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 The American Traffic Safety Services Association t 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 1 -10.4 Measurement ' 1- 10.4(1) Lump Sum Bid for Project (No Unit Items) Section 1- 10.4(1) is supplemented with the following: ' (August 2, 2004) The proposal contains the item "Project Temporary Traffic Control," lump sum. The ' provisions of Section 1- 10.4(1) shall apply. 1 97 DIVISION 2 - EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.2 Disposal of Usable Material and Debris Revise the third paragraph and single sentence as follows: Change the word "three" to "two ". 2- 01.2(1) Disposal Method No. 1 -Open Burning This section is deleted. 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.3 Construction Requirements Supplement this section 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 and 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 a 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 haul the removed materials from the project. Damage caused to that portion of the pavement, curb and gutter or sidewalk that is to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs 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 Revise this section by adding the following: Where saw cutting is necessary the contractor shall be paid by the linear foot per inch depth which shall include all labor and equipment required to do the cut. 2 -02.5 Payment Add the following pay item: "Saw Cut, Per Inch Depth ", per linear foot. .; ' 2 -07 WATERING I 2-07.3 Construction Requirements Supplement this section with the following: ' The Contractor shall secure permission from and comply with all requirements of the Nob Hill Water Association before obtaining water from fire hydrants. The Contractor shall notify the Engineer as soon as such permission is granted. ' The Contractor shall use hydrant wrenches only to open hydrants. While using hydrants, the contractor shall make certain that the hydrant valve is fully open in ' order to prevent damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge ' in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. If a hydrant is damaged due to the Contractor or an employee of the Contractor, the Contractor shall immediately notify the water utility so that the damage can be repaired as quickly as possible. ' Upon completing the use of the hydrants, the Contractor shall notify the water utility so that the hydrants may be inspected for possible damage. Any damage resulting from the use of the hydrants by the Contractor will be repaired by the I water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. ' The Contractor shall furnish all equipment and tools, except the metered hydrant connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant use. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in ' the event of fire. 2 -07.4 Measurement This section is revised to read: ' Water shall be measured with the metered hydrant connection provided by Nob Hill Water Association. All costs for the use of the water shall be incidental to ' other related work, including but not limited to compaction, dust control etc. ' 2 -07.5 Payment This section is revised to read: ' Water will be furnished by Nob Hill Water Association in accordance with their requirements and charges. The Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. t 1 99 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT 5- 04.3(5)E Pavement Repair Supplement this section with the following: The work included in this section shall be construction and /or repair of roadway surfaces disturbed by construction or reconstruction of the curb and gutter installed under the contract. Pavement depth shall match the depth of the surrounding pavement for areas where the existing curb is to be removed and replaced in or near its original location such as at curb returns that are to remain substantially in the same location but are to be reconstructed. At the locations where the new traffic lanes are to be constructed in Summitview Ave. the pavement shall be constructed in accordance with the Principle Arterial as shown on the City of Yakima Project Detail P -1. The section for N. 66th Ave. shall conform to the Collector Arterial Section as shown on the City of Yakima Project Detail P -2. The pavement surface between the existing curbs of Summitview Ave., within the limits shown on the plans, shall be planed to a depth of 0.17 feet to match the top of the ATB lift of the new traffic lanes and a complete overlay shall then be placed to final grade after the ATB lift of the fill -in section has been completed. The paving material for this project shall be HMA Cl. '/2" PG 64 -28. 5- 04.3(13) Surface Smoothness The last paragraph is revised with the following: When utility appurtenances such as manhole rings and lids, catch basin frames and grates, inlet frames and grates, and water valve boxes are encountered or are to be located within the asphalt pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures, and new Monument Cases for all monuments as shown on the plans. Utility Castings shall not be adjusted until the pavement is completed, at which time the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus 2 feet. The new rim shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1 -1/2 " below the finished pavement surface. On the following day, the concrete, the edges of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement. HMA Class '/2 ", PG 64 -28 shall then be placed and compacted with hand tampers and a patching roller. 100 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 to the first sentence: "or reconstructed," after the word "constructed ". 5- 04.3(17) Paving Under Traffic Revise the last paragraph and sentence as follows: Change the phrase "except temporary pavement markings," to "including temporary pavement markings," 5 -04.5 Payment Delete the following Sections of 5 -04 Hot Mix Asphalt 5- 04.5(1) Quality Assurance Price Adjustments THROUGH 5- 04.5(1)6 Price Adjustment for Quality HMA Compaction. 101 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -04 STORM SEWERS 7 -04.2 Materials Supplement this section with the following: The new 12 inch cross drain shown on the plans shall be Corrugated Polyethylene Storm Sewer Pipe. The pipe reconnecting to the existing storm drain out of the new catch basin at the east end of the cross drain shall be compatible with the existing pipe to accomplish a tight connection. With the Engineer's approval, the Contractor may use any of the approved types of pipe listed in this section. The Contractor shall investigate and make such determination prior to construction. 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7 -05.3 Construction Requirements 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade Revise this section to read: Manholes, catch basins frames and grates, inlet frames and grates, and 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 water /drain manholes shall first be removed and disposed of and shall be replaced in accordance with Section 9- 05.15(1) of these Special Provisions. Existing catch basin frames and grates, existing inlet frames and grates, and existing water valve boxes shall first be removed and disposed of and shall be replaced with new catch basins frames and grates, new inlet frames and grates, and /or new water valve boxes for installation to the finished elevation unless otherwise directed by the Engineer. The Contractor shall contact Nob Hill Water Association to determine the correct replacement valve boxes. Existing telephone manhole rings and covers shall be removed and thoroughly cleaned for re -use following the paving operation. Contact Glen Stevenson of Qwest at (509) 575 -7161 to obtain and coordinate pick up of adjustment risers if needed for adjusting the rings and covers to the new finished surface. 7 -05.4 Measurement Add the following: Adjustment of water valve boxes will be per each. Supplement this section with the following: Adjustment of manholes, telephone manhole, catch basins, inlet frames and grates, and /or water valve boxes for this project shall include furnishing the new casting components as applicable. 102 I 7 -05.5 Payment Add the following bid items: "Adjust Telephone Manhole ", per each "Adjust Valve Box ", per each ' Add the following items to the paragraph that directly follows the "Adjust Inlet ", per each bid item: ' "Adjust Telephone Manhole" and "Adjust Valve Box ". Supplement this section with the following: ' Under the "Adjust....." items the unit Contract price per each shall also include, for this project, providing the new castings associated with each as applicable. ' 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.2 Materials ' Add the following: Crushed Surfacing Top Course (for Trench Backfill) 9- 03.9(3) ' 7- 08.3(1)A Trenches ' Delete paragraph 8. 7- 08.3(1)C Bedding the Pipe Supplement paragraph 2 with the following: All pipe shall be bedded as shown on the Typical Sewer Trench Detail S4 of the ' City of Yakima Standard Details except for pipe installed by Directional Drilling. 7- 08.3(3) Backfilling Add the following paragraph: ' All street - crossing trenches and all other areas, as directed by the Engineer, shall be backfilled for the full depth of the trenches with Crushed Surfacing Top ' Course (for Trench Backfill). 7 -08.4 Measurement ' Add the following: Crushed Surfacing Top Course (for Trench Backfill) will be measured by the Ton. ' 7 -08.5 Payment Add the following pay item: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. 1 103 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -04 CURBS, GUTTERS, AND SPILLWAYS 8 -04.3 Construction Requirements Supplement this section with the following: Where existing curbing is to be removed and replaced with new curbing, and where new curbing for new roadway lanes is to be constructed, and in performing the removal of the existing curbing for such work the adjacent existing pavement is disturbed, the contractor shall trim the existing pavement in a neat line in preparation for HMA pavement construction. 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8 -06.1 Description Supplement this section with the following: The work of this section shall include the installation of Cement Concrete Residential Driveway Approaches in accordance with the City of Yakima Project Detail P -3 Residential Driveway Approach and Section 5 -05. 8 -06.3 Construction Requirements Replace the first paragraph with the following: Cement concrete driveway approaches and cement concrete residential 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 Residential Driveway Approaches shall be measured per square yard at the locations shown on the plans and in accordance with the City of Yakima Project Detail P -4. 8 -06.5 Payment Add the following pay items: "Cement Concrete Residential Driveway Approach ", per Square Yard. 8 -14 CEMENT CONCRETE SIDEWALKS 8 -14.3 Construction Requirements 8- 14.3(3) Placing and Finishing Concrete. .Add the following: All sidewalks not located within driveway approach areas shall be four (4) inch thick cement concrete with 2 inch CSTC base. All sidewalks located within or a part of a driveway approach area shall be six (6) inch thick cement concrete with 2 inch CSTC base. See City of Yakima Standard Detail R5. Existing sidewalks at match existing locations shall be removed to the nearest convenient existing joint or saw cut in a neat vertical, straight transverse line at 104 LI I I locations approved by the Engineer. Joint filler material to form a new expansion joint shall be placed as indicated on the Standard Detail for Sidewalk. 8 -14.5 Payment Supplement this section by adding the following: All costs require to furnish, place and compact the two inch depth of Crushed Surfacing Top Course beneath the sidewalk shall be incidental to and included in the per square yard unit contract price for "Cement Conc. Sidewalk ". 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8- 20.3(5) Conduit Supplement this section with the following: All underground electrical conduit shall be (gray- electrical grade) schedule 40 PVC pipe, installed in all conduit runs as shown on the Plans. All 90- degree elbows, shall be galvanized steel. A 1/8 -inch braided nylon rope with a 450 - pound breaking strength shall be installed in each conduit run with two (2) feet doubled back at each termination. 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Supplement this section with the following: Junction boxes shall not be located in ADA sidewalk ramps or landing areas, and, when possible, shall be approximately centered in the concrete sidewalk area between concrete curb edges and soft - surface dirt edges, and located such that no less than four (4) inches of solid concrete sidewalk separates the near edge of the junction box from soft - surface dirt areas that abut the sidewalk edge. Asphalt joint filler material shall not be installed between junction boxes and concrete surfaces. 8- 20.3(8) Wiring Supplement this section with the following: Splices in junction boxes shall be allowed for signal illumination conductors only. Contractor shall use 3M Scotchcast permanent watertight, nonre - enterable splice kit for all light circuit wiring splices in junction boxes. Splicing shall not be allowed in pole bases. Wire marking sleeves and /or approved wire and cable tags are required in loop -wire splicing junction boxes and for loop lead -in to home run wires, identifying the loop numbers served. And, tags are required at the controller cabinet for optical preemption detection cable -to- detector identification. Marking sleeves and tags are NOT required for any other individual conductors, multi- conductor, coax or power cables. Section 8- 20.3(11) Testing Revise this section to read as follows: The standard WSDOT testing procedures shall not be required for this project. The City of Yakima Traffic Engineer or his /her appointed designee, shall inspect, test, and monitor all signal equipment including the signal controller, controller cabinet, malfunction monitoring unit (MMU), and other auxiliary electronic equipment and devices requiring pre - installation testing. All applicable signal control equipment shall be delivered to the City of Yakima Traffic Signal Shop for complete operational testing —the duration and type of which shall be at the sole discretion of the City Engineer and City Traffic Engineer. The tests shall confirm 105 the proper functioning, operation and performance of the above - mentioned signal equipment. Traffic Signal Turn -On Procedures (a subsection of "Testing ") The contractor shall provide the City Engineer or City Inspector a 72 -hour pre- notification of a traffic signal turn -on, with information about the applicable location, date, time and duration. The contractor shall follow the signal turn -on procedures listed below in descending order. And, unless directly authorized otherwised by the City Engineer, the turn -on procedures shall be initiated in the presence of the City Engineer, and the City Project Inspector, and the City TOS, and a qualified technical representative from the signal cabinet and controller supplier and /or manufacturer. The City Project Inspector shall provide the Yakima Police Department no less than 48 hours notice of the date and time of the scheduled traffic signal turn -on. The signal turn -on procedures are as follows: 1. Confirm that all circuit breakers for signal and lighting power are turned OFF. 2. Turn on the Service and verify voltage 3. Turn on the circuit breakers and verify the proper operation of cabinet light and GFCI. 4. Crosscheck the signal driver terminal wiring with the plans to ensure conformity with the intended phase sequencing, and overlaps when they are specified. And confirm the correct jumper configurations on the CMU /MMU program card. 5. Flash all signal face indications by phase for Red / Yellow / Green / Walk / Don't Walk 6. With the Controller Power switch OFF, and both Auto /Flash switches in the Flash position, install the flasher and verify proper flashing operation. 7. Install all required equipment in the cabinet. 8. Place the police door Auto /Flash switch in Auto 9. Turn the Controller Power switch to the ON position 10. Monitor to confirm proper operation of the controller and CMU /MMU, and correct any malfunctions and /or failures, then reconfirm the proper operation. 11. Turn the Camera Power to the ON position and adjust video camera zoom and vertical and horizontal view alignment angles to optimize detection performance. 12. Place Min. Recall on all phases 13. Confirm that all detector switches are in the Operate position. 14. Stop traffic in all directions (Yakima Police Department assistance if possible.) 15. Toggle the "Signals" switch from the OFF to the ON position. 16. Allow no less than one complete cycle to operate to visually verify the correct sequence of all signal indications. 17. Remove traffic control and allow normal vehicular traffic through the intersection. If the City Engineer or appointed designee, with assistance of the Signal Operations Supervisor, determines that the signal operates correctly, direct the Contractor's Project Foreman to place the traffic signal in normal stop- and -go cycling operation. 18. Walk the intersection to confirm the intended and proper operation of the pedestrian push buttons and Walk and Don't Walk indications. 19. With the requirement of no more than the presence of the Signal Operations Supervisor and the cabinet/controller manufacturer's technical 106 representative, configure the video detection zones, or adjust road loop amplifiers, remove min. recall from all phases and confirm proper actuated operation for 30 minutes and monitor detection performance at sunrise and at sunset. Note If the Traffic Engineer determines, upon initial turn -on and traffic release, that the traffic signal is malfunctioning or is operating improperly, the contractor may be directed to either return the signal to flash mode for a period not to exceed five calendar days, or to turn the signal off and cover all signal displays. In this case, the contractor shall subsequently be required to provide 24 -hour notification to the Traffic Engineer of the rescheduled signal turn -on date, following the previously mentioned procedures. No change to stop- and -go operation shall be allowed before 8 a.m. or after 1 p.m. on any day or any time on Fridays, weekends, holidays, or the day preceding a holiday. 8- 20.3(14)B Signal Heads Supplement this section with the following: Signal heads shall not be installed at any intersection until all other signal equipment is installed and the controller is in place, inspected, and ready for operation at that intersection, unless ordered by the City Engineer. If the City Engineer orders advance installation, the signal heads shall be covered to clearly indicate the signal is not in operation. The signal head covering material shall be of sufficient size to entirely cover the display. The covering shall extend over all edges of the signal housing and shall be securely fastened at the back. 8 -24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING 8 -24.1 Description Supplement this section with the following: This work shall also include construction of Masonry Retaining Walls as shown on the City of Yakima Project Detail P -4, which shall be modified by the Contractor's structural engineer prior to construction, and at locations, if any, requiring such a wall at the direction of the Engineer. Fencing, where required, shall be included as an integral part of the installation of this wall. 8 -24.2 Materials Add the following: The materials to be used in the construction of Masonry Retaining Walls shall be as specified by the Contractor's structural engineer and shown on the structural details prepared by the structural engineer. Fencing, where required, shall be chain link 8 -24.3 Construction Requirements Supplement this section with the following: The Contractor shall provide a structural detail prepared by a licensed structural ' engineer for the Masonry Retaining Wall prior to construction of the wall if the Engineer, jointly with the Contractor, has determined that the a wall is required by field inspection. Upon this determination, the Engineer shall provide the ' necessary notification to proceed with the preparation of the structural details for the wall. The structural detail with an estimate of cost shall be submitted to the Engineer for review and approval. ' 107 8 -24.4 Measurement Add the following: Masonry Retaining Walls, including fencing, shall be constructed at locations determined jointly by the Engineer and Contractor on an as needed basis. No unit of measurement will apply to this construction. This work will be done by force account. 8 -24.5 Payment Add the following: "Masonry Retaining Wall ", by force account For the purpose of providing a common proposal for all bidders and for that purpose only, the City has estimated the force account for "Masonry Retaining Wall" and has entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8 -30.5 Payment Payment will be made for the following bid items: "Repair or Replacement ", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, the City has estimated the force account for "Repair or Replacement ", and has arbitrarily entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. 108 DIVISION 9 MATERIALS ' 9 -03 AGGREGATES ' 9 -03.8 Aggregates for Hot Mix Asphalt 9- 03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate ' Revise the second paragraph as follows: Delete the reference to Section 9- 03.8(6)A 9- 03.8(6)A Basis of Acceptance ' Delete this section. 9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ' 9 -05.15 Metal Castings 9- 05.15(1) Manhole Ring and Cover ' Revise this section to read: All new 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 must be picked up from the Wastewater Collections Shop located at 204 W. Pine St. 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 the facility will be ' open for pickup of the rings and lids. 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL 9 -29.1 Conduit, Innerduct, and Outerduct Supplement this section with the following: All underground conduit shown on the plans shall be schedule 40 PVC (electrical grade - gray color), with pull rope. Additional materials to be installed on this project include, but are not limited to, junction boxes cables and electrical conductors. The pull rope shall be a 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051- 4 -1/8), and shall be installed in each conduit run with two (2) feet doubled back at each termination. When cable is pulled, this rope shall be re- pulled along with the cable. 9 -29.2 Junction Boxes Supplement this section with the following: ' Junction boxes shall be Quazite- PG Style, or approved equivalent, called out on the Plans as Junction Boxes: Type -1 (13" x 24 "), Type -2 (17" x 30 ") and Type -3 (24" x 36 "). They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass, and they shall have a design load of 22,500 lbs. and a ' test load of 33,700 lbs.- in compliance with 2005 NEC, and meet SCTE 77 /ANSI Tier 22 test provisions. The enclosures shall be stackable with finished depths of 12" to 48 ". Enclosures and covers shall be concrete gray color and designed and ' 109 tested to temperatures of —50° F. The covers shall be "lockable ", and shall be marked with a "Traffic Signal" logo. See Quazite Details for all technical data for each of the three enclosure sizes specified. 9- 29.6(1) Steel Light and Signal Standards Revise this section by adding the following paragraph: All new Traffic Signal Standards (poles) shall be Octagonal in Cross Section (See the Pole Layout Detail- Sheet TR4.) Supplement the section with the following: Luminaire mast arms that support video cameras shall have a free -end diameter of not less than 3" and a thickness of not less than .250 ". The poles and mast arms will be hot - dipped galvanized over their entire length to ASTM designation A123. The base terminal compartment shall be of sufficient size to house a 24- position terminal strip with a 4" x 6" hand hole opening, located 48" above the base of the pole and 180° CW from the signal mast arm. The cover for the terminal compartment shall be stainless steel with a gasket, and shall have a built in "Best" slamming lock. A separate 4" x 6" hand hole shall be located 12" above the pole base. Another 3" x 5" hand hole with a removable cover shall be located 12" above the signal mast arm and 1800 from the signal arm. A %2" NC ground stud shall be available inside the pole base. All poles and arms shall have end caps and all bases shall have covers installed. Poles, anchor bolts, and signal mast arms will be designed to accommodate installation of signal mast arms with loadings shown on the attached drawing. Poles shall be designed to a maximum arm length of 40', unless a longer arm is called for. It shall be the responsibility of the vendor to determine size, locations, and method of installation of all hubs and openings in the pole so as to provide the guaranteed structural integrity of the pole. Both the arm connection plate and arm connection bolt circle, and the base plate and base plate bolt circle shall be uniform on all poles. All final drill locations for all signal pole and mast arm hardware and equipment, shall be field approved by the Traffic Engineer or his /her appointed designee prior to final drilling. 9 -29.10 Luminaries Supplement this section with the following: Three (3) total new luminaries shall be installed as shown on the plans, and as follows: (1)- on the SW Quadrant Luminaire Arm- Pole #1, (1)- on the NW Corner Luminaire Arm- Pole #2, and (1)- on the SE Quadrant Luminaire Arm - Pole #4. They shall be installed with the arms oriented as shown on the plans, and the luminaire fixtures shall be GE 400 watt, 120/240 VAC, high - pressure sodium cutoff "type" . The luminaire shall contain a removable power module ballast assembly. The luminaire optical assembly shall contain a charcoal filter. The mogul base socket shall be adjustable and set at MCIII. Luminaries shall be fused per Section 9.29.7. 9- 29.12(1) Illumination Circuit Splices This section is revised to read: The Contractor shall use only 3M Scotchcast watertight and non re- enterable splice kits for all light circuit wiring splices. 110 1 9 -29.14 Signal Controller, Controller Cabinet, Signal Auxiliary Equipment (New Section) TRAFFIC SIGNALS- Primary Electronic Equipment Traffic Signal Controller The contractor shall supply a new Pre - approved "NEMA" NWS M -1 ATC actuated traffic signal controller in a newly - supplied cabinet (see next section), consistent with the applicable portions of the plans. The controller shall have been fully tested by the manufacturer (Following NEMA/IMSA Standards) and approved for standard field operation prior to shipment to the contractor include the latest version of the controller software (IE: NEMA- Voyage), and the latest version of the accompanying NWSCentral (Coordinated- System Operation) Software. The controller manufacturer or distributor shall provide two days of controller and system software training for all applicable City of Yakima technical traffic signal staff. The controller shall be shop tested by the City of Yakima, along with the cabinet, as described in section 8- 20.3(11) prior to the traffic signal turn. The contractor shall also supply an EDI MMU -16 Channel, or approved equivalent, Malfunction Monitor Unit, with front panel keypad entry. The MMU must be fully compatible with M -1 and 2070N controllers and be configured to monitor MUTCD- approved Flashing Yellow Arrow (FYLTA) Protected /Permissive left turn operation — compatible with type TS -1 or TS -2 NEMA cabinet designs. (See additional provisions in "Auxilliary Equipment" section below.) Signal Controller Cabinet The contractor, shall supply a "Pre- approved" Standard "NEMA" Type -P traffic signal controller cabinet. (Approx. dimensions: Height – 55" , Width – 44" Depth –26 ") and the cabinet shall be mounted on a concrete foundation. (See COY Project Detail – Cabinet Foundation). Below is a list of the required cabinet features, components, and configuration specifics: The cabinet shall be wired to operate a "NEMA" NWS M -1 ATC actuated traffic signal controller (described above.) The cabinet shall be U.L. approved with a "U.L." sticker attached upon delivery to the contractor The cabinet shall have a 16 -load switch postion back - panel, offering the capability to operate four (4) overlap phases (channel 9/10/11/12), eight (8) vehicle phase (channel 1 through 8), and four (4) pedestrian WALK( +)FDW Phases- numerically matching the even vehicle phases 2/4/6/8. The cabinet detector rack shall be wired for standard NEMA detector input/phase assignments, routing, and operation. (IE: detector input #1 is routed through the tech panel switch for Vehicle Phase 1. The cabinet shall come with the applicable number of NWS 4000 HDP load switches, or approved equivalent, mechanical flash transfer relays, 40 -amp triacs / input and output indicators, and a solid -state bus transfer relay. The cabinet shall have a power distribution panel that includes a 15- amp auxiliary interference suppressor, a 40 -amp main circuit breaker, 111 a 15 -amp auxiliary equipment breaker, a 95 -amp (min) to 125 -amp (max) Teledyne block power relay, a neutral bus bar isolated from cabinet ground, a ground bus bar, power line surge protector, and a transient voltage suppressor. The 40 -amp main circuit breaker shall supply power to all devices in the cabinet except the cabinet light, fan and G.F.I convenience outlet. - The Teledyne block contactor shall, in its energized position, supply power to the load switches, and shall be normally open and capable of switching the (95 to 125) amps at 120 Volts AC (VAC). All power used for signal displays shall be routed through the Teledyne block contactor. - Pomona and /or Molex brand Plugs /Jumpers shall not be allowed. The signal outputs shall be wired in this left -to -right order: Red / Yellow / Green The cabinet shall have a six position detector card rack installed per COY Standards, with Detector Input (In to Controller) — to — Controller Phase Assignments per rack slot as follows. (Using odd /even phase pair 2 and 5 for the example): The cabinet shall be configured for four emergency preempts- wired to the two (2) far right detector rack slots (Positions 7 and 8) - The cabinet shall be wired to Flash "ALL RED" for all active phases. The cabinet's main circuit breaker shall supply power to all devices in the cabinet except the cabinet light and maintenance panel. - The transient voltage protector shall supply power to all devices in the cabinet that are microprocessor based. The power panel shall be covered with a suitable insulating transparent cover. Sufficient terminal blocks with pressure connectors shall be provided for individual terminals available for each field wire. The terminal block numbering strip shall be made of laminate and the legend shall be engraved into the strip so as to provide black lettering on a white background. The strips shall be fastened to the terminal block or between the terminal block and its mounting. - All DC returns (logic ground) from vehicle detector amplifiers, pedestrian pushbuttons, controller and auxiliary cabinet equipment shall be separate from the AC neutral and earth ground. These DC returns shall all be terminated at one location on the controller matrix panel. The cabinet wiring shall include noise suppression of AC and DC circuits, and all relay coils, thermostat, convenience outlets and switches controlling inductive loads, shall include spike suppression circuits. The cabinet shall also include an alternate power feed switch and connector, which shall power all devices in the cabinet. The switch shall be fed via a cabinet - mounted "Alternate Feed Connector" to allow an exterior -wall bypass plug -in connection to a mobile stand- alone power generator. (For use during signal -power outages.) The connector shall be an Electro switch #KW40220106, or equivalent, with nameplate labeled NRML — OFF — GEN. The Alternate Feed Connector shall be a Hubbell Flanged Inlet #CS6375M2 with lift cover. The alternate feed switch shall be mounted as close as possible to the power feed terminal strip on the power panel. The Alternate Feed Connector shall be mounted on the cabinet exterior wall below the power panel for switch accessibility from the cabinet interior. 112 The transient voltage protector shall supply power to all devices in the cabinet that are microprocessor based. The cabinet shall be wired to disable preempt functions when in flashing operation. All external cabinet welds shall be "Tig" welds. - The cabinet shall include a CD, two Tyvek copies of the cabinet drawings and one service manual. The cabinet shall have a heavy -duty neoprene gasket around all doors to assure a weather tight seal. All applicable hardware "parts" including, but not limited to, hinge pins and locking devices, shall be made of non - corrosive materials. The cabinet door shall hinge on the right, and the lock shall be a Best Lock CX series, cored for the City of Yakima YT -1 key. The cabinet door shall have a permanent, washable, metal, hospital grade intake filter. The cabinet door shall not include a signal indication display panel, and it shall have a standard exterior - accessed "Police Door" and come with the applicable standard police lock and key. The cabinet shall have a fully integrated Tech (Door) Switch - control panel assembly configured as described below: The Tech Panel shall have one horizontal row of eight (8) 3- position Single Pole Double Throw (SPDT) switches, (each labeled with a corresponding phase number for Vehicle Phase 1 through 8. Below this panel there shall be a second single row of four (4) 3- position switches, with one switch per pedestrian phase for phases 2/4/6/8, each aligned vertically (directly below) their associated vehicle phase switch (IE: Pedestrian Phase -6 switch is positioned directly below Vehicle Phase -6 switch.) The SPDT switches shall "Lock" in each of these 3 positions: ON / OFF / ON. They shall be labeled (at left of each row) as follows (position -to- function assignments): switch in 14p position = OPERATE (ON- normal vehicle actuations), switch in center position = OFF (NO input to controller), switch in down position = TEST (input to controller only by manual switch toggling). Below these vehicle detector switches, there shall be a separate panel with a horizontal row of heavy -duty toggle switches with functions as listed below. (Label as listed): FLASH Switch: up =AUTO, do =FLASH CONTROLLER POWER Switch: up= CONTROLLER ON, do =OFF STOP TIME Switch: {3- position }: up= AUTO - [normal], center =OFF, do =ON -for manual control. CAMERA POWER Switch: up= CAMERA POWER ON, do =OFF) LIGHT Switch: up =LIGHT ON, do =OFF. All rows of switches shall have a smooth metal dowel -style shroud bar placed & attached so as to minimize accidental switch - bumping Auxiliary Equipment Preemption Equipment The contractor shall install two (2), Model 752 (3 -M), or equivalent, two - channel Preemption selector /processor module in the far two right 113 detector rack slots (Positions 7 and 8). One selector shall operate the Preemption Service for the eastbound and westbound approach, and the other selector shall operate the southbound approach. (See the Preemption Assignments Chart on the Plans.) Install on the mast arms as shown on the plans a total of three (3) 3 -M Opticom model 721 single - channel preemption detectors. All required optical detection system auxiliary equipment shall be included to assure the proper detection, processing and phase preemption service as programmed in the controller. Any necessary assistance with set up, adjustments and programming shall be included and provided by the cabinet and /or Opticom manufacturer as deemed necessary by the City of Yakima Traffic Engineer. Malfunction Management Unit (MMU) The contractor shall supply and install in the cabinet a new EDI (16 Channel) Smart Monitor, or approved equivalent, malfunction monitoring unit (MMU), with front panel displays and keypad setting adjustment capabilities. The MMU must be fully compatible with NEMA M -1 ATC and 2070N controllers and type TS- 1/TS -2 NEMA controller cabinets, and shall be fully compatible with Flashing Yellow Permissive Left Turn Phase wiring and operations. The contractor shall install an Encom model 5200 (or approved equivalent), spread spectrum Radiomodem in the new controller cabinet. The interconnect radiomodem shall be compatible with all the signal controller and all communications configurations (hardware and software). The ontractor shall suplply and install an ample amount of the applicable "Radio- interconnect aerial antenna coax cable to reach the new controller cabinet to the calculated highest point on the SW Quadrant Mast Arm Pole (Pole #4 on the Plans), and properly install and connect the cable to a new (min. 6db) BlueWave, (or approved equivalent), "Yagi" aerial antenna, with the fewest cable splices /connections required. ultimate location of Yag antenna, coax cable fo reach a new Yagi antenna mounted on the Final antenna position and orientation shall be confirmed and approved by the COY Traffic Engineer or his /her appointed designee, in coordination with the COY project inspector. Video Camera (vehicle) Detection system (Video Detection System) The contractor shall supply and install a complete video (vehicle detection) camera and electronic detection processing system to adequately detect and service vehicular traffic consistent with the accompanying plans and project specifications. . All video detection equipment shall be compatible with NEMA- Type -TS1 and TS2 controllers. The vehicle video detection system shall meet all the specific and /or applicable requirements and specifications as described below. The system shall be able to detect vehicle presence with 98% accuracy under normal conditions (days and nights), and 96% accuracy under adverse conditions (fog, rain, snow). All items and materials furnished shall be new, unused, current production models installed and operational in a user environment and shall be items currently in distribution. The 114 ' detection algorithms shall have a proven record of field use at other installations for at least three (3) years of service -- not including prototype ' field trials prior to installation. The Video Detection sSystem shall include the following basic ' components, items, and service provisions: • Video Detection Modules VIP3.1 /D and /or VIP3.2 /D. • ViewCom /E — MAX Remote Monitoring, Video Image Storage, and ' Communication Module. 0 Video Camera(s) with IR Filter, Lens, Enclosure, and Sunshield. • Luminaire Arm or Signal Mast Arm Sensor Bracket(s) (If applicable ' per the specific project plans.) • Surge Suppressor(s). • Programming Devices and /or Software. ' • Video Monitor. • Coaxial /Power Cable. • All Other Necessary Equipment for Operation. ' • Training for Installation, Operation, and Maintenance. The following "video detection" equipment package has been pre - approved for use on this project: • Traficon VIP3.1 /D and /or VIP3.2 /D. • Traficon ViewCom /E -MAX ' • Aigis Outdoor Camera Housing — HS9384. • Aigis Camera Housing Sunshield — HS9384SS. • Rainbow Camera Model BL58D ' • Rainbow Motorized Zoom Lens 6.5mm to 65mm Model — L10X65DC4P. • Rainbow LCD 8" Flat Screen Monitor -RL8. ' • Pelco Extended Mast Arm Camera Mount - AB- 0172 -L, and /or Kar- Gor, Inc., Universal Camera Mount — MA/SOP -16. (as specified on the ' plans) • Hesco /RLS Coaxial Surge Suppressor, — HE75CX • Coaxial + 5 Conductor Wire - RG59 /U + STR PE /PVC 600V KG -9915. ' Video Detection System- Basic Component Specifications: The Video Image Processor (VIP) shall be modular by design and housed ' in either a self- contained stand -alone unit or fit directly into NEMA TS1 & TS2 type racks as well as Type 170/2070 input files. The VIP shall be interchangeable between a shelf or rack mount installation without ' replacing or modifying existing VIP units. Each VIP board shall have 4 opto - isolated open collector outputs. Twenty (20) additional outputs shall be available via the expansion port. The VIP /31D shall have 20 presence detection zones and 4 data detection zones per camera. Data zones ' shall collect and store vehicle counts, volume, speed, gap time, headway, occupancy, and classification. Data shall be time - stamped (6713 intervals) and stored onboard (non - volatile memory) in intervals from 1 -60 ' minutes. The system shall control from 1 to 4 VIP boards allowing for 1 to 8 image sensors. ' The system shall be designed to operate reliably in the adverse environment of roadside cabinets and shall meet or exceed all NEMA ' 115 TS1 and TS2, as well as Type 170/2070 environmental specifications Ambient operating temperature shall be from —34 to +74 degrees Centigrade at 0 to 95% relative humidity non - condensing. The system shall be powered by 12 -40 VDC and draw less than 2 amperes. And, the system shall utilize cabinet 24 -Volt DC for rack mount installations or external 24 -Volt DC for stand -alone shelf installations. Surge ratings shall be set forth in the NEMA TS1 and TS2 specifications. Serial communications shall be through an RS232 serial port. This port can be used for communications into a modem or laptop to upload /download detector configurations, count data and software upgrades. RS485 on the rear edge connector shall facilitate communications to other VIP boards. The detection zones must be able to provide single or double loop emulation, and the presence hold time must have parameters that range from 10 to 600 seconds. Each VIP board shall allow for 20 digital inputs via the 1/0 Expansion port, and each VIP board shall have error detection. Outputs shall be turned "ON" if the video signal is bad or the VIP board is not functioning properly. A user defined quality level will automatically put selected outputs to recall in cases of severe degraded visibility (i.e., fog, blizzard, etc.). Normal detection shall resume when visibility improves above a user defined quality level. Operator selectable recall shall be available via the VIP front panel. Holding the recall switch on for 5 seconds shall activate this function. A video select button on the VIP front panel will switch between camera images of the VIP3D.2, and the VIP3D.1 board shall have 1 video input; the VIP3D.2 board shall have 2 video inputs (RS -170 NTSC or CCIR composite video) and one video out. The VIP board shall have a reset button on the front panel to reset video detectors to "learn" the roadway image. During "relearn ", selectable recall can be enabled or disabled for immediate operation. Learning time of video detectors shall be less than 6 minutes. External surge suppression, independent of the VIP board shall separate the VIP from the image sensor. The VIP board shall also have separate buttons for Video Select, for Recall (to manually place calls on detectors),and to manually reset detectors to learn backgrounds. The VIP board shall also have a video out female RCA style connector, and a B9 female Service port and D139 1/0 Expansion port. The VIP board shall have separate light emitting diodes (LED) that indicate the following: POWER = Red LED to verify power supply. 1/0 COMM = Red LED to indicate communications to expansion boards. VIDEO 1 & 2 = Red LED to verify the presence of video input 75 Ohm. TX & RX = Red LED to indicate comms. to other VIP modules via the RS485. 116 tOUT1- OUT4 = Green LED if the corresponding detection 9 roup is active. ' The VIP Expansion board shall have 8 dip switches that define inputs and outputs used (range: 1 -12 or 13 -24), plus, separate light emitting diodes ' (LED) that indicate the following: POWER = Red LED to verify power supply. ' COMM = Red LED to indicate communications to VIP board. ' 1/01- 1/04 = Green LED to indicate corresponding detection group is active. ' Functional Capabilities for Real -time Video (Vehicle) Detection: Each VIP board shall be capable of processing the video signal of one or two cameras. The video signal shall be analyzed in real time (30 times ' per second for NTSC. video format and 25 frames per second for pal video format). ' The system shall be expandable up to 8 cameras that may be connected to different VIP units and programmed independently. The system shall be capable of displaying detectors on the video image with associated outputs. Outputs /Inputs status will be indicated on the screen. ' Parameters will also include the ability to view raw video without any verbiage and /or detectors for surveillance purposes. ' Each VIP board shall detect, within the view of the connected camera, the presence of vehicles in user defined zones. Detector zones shall be programmable by type- IE: presence, count, delay, extension, or pulse t mode for vehicles approaching or leaving the zones in each field of view. Delay and extension range shall be between 0.1 — 99.9 seconds and ' pulse mode between 0 — 200 msin 33ms increments if NTSC is used. The VIP boards shall also collect a within the view of the connected camera traffic data of passing vehicles in user - defined zones. ' The VIP boards shall be able to do the following: delay or extend a detector zone output in combination with an input from the controller; detect wrong -way drivers; provide an alarm /event via communication ' board and /or output; provide an alarm and /or output when the user selected queue detection threshold of occupancy is exceeded for more than a user selected time threshold; distinguish five classes of detected ' vehicles based upon user selectable vehicle length thresholds; emulate loop emulation with user selectable loop dimensions: activate its internal clock with daylight saving time system, which can be enabled or disabled; ' provide overlaid tool tips for each individual menu- and submenu- items; allow input of an optional password as well as different user - levels with optional sets of "user rights ". (a minimum of 10 users can be defined for each user - level.) ' The VIP board shall be ro rammed without the use of a supervisor P g p computer. A standard CCTV monitor and keypad plugged into the VIP ' serial port will facilitate detector programming. The VIP board shall store up to 4 detector configurations ' 117 It shall be possible to switch between detector configurations manually, automatically by time of day or via remote input. Via the serial port, detector configurations can be uploaded to a laptop and stored on disk. Detectors may be linked to 24 outputs and 20 inputs using Boolean Logic features: AND, OR, NOT. It will be possible to generate conditional outputs based upon inputs from a controller. It shall be possible to make a detector directional sensitive. Options will include an omni - directional detector or a detector that only senses movement: from right to left, left to right, up to down or down to up as you look at the monitor. All detectors and parameters shall be changeable without interrupting detection. "Learning" time duration for newly established detector zones shall not exceed 6 minutes. Four data detection zones per camera on a two camera VIP board may be used for collection of vehicle count, speed, classification, occupancy, density, headway, and gap time. Eight data detection zones may be used on a single camera VIP board. These detectors will detect and store traffic data at user - defined intervals of 1, 2, 3, 5, 6, 10, 15, 30 & 60 minutes. It shall be possible for each VIP board to store up to 6713 intervals of data in non - volatile memory. The VIP module shall have an onboard database capable of time stamping and storing 500 events. The Event Log Database can be viewed or downloaded to a selected spreadsheet. Erasure of the Event Log Database shall not alter programmed configurations. As a minimum, the VIP shall log and time stamp the following events: Firmware upgrades, loss and resumption o f video signal, configuration change, bad video quality, loss and resumption of power to VIP module, speed alarm, inverse direction, and Recall activation. Associated software may be used with a PC to download data and export to a spreadsheet. Software will also be used to upload and download detector configurations, traffic data, technical events, send software versions upgrades and do remote setup of detectors. Image Sensor- Camera The unit shall be a high resolution, 1/3" image format CCD camera, designed for professional video surveillance systems. Incorporating the latest in CCD technology, the video camera shall provide detailed video without lag, image retention, or geometric distortion. Image Sensor Lens, Housing and Surge Protection The camera lens shall be a motorized vari -focal 6.5 -65mm with auto iris. The environmental housing shall be an aluminum enclosure designed for outdoor CCD camera installations. A video surge suppressor(s) shall be available for installation inside the traffic signal controller cabinet. The suppressor shall provide coaxial cable connection points to an EDCO CX06 -M or approved equal transient suppresser for each image sensor. Image Sensor Mounting Brackets Mast Arm installations shall be mounted at a sufficient height to prevent occlusion from cross traffic between the stop bar and the mast arm on which the camera is installed. A six- (6) ft. maximum length of internally 118 ' Viewcom Specifications: Dimensions- 170, 2070, and NEMA compatible card rack unit. ' Communication /Ethernet communication for image -data and streaming video transfer (10/100 Mbps RJ -45 connector- RS -232 serial communication port for local service access and set -up with keypad., and RS -485 communication within a rack for data acquisition via edge ' connector Inputs. 1 119 reinforced tube shall be attached to the mast arm bracket for camera mounting above the mast arm. Camera shall be mounted to the top of ' the tube with the camera manufacturers recommended bracket. Camera bracket shall provide adjustments for both vertical and horizontal positioning for the camera. Camera attachments shall be designed to securely fasten the camera to prevent the extension tube from falling into the path of vehicles and /or becoming loose. Miscellaneous hardware shall be stainless steel or galvanized steel. The cameras and associated pole /arm attachment unit shall be designed to withstand a wind load of 90 MPH with a 30- second gust factor. Luminaire arm installations shall be installed on the luminaire arm, with the camera /video manufacturers recommended brackets. Camera luminaire brackets shall provide adjustments for both vertical and ' horizontal positioning of the camera. Camera attachments shall be designed to securely fasten the camera to the luminaire arm. Miscellaneous hardware shall be stainless steel or galvanized steel. The cameras and associated pole /arm attachment unit shall be designed to ' withstand a wind load of 90 MPH with a 30- second gust factor. ' Image Sensor — Cable (Coaxial & Power Coaxial & Power cable (Siamese) shall be installed in conduits or overhead as indicated in the plans. Coaxial cable shall be suitable for ' exterior use and in direct sunlight. Power cable will have a minimum of 5 conductors. Coaxial cable will be terminated in the surge suppressor before being connected directly to VIP boards. Power cable will be t terminated into a fuse panel provided by the manufacturer and connected to 120 VAC in the controller cabinet. ' Description of cable: Composite, 6 Conductors 2 elements: ' 18awg 5 conductors 7/26 bare copper, .016" polyethylene, 20awg 1 conductor, solid bare copper, 056" foam polyethylene jacket black, overall .030" PVC jacket black. ' Video System Communication Module (Viewcom /E -MAX) By establishing communication between the PC management software on the central computer and the Video Image Processor (VIP) detectors, the Viewcom /E -MAX board performs all primary functions for communication and transmission of traffic data and alarm events issued by the VIP detectors. The Viewcom /E -MAX also provides MPEG -4 compressed ' streaming video for remote monitoring. ' Viewcom Specifications: Dimensions- 170, 2070, and NEMA compatible card rack unit. ' Communication /Ethernet communication for image -data and streaming video transfer (10/100 Mbps RJ -45 connector- RS -232 serial communication port for local service access and set -up with keypad., and RS -485 communication within a rack for data acquisition via edge ' connector Inputs. 1 119 Composite video 75 Ohm at 1 Volt peak to peak, CCIR/EIA. Power supply. Reset button on front panel. Outputs- Analog video output with overlay of system information and Power LED indicator. Connector- Double row 22 pins EDGE (NEMA TS 2- 2003). Power Supply Consumption10.8 volts to 26.5 volts DC.170 mA @ 24 volts DC. Environmenta130 degrees F to +165 degrees F ( -34C to +74 C). 0 to 95% relative humidity – non condensing. 9 -29.16 Vehicle Signal Heads Supplement this section with the following: The contractor shall install new vehicle signal heads (3- section GN /R balls, 4- section GN /R balls with bottom GN 4, and 4- section F /F /F /F, as shown on plans and Signal Poles- Hardware Chart.. They shall all have "12 inch" sections " - to house 12 Inch LED (All 12" GELCORE, or approved equivalent— Standard Specifications apply) signal indications. (NO 8" sections are allowed). The signal housings, tunnel visors and standard 5" louvered back - plates, shall be aluminum, with a flat black, fully - powder coated finish (NO GREEN). All signal displays shall be GELCORE, or approved equivalent, standard 12" LED modules (Standard Specification 9- 29.16(2)A Optical Units, shall apply for all LED's). All new vehicle signals shall be installed vertically, using Type -N PELCO mounting and Type -D (top of pole) mounting assemblies, as per WSDOT Standard Plan J- 75.20 -00. 9 -29.19 Pedestrian Push Buttons Supplement this section with the following: The contractor shall supply and install new pedestrian push buttons as shown on the plans and as per the WSDOT Standard Plan J- 20.26 -00: Steel pole mounted, H- bracket style buttons with double sign panel- with "walking person & arrow." The push button assembly shall be a Reese button No. 1371 -412 (or approved equivalent), with magnetic switch. No pedestrian push buttons shall be installed on Pole #3, and Pole #2- for southbound ped. (The east leg pedestrian crossing shall be restricted.) 9 -29.20 Pedestrian Signals Supplement this section with the following: The contractor shall install new "Countdown" Pedestrian signals- (IE: Dialight- No. 430 - 6479 -001, or approved equivalent, with standard 16" x 18" housing, Portland Orange LED "Countdown Numerals" and HAND symbol, and Lunar White WALKING PERSON symbol. The pedestrian signals shall be MUTCD compliant (Specifically, the "Countdown" features.) The contractor shall install the pedestrian signals at the locations shown on the plans, with Type E ( "clamshell ") side -of -pole mounting. (See WSDOT Standard Plan J- 75.10 -00.) 9 -29.24 Service Cabinet (Electrical) Supplement this section with the following: The electrical service cabinet shall be part of a complete multi - panel, strut - mounted electrical service assembly. It shall consist of a new 0 -200 Amp, Type- 120 ' 120/240, Single Phase Electrical Service, with a meter base, and a new 200 Amp, 2 -Pole, 120/240 -VAC, 6- position electrical circuit - breaker panel. (See the Project Detail, P -5 for service panel, component details and breaker sizes and assignments.) The contractor shall install this as a "stand- alone" service on a new concrete foundation, as shown on the plans, adjacent to the new signal ' controller cabinet on the SW Quadrant of the intersection. The service shall be inspected by the applicable local utility company- Pacific Power & Light (PP &L), and the contractor shall coordinate between PP &L and the City's project inspector, subcontractors, and /or any other involved City staff, for all required inspections (IE: for interim, and permanent new electrical service drops, & meter and service inspection, etc.) The new service shall meet all applicable Electrical codes. 1 121 CONTRACT THIS AGREEMENT, made and entered into in triplicate, this � day of August, 2010, by and between the City of Yakima, hereinafter called the Owner, and BELSAAS & SMITH CONSTRUCTION, INC., a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $ 483,786.00 for N. 66th Ave. & Summitview Ave. Intersection Improvement Project, City Project 2191, all in accordance with, and as described in the attached plans and specifications and the 2010 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 Forty -five (45) 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 eleventh (11th) working day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment; work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, and expenses of any kind or nature whatsoever, including but not limited to, attorney's fees and court costs, arising out of, relating to, or resulting from The Contractor's performance or non - performance of the services, duties and obligations required of it under this Agreement. IV. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR This t.� dayofAugust, 2010. �SQ1sd��Yhr(J1Y4S"r��'tL, a WOLWACorporation Contractor By: v City Mana er QA-1 M C/'ci JYX (Print Name) Phi h�th' y Its: LOQhy-ac -.0 *K" * (President, Owner, etc.) S� Address: SHI lrhs Iyc,v� -ti i,( �1 gel lygNG� KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, a Wa Belsaa Bond No. 105471124 PERFORMANCE BOND BOND TO CITY OF YAKIMA mith Con Travelers Casualty and Corporation as Principal andSurety Company of America a corporation organized and existing under the laws of the State of CT as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are Jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $483,760.00 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington„ this day of August ­2010. Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on Auer . 2010, the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said Belsaas & Smith Construction Inc the above bounded Principal, a certain contract, the said contract being numbered . and providing for N. 66th Ave. & Summitview Ave (which contract is referred to herein and is made a part hereof as though attached hereto), and, Intersection Improvement Proj ect WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW THEREFORE, if the said Belsaas & Smi th Construction, Inc. shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub - contractor in the performance or said work and shall indemnify and hold the CITY OF YAKIMA, its employees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and In that event this obligation shall be void; but otherwise it shall be and remain In full force and effect. Belsaas & Smith Construction, Inc. (Contractor) By: (Print Name) Approved a to form: Its: (President, Owner, etc..} City Attorney) Travelers Casualty and Surety Company of America (S rely) By: vnn� =Z!!�[ Donna S. Martinez (Print Name) its: Attorney —in —Fact WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,A. POWER OF ATTORNEY TRAVELERSFarmington 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. 21 8701 Certificate No. 003517028 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 Donna S. Martinez, Kenneth J. Frick, and Alex B. Hodge of the City of Yakima , State of Washington , their true and lawful Attorney(s) -in -Fact, each in their soparate 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of March 2010 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 2nd St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company GI,SUq �F M1E 6 PN INS' MSr• •V A t 4 IW.iPp0.PORAl : a 6 n• a HARTFORD. `� fiRFTFORQ Ty �igp �o;SBAL,••3 d'1 N, 9 s c0' a • \ V y • P ""oF�,� ",�` 15��+r'� lr........: *� yl P�,v r vM AtN State of Connecticut City of Hartford ss. By: Georg Thompson, enior ice President On this the 2nd day of March 2010 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G.TlT In Witness Whereof,I hereunto set my hand and official seal. � My Commission expires the 30th day of June, 2011. 58440 -4 -09 Printed in U.S.A. a AA, 1 C . Marie C. Tetreault, Notary Public 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, Fidefity 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, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc.. St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of August '?010 Kori M. Johann Assistant Secretary O �/`PO 4 P FOR POR T'% ' (� 9 982' o 1977 a tUR9iF0 .� m �r� , A�f.m j .•�oaeoaarf:.^} a HnRTFORD. Y H.1Rit �1 tS 1896 Cates. . +'�� To verify the authenticity of this Power of Attorney, call 1- 800 -421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ACORDM CERTIFICATE OF LIABILITY INSURANCE osii6 /21010 PRODUCER 509.965. 2090 FAX 509.966. 3454 Conover Insurance, Inc. (Y) 125 N. 50th Ave. P.O. Box 10088 Yakima, WA 98909 -1088 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Belsaas & Smith Construction , Inc. P 0 Box 926 Ellensburg, WA 98926 INSURERA Continental Insurance Co. 35289c INSURER B LIMITS INSURER INSURER D 4016757800 INSURER E AM Best Rating: A 09/01/2010 COVFRAGFS THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS Y AUTHORIZED REPRESENTATIVE L7�� GENERAL LIABILITY 4016757800 09/01/2009 09/01/2010 EACH OCCURRENCE $ 1,000,000 X I COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PRFMI1F1; (F, $ 100,00( CLAIMS MADE a OCCUR MED EXP (Any one person) $ 5,00( A If-- PERSONAL & ADV INJURY $ 1,000,00( GENERAL AGGREGATE $ 2,000,00( GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP /OP AGG $ 2,000,00( POLICY X PRO LOC JECT AUTOMOBILE LIABILITY 4016757795 09/01/2009 09/01/2010 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,00 BODILY INJURY $ ALL OWNED AUTOS SCHEDULED AUTOS (Per person) A BODILY INJURY $ X HIRED AUTOS X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY AGG EXCESSIUMBRELLA LIABILITY 4016757814 09/01/2009 09/01/2010 EACH OCCURRENCE $ 2,000,000 X OCCUR ❑ CLAIMS MADE AGGREGATE $ 2,000,000 A $ $ DEDUCTIBLE X RETENTION $ 10,00 $ WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS' LIABILITY 4016757800 09/01/2009 09/01/2010 E L EACH ACCIDENT $ 1,000,000 A ANY PROPRIETOR /PARTNER /EXECUTIVE E L DISEASE - EA EMPLOYE $ 1,000,000 OFFICER /MEMBER EXCLUDED? STATUTORY STOP GAP If yes, describe under SPECIAL PROVISIONS below E L DISEASE - POLICY LIMIT 1 $ 1,000,000 OTHER ented & Hired 25,000 per item; A Equipment included: 4016757800 09/01/2009 09/01/2010 $50,000 per occurrence $1,000 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS roject: N. 66th Ave. & Summitview Ave. Intersection Improvement Project; City Project #2191 ity of Yakima, their agents, employees, and elected and appointed officials are named as Additional Insured per form G17957G 01 /01. CFRTIFICATF HOI rIFR rAMrFI I ATIr)M ACORD 25 (2001/08) FAX: 509. 576.6792 © ACORD CORPORATION 1988 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MWOOM MAIL City of Yakima 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn : Doug Mayo XX K&ffJMX0LX%"8xd(KXy& PI5X X XX KIM XX 129 N. 2nd St dib("Xc1fJGX#df N)LX"XK)txXmkxmkK*XX 4XMMKXXXXXXXXX Yakima, WA 98901 Y AUTHORIZED REPRESENTATIVE L7�� Randy LaRiviere, VP/TANYAH ACORD 25 (2001/08) FAX: 509. 576.6792 © ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) G17957G 0101 Page 1 of 2 CNA IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR THESE DUTIES. ALSO, THIS ENDORSEMENT CHANGES THE CONTRACTUAL LIABILITY COVERAGE WITH RESPECTS TO THE "BODILY INJURY" OR "PROPERTY DAMAGE" ARISING OUT OF THE "PRODUCTS- COMPLETED OPERATIONS HAZARD ". SEE PARAGRAPH B.3. OF THIS ENDORSEMENT FOR THIS COVERAGE CHANGE. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH LIMITED PRODUCTS - COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization, including any person or organization shown in the schedule above, (called additional insured) whom you are required to add as an additional insured on this policy under a written contract or written agreement; but the written contract or written agreement must be: 1. Currently in effect or becoming effective during the term of this policy; and 2. Executed prior to the "bodily injury," "property damage," or "personal and advertising injury ". B. The insurance provided to the additional insured is limited as follows: 1. That person or organization is an additional insured solely for liability due to your negligence specifically resulting from "your work' for the additional insured which is the subject of the written contract or written agreement. No coverage applies to liability resulting from the sole negligence of the additional insured. 2. The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy, whichever is less. These Limits of Insurance are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. 3. The coverage provided to the additional insured by this endorsement and paragraph f. of the definition of "insured contract" under DEFINITIONS (Section V) do not apply to "bodily injury" or "property damage" arising out of the "products- completed operations hazard" unless required by the written contract or written agreement. When coverage does apply to "bodily injury" or "property damage" arising out of the "products- completed operations hazard" such coverage will not apply beyond: a. The period of time required by the written contract or written agreement; or littp:// foniinet- cl.cna.com /gllitm /cna3l32.litm 3/31/2009 . G17957G 0101 Page 2 of 2 b. 5 years from the completion of "your work" on the project which is the subject of the written contract or written agreement, whichever is less. 4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, or inspection activities performed as part of any related architectural or engineering activities. C. As respects the coverage provided under this endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS are amended as follows: 1. The following is added to the Duties In The Event of Occurrence, Offense, Claim or Suit Condition: e. An additional insured under this endorsement will as soon as practicable: (1) Give written notice of an occurrence or an offense to us which may result in a claim or "suit" under this insurance, (2) Tender the defense and indemnity of any claim or "suit" to any other insurer which also has insurance for a loss we cover under this Coverage Part; and (3) Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. f. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. 2. Paragraph 4.b. of the Other Insurance Condition is deleted and replaced with the following: 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing. littp://foniinet-ci.ciia.com/glhtni/cn,t3l32.litiii 3/31/2009 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) ) ss COUNTY OF YAKIMA ) 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 above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Subscribed and sworn to before me on this Notary Public in and for the State of Washington residing at Contractor day of 131 20 PREVAILING WAGE RATES Prevailing Wage Rates for Yakima County Benefit Code Key PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current ' schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature ' and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 ITelephone: 360- 902 -5335 133 STATE WAGE RATES ARE INSERTED FOLLOWING THIS PAGE 1 135 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here.include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage'.and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on.the Benefit Code Key. YAKIMA COUNTY EFFECTIVE 3 -03 -2010 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See-Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $17.83 1 BOILERMAKERS JOURNEY LEVEL $35.48 1 BRICK MASON JOURNEY LEVEL $38.62 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $8.55 1 .SHAMPOOER $11.14 1 WAXER $8.55 1 WINDOW CLEANER _ $9.14 1 CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 CARPENTERS - ACOUSTICAL WORKER $37.22 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $47.36 1M 5D CARPENTER $37.22 1M 5D CREOSOTED MATERIAL $37.22 1M 5D DRYWALL APPLICATOR $37.22 1M 5D FLOOR FINISHER $37.22 1M 5D FLOOR LAYER $37.22 1M 5D FLOOR SANDER $37.22 IM 5D MILLWRIGHT $48.36 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $47.56 1M 5D , SAWFILER $37.22 1M 5D SHINGLER $37.22 1M 5D STATIONARY POWER SAW OPERATOR $37.22 1M 5D STATIONARY WOODWORKING TOOLS $37.22 1M 5D CEMENT MASONS JOURNEY LEVEL $35.30 1N 5D DIVERS,& TENDERS DIVER $100.28 1M 5D DIVER ON STANDBY $56.68 1M 5D ' DIVER TENDER $52.23 1M 5D SURFACE RCV & ROV OPERATOR $52.23 1M 5D SURFACE RCV & ROV OPERATOR TENDER $48.85 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $49.57 IT 5D ASSISTANT MATE (DECKHAND) $49.06 IT 5D BOATMEN $49.57 IT 5D ENGINEER WELDER $49.62 IT 5D LEVERMAN, HYDRAULIC $51.19. IT 5D Page 1 8A 8L 8L 8L 8L 8L YAKIMA COUNTY EFFECTIVE 3 -03 -2010 Page 2 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $31.71 1P 5A ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $43.32 1 ELECTRICIANS - INSIDE CABLE SPLICER $51.64 1E 5A JOURNEY LEVEL $49.84 1E 5A WELDER $53.44 1E 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.32 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $23.40 1 ELEVATOR CONSTRUCTORS MECHANIC $67.91 4A 6Q MECHANIC IN CHARGE $73.87 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS CRAFTSMAN $8.72 1 LABORER $8.55 1 FENCE ERECTORS FENCE ERECTOR $13.79 1 FLAGGERS JOURNEY LEVEL $24.62 1 GLAZIERS JOURNEY LEVEL $22.43 16 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $25.32 1 HEATING EQUIPMENT MECHANICS MECHANIC $34.85 1X 5A HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $32.55 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 Page 2 YAKIMA COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GROUT TRUCK OPERATOR $11.48 1 ' HEAD OPERATOR $12.78 1 TECHNICIAN $8.55 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS t JOURNEY LEVEL $32.91 1 IRONWORKERS JOURNEY LEVEL $48,72 10 5A ' LABORERS ASPHALT RAKER $32.55 1H 5D BALLAST REGULATOR MACHINE $31.61 1H 5D BATCH WEIGHMAN $29,65 1H 5D BRUSH CUTTER $31.61 1H 5D BRUSH HOG FEEDER $31.61 1H 5D BURNERS $31.61 1H 5D ' CARPENTER TENDER $31.61 1H 5D CASSION WORKER $32.55 1H 5D CEMENT DUMPER/PAVING $32.16 1H 5D ' CEMENT FINISHER TENDER CHANGE -HOUSE MAN OR DRY SHACKMAN $31.61 $31.61 1H 1H 5D 5D CHIPPING GUN (OVER 30 LBS) $32.16' 1H 5D CHIPPING GUN (UNDER 30 LBS) $31.61 1H 5D CHOKER SETTER $31.61 1H 5D CHUCK TENDER $31.61 1 H 5D CLEAN -UP LABORER $31.61 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $32.16 1H 5D ' CONCRETE FORM STRIPPER $31.61 1H 5D CONCRETE SAW OPERATOR $32.16 1H 5D CRUSHER FEEDER $29,65 1H 5D ' CURING LABORER $31.61 1H 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $31.61 1H 5D DITCH DIGGER $31.61 1H 5D ' DIVER DRILL OPERATOR (HYDRAULIC, DIAMOND) $32.55 $32.16 1H 1H 5D 5D DRILL OPERATOR, AIRTRAC $32.55 1H 5D DUMPMAN $31.61 1H 5D ' EPDXY TECHNICIAN $31.61 1H 5D EROSION CONTROL WORKER $31.61 1H 5D FALLER/BUCKER, CHAIN SAW $32.16 1 H 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $27.02 1 H 5D ' construction debris cleanup) FINE GRADERS $31.61 1H 5D FIRE WATCH $29.65 1H 5D FORM SETTER $31.61 1H 5D GABION BASKET BUILDER $31.61 1H 5D GENERAL LABORER $31.61 1H 5D GRADE CHECKER & TRANSIT PERSON $32.55 1H 5D ' GRINDERS $31.61 1H 5D GROUT MACHINE TENDER $31.61 1H 5D GUARDRAIL ERECTOR $31.61 1H 5D- HAZARDOUS WASTE WORKER LEVEL A $32.55 1H 5D ' HAZARDOUS WASTE WORKER LEVEL B $32.16 1H 5D Page 3 YAKIMA COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code HAZARDOUS WASTE WORKER LEVEL C $31.61 1 H 5D HIGH SCALER $32.55 1H 5D HOD CARRIER $32.55 1H 5D JACKHAMMER $32.16 1H 5D LASER BEAM OPERATOR $32.16 1H 5D MANHOLE BUILDER - MUDMAN $32.16 1H 5D MATERIAL YARDMAN $31.61 1H 5D MINER $32.55 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $32.16 1H 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $32.16 1H 5D PILOT CAR $29,65 1H 5D PIPE POT TENDER $32,16 1 H 5D PIPE RELINER (NOT INSERT TYPE) $32.16 1H 5D PIPELAYER & CAULKER $32.16 1H 5D PIPELAYER & CAULKER (LEAD) $32.55 1H 5D PIPEWRAPPER $32.16 1H 5D POTTENDER $31.61 1H 5D POWDERMAN $32.55 1H 5D POWDERMAN HELPER $31.61 1H 5D POWERJACKS $32.16 1H 5D RAILROAD SPIKE PULLER (POWER) $32.16 1H 5D RE- TIMBERMAN $32.55 1H 5D RIPRAP MAN $31.61 1 H 5D RODDER $32.16 1H 5D SCAFFOLD ERECTOR $31.61 1H 5D SCALE PERSON $31.61 1H 5D SIGNALMAN $31.61 1H 5D SLOPER (OVER 20 ") $32.16 1 H 5D SLOPER SPRAYMAN $31.61 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $32.16 1 H 5D SPREADER(CONCRETE) $32.16 1H 5D STAKE HOPPER $31.61 1H 5D STOCKPILER $31.61 1H 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $32.16 1H 5D TAMPER (MULTIPLE & SELF PROPELLED) $32.16 1H 5D TOOLROOM MAN (AT JOB SITE) $31.61 1H 5D TOPPER - TAILER $31.61 1H 5D TRACK LABORER $31.61 1 H 5D TRACK LINER (POWER) $32.16 1 H 5D TRUCK SPOTTER $31.61 1H 5D TUGGER OPERATOR $32.16 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $31.61 1 H 5D VIBRATOR $32.16 1H 5D VINYL SEAMER $31.61 1H 5D WELDER $31.61 1H 5D WELL -POINT LABORER $32.16 1H 5D LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER & TOPMAN $31.61 1H 5D PIPE LAYER $32.16 1H 5D Page 4 YAKIMA, COUNTY EFFECTIVE 3 -03 -2010 'J (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER-INSTALLERS $9.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $15.45 1 LANDSCAPING OR PLANTING LABORERS $9.00 1 LATHERS JOURNEY LEVEL $37.22 1M 5D MARBLE SETTERS JOURNEY LEVEL $38.62 1M 5A METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR n $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $2812 1W 6Z PLASTERERS JOURNEY LEVEL / $46.63 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $28.75 1 POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50.39 IT 5D 8P ASSISTANT ENGINEERS $47.12 IT 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50.94 IT 5D 8P TONS BACKHOE, EXCAVATOR, SHOVEL, OVER 90 METRIC TONS $51.51 IT 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50.39 IT 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49.48 IT 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49.90 IT 5D 8P BARRIER MACHINE (ZIPPER) $49.90 IT 5D 8P BATCH PLANT OPERATOR, CONCRETE $49.90 IT •5D 8P BELT LOADERS (ELEVATING TYPE) $49.48 IT 5D 8P BOBCAT (SKID STEER) $47.12 IT 5D 8P BROKK- REMOTE DEMOLITION EQUIPMENT $47.12 IT 5D 8P BROOMS $47.12' IT 5D 8P BUMP CUTTER $49.90 IT, 5D 8P CABLEWAYS $50.39 IT 5D 8P CHIPPER $49.90 IT 5D 8P COMPRESSORS $47,12 IT 5D 8P CONCRETE FINISH MACHINE - LASER SCREED $47.12 IT 5D 8P CONCRETE PUMPS $49.4,8 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 IT 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50.39 IT 5D 8P METERS > CONVEYORS "$49.48 IT 5D 8P CRANE, FRICTION 10o,TONS THROUGH 199 TONS $51.51 IT 5D 8P CRANE, FRICTION OVER 200 TONS $52.07 IT 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.48 1T, 5D 8P Page 5 YAKIMA COUNTY EFFECTIVE 3 -03 -2010 Page 6 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, 20 - 44 TONS, WITH ATTACHMENTS $49.90 IT 5D 8P CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50.39 IT 5D 8P WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50.94 IT 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51.51 IT 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $47.12 IT 5D 8P CRANES, A- FRAME, OVER 10 TON $49.48 IT 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 IT 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $49.90 IT 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $50.39 IT 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $50.94 IT 5D 8P CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50.94 IT 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 IT 5D 8P CRUSHERS $49.90 IT 5D 8P DECK ENGINEER/DECK WINCHES (POWER) $49.90 IT 5D 8P DERRICK, BUILDING $50.39 IT 5D 8P DOZER, QUAD 9, D -10, AND HD -41 $50.39 IT 5D 8P DOZERS, D -9 & UNDER $49.48 IT 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $49.48 IT 5D 8P DRILLING MACHINE $49.90 IT 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47.12 IT 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49.48 IT 5D 8P FINISHING MACHINE /BIDWELL GAMACO AND SIMILAR EQUIP $49,90 IT 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49.48 IT 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47.12 IT 5D 8P GRADE ENGINEER $49.90 IT 5D 8P GRADECHECKER AND STAKEMAN $47.12 IT 5D 8P GUARDRAIL PUNCH $49,90 IT 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 IT 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49.48 IT 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49.90 IT 5D 8P HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $47.12 IT 5D 8P HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49.48 IT 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 IT 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $50.94 IT 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 IT 5D 8P LOCOMOTIVES, ALL $49.90 IT 5D 8P MECHANICS, ALL $50.94 IT 5D 8P MIXERS, ASPHALT PLANT $49.90 IT 5D 8P MOTOR PATROL GRADER (FINISHING) $50.39 IT 5D 8P MOTOR PATROL GRADER (NON- FINISHING) $49.48 IT 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50.39 IT 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 IT 5D 8P OPERATOR PAVEMENT BREAKER $47.12 IT 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49.90 IT 5D 8P PLANT OILER (ASPHALT, CRUSHER) $49.48 IT 5D 8P POSTHOLE DIGGER, MECHANICAL $47.12 IT 5D 8P POWER PLANT $47.12 IT 5D 8P PUMPS, WATER $47.12 IT 5D 8P Page 6 YAKIMA COUNTY. EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 IT 5D 8P ' EQUIP RIGGER AND BELLMAN $47,12 IT 5D 8P ROLLAGON $50.39 IT 5D 8P ' ROLLER, OTHER THAN PLANT ROAD MIX $47.12 IT 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 IT 5D 8P ROTO -MILL, ROTO- GRINDER $49.90 IT 5D 8P SAWS, CONCRETE $49.48 IT 5D 8P ' SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 IT 5D 8P . OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49.48 IT 5D 8P SCRAPER -SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49.90 IT 5D 8P ' OFF -ROAD EQUIPMENT (UNDER 45 YARDS) SHOTCRETE GUNITE $47.12 IT 5D 8P SLIPFORM PAVERS $50.39 IT 5D 8P ' SPREADER, TOPSIDER & SCREEDMAN $50.39 IT 5D 8P SUBGRADE TRIMMER $49.90 IT 5D 8P TOWER BUCKET ELEVATORS $49.48 IT 5D 8P TRACTORS, (75 HP & UNDER) $49.48 IT 5D 8P ' TRACTORS, (OVER 75 HP) . $49.90 IT 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 IT 5D 8P. TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50.39 IT 5D 8P ' TRENCHING MACHINES $49.48 IT 5D 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $49.48 IT 5D 8P TRUCK CRANE OILER/DRIVER (100 TON & OVER) $49.90 IT 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49.90 IT 5D 8P ' WELDER $50.39 IT 5D 8P WHEEL TRACTORS, FARMALL TYPE $47.12 IT 5D 8P YO YO PAY DOZER $49.90 IT 5D 8P ' POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $40.79 4A 5A SPRAY PERSON $38.73 4A 5A TREE EQUIPMENT OPERATOR $39.25 4A 5A ' TREE TRIMMER $36.50 4A 5A TREE TRIMMER GROUNDPERSON $27.55 4A 5A _REFRIGERATION & AIR CONDITIONING MECHANICS ' MECHANIC $28.11 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $29.00 1 RESIDENTIAL CARPENTERS ' JOURNEY LEVEL $14.58 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $11.86 1 ' RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $17.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL .$21.98 1 ' RESIDENTIAL GLAZIERS JOURNEY LEVEL $22.43 1B 61 RESIDENTIAL INSULATION APPLICATORS ' JOURNEY LEVEL $10.00 1 Page 7 YAKIMA COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL LABORERS JOURNEY LEVEL $11.02 1 RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $29.00 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $16.32 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $20.55 1 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $28.11 1 RESIDENTIAL SHEET METALWORKERS JOURNEY LEVEL (FIELD OR SHOP) $34.85 1X 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $17.55 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $8.55 1 RESIDENTIAL STONE MASONS JOURNEY LEVEL $16.00 1 RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $8.55 1 RESIDENTIALTERRAZZO/TILE FINISHERS JOURNEY LEVEL $17.00 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $16.78 1 ROOFERS JOURNEY LEVEL $12.00 1 SHEET METALWORKERS JOURNEY LEVEL (FIELD OR SHOP) $48.01 1X 5A SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $14.65 1 SIGN MAKERS & INSTALLERS (NON- ELECTRICAL) JOURNEY LEVEL $14.65 1 SOFT FLOOR LAYERS JOURNEY LEVEL $23.11 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $8.55 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $26.36 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STONEMASONS JOURNEY LEVEL $38.62 1 M 5A STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $8.55 1 SURVEYORS CHAIN PERSON $9.25 1 INSTRUMENT PERSON $12.05 1 PARTY CHIEF $15.05 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $20.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $32.27 2B 5A Page 8 YAKIMA COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note ' Classification 'WAGE Code Code Code HOLE DIGGER /GROUND PERSON $18.10 2B 5A INSTALLER (REPAIRER) $30.94 2B 5A ' JOURNEY LEVEL TELEPHONE LINEPERSON $30'.02 2B 5A SPECIAL APPARATUS INSTALLER 1 $32,27 2B 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A ' TELEPHONE EQUIPMENT OPERATOR (HEAVY) , $32.27 26 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 26 5A TELEVISION GROUND PERSON $17.18 2B 5A TELEVISION LINEPERSON %INSTALLER $22,73 26 5A TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A TELEVISION TECHNICIAN _ $24.35 213 5A . TREE TRIMMER $30.02 213 5A ' TERRAZZO WORKERS JOURNEY LEVEL $30.37 1M 5A TILE SETTERS JOURNEY LEVEL $30.37 1M 5A ' TILE, MARBLE & TERRAZZO FINISHERS FINISHER $26,29 1 M 5A TRAFFIC CONTROL STRIPERS ' JOURNEY LEVEL $38,90 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $36.16 2G 61 ' DUMP TRUCK & TRAILER $36.16 2G 61 OTHER TRUCKS $36.16 2G 61 TRANSIT MIXER $36.16 2G 61 ' WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $25.44 1 OILER $9.20 1 ' WELL DRILLER $18.00 1 1 - Page 9 BENEFIT CODE KEY - EFFECTIVE 03 -03 -2010 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE ' HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ' A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ' B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS 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 t 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 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. 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 AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS ' WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF ' WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03 -03 -2010 -2- Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR FLOURS 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. T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY. THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES. PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED•EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLYRATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RA'Z'E OF PAY IN ADDITION TO HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF "LIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' BENEFIT CODE KEY - EFFECTIVE 03 =03 -2010 D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ' E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY.- ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE, PAID AT DOUBLE THE HOURLY RATE OF WAGE, G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS ' WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 2. 1. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- ' HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS ' WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY., ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO ' THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE; EXCEPT LABOR DAY WHICH SHALL.BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE > OF WAGE. ' 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY. ' T. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY. ' U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP DAYS SHALL BE -PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS" AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' 4A. 5. BENEFIT CODE KEY - EFFECTIVE 03 -03 -2010 -4- W. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR -DAY, TEN -HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). 1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. ' BENEFIT CODE KEY - EFFECTIVE 03 -03 -2010 -5- ' Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, ' DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). 5. S. PAID HOLIDAYS:. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). ' T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). ' U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. ' W. PAID.HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS ' - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY ' AFTER CHRISTMAS DAY (9). E. PAID HOLIDAYS: NEW YEAR'S I)AY, 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). tF. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). J. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING ' DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, ' THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. BENEFIT CODE KEY - EFFECTIVE 03 -03 -2010 -6- T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). Y. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220'- $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'- $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200'- $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 FIAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: $2.00, CLASS B SUIT: $1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50. Washington State Department of Labor and Industries ' Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW " 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go,to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question.6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work,is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. Supplemental to Wage Rates 3/3/2010 Edition,, Published March, 2010 " f 1 ' WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered 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 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans YES NO Ell 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, X Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, 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 I 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. Supplemental to Wage Rates 2 3/3/2010 Edition, Published March, 2010 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail j conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel . items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or X boring of holes. See Contact Plans for item description and shop drawings. I 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X . accordance with Section 9- 28.14(3). 13. Concrete Piling -- Precast - Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to I Section 9 -19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. i 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 3 3/3/2010 Edition, Published March, 2010 I WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO I 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 requirements. Shop drawings are to be provided for approval X prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. X 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. Only new state approved barrier may be used as X permanent barrier. 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. X Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. -Walls 26. Precast Concrete - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 3/3/2010 Edition, Published March, 2010 I WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. . Fabricator plant has annual approval of methods and materials .to be used. Shop Drawing to be provided for approval prior to ! X casting girders. See Std. Spec. Section 6- 02.3(25)A j 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be X provided for approval prior to casting girders. i See Std. Spec. Section 6- 02.3(25)A i 30.. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval'of methods and materials to be used. Shop Drawing to be provided X 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 X be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A. 32. - Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of . methods and materials to be used. Shop Drawing to be provided X for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover X See Std. Plan. Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 5 n WSDOT's ' Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO I I 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with X AASHTO -M -111. 35. Mono -tube Sign Structures -'Mono-tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. j See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to X _ fabrication__ _ 38. Light Standard- Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and "materials as specified on Std. Plans. See Specia X Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated X to conform with methods and material as specified on Std. Plans. See Special Provisions for pre- approved drawin g s 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. X Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 s 1 WSDOT's. Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, Fiber fabrics the sources of the following materials must be submitted and 48. Electrical wiring /components approved for reflective sheeting, legend material, and aluminum X i 49. sheeting. X X NOTE: * ** Fabrication inspection required. Only signs tagged Girder pads (elastomeric bearing) X "Fabrication Approved" by WSDOT Sign Fabrication Inspector to 51. Standard Dimension lumber be installed X 52. Irrigation components Custom Message Std Signing Message j 43. Cutting & bending reinforcing steel X 44. Guardrail components X X { Custom Standard End Sec Sec 45. Hggregates/c;oncrete mixes 46. Asphalt Covered by WAC 296- 127 -018 Covered by WAC 296 - 127 -018 47. Fiber fabrics X 48. Electrical wiring /components X i 49. treated or untreated timber pile X i 50. Girder pads (elastomeric bearing) X i 51. Standard Dimension lumber _ X 52. Irrigation components X Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 7 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials 54. Guide Posts 55. Traffic Buttons 56. Epoxy X 57. Cribbing 58. Water distribution materials 59. ---------- Steel "H" piles 60. Steel pipe for concrete pile casings 61. Steel pile tips, standard 62. Steel pile tips, custom Supplemental to Wage Rates 8 3/3/2010 Edition, Published March, 2010 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902- PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Classification Code Prevailing Overtime `Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER/WELDER $12.76 1 LABORER $8.55 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 MACHINE OPERATOR PAINTER WELDER FITTER ' LABORER MACHINE OPERATOR PAINTER WELDER Counties Covered: BENTON $10.53 1 $9.76 1 $16.70 1 1 Counties Covered: CHELAN $15.04. 1 $9.54 1 $9.71 1 $9.93 1 $12.24 1 Counties Covered: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 i Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 9 J METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wape I Code Code Counties Covered: CLARK FITTER $27.49 1E 6H LABORER $19.21 1E 6H LAYEROUT $28.77 1E 6H MACHINE OPERATOR $28.77 1E 6H PAINTER $25.31 1E 6H WELDER $26.89 1E 6H Counties Covered: COWLITZ MACHINE OPERATOR $25.33 1B 6V FITTER $25.33 1B 6V WELDER $25.33 1B 6V FITTER/WELDER PAINTER FITTER LABORER MACHINE OPERATOR PAINTER WELDER Counties Covered: GRANT $10.79 1 $8.55 1 Counties Covered: KING $15.86 $9.78 $13.04 $11.10 15.48 Counties Covered: KITSAP 1 1 1 1 FITTER $26.96 1 LABORER $8.55 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Supplemental to Wage Rates 10 3/3/2010 Edition, Published March, 2010 METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 11 Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTER/WELDER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $8.55 1 MACHINE OPERATOR $13.26. 1 1 PAINTER $10.27 1 WELDER $10.80 1 Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 11 METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Supplemental to Wage Rates 12 3/3/2010 Edition, Published March, 2010 Counties Covered: THURSTON FITTER $27.10 2U 6T LABORER 16.91 2U 6T LAYEROUT $30.63 2U 6T MACHINE OPERATOR $20.86 21J 6T WELDER $24.74 2U 6T Counties Covered: WHATCOM FITTERM/ELDER $13.81 1 LABORER $9.00 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 Supplemental to Wage Rates 12 3/3/2010 Edition, Published March, 2010 1 FABRICATED PRECAST CONCRETE PRODUCTS ' EFFECTIVE 03/0312010 ' (See Benefit Code Key) Prevailing Overtime Holiday Classification Code - Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN ALL CLASSIFICATIONS $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA ALL CLASSIFICATIONS 8.61 •1 ' Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM ALL CLASSIFICATIONS $13.50 1 Counties Covered: ' FRANKLIN ALL CLASSIFICATIONS -$11.50 1 Counties Covered: ' KING ALL CLASSIFICATIONS $13.60 2K 5B ' Counties Covered: PIERCE ' ALL CLASSIFICATIONS $9.28 1 Counties Covered: SPOKANE ALL CLASSIFICATIONS $20.23 1 Counties Covered: ' WHATCOM ALL CLASSIFICATIONS $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 LABORER $8.55- 1 Supplemental to Wage Rates 13 3/3/2010 Edition, Published March, 2010 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. • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential * ** ALL ASSOCIATED RATES * ** • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. Supplemental to Wage Rates 14 3/3/2010 Edition, Published March, 2010 Washington State Department of Labor and Industries ' Policy Statements. (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) i WAC 296 -127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, ' gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of ' chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above - listed materials to a public works ' project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. ( c) They remove any materials from a public works construction site pursuant to . contract requirements or specifications (e.g., excavated materials, materials from ' demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock ' quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of ' incorporation. (f) They assist or participate in the incorporation of any materials into the public works ' project. Supplemental to Wage Rates 15 3/3/2010 Edition, Published March, 2010 n (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, § 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 16 3/3/2010 Edition, Published March, 2010 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non - Collusion Declaration Non - Discrimination Provision Subcontractor List Women and Minority Business Enterprise Policy Council Resolution Affirmative Action Plan Bidders Certification Subcontractors Certification Proposal Signature Sheet Bidders Check List PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima N. 66th AVE. & SU M M ITVI EW AVE. Intersection Improvement Project City Project No. 2191 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 137 ITEM PROPOSAL BID SHEET City of Yakima N. 66t" AVE. & SUMMITVIEW AVE. Intersection Improvement Project City Project No. 2191 139 17 ADJUST VALVE BOX 7 EA 0, 2 4SD.00 7 -05.5 18 CRUSHED SURFACING TOP COURSE for Trench Backfill 50 TON 3o.00 [.Soo. 7 -08.5 19 STRUCTURE EXCAVATION CLASS B INCL HAUL 30 CY r8.00 5y0.D0 7 -08.5 20 CEMENT CONC. TRAFFIC CURB AND GUTTER 1422 LF L 00 8 -04.5 21 ICEMENT CONC. RESIDENTIAL DRIVEWAY APPROACH 163 SY 36.00 6 19H. 8 -06.5 22 MONUMENT CASE AND COVER 1 EA 599.00 00,00 8 -13.5 23 CEMENT CONC. SIDEWALK 704 SY 2e.00 9 r 8 -14.5 24 CEMENT CONC. SIDEWALK RAMP, Type 2 3 EA 200,00 7oo.oa 8 -14.5 25 CEMENT CONC. SIDEWALK RAMP, Type 4A 4 EA cl00,00 boo. ed 8 -14.5 26 CEMENT CONC. SIDEWALK RAMP, Type 5 1 EA 900. eo o0.00 8 -14.5 27 ILLUMINATION SYSTEM 1 LS jq oO,00 114 joo, o0 8 -20.5 28 TRAFFIC SIGNAL SYSTEM 1 LS (e 600•aa o ay. ob 8 -20.5 29 MASONRY RETAINING WALL 1 FA $8000.00- $8000.00 8 -24.5 30 REPAIR OR REPLACEMENT 1 FA $8000.00 $8000.00 8 -30.5 TOTAL BID, Project _2191: 4826 3 6 oc 141 BID BOND FORM Herewith find deposit in the. form of a certified check, cashiers check, or cash, in the amount of $ which amount is not less than five percent of the total bid_ Sign Here BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Belsaas & Smith Construction, Inc as principal, and 'Travelers Casualty 8- Surety Company of as Surety, are held and firmly bound unto the City f Yakima, as Obligee, in the penal sum of America Five percent of Y g p Dol►ars, for the payment of which the Principal and the Surety bind t emseves, eir eirs, 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 Prin t al . for N 66th Ave & Summitview Ave. Intersection Impro�'c�92q td;,gj ect terms cf the proposal or bid made by the Principal therefor, and the Principal shall duly rnaka 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 2 _DAY OF August 20 10 Principal Kenneth J. Frick Attorney -in -Fact 20 Received return of deposit in the sum of $ 143 No. 2191 ' WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER J POWER OF ATTORNEY TRAVELERSJ 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. 218701 Certificate No. 003516962 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 Donna S. Martinez, Kenneth J. Frick, and Alex B. Hodge of the City of Yakima , State of Washington , 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. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of March 2010 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 2nd St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 'nit � u„� E W ..,.•.r+... �r.su,q�r �y+--Ti� J�F \0. 64 O��N..iMSG9 �J°'�..1NSU,p`gw.,, g�P�TVgHCS �Fyawq�ry ��SfY,1,y0 �' 6 n WCtRPORATED m �t e. c+ lW:oonvoaarf:.,.i � � � � �tiSEAL'o;�`•.SHAL;'a° AN a'� °'!`•.. a� � e� � .+ �1 ,...+rf State of Connecticut City of Hartford ss. By: Georg Thompson, enior ice President On this the 2nd day of March 2010 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 69*1 In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011. 58440 -4 -09 Printed in U.S.A. Marie C. Tetreault, Notary Public 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. 1, Kori M. Johanson, the undersigned. Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 2 day of August 20 10. Kori M. Johann Assistant Secretary � _ q G , � ` � ' N9tc8f42 '�i i a r t n o =L 'C J O '91> ' 97*7 � 8 X i s wC1d.CtP� OSRA1 T ED bb, ,1�e1N,nnt t � m ���ar'•. i. •`oSf�sR • E PN .OA .A. A w AL+ >,F.Lr �+,omn � , j l } ;�� ��ov: , .�.'S�pr�.R. B .P..O.A.R..A.:LT��..+ a,' • '� s a o n 0 To verify the authenticity of this Power of Attorney, call 1- 800 -421 -3880 or contact us at www.traveiersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. I 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1 - 800 - 424 -9071 The U.S. Department of Transportation ( USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. ' The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will tbe respected. 145 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. ' "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. r"(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." 1 147 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non - responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name 60sBEc..S V� -cet, .-c— Item Numbers 2'1.28 Etc- ceic -A Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Bid Items to be performed by the Prime Contractor: E 6QK1rEt�SVtf—acCt1�C� , AWsrsT-LrrguT(t S s—a.. .T4tc CowJ=aot Prime Contractor Name Agzyn 1s 4- S rn-c7?f LO/YS7-72//CTLiJN, �sliC. Item Numbers I , 2 . 3, 4, 5 , 6 , 7,�, r2,i3,W,ts. /b, t7, t8, l9, ZZ, 29,'3 0 149 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY ' It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with ' state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. ' In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through t participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority ' businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. ' This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the ' women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. 151 RESOLUTION NO. D - 4 8 16 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto and by reference made a part hereof. �QQ ADOPTED BY THE CITY COUNCIL this .T4Uiday of 1-,LA_ , 1983. ATTEST: 7 J a,�,,' City Clerk 153 AA/V'1k Or( A AU.-A-t. � J iayor IAFFIRMATIVE ACTION PLAN ' The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and ' timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. ' However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified ' by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under ' the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects ' subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. ' Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action ' directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has ' employment opportunities available and shall maintain records of the organizations' response. ' b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not ' employed by the contractor, the contractor's file shall document this and the reasons therefore. ' c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those ' funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual ' reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically 155 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 recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school,, summer and vacation employment to minority youth. k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 156 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract. ��LS�}i9S d S �►v ?1� eomsrgoer'-XRVN, certifies that: (BIDDER) It intends to use the following listed construction trades in the work under the contract �P�TmRs L A�$aiL.rc�/i -S � i iurCSC `o�w..JG -�2.5 � �r�.✓kcz�C�s� and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: (��T= 'ATf7�si t'A -A r_VL. b V:LN V'G --,P-S F L A G GER S and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) 157 SUBCONTRACTORS 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 and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in 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) 159 IMaterially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, ' and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification wilt render the bid non responsive. ' Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective. obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, ' contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. ' Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. ' Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and ' women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the ' Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor ' or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the ' agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the ' 161 attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 162 PROPOSAL CITY OF YAKIMA N. 66" AVE. & SUMMITVIEW AVE. Intersection Improvement Project City Project No. 2191 The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in ' an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: CASH ❑ IN THE AMOUNT OF CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE CITY OF YAKIMA PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID Receipt is hereby acknowledged of addendum(s) No.(s) SIGNATURE OF AUTHORIZED OFFICIAL(s) O 5p��05•( 8 FIRM NAME _� oLSrnrTrt 40AIsl72 veTtt/J�/. (ADRESS) _ �O �4OA- 94" PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER Note: FEDERAL ID No. II? I f I % 10 I S1 SI 19 91 !� WA STATE EMPLOYMENT SECURITY REFERENCE NO. (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. (2) Please refer to section 1 -02.6 of the standard specifications, re: "Preparation of Proposal," or "Article 4" of the Instructions to Bidders for building construction jobs. (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. 163 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. PROPOSAL SIGNATURE SHEET To be filled in and MUST be signed by the bidder and acknowledge all Addenda. C. BID BOND ACCOMPANYING BID, This Bid Bond form is to be executed by the bidder and the surety company unless the bid is accompanied by a certified check, cashier's check or cash, in which case the space provided at the top of the form shall be filled in by the bidder. 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. D. SUBCONTRACTOR LIST ' If bidders intends to use subcontractors in any of the trades listed at the top of the form, the list must be submitted with the bid. Failure to do so will render the bidder's bid non - responsive. ' If the bidder does not intend to use any of the trades listed at the top of the form and does not submit the list with the bid, the successful bidder must submit the list before contract award. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. 165 CONSTRUCTION DETAILS Construction Details (Plans Follow) C7 O R/W D D 40' EAST OF INTERSECTION q 40' 7 25.50' ; VARIES 7' STA. 15 +43.31 TO STA. 15 +99.34 STA. 11+02.74 TO STA. 11+65 : 25.52' O STA. 11 +65 TO STA. 13 +18 : 25.52' — 30.50' C— STA. 13 +18 TO STA. 16 +00 30.50' M NORTH CURB STA. 16 +00 TO STA. 18 +10 30.50' — 25.51' SOUTH CURB n PROFILE GRADE EXIST. FINISHED GRADE STA 18 +10 TO STA. 18 +49.69:25.51' PROFILE GRA . TOP OF CURB 3,5' AT CENTERLINE 3.5'to 8. TOP OF CUR Sawcut Sawcut LIMITS Slope Varies Slope Varies LIMITS D ��- ""`,��' 2" HMA CLASS 1/2" PG 64 -28 (COMPACTED DEPTH) "' "\�\' 1= (OVERLAY] 6" (MIN) 4" ATB (COMPACTED DEPTH) 6" (MIN) SAME SECTION AS NORTH SIDE 2" CSTC (COMPACTED DEPTH) 12" CSBC (COMPACTED DEPTH) 2" CSTC (COMPACTED DEF W COMPACTED SUB GRADE C *NOTE: Cut or Fill slopes to be 2:1 unless otherwise directed by the Engineer. --i < SUMMITVIEW AVENUE rn P PRINCIPAL ARTERIAL - ROADWAY SECTION NTS City of Yakima - Engineering Division D M z C D M 0 M 0 6 R/W n O n D D T ;a O L M M D r z 0) D G M z C M D 2] O M 0 N O l T N V O_ l O N R/W 30' RIGHT OF WAY 30' 5' -1— 19.5' _ I 14.5' 1 5' FINISHED SURFACE * PROFILE GRADE \ 1.8% 2.5% •��i��" �� ��' ,,,;, 4 li��i lip � y, -' ....... :: :. .... ............................... ::::: : : : : : : :: : : :: ::. :: .. .......... 6" (MIN) 6" (MIN) COMPACTED SUB GRADE 2" CSTC (COMPACTED DEPTH) 2" CSTC 2" HMA CLASS 1/2" PG 64 -28 (COMPACTED DEPTH) (COMPACTED 4" ATB (COMPACTED DEPTH) *NOTE: Cut or Fill slopes to be 2:1 unless 6" CSBC (COMPACTED DEPTH) otherwise directed by the Engineer. N. 66th AVENUE P COLLECTOR - ROADWAY SECTION NTS City of Yakima - Engineering Division R/W i 1 1 DISTANCE VARIES — SEE PLAN Back of Sidewalk /Drivewav Aaron CONSTRUCTION JOINT q L-1- CSTC (COMPACTED DEPTH) 6" CLASS 3000 CEMENT CONC. IN ACCORDANCE WITH SEC. 8 -14 CONSTRUCTION JOINT RESIDENTIAL DRIVEWAY APPROACH City of Yakima — Engineering Division CITY OF YAKIMA - PROJECT DETAIL APPROVED: RESIDENTIAL DRWY APPROACH I P -3 1 NOTE: Dimensions shown for the fence and Sidewalk shall be held as shown. C0 Cap Unit,, 8 1/2 5' V W N a a0 a ..a C m E SECTION N 0 1 block voids with crate. Structural -0 7 ngineer shall determine ass of Concrete. .X afar to Sec. 6 -02 0 0 4 L �N r 8 1/2 Fence Post Refer to the Special Provisions. O 5' o r 7' SIDEWALK /Conc. Fence Base J , { L " UNDISTURBED SOIL WASHED DRAIN ROCK �\� X Y. \ \� ENVELOPE,FABRIC �a NATIVE BACKFILL d d 4 "� Diam. ''erf. \\ (Compacted to 957.) PVC Drain `00 \ Per Desi See Note • / • NOTE: All footing related dimensions shown and the footing configuration and, if required, reinforcement shall be designed by the Contractor's Structural Engineer and and as recommended by the materials manufacture. 18" ..r BLOCK FACE NOTE: Use masonry block similar to 'Corner Stone' Retaining Wall System by Mutual Materials. Block dimensions are based on 'Comer Stone Series 100 units. • TYPICAL BLOCK EXAMPLE (DETAIL USE BY CITY OF YAKIMA - PROJECT DETAIL NOTES: 1. THIS DRAWING IS CONCEPTUAL ONLY. THE CONTRACTOR SHALL RETAIN A PROFESSIONAL STRUCTURAL ENGINEER REGISTERED IN THE STATE OF WASHINGTON TO PREPARE A DESIGN AND DETAIL DRAWING FOR THIS WALL. 2. WALL TO BE USED ONLY IF FIELD CONDITIONS WARRANT THE USE OF A MINOR WALL. (ie. If Cut /Fill slopes extend beyond R/W etc.) APPROVAL ONLY ) APPROVED: AAR MASONRY RETAINING WALL P4 W �, Y a a0 a ..a LL m SECTION Fence Post Refer to the Special Provisions. O 5' o r 7' SIDEWALK /Conc. Fence Base J , { L " UNDISTURBED SOIL WASHED DRAIN ROCK �\� X Y. \ \� ENVELOPE,FABRIC �a NATIVE BACKFILL d d 4 "� Diam. ''erf. \\ (Compacted to 957.) PVC Drain `00 \ Per Desi See Note • / • NOTE: All footing related dimensions shown and the footing configuration and, if required, reinforcement shall be designed by the Contractor's Structural Engineer and and as recommended by the materials manufacture. 18" ..r BLOCK FACE NOTE: Use masonry block similar to 'Corner Stone' Retaining Wall System by Mutual Materials. Block dimensions are based on 'Comer Stone Series 100 units. • TYPICAL BLOCK EXAMPLE (DETAIL USE BY CITY OF YAKIMA - PROJECT DETAIL NOTES: 1. THIS DRAWING IS CONCEPTUAL ONLY. THE CONTRACTOR SHALL RETAIN A PROFESSIONAL STRUCTURAL ENGINEER REGISTERED IN THE STATE OF WASHINGTON TO PREPARE A DESIGN AND DETAIL DRAWING FOR THIS WALL. 2. WALL TO BE USED ONLY IF FIELD CONDITIONS WARRANT THE USE OF A MINOR WALL. (ie. If Cut /Fill slopes extend beyond R/W etc.) APPROVAL ONLY ) APPROVED: AAR MASONRY RETAINING WALL P4 O T D 77 D T TTV /v O M n D_ r m r M T� D r V) rn n M CJl BOX A METER BASE (Per PPBL), AND a'0 -200 AMP TYPE- 120 /240 SINGLE PHASE ELECTRICAL SERVICE 1-5/8'X 2 -7/16' GALVANIZED STEEL CHANNEL (UNISTRUT) x (SEE NOTE: CHANCEL 8. FASTENNG c(D HPRUNARESPECS PERAFFUCABLEWSDOT G — PIANDETAILS& — 5 -SHTS) ED TEELX ANN GALVANIZED STEEL CHANNEL (UNISTRUT) (SEE NDTE:CS PER& PLI FASTENING HARDNARE SPECS PER APPLICABLE NSDOT� 'J- 0"PIAN DETAILS REVS- SP1 "SHTS) �p OTO CONTROLLER. CABINET O TO STREET- LIGHT CIRCUITS O3 FROM POWER SOURCE (PER P.P & L. RQMNTS) UN #4 REBAR (Total # as needed.) W II FOR CROSS BRACING TIES �= TO GALV (UNISTRUT) Fa STEEL CHANNEL POSTS' �W �o 0 zz 02 1_ CITY OF YAKIMA - PROJECT DETAIL 1- 518'X1- 5/8'GALVANIZED UNISTRUT W/ FOUNDATION- MULTI -PANEL ELECTRICAL SERVICE H 'STEEL CHANNEL ( U NIST (SEE NDTE:( NEL& 9PS_ N (FOR TRAFFIC SIGNAL AND STREET LIGHT POWER) ARESPECS EAPPLI CLEWT Y PLN DETAILS A REVS 5 d' SHLS.) }� NEW 200 AMP, 2- POLE -120 VAC- 6 POSITION BREAKER PANEL: BREAKER #1- 60 AMP I FOR NEW SIGNAL POWER, BREAKER #2- 30 AMP FOR NEW SGNAL INTERSECTION LIGHTS, AND BREAKER #3- 30 AMP FOR SUMMITVIEW AVE.-ST.- LIGHT CKT(SphIS e% CKTw/ run to east from here) BREAKER #4- 15 AMP FOR AUX. CABINET POWER) BOX C PHOTOCELL BYPASS /CONTACTOR SWITCH ELECTRICAL COMPONENTS & ASSEMBLIES (SEE 'NOTE-) 1-5/8"X 2 -7116' GALVANIZED STEEL CHANNEL (UNISTRUT) (SEE HOM CWWNEL 690 FASTEMNG NPIiDNARE SPECS PEP APPLICASLE N3DOT Ya'— DETAILS & AEVS 5 -SHTS) #4 Reber each corner - FOUNDATION WIDTH EQUALS 3. (Additional Center TOTAL PANEL - ASSEMBLY (vertical rebar optional) WIDTH PLUS 12 INCHES FRONT ELEVATION SERVICE PANEL ASSEMBLY (APPROX DIMS. FOR BOX A/B /C) d " Pana1— (M1aw)e,e evp.lyyimb aIr24" 0 BOXA xx 12" 0 BOX B 18"X 14' Breaker ° II" 0 4 ALL 4(KEY) OMINAL TRADE— g o HSIDE (ID1 �IAMETEK 1 0 1 1.9 IN. - — 2.5 IN 2.8751N. 0 O 3.0 IN. 0 3 091N. ° 0 OMy IM ( apPIka4M pt then —) 0 ° 0 _ a ° 0 I NEW 200 AMP, 2- POLE -120 VAC- 6 POSITION BREAKER PANEL: BREAKER #1- 60 AMP I FOR NEW SIGNAL POWER, BREAKER #2- 30 AMP FOR NEW SGNAL INTERSECTION LIGHTS, AND BREAKER #3- 30 AMP FOR SUMMITVIEW AVE.-ST.- LIGHT CKT(SphIS e% CKTw/ run to east from here) BREAKER #4- 15 AMP FOR AUX. CABINET POWER) BOX C PHOTOCELL BYPASS /CONTACTOR SWITCH ELECTRICAL COMPONENTS & ASSEMBLIES (SEE 'NOTE-) 1-5/8"X 2 -7116' GALVANIZED STEEL CHANNEL (UNISTRUT) (SEE HOM CWWNEL 690 FASTEMNG NPIiDNARE SPECS PEP APPLICASLE N3DOT Ya'— DETAILS & AEVS 5 -SHTS) #4 Reber each corner - FOUNDATION WIDTH EQUALS 3. (Additional Center TOTAL PANEL - ASSEMBLY (vertical rebar optional) WIDTH PLUS 12 INCHES FRONT ELEVATION SERVICE PANEL ASSEMBLY (APPROX DIMS. FOR BOX A/B /C) CALL-0UI Pana1— (M1aw)e,e evp.lyyimb aIr24" X BOXA xx 12" Sery BOX B 18"X 14' Breaker Box C 12" x 12" P "r _ RIGID GALVANIZED STEEL CONDUIT ALL 4(KEY) OMINAL TRADE— OUTSIDE OD) DIAMETER HSIDE (ID1 �IAMETEK 1 1.5 IN. 1 1.9 IN. 1.624 IN. Q 2.5 IN 2.8751N. 2.4891N. O 3.0 IN. 3S N. 3 091N. FROM WSDOT STANDARD PLAN REV.. SHEET 4504E OMy IM ( apPIka4M pt then —) 44 REBAR (Total # es needed ) FOR CROSS BRACING TIES TO GALV (UNISTRUT) STEEL CHANNEL POSTS #4 Rebar each comer (Additional Centered (vertical rebar optional) _ aN ELI wT ; 2- #4REBAR Ou o // HOOPS (Center 3rd hoop optional) ¢F� ZZ4 Oo LL CI #4 REBAR (Total If as needed.) FOR CROSS BRACING TIES TO GALV. (UNISTRUT) - STEEL CHANNEL POSTS NOTES: D e FOR ALL ELECTRICAL PANEL AND CONDUIT ENTRANCE GROUNDING o REQUIREMENTS, REFER TO APPROPRITATE NOTES & DETAILS ON THE o APPLICABLE WSDOT "J -3" STANDARD PLAN(S). e UNLESS SPECIFIED OTHERWISE HERE, ALL ELECTRICAL SERVICE ASSEMBLY PANELS SHALL INCLUDE THE REQUIRED BOARDS, SWITCHES, SUB - PANELS, AND OTHER SEPARATE COMPONENTS AS REQUIRED PER THE APPLICABLE SECTIONS OF THE WSDOTJ -3 PLANS, AND /OR 5.04 REVISIONS, AND SHALL COMPLY WITH THE CURRENT APPPLICABLE N.E.M.A .STANDARDS. THIS DIM. MINIMUM AS WSDOT STAND. PLANS BOX C PHOTCELLBYPASS PANEL 1-518'X 2 -7/16' GALVANIZED — STEEL CHANNEL (UNISTRUT) FLUSH WITH E XISTING 1B" Mmlmum SURFAE SURFACE BOX A 1 -5/8' X 24116' GALVANIZED STEEL CHANNEL (UNISTRUT) BOX SEE "NOTE" 1 -5/8' X 1 -5/8' GALVANIZED STEEL CHANNEL (UNISTRUT) (FOUNDATION DETAILS ON FRONT ELEVATION) E Q FOUNDATION SPAN ( =18' front clearance K total panel depth +6' mar clearance) RIGHT SIDE VIEW e ALL HARDWARE INCLUDING GALVANIZED STEEL CHANNEL SECTIONS (UNISTRUT) CLAMPS, STRAPS, BOLTS, AND OTHER APPLICABLE CONNECTORS AND AUXILIARY COMPONENTS, UNLESS SPECFIED OTHERWISE HERE, SHALL MEET REQUIREMENTS OF THE APPLICABLE WSDOT STANDARD PLANS AND SECTIONS OF THE WSDOT "STAINLESS STEEL CHANNEL DETAILS " - SHEETS 5.04E & 5.05E. Cabinet Depth 2' -2" X o . I I m LM All conduit to clear lower center, brace of cabinet by 1/2" minimum Anchor bolts and spacing requirements to be supplied by cabinet manufacturer CITY OF YAKIMA - PROJECT DETAIL TYPE "P" CONTROLLER CABINET FOUNDATION APPROVED: CITY OF YAKIMA - PROJECT DETAIL CABINET FOUNDATION--7 P -6 a Shim to plumb a 2" Offset II II Typical ° 3, 1 "Min. ° 1/2" 2" Max. 4 II Slope % a u v / . \ \ \ \ \ /\ \ \/ io a 6„ 2 -.#4 Max. Rebar Hoops #4 Rebar each corner #4 Rebar each corner 3/8" dia. plastic drain tube CITY OF YAKIMA - PROJECT DETAIL TYPE "P" CONTROLLER CABINET FOUNDATION APPROVED: CITY OF YAKIMA - PROJECT DETAIL CABINET FOUNDATION--7 P -6 mm mmim MMM - mm m IM mm m m mm r) 0 3: 0 m 0 m WE r) 0 D Z Z SEE, TAP.11 OLE TAM. P. S it W= SEE BASE BASE prps I , ETAIL ? : ALqf 7, AIL. 'WASHERST'PER' -d' LESS -111214- _OW`BRASSi F nm -n SIM T 0 �D u EGRM P OLE'_ APS -,SHALL: BE. CAST :At`Qb(IN" S !IAM _F0RTBE.­fY-P&lSlGNAL- POLE EBWSDOMSTANDARD.PLANI 0' POLE'. DESIGNATION;: 13ASE DU 40) r THICK' BO .-i 1_;POLV -BE OCTAGONAV" IN -CA AYER OF- ,A.14 IN/FT TIQN; 'BALLj:f:CONFO'it "AMIrro' STANDAR- NS -FOR n .t UCTURAL:.'SUPPORM FOR111CHWAY - SIGNS.-. LUNINAIRFS, AND PAM A ; DI A. STRUCTURAL: STM--l.rEW ING.'� C ODE­ J • KATE �ALL, STE FL, IN T AND''BASE. PLATES S'" t�-,BOtTS:,'S#ALt CON#O-PM.-,TO,4 36 NM-_,SIlALL.CONFORM TO -ANCHOF ST-M`Fl554,.GR! -BAMC; GOUGE. I AST TCTION. 'S XONFORW-TO 'CONN OR '.TO­ASTM-.A3M,':�NUTS,` IIALL, BOLTS M. ENDS�'()R- CJJCU nWS, TO UT�R'_l ASTM_ 166�'G* Dk° BEAVY 1. HM-WASHER CONFORM' ".TO' GALVANIZING .,SHALL",'CGNYOP-M,TO ASIX412 A153 -d' LESS -111214- _OW`BRASSi F nm -n SIM T 0 �D u EGRM P OLE'_ APS -,SHALL: BE. CAST :At`Qb(IN" S !IAM _F0RTBE.­fY-P&lSlGNAL- POLE EBWSDOMSTANDARD.PLANI 0' '11,--_AND STEMREINFORCEMENT D S * W bOTTYPE-1- GOT POLE'. DESIGNATION;: 13ASE DU 40) OP-' THICK' BO '11,--_AND STEMREINFORCEMENT D S * W bOTTYPE-1- GOT Fluazibi 1311 x 2411 PG Style (Stackable) Assembly SPECIFICATIONS /DATA and 1311 x 2411 PD Style Assembly 3/8 -16 UNC STAINLESS STEEL HEX HEAD BOLT W/ WASHER (2) GQ e .5 COF SKID RESISTANT SURFACE 1/2' (13) 4' (102) PULL SLOT COVER lg �3gq� 0) B A MOUSEHOLES'(PG132488 only) 4 3/4' 4 5/8' KNOCK01 1. Z��1) i 2X 4' (102) X 4' (102) J MOUSEHOLES (PD1324BB only) APRIL 2008 24 INSERTS (2) PD BOX 3/8' (2(10) LLf I I - 0h— I t1/2' (13) 'I I-•- 2• (st) LENOIR CITY, INC. Q Q C C C lluazite® SPECIFICATIONS /DATA 13" x 24" PG Style (Stackable) Assembly and 1311 x 2411 PO Style Assembly Covers (Blank unless loan is snecifiedl DESCRIPTION PART NO. WEIGHT # DESIGN/TEST LOAD # ANSI TIER* W/2 Bolts PG1324CA00 33 (15 kg) 8,000 / 12,000 8 Gasketed w/2 Bolts PG1324CG00 33 (15 kg) 8,000 / 12,000 8 No Bolts PG1324WA00 33 (15.kg) 8,000 / 12,000 8 .Heavy Du w/2 Bolts PG1324HA00 51 23 k 15,000 / 22,500 15 Gasketed Heavy Duty w/2 Bolts PG1324HG00 51 (23 kg) 15,0001 22,500 15 Extra Heavy Duty w/2 Bolts PG1324HH00 54 (24 kg) 22,500 / 33,750 22 PC BOXes (starkahle with salf_alinninn_ ranlaeaahla C7 NiAl Covers with meter lids available upon request. See page 12 or page 56 for meter lid cover load rating explanation. Gasketed covers and bolt grommets must be used with a gasketed box. Gaskets reduce the inflow of fluids but do not make the enclosure water tight. DESCRIPTION PART NO. WEIGHT # DIMENSION A DIMENSION B DIMENSION - C DESIGN/TEST LOAD # ANSI TIER* Open Bottom PG1324BA12 53 24 k 12" 305 mm 10" 254 mm 1 1/4" 32 mm 22,500 / 33,750 22 PG1324BA18 72 33 k 18" 457 mm 16" 406 mm 1 1/4" 32 mm 22,500 / 33,750 22 Open Bottom w/2 Mouseholes PG1324BB12 49 (22.2 kg) 12" (305 mm ) 10" (254 mm) 1 1/4" (32 mm) 22,500 / 33,750 22 PG1324BB18 68 (31 kg) 18" (457 mm) 1 16" (406 mm) 1 1/4" (32 mm) 22,500 / 33,750 22 Solid Bottom PG1324DA12 63 (28.6 kg) 12 1/2" (318 mm) 10" (254 mm) N/A 22,500 / 33,750 22 PG1324DA18 85 (39.kg) 18 1/2" (470 mm) 16" (406 mm) N/A 22,500 / 33,750 22 PD Boxes DESCRIPTION PART NO. WEIGHT # DIMENSION D DIMENSION E DESIGN/TEST LOAD # ANSI TIER* Open Bottom PD1324BA18 104 47 k 18" 457 mm 16" 406 mm 22,500 / 33,750 22 PD1324BA26 133 60 k 26" 660 mm 24" 610 mm 22,500 / 33,750 22 Open Bottom w/2 Mouseholes PD1324BB18 102 46 k 18" 457 mm 16" 406 mm 22,500 / 33,750 22 PD1324BB26 131 (59 kg) 26" (660 mm) 1 24" (610 mm) 22,500 / 33,750 1 22 Open Bottom w /Gasket PD1324BG18 104 (47 kg) 18" (457 mm) 16" (406 mm) 22,5001 33,750 22 PD1324BG26 1 133 (60 kg) 26" (660 mm) 24" (610 mm) 22,500 / 33,750 22 Extensions (For use under box only. one nar hnx.l DESCRIPTION PART NO. WEIGHT # DIMENSION F DIMENSION G DESIGNITEST LOAD # ANSI TIER* Open Bottom PG1324EA08 25 (11.3 kg) 8 3/4" (222 mm) 1" (25 mm) 22,500 / 33,750 22 Solid Bottom PG1324RA08 35 15.9 k 9 1/4" 235 mm N/A 22,500 / 33,750 22 uimensions & weignts in paremneses are metric equivalent. Loadings comply with ANSI /SCTE 77 (see page 9). 16EMOIR CITY, INC. 25 APRIL 2008 fluazitd 1.711 x 3011 PG Style (Stackable) Assembly SPECIFICATIONS /DATA and 17" x 3011 PO Style Assembly PG BOX 3/8 -16 UNC STAINLESS STEEL HEX HEAD BOLT W/ WASHER (2) a 1) ® 30 2X 4" (102) X 4- (102) .5 COF SKID 1/2" (13) X RESISTANT SURFACE 4" (102) PULL SLOT COVER PG BOX 1) 1�8• (454/8 T f.: 3/e" F L (' 2 J - IGI-- 4 3/4" (121) X 4 5/8" (117) KNOCKOUTS (6) PG BOTTOM EXTENSION 1g (ag5�2^ � D 2X 4" (102) X 4" (102) MOUSEHOLE (PD1730BB only) PD BOX -LIFTING INSERTS (2) L1/2" (13) 2" (51) LENOIR CITY, INC. APRIL 2008 29 1/2' P B (13) 2X 4" (102) X 4- (102) MOUSEHOLES (PG173OBB only) 1) 1�8• (454/8 T f.: 3/e" F L (' 2 J - IGI-- 4 3/4" (121) X 4 5/8" (117) KNOCKOUTS (6) PG BOTTOM EXTENSION 1g (ag5�2^ � D 2X 4" (102) X 4" (102) MOUSEHOLE (PD1730BB only) PD BOX -LIFTING INSERTS (2) L1/2" (13) 2" (51) LENOIR CITY, INC. APRIL 2008 29 0 Q 0 u A u Flunzitd SPECIFICATIONS /DATA COVerS (Blank unless loon is soecifiedl 1711 x 3011 PG Style (Stackable) Assembly and 1711 x 30 PD Style Assembly DESCRIPTION PART NO. WEIGHT # DESIGN/TEST LOAD # ANSI TIER* W/2 Bolts PG1730CA00 52 (23.6 kg) 8,000 / 12,000 8 Gasketed w/2 Bolts PG1730CG00 52 (23.6 kg) 8,000 / 12,000 8 No Bolts PG1730WA00 52 (23.6 kg) 8,000 / 12,000 8 Heavy Duty w/2 Bolts PG1730HA00 83 37.6 k 15,000 / 22,500 15 Gasketed Heavy Duty w/2 Bolts PG1730HG00 83 (37.6 kg) 15,000 / 22,500 15 Extra Heavy Duty w/2 Bolts PG1730HH00 83 (37.6 kg) 22,500 / 33,750 22 Covers with meter lids available upon request. See page 12 or page 56 for meter lid cover load rating explanation. Gasketed covers and bolt grommets must be used with a gasketed box. Gaskets reduce the inflow of fluids but do not make the enclosure water tight. PG Boxes (Stackable with self - aligning, replaceable EZ Nut) **2211- 30" Deep boxes must be used as bottom of any stacl DESCRIPTION PART NO. WEIGHT # DIMENSION A DIMENSION B DIMENSION C DESIGN/TEST LOAD # -ANSI TIER* Open Bottom PG1730BA12 67 (30.4 kg) 12" (305 mm) 10" (254 mm) 1 1/4" (32 mm) 22,500 / 33,750 22 PG1730BA18 94 (42.6 kg) 18" (457 mm) 16" (406 mm) 1 1/4" (32 mm) 22,500 / 33,750 22 PG1730BA22 106 48.1 k 22" 559 mm 20" 508 mm 1 1/4" 32 mm 22,500 / 33,750 22 PG1730BA24 122 (55.3 kg) 24" (610 mm) 22" (559 mm) 1 1/4" (32 mm) 22,500 33,750 22 PG1730BA28 126 (57.2 kg) 28" (711 mm) 26" (660 mm) 1/2" (13 mm) 22,500 / 33,750 22 PG1730BA30 144 (65.3 kg) 30" (762 mm) 28" (711 mm) 1/2" (13 mm) 22,500 133,750 22 Open Bottom w/2 Mouseholes PG1730BB12 65 29.5 k 12" 305 mm 10" 254 mm 1 1/4" 32 mm 22,500 / 33,750 22 PG1730BB18 92 41.7 k 18" 457 mm 16" 406 mm 1 1/4" 32 mm 22,500 / 33,750 22 PG1730BB22 104 47.2 k 22" 559 mm 20" 508 mm 1 1/4" 32 mm 22,500 / 33,750 22 PG1730BB24 120 54.4 k 24" 610 mm 22" 559 mm 1 1/4" 32 mm 22,500 / 33,750 22 PG1730BB28 124 (56.2 kg) 28" (711 mm) 26" (660 mm) 1/2" (13 mm) 22,500 / 33,750 22 PG1730BB30 142 (64.4 kg) 30" (762 mm) 28" (711 mm) 1/2" (13 mm) 22,500 / 33,750 22 Solid Bottom PG1730DA12 85 (38.5 kg) 12 1/2" (318 mm) 10" (254 mm) N/A 22,500 / 33,750 22 PG1730DA18 112 (50.8 kg) 18 1/2" (470 mm) 16" (406 mm) N/A 22,500 / 33,750 22 PG1730DA22 124 (56.2 kg) 22 1/2" (572 mm) 20" (508 mm) N/A 22,500 / 33,750 22 PG1730DA24 137 62.0 k 24 1/2" 622 mm 22" 559 mm N/A 22,500 / 33,750 22 PG1730DA28 143 (64.9 kg) 28 1/2" (724 mm) 26" (660 OF N/A 22,500 / 33,750 22 PG1730DA30 150 (68.0 kg) 30 1/2" (775 mm) 28" (711 mm) N/A 22,500 / 33,750 22 PD Boxes DESCRIPTION PART NO. WEIGHT # DIMENSION D DIMENSION E DESIGN/TEST LOAD # ANSI TIER* Open Bottom PD1730BA18 129 (59 kg) 18" (457 mm) 16" (406 mm) 22,500 / 33,750 22 PD1730BA26 166 (75 kg) 26" (660 mm) 24" (610 mm) 22,500 / 33,750 22 Open Bottom w/2 Mouseholes PD1730BB18 127 (58 kg) 18" (457 mm) 16" (406 mm) 22,500 / 33,750 22 1 PD1730BB26 164 (74 kg) 1 26" (660 mm) 1 24" (610 mm) 22,500 / 33,750 22 Open Bottom w /Gasket PD1730BG18 129 (59 kg) 18" (457 mm) 1 16" (406 mm) 22,500 1 33,750 22 PD1730BG26 166 (75 kg) 26" (660 mm) 1 24" (610 mm) 22,500 / 33,750 22 Extensions (For use under 12" and 111" hnrPC nniv_ nna nrr hnv DESCRIPTION PART NO. I WEIGHT # DIMENSION F DIMENSION G DESIGN/TEST LOAD # ANSI TIER* Open Bottom PG1730EA08 36 (16.3 kg) 8 3/4" (222 mm) 1" (25 mm) 22,500 / 33,750 _ 22 Solid Bottom PG1730RA08 55 24.9 k 9 1/4" (235 mm ) N/A 22.500/ 33,750 22 Uimensions & weights in parentheses are metric equivalent. ' Loadings comply with ANSI/SCTE 77 (see page 9). APRIL 2008 30 ' LENOIR CITY, INC. lluazite® 2411 x 3611 PG Style (Stackable) Assembly SPECIFICATIONS /DATA and 2411 x 3611110 Style Assembly POLYMER TONGUE & GROOVE 3/8 -16 UNC STAINLESS 3/8 -16 UNC STAINLESS STEEL HEX HEAD BOLT 5 5/8 6�4" STEEL HEX HEAD BOLT 5�8 6 4" W /WASHER (2) 3�9p5) 0 W /WASHER (2) 35 (90 �0 L(j6) 1/2" (13) X 4" (102) 1/2" (13) PULL SLOT X 4" (102) COVER .5 COF SKID PULL SLOT RESISTANT SURFACE 2 PIECE COVER .5 COF SKID RESISTANT SURFACE 26" 33 6/ 8 0) LIFTING BOLT (4) B 1/2" (13) PG BOX (51) I ' LIFTING BOLT (4) 2X 4" (102) X 4" (102) MOUSEHOLES (PG24368B only) 8� 3 1(956) 2X 4" (102) X 4" (102) C MOUSEHOLE (PD2436BB only) PD BOX LENOIR CITY, INC. 8" 3/8" (2033)) (10) 4 3/4" (121) X I 4 3/4" (121 G ) T "'fill PG BOTTOM EXTENSION KNOCKOUTS (8) 0 E Y 1/2" (13) L 2" (65;" (51) LIFTING INSERTS (4) 33 APRIL 2008 F1twzite7 SPECIFICATIONS /DATA Covers (Blank unless loqo is specified) 2411 x 3611 PG Style (Stackable) Assembly and 2411 x 3611 PD Style Assembly DESCRIPTION PART NO. WEIGHT # DESIGN/TEST LOAD # ANSI TIER* W/2 Bolts PG2436CA00 100 (45 kg) 8,000 / 12,000 8 Gasketed w/2 Bolts PG2436CG00 100 (45 kg) 8,000 / 12,000 8 2 -Piece w/2 Bolts PG2436CS00 122 (55 kg) 8,000 / 12,000 8 No Bolts PG2436WA00 100 (45 kg) 8,000 / 12,000 8 Heavy Duty w/2 Bolts PG2436HA00 115 (52 kg) 15,000 / 22,500 15 Gasketed Heavy Duty w/2 Bolts PG2436HG00 115 (52 kg) 15,000 / 22,500 15 Heavy Duty 2 -Piece w/2 Bons PG2436HS00 122 (55 kg) 15,000 / 22,500 15 Heavy Duty w/2 Bolts PG2436HH00 122 (55 kg) 1 22,500 / 33,750 22 Covers with meter lids available upon request. See page 12 or page 56 for meter lid cover load rating explanation. Gasketed covers and bolt grommets must be used with a gasketed box. Gaskets reduce the inflow of fluids but do not make the enclosure water tight. PG Boxes (Stackable.with self - aligning, replaceable EZ Nut) **2411- 42" Deep boxes must be used as bottom of any stack.) DESCRIPTION PART NO. WEIGHT # DIMENSION A DIMENSION B DESIGN/TEST LOAD # ANSI TIER* Open Bottom PG2436BA18 141 (64 kg) 18" (457 mm) 15"(381 mm) 22,500 1 33,750 22 PG2436BA24 180 (81.6 kg) 24" (610 mm) 21" (533 mm) 22,500 / 33,750 22 PG2436BA30 196 88.9 k 30" (762 mm ) 27"(686 mm 22,500 / 33,750 22 PG2436BA36 254 (115 kg) 36" (914 mm) 33" (838 mm) 22,500 / 33,750 22 PG2436BA42 293 (133 kg) 42" (1067 mm) 39" (991 mm) 22,500 / 33,750 22 Open Bottom w/2 Mouseholes PG2436BB18 139 (63.1 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 PG2436BB24 178 80.7 k 24" 610 mm 21" 533 mm 22,500 / 33,750 22 PG2436BB30 194 88.0 k 30" 762 mm 27" 686 mm 22,500 1 33,750 22 PG2436BB36 252 114 k 36"(914 mm 33"(838 mm 22,500 / 33,750 22 PG2436BB42 293 (133 kg) 42" (1067 mm) 39" (991 mm) 22,500 / 33,750 22 Solid Bottom PG2436DA18 171 (78 kg) 18 1/2"(470 mm) 15" (381 mm) 22,500 / 33,750 22 PG2436DA24 228 (103.4 kg) 24 1/2" (622 mm) 21" (533 mm) 22,500 / 33,750 22 PG2436DA30 238 107.0 k 30 1/2"(775 mm 27"(686 mm 22,500 33,750 22 PG2436DA36 282 (128 kg) 36 1/2"(927 mm) 33"(838 mm) 22,500 / 33,750 22 PG2436DA42 321 (146 kg) 42 1/2" (1080 mm) 39" (991 mm) 22,500 / 33,750 22 PO nnxP_S DESCRIPTION PART NO. WEIGHT # DIMENSION D DIMENSION E DESIGNITEST LOAD # ANSI TIER* Open Bottom PD2436BA18 159 (72 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 PD2436BA26 199 (90 kg) 26" (660 mm) 23" (584 mm) 22,500 / 33,750 22 PD2436BA48 313 (142 kg) 48" (1219 mm) 45" (1143 mm) 22,500 / 33,750 22 Open Bottom w/2 Mouseholes PD2436BB18 157 (71 kg) 18" (457 mm) 15" (381 mm) 22,500 / 33,750 22 PD2436BB26 197 (89 kg) 26" (660 mm) 23" (584 mm) 22,500 / 33,750 22 PD2436BB48 311 141 k 48" 1219 mm 45" 1143 mm 22,500 / 33,750 22 Open Bottom w /Gasket PD2436BG18 159 (72 kg) 18" (457 mm) 15"(381 mm) 22,500 / 33,750 22 PD2436BG26 199 90 k 26" 660 mm 23" 584 mm 22,500 / 33,750 22 PD2436BG48 313 (142 kg) 48" (1219 mm) 45" (1143 mm) 22,500 / 33,750 22 Extensions (For use under 18" dean her nniv. nna nrr hnv -1 DESCRIPTION PART NO. WEIGHT # DIMENSION F DIMENSION G DESIGN/TEST LOAD # ANSI TIER* Open Bottom PG2436EA08 81 (37 kg) 8 3/4"(222 mm) 1" (25 mm) 22,500 / 33,750 22 Solid Bottom PG2436RA08 95 (43.1 kg) 9 1/4" (235 mm ) N/A 22,500 / 33,750 22 Uimensions & weights in parentheses are metric equivalent. * Loadings comply with ANSI/SCTE 77 (see page 9). APRIL 2008 34 LENOIR CITY, INC. FINISHED GRADE yam; BACKFILL AND CONDUIT o BEDDING MATERIAL SHALL BE COMPACTED CRUSHED SURFACING TOP COURSE. 6" Y' w MA 2" SCHEDULE 40 CONDUIT SHOWN ON THE PLANS CONDUIT TRENCH SECTION NOTE: 1. All WORK AND MATERIALS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC). 2. JUNCTION BOX, CONDUIT AND CONSTRUCTION METHODS SHALL BE PER WSDOT - TYPE 1 UNLESS OTHERWISE SPECIFIED AND APPROVED BY THE CITY ENGINEER. 3. ALL ELECTRICAL CONDUIT SHAL BE A MINIMUM OF 2" DIA. AND MAINTAIN 24" MINIMUM COVER. SWEEPS AND PLAN LOCATION SHALL BE PER POWER COMPANY AND SHALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL. 4. ALL SERVICE CONNECTIONS WETHER INDIVIDUAL OR MULTIPLE POLES SHALL BE PEDISTAL MOUNT ONLY. SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE. of City Of Yakima Engineering Division 129 North Second Street ' �'�a;;;,,, ••'� Yakima, Washington City of Yakima - Standard Detail CONDUIT TRENCH SECTION E5 NOT TO SCALE Revision 12 -2008 a 1 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING SEE PLANS COLD JOINT S = 0.02 ft/ft X0.5' CEMENT CONCRETE - COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) 6" SIDEWALK SECTION SEE PLANS 0.33' CEMENT CONCRETE COLD JOINT S = 0.02 ft/ft i COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) 4" STANDARD SECTION NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. op �� City Of Yakima �. Engineering Division 129 North Second Street r 'ebb,;,,;, +•' Yakima, Washington City of Yakima - Standard Detail CEMENT CONCRETE SIDEWALK NOT TO SCALE Revision 05 -2009 R5 MONUMENT CASE TO BE SATHER MFG. CO. #2022 OR APPROVED EQUIVALENT NUMF,yT O 3/16" WIDE BEAD, 1/8" HIGH MONUMENT CASE MONUMENT CASE 1 1/2" CLASS "G" ASPHALT (COMPACTED DEPTH) 6" CLASS 3000 CONCRETE CRUSHED SURFACING TO BE PLACED AFTER PLACEMENT OF MONUMENT CASE SUFFICIENT TO SECURE MONUMENT r-= 2" ALUMINUM, BRONZE OR BRASS SURVEY CAP 5/8" REBAR - 24" LENGTH MIN. SECTION NOTES 1. MONUMENT TO BE PLACED AFTER FIRST LIFT. 2. TOP OF MONUMENT CASE SHALL BE 1" BELOW TOP OF FIRST LIFT. 3. MONUMENT CASE TO BE PLACED AFTER FINAL LIFT OF ASPHALT. 4. IN UNIMPROVED ROADS, THE MONUMENT CASE SHALL BE SET WITH THE TOP OF THE CASE 6" BELOW EXISTING GRADE. 5. WSDOT CLASS 3000 CONCRETE WITH AGGREGATE GRADING NO. 5. City Of Yakima Engineering Division 129 North Second Street ' ;,;, +••• Yakima, Washington City of Yakima - Standard Detail SURVEY MONUMENT NOT TO SCALE Revision 11 -2008 • • F /— SEE DETAIL R24 FOR TRENCH PATCHING 1l SUITABLE EARTH FOUNDATION (SEE NOTE) NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. UNSUITABLE FOUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL• FOR FOUNDATIONS CLASS B. s4 / EXCAVATION SECTION PAYMENT LINE FOR PIPES 15 INCHES AND UNDER — Engineering I.D. + 30 INCHES ID � ID 1l SUITABLE EARTH FOUNDATION (SEE NOTE) NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. CRUSHED SURFACING TOP COURSE SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. UNSUITABLE FOUNDATION MATERIAL SHALL BE REPLACED WITH GRAVEL BACKFILL• FOR FOUNDATIONS CLASS B. s4 TYPICAL TRENCH SECTION NTS City of Yakima — Engineering Division APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL TYPICAL TRENCH DETAIL I S4 1 STANDARD PLANS 2 December 7, 2009 3 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21- 4 01 transmitted under Publications Transmittal No. PT 09 -013, effective December 7, 2009 is 5 made a part of this contract. 6 7 The Standard Plans are revised as follows: 8 9 All Standard Plans 10 All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to 11 read "Hot Mix Asphalt ". 12 13 All references in the Standard Plans to the abbreviation "ACP" shall be revised to read 14 "HMA ". 15 16 B -10.20 and B10.40 17 Substitute "step" in lieu of "handhold" on plan 18 19 C -3, C -3B, C -3C 20 Note 1 is revised as follows: replace reference F -2b with F -10.42 21 22 C -4 23 Deleted 24 25 C -10 (sheet 2 of 2) 26 COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" 27 28 F -10.20 29 GENERAL NOTE 30 Revise as follows: 31 Replace reference to F -3 with F -30.10 32 33 F -40.12 through F -40.18 34 The following note is added to these five plans: 35 36 Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2 %. 37 38 G -24.40 39 Existing callout - CORNER BOLT (TYP.) 40 New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) 41 42 J -5 43 Deleted 44 45 J -7a 46 Deleted 47 48 J- 40.10, Section A 49 replace 3" MIN. with 3" MAX. 50 51 J -40.30 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Diamond Note 2: Was = Copper Split Bolt Clamp Is = Copper Solder Less Crimp Connector K -80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std Plan K -80.35 L- 20.10, Sheet 1 Delete all references to tension cable and substitute tension wire. Add knuckled selvage is required on the top edge of the fence fabric. L- 20.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. L- 30.10, Sheet 1 Delete all references to tension cable and substitute tension wire. L- 30.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. M -1.60 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' I MIN. is changed to 300' MIN. The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A- 10.10- 00........8/07/07 A- 30.35- 00......10/12/07 A- 50.20- 01.......9/22/09 A- 10.20- 00......10/05/07 A- 40.00- 00........8/11/09 A- 50.30- 00.....11/17/08 A- 10.30- 00......10/05/07 A- 40.10- 01........8/11/09 A- 50.40- 00.....11/17/08 A- 20.10- 00........8/31/07 A- 40.15- 00........8/11/09 A- 60.10- 01......10/14/09 A- 30.10- 00 ...... 11 /08/07 A- 40.20- 00........9/20/07 A- 60.20- 01 ......... 8/11 /09 A- 30.15- 00 ...... 11 /08/07 A- 40.50- 00 ...... 11 /08/07 A- 60.30- 00 ....... 11 /08/07 A- 30.30- 00 ...... 11 /08/07 A- 50.10 - 00 ..... 11 /17/08 A- 60.40- 00 ........ 8/31 /07 B -5.20- 00 .......... 6/01 /06 B- 30.50- 00 ........ 6/01 /06 B- 75.20- 01.......6/10/08 B- 5.40- 00 .......... 6/01 /06 B- 30.70- 01 ........ 8/31 /07 B- 75.50- 01.......6/10/08 B -5.60- 00 .......... 6/01 /06 B- 30.80- 00........6/08/06 B- 75.60- 00.......6/08/06 B- 10.20- 00........6/01/06 B- 30.90- 01........9/20/07 B- 80.20- 00.......6/08/06 B- 10.40- 00 ........ 6/01 /06 B- 35.20- 00........6/08/06 B- 80.40- 00 ....... 6/01 /06 B- 10.60- 00........6/08/06 B- 35.40- 00........6/08/06 B- 82.20- 00 ....... 6/01 /06 B- 15.20- 00........6/01/06 B- 40.20- 00........6/01/06 B- 85.10- 01.......6/10/08 B- 15.40- 00 ........ 6/01 /06 B- 40.40- 00 ........ 6/01 /06 B- 85.20- 00 ....... 6/01 /06 B- 15.60- 00 ........ 6/01 /06 B- 45.20- 00 ........ 6/01 /06 B- 85.30- 00 ....... 6/01 /06 B- 20.20- 01 ...... 11/21/06 B- 45.40- 00 ........ 6/01 /06 B- 85.40- 00.......6/08/06 B- 20.40- 02........6/10/08 B- 50.20- 00 ........ 6/01 /06 B- 85.50- 01.......6/10/08 B- 20.60- 02........6/10/08 B- 55.20- 00........6/01/06 B- 90.10- 00.......6/08/06 1 F B- 25.20- 00........6/08/06 B- 25.60- 00 ........ 6/01 /06 B- 30.10 - 00........6/08/06 /03 B- 30.20- 01 ...... 11/21/06 B- 30.30- 00 ........ 6/01 /06 B- 30.40- 00 ........ 6/01 /06 C- 1 ....................2/ 10/09 C -1 a .................10/14/09 11 /10/05 C -1 b ................10/31 /03 C -1 c ..................5/30/97 11 /10/05 C -1 d ................10/31 /03 C- 2 ....................1 /06/00 C- 2a ..................6/21 /06 C- 2b ..................6/21 /06 C- 2c ..................6/21 /06 C- 2d ..................6/21 /06 C- 2e ..................6/21 /06 C- 2f ...................3/14/97 D- 2.34- 01 ........ C- 2g ..................7/27/01 D- 2.36- 02 ........ C- 2h ..................3/28/97 D- 2.38- 00 ........ C- 21 ................... 3 /28/97 C -2j ...................6/ 12/98 C -2 k .................. 7/27/01 C -2 n ..................7 /27/01 C- 20 .................. 7/13/01 C- 2p ................10/31 /03 C -3 ..................10 /04/05 C -3 a ................10 /04/05 C -3 b ................10 /04/0 5 C- 3c ..................6/21 /06 C- 4b ..................6/08/06 C- 40.18 - 01 ...... C- 4b ..................6/08/06 10/09 D- 2.02- 00 ........ 11 /10/05 D- 2.04- 00 ........ 11 /10/05 D- 2.06- 01 ........ 1 /06/09 D- 2.08- 00 ........ 11 /10/05 D- 2.10- 00 ........ 11 /10/05 D- 2.12- 00 ........ 11 /10/05 D- 2.14- 00 ........ 11 /10/05 D- 2.16- 00 ........ 11 /10/05 D- 2.18- 00 ........ 11 /10/05 D- 2.20- 00 ........ 11 /10/05 D -2.30- 00 ........ 11 /10/05 D- 2.32- 00 ........ 11 /10/05 D- 2.34- 01 ........ 1 /06/09 D- 2.36- 02 ........ 1 /06/09 D- 2.38- 00 ........ 11 /10/05 D- 2.40- 00 ........ 11 /10/05 D- 2.42- 00 ........ 11 /10/05 B- 60.20 - 00........6/08/06 B- 60.40- 00 ........ 6/01 /06 B- 65.20- 00 ........ 6/01 /06 B- 65.40- 00 ........ 6/01 /06 B- 70.20- 00 ........ 6/01 /06 B- 70.60- 00.....:..6/01 /06 C- 4e ..................2/20/03 C- 4f ................... 6/30/04 C -5 ..................10/ 14/09 C -6 .................... 5/30/97 C- 6a ................10/14/09 D- 2.62- 00 ........ C- 6c ..................1 /06/00 C -6d ..................5 /30/97 C- 6f ...................7/25/97 D- 2.68- 00 ........ C- 7 ..................10 /31 /03 C- 7x ................10 /31 /03 C -8 ....................2/ 10/09 C -8a ..................7 /25/97 C- 8b ..................2/10/09 D- 2.86- 00 ........ C- 8e ..................2/21 /07 C- 8f ................... 6/30/04 C- 10 .................. 7/31/98 C- 13 ....................7 /3/08 C- 13a ..................7/3/08 C- 25.20- 04......10/14/09 C-1 3b ................7/3/08 C- 25.22- 03......10/14/09 C -13 c ................. 7/3/08 C- 14a .................7/3/08 C- 25.80- 01........ C- 14b ................7/26/02 C- 28.40- 00........2/06/07 C- 14c .................7/3/08 C- 40.14 - 00........2/03/09 C -14d .................7 /3/08 C- 14e .................7/3/08 C- 40.18 - 01 ...... C -14 h ...............2/ 10/09 D- 2.44- 00 ........ 11 /10/05 D- 2.46- 00 ........ 11 /10/05 D- 2.48- 00 ........ 11 /10/05 D- 2.60- 00 ........ 11 /10/05 D- 2.62- 00 ........ 11 /10/05 D- 2.64- 01 ........ 1 /06/09 D- 2.66- 00 ........ 11 /10/05 D- 2.68- 00 ........ 11 /10/05 D- 2.78- 00 ........ 11 /10/05 D- 2.80- 00 ........ 11 /10/05 D- 2.82- 00 ........ 11 /10/05 D- 2.84- 00 ........ 11 /10/05 D- 2.86- 00 ........ 11 /10/05 D- 2.88- 00 ........ 11 /10/05 D- 2.92- 00 ........ 11 /10/05 D- 3 ....................7/ 13/05 Ma ..................12/02/08 B- 90.20- 00.......6/08/06 C- 14j ...............12/02/03 B- 90.30- 00.......6/08/06 C -14 k .................2/ 10/09 B- 90.40- 00.......6/08/06 B- 90.50- 00....... 6/08/06 B- 95.20 - 01.......2/03/09 B- 95.40- 00.......6/08/06 C- 14i .................2/10/09 C- 14j ...............12/02/03 C -14 k .................2/ 10/09 C- 15a .................7/3/08 C-1 5b .................7/3/08 C- 16a ...............11 /08/05 C- 16b ...............11 /08/05 C- 20.14- 01......10/14/09 C- 20.15- 00......10/14/09 C- 20.18- 00......10/14/09 C- 20.19- 00......10/14/09 C-20.40-01 ...... 10/14/09 C- 20.42- 01......10/14/09 C- 22.14- 00........2/03/09 C- 22.16 - 00........2/03/09 C- 22.40- 01......10/05/07 C- 23.60- 01......10/14/09 C- 25.18 - 01........9/20/07 C- 25.20- 04......10/14/09 C- 25.22- 03......10/14/09 C- 25.26 - 01 ...... 10/ 14/09 C- 25.80- 01........ 7/3/08 C- 28.40- 00........2/06/07 C- 40.14 - 00........2/03/09 C- 40.16- 00........2/03/09 C- 40.18 - 01 ...... 10/ 14/09 C- 90.10 - 00........7/3/08 D- 3b .................6/30/04 D- 3c .................6/30/04 D- 4 .................12 /11 /98 D- 6 ................... 6/19/98 D- 10.10 - 01......12/02/08 D- 10.15 - 01......12/02/08 D- 10.20- 00 ......... 7/8/08 D- 10.25- 00 ......... 7/8/08 D- 10.30- 00 ......... 7/8/08 D- 10.35- 00 ......... 7/8/08 D- 10.40- 01......12/02/08 D- 10.45 - 01......12/02/08 D- 15.10- 01......12/02/08 D- 15.20- 01 ........ 1 /06/09 D- 15.30- 01......12/02/08 1 2 3 rd 5 C. E- 1 ....................2 /21 /07 E- 4 .................... 8 /27/03 E- 2 ....................5 /29/98 E- 4a .................. 8/27/03 F- 10.12 - 00.......12/20/06 ......... 8/11 /09 F- 10.16 -00 .......12/20/06 ......... 8/11 /09 F- 10.40- 01........... 7/3/08 F- 10.42 - 00 ......... 1 /23/07 F- 10.62- 01.........9/05 /07 F- 10.64- 02........... 7/3/08 G- 10.10 - 00........9/20/07 G- 20.10- 00........ 9/20/07 G- 22.10 - 01 .......... 7/3 /08 G- 24.10- 00 ...... 11 /08/07 G- 24.20- 00 ...... 11 /08/07 G- 24.30- 00 ...... 11 /08/07 G- 24.40- 01......12/02/08 G- 24.50- 00 ..... 11 /08/07 H- 10.10- 00.......... 7/3/08 H- 10.15 - 00 .......... 7/3 /08 H- 30.10 - 00 ...... 10/ 12/07 1- 10.10- 01 ......... 8/11 /09 1- 30.10- 01 ......... 8/11 /09 1- 30.15- 00 ......... 8/11 /09 1- 30.20- 00.........9/20 /07 1- 30.30- 00.........9/20 /07 J -1 f ....................6/23/00 F- 40.10- 01......10/05/07 J- 3 .....................8 /01 /97 J- 3b ...................3/04/05 F- 40.14 - 00........2/07/07 J -3 c ................... 6/24/02 J- 3d .................11 /05/03 J- 6c ...................4/24/98 ....... 8/31 /07 J- 7c ...................6/19/98 ....... 8/31 /07 J -7d ...................4 /24/98 J -8 a ................... 5/20/04 J -8 b .................. 5/20/04 J- 8c ...................5/20/04 10/ 14/09 J -8d ..................5 /20/04 J- 9a ..................4/24/98 J- 21.20- 00......10/14/09 J- 10 ..................7 /18/97 J -11 b .................9/02/05 J- 22.16 - 00 ...... J- 12 ..................2 /10/09 J -16a ................3 /04/05 J- 16b ................2/10/09 F- 30.10- 00 ........ 1 /23/07 F- 40.10- 01......10/05/07 G- 25.10- 01 F- 40.12- 00........2/07/07 G- 30.10- 00 F- 40.14 - 00........2/07/07 G- 50.10- 00 F- 40.15 - 00........2/07/07 G- 60.10- 00 F- 40.16 - 00........2/07/07 G- 60.20- 00 G- 24.60- 00 ..... 11 /08/07 G- 25.10- 01 ...... 1 /06/09 G- 30.10- 00 ..... 11 /08/07 G- 50.10- 00 ..... 11 /08/07 G- 60.10- 00 ....... 8/31 /07 G- 60.20- 00 ....... 8/31 /07 G- 60.30- 00 ....... 8/31 /07 G- 70.10 - 00......10/5/07 10/ 14/09 H- 32.10- 00....... 9/20/07 H- 60.10 - 01 ......... 7/3/08 H- 60.20 - 01 ......... 7/3/08 1- 30.40- 00.......10/12/07 8/31 /07 1- 30.50- 00 ....... 11 /14/07 1- 40.10- 00.........9/20 /07 1- 40.20 - 00.........9/20 /07 1- 50.10- 00.........9/20 /07 J-1 6c .................2/10/09 8/31 /07 J- 18 .................2 /10/09 J- 19 .................2 /10/09 J- 20 .................9 /02/05 J- 20.10- 00......10/14/09 J- 28.60- 00.......8/07/07 J- 20.15- 00......10/14/09 J- 28.70- 00 ....... J- 20.16- 00......10/14/09 J- 40.10 - 01 ...... 10/ 14/09 J- 20.20 - 00 ...... 10/ 14/09 J- 20.26- 00......10/14/09 2/10/09 J- 21.10- 00......10/14/09 J- 21.15- 00 ...... 10/ 14/09 J- 21.16- 00 ...... 10/ 14/09 J- 21.17- 00......10/14/09 J- 21.20- 00......10/14/09 10/09 J- 22.15- 00......10/14/09 2/ 10/09 J- 22.16 - 00 ...... 10/ 14/09 J- 28.10 - 00......8/07/07 J- 28.22- 00.......8/07/07 F- 40.18- 00.......2/07/07 8/31 /07 F- 40.20- 00.....10/05/07 8/31 /07 F- 42.10- 00.....10/05/07 8/31 /07 F- 80.10- 00 ....... 1 /23/07 G- 70.20 - 00......10/5/07 G- 70.30 - 00......10/5/07 G- 90.10 - 00 ..... 1 /06/09 G- 90.20 - 00 ..... 1 /06/09 G- 90.30 - 00 ..... 1 /06/09 G- 90.40 - 01.....10/ 14/09 G- 95.10- 00 ..... 11 /08/07 G- 95.20- 01......7/10/08 G- 95.30- 01......7/10/08 H- 70.10- 00...... 9/05/07 H- 70.20- 00...... 9/05/07 H- 70.30- 01 ...... 11 /17/08 1- 50.20- 00 .......... 8/31 /07 1- 60.10- 00 .......... 8/31 /07 1- 60.20- 00 .......... 8/31 /07 1- 80.10- 01 .......... 8/11 /09 J- 28.24- 00.......8/07/07 J- 28.26- 01......12/02/08 J- 28.30 - 01 ....... 10/ 14/09 J- 28.40- 01 ....... 10/ 14/09 J- 28.42- 00.......8/07/07 J- 28.45- 00.......8/07/07 J- 28.50- 00....... 8/07/07 J- 28.60- 00.......8/07/07 J- 28.70- 00 ....... 11 /08/07 J- 40.10 - 01 ...... 10/ 14/09 J- 40.30 - 00 ...... 1 /06/09 J- 75.10- 00...... 2/10/09 J- 75.20 - 00......2/10/09 J- 75.30 -00 .......2/ 10/09 J- 75.40 - 00......10/14/09 J- 75.45 - 00......10/14/09 J- 90.10 -00 .......2/ 10/09 J- 90.20 - 00 ....... 2/ 10/09 7 K- 10.20- 01......10/12/07 K- 26.40- 01......10/12/07 K- 40.60- 00.......2/15/07 K- 10.40- 00........2/15/07 K- 30.20- 00........2/15/07 K- 40.80- 00.......2/15/07 K- 20.20 - 01......10/12/07 M- 1.40- 01 ......... K- 20.40- 00 ........ 2/ 15/07 K- 20.60- 00 ........ 2/ 15/07 K- 22.20 - 01......10/12/07 M- 2.20- 01 ......... K- 24.20 - 00........2/15/07 M- 2.40- 01 ......... K- 24.40 - 01 ...... 10/ 12/07 K- 24.60 -00 ........2/15/07 K-24.80-01 ...... 10/12/07 K- 26.20 - 00 ........ 2/ 15/07 L- 10.10- 00 ........ 2/21 /07 L- 20.10 - 00........2/07/07 L- 30.10 - 00........2/07/07 F M- 1.20 - 01 ......... 1 /30/07 M- 1.40- 01 ......... 1 /30/07 M- 1.60- 01 ......... 1 /30/07 M- 1.80- 02 ......... 8/31 /07 M- 2.20- 01 ......... 1 /30/07 M- 2.40- 01 ......... 1 /30/07 M- 2.60- 01 ......... 1 /30/07 M- 3.10- 02 ......... 2/10 /09 M- 3.20- 01 ......... 1 /30/07 M- 3.30- 02 ......... 2/10 /09 M- 3.40- 02 ......... 2/10 /09 M- 3.50- 01 ......... 1 /30/07 M -5.10- 01 ......... 1 /30/07 3 4 K- 30.40- 01 ...... 10/ 12/07 K- 32.20 - 00 ........ 2/ 15/07 K- 32.40- 00........2/15/07 K- 70.20- 00....... K- 32.60 - 00 ........ 2/ 15/07 K- 32.80- 00........2/15/07 K- 80.20 - 00.....12/20/06 K- 34.20- 00 ........ 2/ 15/07 K- 36.20 - 00 ........ 2/ 15/07 K- 40.20 - 00 ........ 2/ 15/07 K- 40.40 - 00 ........ 2/ 15/07 L- 40.10- 00 ........ 2/21 /07 L- 40.15- 00 ........ 2/21 /07 L- 40.20- 00 ........ 2/21 /07 M- 7.50- 01 ......... 1 /30/07 M- 9.50- 01 ......... 1 /30/07 M- 9.60 - 00.......2/10/09 K- 70.20- 00....... M- 11.10- 01 ....... 1 /30/07 M- 15.10 - 01.......2/06/07 K- 80.20 - 00.....12/20/06 M- 17.10- 02......... 7/3/08 M- 20.10- 01 ....... 1 /30/07 M- 20.20- 01 ....... 1 /30/07 M- 20.30- 02.....10/ 14/09 M-20.40-01 ....... 1/30/07 M- 20.50- 01 ....... 1 /30/07 M- 24.20- 01 ....... 5/31 /06 M- 24.40- 01 ....... 5/31 /06 K- 55.20 - 00.......2/15/07 K- 60.20- 02......... 7/3/08 K- 60.40 - 00 ....... 2/ 15/07 K- 70.20- 00....... 2/15/07 K- 80.10- 00 ....... 2/21 /07 K- 80.20 - 00.....12/20/06 K- 80.30- 00 ....... 2/21 /07 K- 80.35- 00 ....... 2/21 /07 K- 80.37- 00 ....... 2/21 /07 L- 70.10- 01 ....... 5/21 /08 L- 70.20- 01 ....... 5/21 /08 M- 24.60 -02 .......2/06/07 M- 40.10- 00......9/20/07 M- 40.20- 00...10/12/07 M- 40.30- 00......9/20/07 M- 40.40- 00......9/20/07 M- 40.50- 00......9/20/07 M- 40.60 - 00......9/20/07 M- 60.10- 00...... 9/05/07 M- 60.20- 01......2/03/09 M- 65.10- 01......5/21 /08 M- 80.10- 00......6/10/08 M- 80.20- 00......6/10/08 M- 80.30 - 00 ...... 6/ 10/08 R m 0 y0." ?0, S+ 6" OR 12" ONE #3 BAR HOOP FOR 6" HEIGHT TWO #3 BAR HOOPS FOR 12" HEIGHT RECTANGULAR ADJUSTMENT SECTION PIPE ALLOWANCES MAXIMUM PIPE MATERIAL INSIDE 0 REINFORCED OR 12" PLAIN CONCRETE ALL METAL PIPE 15" CPSSP * b 12, SOLID WALL PVC 15" (STD. SPEC. 9-05.12(1)) PROFILE WALL PVC (STD. SPEC. 9-05.12(2)) 15" #3 BAR EACH CORNER / 1\ z_ \ J\ N #3 BAR EACH SIDE #3 BAR EACH WAY v PRECAST BASE SECTION PIPE ALLOWANCES MAXIMUM PIPE MATERIAL INSIDE DIAMETER REINFORCED OR 12" PLAIN CONCRETE ALL METAL PIPE 15" CPSSP * (STD. SPEC. 9-05.20) 12, SOLID WALL PVC 15" (STD. SPEC. 9-05.12(1)) PROFILE WALL PVC (STD. SPEC. 9-05.12(2)) 15" * CORRUGATED POLYETHYLENE STORM SEWER PIPE #3 BAR EACH CORNEF 18" MIN #3 BAR HOOP NOTES 1. As acceptable alternatives to the rebar shown in the PRECAST BASE SECTION, fibers (placed according to the Standard Specifications), or wire mesh having a minimum area of 0.12 square inches per foot shall be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the knockouts. 2. The knockout diameter shall not be greater than 20 ". Knockouts shall have a wall thickness of 2" minimum to 2.5" maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe.' After the pipe is installed, fill the gap with joint mortar in accordance with Standard Specification 9 -04.3. 3. The maximum depth from the finished grade to the lowest pipe invert shall be 5'. 4. The frame and grate may be installed with the flange up or down. The frame may be cast into the adjustment section. 5. The Precast Base Section may have a rounded floor, and the walls may be sloped at a rate of 1:24 or steeper. 6. The opening shall be measured at the top of the precast base section. 7. All pickup holes shall be grouted full after the basin has been placed. SEE NOTE 1 ALTERNATIVE PRECAST BASE SECTION EXPIRES JULY I, 2007 !� CATCH BASIN TYPE 1 STANDARD PLAN B- 5.20 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Pete►feso 06 -01 -06 Idw '—o aa" -"— - T W -hl.g- 3- D.pMmw".rT- p-k1A- CENTRAL 7 12' 1 TRUCK GENERAL NOTE ISLAND APRON 5 12" F2' See Standard Plan F3 for Curb Expansion and Contraction Joint spacing. S FACE OF CURB TRUCK ROUNDABOUT LANE _ TRUCK IV 12" ROUNDABOUT LANE APRON APRON i S" D 7" 3' FACE OF CURB T 3" FACE OF CURB 12" R. 12' R 12' R. � 1" R CEMENT CONCRETE o SIDEWALK OR D TOP OF TOP OF _ 12" R TOP OF - 12" R. ASPHALT CONCRETE • � APRON AFRO -N- \ \1— APRON -- \l1— 12' R. tD PASSAGEWAY b TOP OF TOP OF iv D O_ ROADWAY M O O- ROADWAY •D' t. 1/4' PREMOLDED JOINT FILLER ROUNDABOUT LANE D !D' b ROUNDABOUTLANE o- CROSS SLOPE U CROSS SLOPE CONCRETE ETE SIDE TO CEMENT . • D ' CONCRETE SIDEWALK) � 1' - 10" e 1rz CEMENT CONCRETE ROUNDABOUT TRUCK APRON PEDESTRIAN CURB ROUNDABOUT CENTRAL ISLAND ROUNDABOUT TRUCK APRON CEMENT CONCRETE CEMENT CONCRETE CURB CEMENT CONCRETE CURB CURB AND GUTTER S" CEMENT CONCRETE 12" R. SIDEWALK RAMP, 1" R. LANDING, OR DRIVE - VARIES WAY ENTRANCE VARIES 12" TO 24" FACE OF CURS FACE OF CURB FROM D 8" 70 0 - VARIES D 1' 10" TO 22' 1Z 8 12' 8 12" VARIES FROM S" TO 0, S" FACE OF CURB (SEE CONTRACT) FACE OF CURB 5 12" 1' VARIES ON MAINTAIN SIDE 1 :8V SLOPE 1' R 1/4' PREMOLDED MATCH C 1" R. LEVEL 1" R 777 MATCH 12" R. 1" R. MATCH LEVEL JOINT FILLER ROADWAY \ / ROADWAY J ROADWAY MATCH ROADWAY TOP OF SLOPE \ / SLOPE TOP OF / SLOPE 12 "R. SLOPE TOP OF TOP OF ROADWAY 12° R D ? tO 12' R ROADWAY 12' R. ROADWAY 12" R ROADWAY CEMENT CONCRETE / z PEDESTRIAN CURB ° .• D a O -- - - D AT SIDEWALK RAMPS b LANDINGS, N AND DRIVEWAY ENTRANCES D' WN N 12' 11112 ' 1' - 8" FLUSH WITH GUTTER 1 _ g- PAN AT SIDEWALK RAMP ENTRANCE DUAL -FACED CEMENT CONCRETE CEMENT CONCRETE DEPRESSED CURB SECTION a Y TRAFFIC CURB AND GUTTER TRAFFIC CURB AND GUTTER AT SIDEWALK RAMPS AND ��� J. D,4 yT � DRIVEWAY ENTRANCES �� OP WASy�T E r� m VARIES 12' 70 24' FACE OF CURB _ k VARIES .o 1' 10" TO 22" 6 12" 7 1/4' FACE OF CURB 1" 9 N O FACE OF CURB (SEE CONTRACT) FACE OF CURB 0 4035 RQ0 {ca i 5 1? 1' 3, 1 12" R. EJ.s 1 S TS Gt 1' R. LEVEL 1" R 12" R. 1" R 12" R // /0NAL TOP OF TOP OF TOP OF m TOP OF EXPIRES JULY 27, 2007�a ROADWAY m� D Yfl ROADWAY b ROADWAY ROADWAY 0 •D CEMENT CONCRETE CURBS D ° STANDARD PLAN F- 10.12 -00 SHEET 1 OF 1 SHEET 13/4' 1 3l4" 8 114' B 1/4' APPROVED FOR PUBLICATION Kevin J. Dayton 12 -20-06 DUAL -FACED CEMENT CEMENT CONCRETE MOUNTABLE CEMENT G. T w�l. _�. ,mhn. n e(t mn,ala lon CONCRETE TRAFFIC CURB TRAFFIC CURB CONCRETE TRAFFIC CURB rn m D z 5' -0314' z 5 - 0 314" CEMENT CONCRETE CURB AND GUTTER RECTANGULAR FRAME AND GRATE - NOT GUTTER PAN V INCLUDED IN CURB AND GUTTER BID ITEM NOTES PLAN VIEW 1. The intent of this design is to facilitate the compaction of Hot FACE OF CENTERLINE OF FRAME CATCH BASIN GUTTER PAN Mix Asphalt pavement adjacent to a drainage structure. CURB V-✓ & GRATE - SEE NOTE 2 2. The centerline of the drainage structure may differ from the centerline of the frame and grate. I 2' - 10 12" VARIES 61/2' 13" 6 12" 1'- 6" - 2'- 10 12' (1.06 FACE OF CURB 5 12" 1" SLOPE THE GUTTER PAN DOWN TO 5 12" 1' THE RECTANGULAR FRAME MATCH 12" R. 1' R ROADWAY 12" R. -- 1" R OADWAY _ SLOPE SLOPE RECI SS r— 5" TOP OF ° 1" R. TOP OF 1' R 12" R. ` ROADWAY 12' � ROADWAY 12" R, f ADJUSTMENT SECTION - NOT INCLUDED SECTION IN CURB AND GUTTER BID ITEM D ,D DRAINAGE STRUCTURE - NOT INCLUDED IN CURB AND GUTTER BID ITEM SECTION O 2x035 cp CI STE4 DNAL Q�G EXPIRES JULY 27, 2nn--71 100 CEMENT CONCRETE CURB AND GUTTER PAN STANDARD PLAN F- 10.16 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Kevin J. Dayton 12 -20.06 wrifflTATE UFBgM Bi01xFFA Wl[ Wuhl.g— SI D p— er T,—p—b. .. pp.�'� - c- k���y.S��; �.. �; °_;"- •ba+�'.:, �y �. - I-,�'� yam' -.Y�":�. ISOMETRIC VIEW 2x035 cp CI STE4 DNAL Q�G EXPIRES JULY 27, 2nn--71 100 CEMENT CONCRETE CURB AND GUTTER PAN STANDARD PLAN F- 10.16 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Kevin J. Dayton 12 -20.06 wrifflTATE UFBgM Bi01xFFA Wl[ Wuhl.g— SI D p— er T,—p—b. M M M ! M M M M M M M M M M M M M M M RADIUS POINT OF SIDEWALK RAMP AND CURB -- RETURN - SEE CONTRACT FOR RADIUS 1 m I F, 2• -o- RAMP CENTERLINE I I I I z' - B' I I � a CEMENT CONCRETE 4 PEDESTRIAN CURB \f (SEE STD. PLAN F- 10.12) I \ / I I B d si0 a I I 2'- g• I SIDEWALK i 1II�OJ are" EXPANSION JOINT (TYP.) 1 (SEE STD. PLAN F30.10) lu i i gg 0 I U \ FACE OF CURB _.. . DETECTABLE WARNING PATTERN (TYP.) (SEE DETAIL) CEMENT CONCRETE SIDEWALK RAMP TYPE 2 CEMENT CONCRETE I SIDEWALK RAMP TYPE 2 CURB, OR CURB J I - PLAN VIEW AND GUTTER f-•� SIDEWALK RAMP TYPE 2 CROSSWALK LAYOUT 6' - 0"MIN. 2% MAX. o TOP OF ROADWAY / CEMENT CONIC. J SIDEWALK CEMENT CONCRETE RADIUS AT FACE OF CURB E F 20 FEET td - 4 314" Y - 8 112" 30 FEET 8' -1112" Y -2114" 40 FEET V -412" 2'- 11314" 50 FEET V - 0 374" 2'- 10 1/4" 80 FEET T- 10114" r -9314" 70 FEET T -83/4" 2' -9" 50 FEET T -712" 2' -8314" 90 FEET T -612" 2' -81/4" 100 FEET T - B" 2' -8" DIMENSIONS AT FACE OF CURB INTERMEDIATE RADII CAN BE INTERPOLATED VARIES: 2' - 6" to F VARIES: T- O" M E VARIES: T - 0" to E RAMP RAMP B• ° 8" I 3/8" EXPANSION JOINT (TYP.) i (SEE STD. PLAN F3010) LANDING SECTION n CURB & GUTTER 6" 8' - 0" MIN. DETECTABLE WARNING SECTION O (SEE NOTE 5) LANDING PATTERN (SEE DETAIL) NOTES 1. The bottom of the ramp shall have a level area (not in excess of 2% in any direction), 4' x 4'. 2. The Type 2 Ramp Layout requires two (2) of this bid item: "Cement Conc. Sidewalk Ramp Type 2 ". The bid item does not include the adjacent Curb (or Curb 8 Gutter), the Sidewalk between Ramps, or the Cement Conc, Pedestrian Curb. 3. Ramp slopes shall not be steeper than 12H:1 V. 4. Avoid placing drainage structures. junction boxes or other obstructions in front of ramp access areas. 5. Curb & Gutter is shown, see the Contract Plans for the curb design specified. See Standard Plan F -10.12 for curb details. 6. See Std. Plan F -30.10 for sidewalk joint placement and details. A RAMP e ill �I 17/14r&4" �B PLAN C D THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL tiEROy s� a�� 2% FLUSH TOP OF ROADWAY yRy Jyill, MAX. 9S 88 k8 3100 5 Ac1'J,�eCfSTER� G \� ��� S�ONAL C� CEMENT CONCRETE E %PIRES 4UGUST 26.2007 DEPRESSED PEDESTRIAN CURB CEMENT CONIC. CURB & GUTTER (SEE STD. PLAN F- 10.12) SIDEWALK (SEE NOTE 5) APPROVED FOR PUBLICATION SECTION O Ken L Smith 02 -07 -07 BiATE pEBgM BIOINEBI MTE NOTES 1. The bottom of the ramp shall have a level area (not in excess of 2% in any direction), 4' x 4'. 2. The Type 2 Ramp Layout requires two (2) of this bid item: "Cement Conc. Sidewalk Ramp Type 2 ". The bid item does not include the adjacent Curb (or Curb 8 Gutter), the Sidewalk between Ramps, or the Cement Conc, Pedestrian Curb. 3. Ramp slopes shall not be steeper than 12H:1 V. 4. Avoid placing drainage structures. junction boxes or other obstructions in front of ramp access areas. 5. Curb & Gutter is shown, see the Contract Plans for the curb design specified. See Standard Plan F -10.12 for curb details. 6. See Std. Plan F -30.10 for sidewalk joint placement and details. A RAMP e ill �I 17/14r&4" �B PLAN C D THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL tiEROy s� a�� � 0P WASy7 yRy Jyill, 4 C �0 9S 88 k8 3100 5 Ac1'J,�eCfSTER� G \� ��� S�ONAL C� 1 E %PIRES 4UGUST 26.2007 UgH SIDEWALK RAMP TYPE 2 WITH LAYOUT STANDARD PLAN F- 40.12 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02 -07 -07 BiATE pEBgM BIOINEBI MTE VWW—ht glm Sm4 Mpmh^ve of T, ..;, MI— ,p RADIUS POINT OF CURB RETURN R n. ______ I I SFFC FgCF I ON OFC I �CT VRa I I i i CEMENT CONCRETE SIDEWALK RAMP TYPE 4A CEMENT CONCRETE PEDESTRIAN CURB 318" EXPANSION JOINT (SEE STD. PLAN F330.10) i T - 0" RAMP SIDEWALK a MAJOR STREET b it 0 / X LANDING DETECTABLE WARNING PATTERN (SEE DETAIL) PLAN VIEW SIDEWALK RAMP TYPE 4A LAYOUT 2% MAX TOP OF �( ROADWAY CEMENT CONCRETE / SIDEWALK CEMENT CONCRETE CURB & GUTTER SECTION OA (SEE NOTE 4) w K U) of O Z CURB, OR CURB AND GUTTER RADIUS AT FACE OF CURB x LANDING Y DISTANCE FROM P.C. 20 FEET IT - 2 12" 1' - 7' 30 FEET 8' - 0 1/4" T- B' 40 FEET 9' -61/4" 5' -43/4' 50 FEET 1D- 03/4" S' - IV 60 FEET 11' -1112" 8' -312" 70 FEET 13' -D" 9' -812' 80 FEET 13' -1112" 1o' -812" 90 FEET 14' - 10 12" 11'- 9 3/4' 100 FEET 15'- 8 314" 12'- 10 1/4" INTERMEDIATE RADII CAN BE INTERPOLATED CEMENT CONCRETE PEDESTRIAN CURB VARIES: (SEE STD. PLAN F- 10.12) 0106" TOP OF ROADWAY DEPRESSED CEMENT CONC. RAMP CURBB GUTTER (SEE NOTE 4) SECTION CO 7 - O' - DETECTABLE WARNING CEMENT CONC. PATTERN (SEE DETAIL) SIDEWALK / T - 0" LANDING RAMP a F TOP OF LUSH ROADWAY 318" EXPANSION JOINT (SEE STD. PLAN F- 30.10) LANDING DEPRESSED CURB & GUTTER (SEE NOTE 4) SECTION O ISOMETRIC VIEW NOTES 1. This layout is used to provide access to a single crosswalk parallel to the major street The bid item "Cement Conc. Sidewalk Ramp Type 4A" does not Include the adjacent Curb (or Curb & Gutter), the Sidewalk, or the Cement Conc. Ped- estrian Curb. 2. Ramp slopes shall not be steeper than 12HAV. 3. Avoid placing drainage structures, junction boxes or other obstructions In front of ramp access areas. 4. Curb & Gutter Is shown, see the Contract Plans for the curb design specified. See Standard Plan F -10.12 for curb details. 5. See Std. Plan F -30.10 for sidewalk joint placement and details. 6. The bottom of the ramp shall have a level area (not in excess of 2% in any direction), 4' x 4'. RAMP IS o YIN. MAIL A 1 'iF ,as O _ ,y A 15/8' 23/8' B 518' 112' PLAN C 7/le' 314" C D 718' 17M8" THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL �EROY S�LL #11 04 VASy7 '4 r �s ins TONAL C EXPIRES AST 26, 2007 UGU €5� SIDEWALK RAMP TYPE 4A WITH LAYOUT STANDARD PLAN F- 40.16 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Sm/th 02 -07 -07 sure o ®wx aDixrs are TWmhl.gl 51x1. D'pmlmw,l d TrvmP~6' RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN (TYP.) CEMENT CONC. '\ SID7�_ ALK RAMP E 5 (TYP.) LESS THAN 12' (MEA SURED AT BACK OF SIDEWALK - AT 4" CURB HEIGHT CEMENT CONC. SIDEWALK (TYP.) ... Y PLAN VIEW LAYOUT 1 SEE NOTE 8 � CEMENT CONC. SIDEWALK RAMP j \ TYPE 5 (rYP.) 4' - 0" MIN. (MEASURED AT BACK OF SIDEWALK - AT 8" CURB HEIGHT i CEMENT CONC. SIDEWALK(rYP.)\ i i 0 NOTES 7 - 0' - DETECTABLE WARN- 1. The ramp shown on this plan is ideal and assumes ING PATTERN (SEE DETAIL, optimal roadway geometric design. A given initial STD. PLAN F40.10) _ 4' -0" 5' -4" (SEE DETAIL, STD. PLAN F40.10) µ APPROACH/ RAMP - - roadway. Adjustments must be made for conditions BYPASS z_ A height, etc. The dimensions shown are the mini- FLUSH f mums unless labeled otherwise. I - 2. The maximum allowable ramp slope is 12HA V ° TOP OF (8.34% grade). The Federal Highway Adminis- 2% MAX. ;,1 112 MIN. 1 ROADWAY .______�____.._.._. CEMENT CONCRETE CEMENT CONC. �; DEPRESSED SIDEWALK SIDEWALK(IYP.) CURB & GUTTER before pouring concrete. SECTION O (SEE NOTE 7) CEMENT 4'- 0" MIN. CONCRETE SIDEWALK AUXILIARY RAMP 12 MIN. 'v tr SECTION O Ir -4" TOP OF 2% MAX, a ROADWAY CEMENT CONCRETE DEPRESSED SIDEWALK CURB & GUTTER SECTION OC (SEE NOTE 7) PLAN VIEW LAYOUT2 SEE NOTE 8 318" EXPANSION JOINT (TYP.) (SEE STD. PLAN F30.10) CEMENT CONC. SIDEWALK AUXILIARY RAMP - 1 4' - � ...I I ` FACE OF CURB NOTES CEMENT SIDEWALK 1. The ramp shown on this plan is ideal and assumes RAMP TYPE s (TYP.) MP T optimal roadway geometric design. A given initial DETECTABLE WARNING PATTERN curb height of 6" is first reduced to 4 ", via the (SEE DETAIL, STD. PLAN F40.10) µ Auxiliary Ramp, staging the final descent to the — i= - - roadway. Adjustments must be made for conditions in the field such as roadway grade, existing curb A height, etc. The dimensions shown are the mini- mums unless labeled otherwise. I - 2. The maximum allowable ramp slope is 12HA V !j . I (8.34% grade). The Federal Highway Adminis- 7 -0" 1 O CEMENT CONCRETE tration (FHWA) does not accept sidewalk ramps .______�____.._.._. with slopes steeper than 12HAV. Flatter ramp CEMENT CONC. f slopes are permissable. Field verify the forms SIDEWALK(IYP.) before pouring concrete. 3. To the maximum extent feasible, ramp Cross slopes shall not exceed 2 %. ry . 4. The bottom of the ramp shall have a level area (not In excess of 2% in any direction), 4' ■ 4'. PLAN VIEW 5. Avoid placing drainage structures, junction boxes LAYOUT 3 or other obstructions In front of ramp access areas. SEE NOTE 8 6. Layouts 1, 2, & 3 require two (2) of this bid item: "Cement Conc. Sidewalk Ramp Type 5 ". The bid item does not Include the adjacent Curb (or Curb & Gutter), or Sidewalk. AUXILIARY RAMP a' 7. Curb & Gutter Is shown, see the Contract Plans CEMENT CONC. SIDEWALK (TYP.) for the curb design specified. See Standard Plan F -10.12 for curb details. B. See Standard Plan F -30.10 for Cement Concrete 4 a� Sidewalk details, Sections, etc. I ` FACE OF CURB 4 -0 DETECTABLE WARNING PATTERN J (SEE DETAIL, STD. PLAN F40.10) µ � B d 4 A" D A CURB, OR CURB AND GUTTER 7 -0" 1 O CEMENT CONCRETE .______�____.._.._. SIDEWALK RAMP TYPE 5 f CROSSWALK 1 1O AT FACE OF CURB PLAN VIEW SIDEWALK RAMP TYPE 5 FOR LAYOUTS 1, 2, & 3 D,t1CH, P,gg� a a 4 wesy� 00� yr � I 90 24557 '13 .acQ�'P`5.1STBRQ' EXPIRES JUNE 19, 2008+��� SIDEWALK RAMP TYPE S t WITH LAYOUTS STANDARD PLAN F- 42.10 -00 SHEET 1 OF 1 SHEET ' APPROVED FOR PUBLICATION Pasco Bakofth Ill 10-05 -07 er�h oFaax waxEm wre ISOMETRIC VIEW TWahlNgm Sa D.pmhnwe"rTmvp"nvrbn K Q U ' N �W 0 O O b 11 I 5 z 1 3 4 TOP VIEW 28 o Nci 0 Q 8 (TYP J 8 13 8 16 7 1 7 PUSH PUSH BUTTON BUTTON FOR D- FOR _ a o a 10 R10-4001 R104002 METAL POLE INSTALLATION PPB-M (PEDESTRIAN PUSH BUTTON - METAL POLE) 2• 0.9375" 1.375" FRONT VIEW SIDE VIEW PUSH BUTTON SWITCH ASSEMBLY KEY 1Q PUSH BUTTON SWITCH ASSEMBLY Q2 CAST METAL HOUSING Q3 PROTECTIVE COLLAR ® PUSH BUTTON STITCH 05 GASKET 08 STAINLESS STEEL FASTENER Q7 CAST ALUMINUM CONDULET QB ALUMINUM PLUG NTH 1/8" DRILLED WEEP HOLE ON TIMBER POLE INSTALLATION, REMOVE PLUG FOR WIRE ENTRANCE AND DRILL WEEP HOLE IN CONDULET 09 ALUMINUM 'H- EXTRUSION 10 CHASE NIPPLE - 7/8' HEX HEAD x 12" PIPE THREAD x 2 12" LONG 11 318" - 16 x 2 12" STAINLESS STEEL BOLT WITH WASHER 12 318" x 4" LAG BOLT WITH WASHER 13 DRILL AND TAP SHAFT FOR 318• BOLT 14 DRILL AND TAP SHAFT FOR 12• NIPPLE 15 CONDUIT AND FITTINGS AS REQUIRED FOR TIMBER POLE INSTALLATION: REVERSE CONDULET AND CONDUIT FOR TOP FEED 18 DRILL PILOT HOLE FOR 318' LAG BOLT 3.374 WOOD POLE INSTALLATION PPB-W (PEDESTRIAN PUSH BUTTON - WOOD POLE) (BOTTOM FEED SHOWN) RIO -4002 TOP VIEW 0.391" HOLE 0.875" HOLE IV FRONT VIEW 2.875" '� 0.391" HOLE — 0.875' HOLE FOR METAL POST MOUNT 0.391 HOLE FOR WOOD POST MOUNT SIDE VIEW ALUMINUM "H" EXTRUSION NOTES 1. When "PPB -MR" or PPB -WR" are specified in the contract, the arrow shall be installed in the opposite direction than as shown for "PPB -M" OR "PPB -W' 2.75 b e v \� FRONT VIEW SIDE VIEW CAST ALUMINUM CONDULET PEDESTRIAN PUSH BUTTON (PPB) DETAILS STANDARD PLAN J- 20.26 -00 SHEET i OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch Ifl 10-14 -09 _ sure oEafox v�aupm ure �r W,,kI gwm Sm Gporhnw of Ti pmf — b m 0 i 4 I I 1 KEY ARM MOUNT O END CAP TYPE L Q2 1 12- DIAM. CONDUIT LOCKNUT Q3 1 12- DIAM. LOCKNIPPLE 4Q STEEL WASHER QS NEOPRENE GASKET S) BRONZE SERRATED ELL FITTING WTH: • 3r8' STAINLESS STEEL THROUGH BOLT AND NUTS • THREE STAINLESS STEEL SET SCREWS AT SUPFITTER CONNECTION • THREE ALLEN HEAD STAINLESS STEEL SET SCREWS AT CONDUIT NIPPLE CONNECTION 70 SERRATED RING WITH PINS 8Q HEX LOCKNUT WITH: TWO ALLEN HEAD STAINLESS STEEL SET SCREWS • PIN RECEPTACLES QB 1 Ur DIAM. CONDUIT NIPPLE 10 1 12- DIAM. HEX LOCKNUT it MOUNTING ASSEMBLY 12 BRONZE ELEVATOR PLUMBIZER WITH 9/S- STAINLESS STEEL THROUGH BOLT, WASHERS, AND TWO NUTS 13 ALUMINUM ARM WITH SET SCREW 14 SLOTTED TUBE NTH CLOSURE STRIP 15 2 12- I.D. MIN. TUBE CLAMP 16 INTERNALLY THREADED CLAMP ASSEMBLY WITH: • TWO SET SCREWS • 12- x 0.045' STAINLESS STEEL BANDS • 7/18' SCREW BUCKLES, WITH SWIVELS, NUTS, AND WASHERS • BAND CUPS WITH ALLEN HEAD STAINLESS STEEL SET SCREW: 17 BRONZE MESSENGER HANGER WITH: • 12' DIAM. J -BOLTS • CABLE LOCK BAR • RIVET •COTTER KEY 18 BRONZE INTERNALLY THREADED WIRE ENTRANCE WITH: • BUSHING INSERT •ALLEN HEAD STAINLESS STEEL SET SCREW 19 BRONZE BALANCE ADJUSTER ©0 MULTI -HEAD MOUNTING ASSEMBLY © SPIDER ASSEMBLY ® SERRATED RING WITH NO PINS © SERRATED WASHER 8 9 e 7 s 10 z ARM MOUNT 1 TYPE LE (TYPE L WITH 5 EXTENSION FITTINGS) - !\ 4 � 2 z ov 1 / (' 1 8 11 i- t 1 ARM MOUNT TYPE M 17 MIN. is o Q� o-\ _ 2 i � 1 SPAN WIRE TYPE P (1 HEAD) ARM MOUNT TYPE N 8 NOTES MIN 1 Type M mounting shall have "O" ring groove and seal top and bottom of signal attachment 2. Type M mounting for Conventional heads shall have o a 2" diameter opening at the signal attachment u 3. Type M mounting for optically programmed heads shall have a 3 112" diameter opening at the signal attachment 4. Type N mounting with optically programmed heads shall be installed with 14- nominal anus. 5. See Standard Plan J -75.30 for tether wire, and backplate requirements. 5. Apply bead of silicone around the perimeter of all top end cap openings prior to installation of the and cap assembly. 5 '• I 4 i 2 d CID I o�E J. T qe O Of IrIJy, IRN Jill, CVO Q' i � pp��Sd kY SPAN RE 0 WI PPC25335��0 TYPE Q TYPE R(3 HEADS) ��S70NAL TYPES (4 HEADS) e SIGNAL HEAD MOUNTING DETAILS MAST ARM AND SPAN WIRE MOUNTINGS STANDARD PLAN J- 75.20 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodich Ill 02 -10-09 _ BTIITE oemox Did1EDl wre V wmhlMro. SI D•ParhnwJ d T—p.",Mm = M M= M= M= M= s= M == M M M= z i m J w r 0 LONGITUDINAL BUFFER SPACE = B POSTED SPEED(MPM 25 30 35 40 45 LENGTH B (FEET) 55 85 120 170 270 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 35145 30 80 25/30 20 40 SIGN SPACING = X RURAL ROADS 45155 MPH 5W RURAL ROADS & URBAN ARTERIALS 35 140 MPH 3501± RURAL ROADS, URBAN ARTERULS, 25 / 30 MPH 20e t RESIDENTIAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 1od t ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. R1-2 R1 -2e ONCOMle BIIIV TRAFFIc R/W NJ \� W204 ONE LANE HEAD NOTES 1. This plan Is Intended for use on roadways when traffic volumes create sufficient gaps for motor vehicles to yield. 2. Steady Burning Warning Lights (Type C per MUTCD) shall be used to mark Channeling Devices at night 3. Adequate sight distance shall be provided for drivers to see apposing traffic, otherwise use flaggers and/or Temporary Signal. 4. Extend Channelizing Device taper across shoulder - recommended. 5. Post mount signs when in place for 3 days or longer. 6. For speed limit 35 mph or higher replace W1 -311 with W14R. 7. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. 6. Consider using a PCMS for additional advance warning. -0-1 ROAD WORK AHEAD G20-2A R1 -2e ONCOMle BIIIV TRAFFIc \� ROAD WORK B 10Y MAX. 15, X x X b q N CI N o ° ° WORK AREA ° 1 a o ®® a q b x x VJ20.1 4W1-3R ROAD WORK �� AHEAD ONE LANE ROAD AHEAD LEGEND N SIGN LOCATION ° ® ° CHANNELIBNG DEVICES E:J� BARRICADE -TYPE 3L A FLASHING WARNING LIGHT q END G20-2A ROAD WORK FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9, 2009 LANE CLOSURE WITHOUT FLAGGERS LOW VOLUME ROAD STANDARD PLAN K- 20.20-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakoll Ill 10-12 -07 sr�n o awM aoixmi wre T Wmhh„b, s<,. °.pma.,.e of lrmuparMbn WAF z N POSTED SPEED (MPH) 25 m 35 40 J w 50 55 m END G20-2A 155 ROAD WORK OR 305 360 DOWNSTREAM TAPER 495 570 TO SHOW END OF WORK 9, AREA – SEE NOTE 5 LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 50 55 LENGTH B (FEET) 155 200 250 305 360 425 495 570 545 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 LBS. SERVICE TRUCK (MAXIMUM WEIGHT SHALL BE FLAT BED, ETC. IN ACCORDANCE WITH MANU- 100 t (2) FACTURER RECOMMENDATION) Oi ROLL AHEAD STOPPING DISTANCE= 30 FEET MIN. (DRY PAVEMENT ASSUMED) G20-2A ENO A ROAD WORK ✓� W20-7A ® r ®® + W20-7B – OPTIONAL IF POSTED BE SPEED 40 MPH OR LESS + q PREPARED 'P + TO STOP W20-7A VV204 ONE LANE ROAD AHEAD W241 ROAD + BE p WORK PREPARED TO STOP AHEAD W20-7B – OPTIONAL IF POSTED ONE LANE SPEED 40 MPH OR LESS + 9' P ROAD AHEAD W20-4 ROAD WORK AHEAD LEGEND v1rza1 FLAGGING STATION Di SIGN LOCATION ® ® D CHANNELIZING DEVICES PROTECTIVE VEHICLE – RECOMMENDED NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Night work requires additional roadway lighting at flagging stations. See WSDOT Standard Specifications for additional details. 3. Extend Channelizing Device taper across shoulder -- recommended. 4. Sign sequence Is the same for both directions of travel on the roadway. 5. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. SIGN SPACING = X (1) RURAL HIGHWAYS 60 / 65 MPH 800' t RURAL ROADS 45 / 55 MPH SW t RURAL ROADS & URBAN ARTERIALS 35140 MPH 350' t RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL & BUSINESS DISTRICTS 200 t (2) URBAN STREETS 25 MPH OR LESS 100 t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES v_ y0 1 S 9 �O 25335 O F`� 1111 1;; �S�ONAL Y'�G ei EXPIRES AUGUST 9, 2007si LANE CLOSURE WITH FLAGGER CONTROL STANDARD PLAN K- 20.40 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L Smith 02 -15.07 � erw.e oesox awMm+ wre W—hh g— S— D�— ei T—p—i- z_ m m W 0 LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 LENGTH B (FEET) 155 2D0 250 305 380 1 425 1 405 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 LBS. SERVICE TRUCK (MAXIMUM WEIGHT SHALL BE FLAT BED, ETC. IN ACCORDANCE WITH MANU- 25/30 FACTURER RECOMMENDATION) OROLL AHEAD STOPPING DISTANCE - 30 FEET MIN. (DRY PAVEMENT ASSUMED) MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH POSTED SPEED (MPH) (FEET) 25 30 35 1 40 1 45 1 50 1 55 1 60 10 105 150 205 270 450 500 550 - 11 115 185 225 294 485 550 605 680 12 125 180 245 320 540 800 680 720 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50/70 40 80 35/45 30 50 25/30 20 40 END G20-2A ROAD WORK OR 2 LANE DOWNSTREAM TAPER TO CLOSED MILE SHOW END OF WORK AREA - SEE NOTE 7 b 100' 1.5 SEC 0 SEE STANDARD PLAN K -24.20 FOR ALTERNATE ENCROACHMENT (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. W20-5R RIGHT LANE w42L CLOSED W2o-1 -COMPLIANCE DATE 12/23113 A�{EAg I ROAD WORK AHEAD B L x x x A N b N INISEE NOTE 5 WORK AREA ° ° ®_® c lr LEGEND N SIGN LOCATION ® = o CHANNEUMNG DEVICES PROTECTIVE VEHICLE - RECOMMENDED PCMS PORTABLE CHANGEABLE MESSAGE SIGN CCD ARROW PANEL PCMS SAMPLE MESSAGE 1 1 2 LANE ONE CLOSED MILE AHEAD 1.5 SEC 1.5 SEC FIELD LOCATE 1 MILE t, IN ADVANCE OF LANE CLOSURE DI N N NOTES 1. A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Devices shall not encroach Into adjacent lanes. 3. Extend device taper (L13) across shoulder - recommended. 4. Portable Changeable Message Sign (PCMS) - recommended. 5. Use Transverse Devices In dosed lane every 100Y t recommended. 6. Traffic Safety Drums for all tapers on high speed roadway - recommended. 7. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 8. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. ® FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES �pO���opWery�T9'5 F 5� oy ill, �OAcQU,.[ON L C d EXPIRES AUGUST 9. 20075 SINGLE LANE CLOSURE ON MULTILANE ROADWAY STANDARD PLAN K- 24.60 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 � R�IE OFBgM B10ME91 MTE T Wmhf gp Sbw D.pmwnre of Temspalalwn y m �m �a 0 LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 1 25 1 30 1 35 1 40 1 45 1 50 55 60 LENGTH B (FEET) 1156 1200 1250 1 305 13801 425 14M 570 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK MINIMUM WEIGHT 15,000 LBS. SERVICE TRUCK (MAXIMUM WEIGHT SHALL BE FLAT BED, ETC. IN ACCORDANCE WITH MANU- 550 FACTURER RECOMMENDATION) O ROLL AHEAD STOPPING DISTANCE - 30 FEET MIN. (DRY PAVEMENT ASSUMED) ENO ROAD WORK G20-2A OR POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 10 DOWNSTREAM TAPER TO 160 205 SHOW END OF WORK AREA - SEE NOTE 7 N 500 a a a W20.1 ROAD WORK AHEAD i LEIT LANE U CLOSED AHEAD w20-5L MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) POSTED SPEED (MPH) 25 30 35 40 45 50 55 60 10 105 160 205 270 450 500 550 - 11 115 185 225 284 485 550 805 880 12 125 1180 1245 1320 540 600 660 720 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50/60 40 80 35/45 30 60 25130 20 40 R4-7B 24' z 30" BAN SIGN SPACING = X (1) RURAL HIGHWAYS 60 / 65 MPH 800' 3 RURAL ROADS 45 / 55 MPH SW t RURAL ROADS 8 URBAN ARTERIALS 35 / 40 MPH 350' 3 RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH RESIDENTIAL A BUSINESS DISTRICTS 200 t (2) URBAN STREETS 25 MPH OR LESS 100'± (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE -.0 1. A Protective Vehicle is recommended regardless if a Truck Mounted Aftenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Existing conflicting pavement markings that are no longer applicable shall be removed or obliterated. Temporary mark- Inge shall be used as necessary, and signs shall be post X I X X 1 L I L/2 W4-2R - COMPLIANCE DATE 12123113 FOR LEGEND mounted for long term projects. (1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE ® ® ® CHANNEUZING DEVICES RAMPS, AT -GRADE INTERSECTIONS, DRIVEWAYS. 3. Steady -Bum Warning Lights (Type C, MUTCD) shall be (2) THIS SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT DCD used to malls Channelizing Devices at night ROADWAY CONDITIONS. 4. For speed limits of 30 mph or less, sign W1 -3 shall be used In lieu of sign W1A. W2a1 5. Extend device taper (U3) across shoulder - recommended. ROAD 6. Portable Changeable Message Sign (PCMS) - recommended. WORK Wt -4i 11 AHEAD 7. Channelizing Device spacing for the downstream taper option shall be 20' O.C. B. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. X I X X 1 L I L/2 W4-2R - COMPLIANCE DATE 12123113 FOR LEGEND N SIGN LOCATION ® ® ® CHANNEUZING DEVICES tales PROTECTIVE VEHICLE - RECOMMENDED PCMS PORTABLE CHANGEABLE MESSAGE SIGN DCD ARROW PANEL PCMS SAMPLE MESSAGE 1 2 LANE 1 CLOSED MILE AHEAD 1.5 SEC 1.5 SEC FIELD LOCATE IN ADVANCE OF LANE CLOSURE SIGNING q ENO G20-2A NOAD WORK FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXPIRES AUGUST 9, 2009it�l LANE SHIFT ONTO PASSING LANE STANDARD PLAN K- 22.20 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 11l 10 -12 -07 ,do, .TAIE OFAgM FNUIM - T W-hhW� Sr u.p . fT . Z m cd m SIGN SPACING = X RURAL ROADS 45 / 55 MPH 500 t RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350' i RURAL ROADS, URBAN ARTERIALS, y5 / 30 MPH 200' t RESIDENTIAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100 2 ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50/70 40 80 35/45 30 60 25/30 20 40 MINIMUM TAPER LENGTH = L (FEET) LANE WIDTH (FEET) POSTED SPEED (MPH) 25 30 1 35 1 40 1 45 1 50 1 55 10 105 150 205 270 450 5W 550 11 115 165 225 2B4 1 465 550 605 12 125 18D 124513201 Wzo-1 4. 540 1600 1660 LEGEND N SIGN LOCATION o n o CHANNELIZING DEVICES ifs BARRICADE -TYPE 3 L Q:14 ARROW PANEL W2a1 ROAD WORK HEAD G20-2A END ROAD WORK b b x wzal ROAD WORK zs G20-2A 1. I I s2 ENO _QED should be dosed (see Standard Plan K-04.20). 2. The normal procedure is to dose on the near side of the inter- section any lane that is not carried through the intersection. However, when this results in the closure of a right lane having significant right turning movements, then the right lane may be restricted to right turn only, as shown. This procedure 0 the open through lane. 3. Prohibit turns as necessary for traffic conditions. Wzo-1 4. WORK ROAO as needed, to mark barricades at night WORK 5. Steady Burning Warning Lights (Type C per MUTCD) shall be AHEAD AREA ern 6. G20-2A ENO RoaD woRK a NOTES G20-2A 1. If the work space extends across a crosswalk, the crosswalk s2 ENO _QED should be dosed (see Standard Plan K-04.20). 2. The normal procedure is to dose on the near side of the inter- section any lane that is not carried through the intersection. However, when this results in the closure of a right lane having significant right turning movements, then the right lane may be restricted to right turn only, as shown. This procedure increases the through capacity by eliminating right turns from the open through lane. 3. Prohibit turns as necessary for traffic conditions. Wzo-1 4. Flashing Warning Lights (Type A per MUTCD) should be used, ROAO as needed, to mark barricades at night WORK 5. Steady Burning Warning Lights (Type C per MUTCD) shall be AHEAD used to mark channelizing devices at night 6. For long term projects, conflicting pavement markings that are no x longer applicable shall be removed or obliterated. Temporary markings shall be used as necessary. q 7. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. R3-7R a eNa s flIG11T LANE ENO MUST ROAD WORK sz G20-2A _ TUi1N NfiHT X W47 THI SZ TRAFFIC MERGE LEFT 4 \ HFADa1 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES o�E J. TR�A p° A oF Wesy��y'RS oy A ill, MBOA ,f 25335 1i F c, s 70. � SS�0 AL t EXPIRES AUGUST 9. 2007 Y H INTERSECTION RIGHT LANE CLOSURE FAR SIDE STANDARD PLAN K- 32.20 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -15-07 srnre n�a. �a� a� T wmnr�� shn. n•vv+m.n or 1.�ab� USE ATTACHMENT DETAIL O OR ATTACHMENT DETAIL O 0 °c U �-c � � 0 w_ 0 0 0 m � & 0 TOP OF BARRICADE SUPPORT ANGLE }a t 4'- D" MIN. - S'- O'MAX. 'tom"° ^.o b �l 'I ELEVATION SIDE WARNING LIGHT ATTACHMENT DETAIL TYPE 3 BARRICADE WARNING LIGHT 6" - 1 1/2" - 1 1/2"- 1/8" ATTACHMENT STEEL ANGLE TOP OF BARRICADE SEE NOTE 2 SUPPORT ANGLE DRILL TWO 12" DIAM, HOLES THROUGH . DRILL THREE BARRICADE SUPPORT ANGLE (1) 318"- 16 - 1 314' - ORANGE AND WHITE i2" DIAM. HOLES — — I— n STEEL HEX BOLT g v REFLECTIVE SHEETING Ill( (7) 3/S' - 16 - 1" (2) 1' FLAT WASHERS n o ASTM D4956 - TYPE III STEEL HEX BOLT OR DZ (SEE NOTE 3) (2) 1" FLAT WASHERS (1) LOCKWASHER (1) 315- - 16 STEEL - 1 12' - 1 12" x 1/8" (1) 318" - 16 STEEL HEX NUT (TYP.) STEEL ANGLE HEX NUT `''. 4' - EL EL LONG (TYP.) m I 3/4" ACX PLYWOOD PANEL - ATTACHMENT DETAIL WARNING LIGHT 6" x 2" - 2" - 1/8" TUBULAR STEEL PRE- DRILLED SANDBAGS AS REQUIRED ATTACHMENT TO STABILIZE BASE 5 - 0' LONG MP.) - ALL LEGS° STANDARD PLAN K- 80.20 -00 SHEET 7 OF 2 SHEETS TOP OF BARRICADE APPROVED FOR PUBLICATION » "x N >- r� SUPPORT ANGLE - I DRILL TWO 12" DIAM, HOLES THROUGH O BARRICADE SUPPORT ANGLE o _ I_ (1) 318" - 16 x 3" 1 I I STEEL HEX BOLT O iv (2) 1- FLAT WASHERS q (1) - 18 STEEL 8" x 2" x 2" x 1/8" TUBULAR STEEL _ HEX NUT HE I ISOMETRIC VIEW ve (TYP.) ATTACHMENT DETAIL OB 7/S NOTES 1. All fasteners may be zinc plated, galvanized or stainless steel. All steel angle and tubular steel shall be hot - rolled, high carbon steel, painted or galvanized. 2. Install one lightweight Type A Low - Intensity flashing warning light on the traffic side of the barricade. Install two Type A Low - Intensity flashing warning lights per barricade when the barricades are used to close a roadway. Attach the light to the barricade according to the light manufacturer's recommendations or use the details shown on this plan. 3. Stripes on barricade rails shall be alternating orange and white retrorefleclive stripes (sloping downward at an angle of 45 degrees in the direction traffic is to pass). 4. The Type 3 barricade design shown on this plan meets the crash test requirements of NCHRP 350. Altemative designs may be ap- proved if they conform t0 the NCHRP 350 crash test criteria and the MUTCD. 5. When a sign is mounted on the barricade, it shall be securely bolted to at least two plywood panels. The top of the sign shall not be higher than the top panel of the barricade. B. When sandbags are used in freezing weather, Urea fertilizer shall be mixed with the sand in a quantity to prevent the sand from freezing. I >s STEEL ANGLE FRONT OF I,b"•: %�_yl BARRICADE 8" x 2- x 2" x 1 /8' n h TUBULAR STEEL Iflll Itl qr, dl 4 p ANGLE RESTS ON Itl h (1) - 1e x 3' ST HEX II'.. , II STEEL H BOLT TOP OF BOLT n!x': S;z`.h (2) 1' FLAT WASHERS (1) 3/8" - 18 STEEL HEX NUT II C " -II J. TRH F y _ Jill, DETAIL OC —k�e5 90 .y 25335 'nA ROr & T 0-- 1? Q�G i tl5 ONAL 112'x 112"x 118• EXPIRES AUGUST 9, 2007 STEEL ANGLE 5 - 0' LONG MP.) TYPE 3 BARRICADE STANDARD PLAN K- 80.20 -00 SHEET 7 OF 2 SHEETS APPROVED FOR PUBLICATION Kevin J. Dayton 12 -20-06 n�re cesxx� wolrEw are wml+npton SMft wpe w er r—ponc l- rc USEABLE TRAFFIC LANE 2' MIN. AREA CLOSED TO TRAFFIC TYPE 3L BARRICADE K-21 TYPE 3L BARRICADE STRIPES ON THE BARRICADES SHALL SLOPE DOWNWARD IN THE DIRECTION TRAFFIC IS TO PASS TYPE 3R BARRICADE FE-7-1 ROAD CLOSURE AT INTERSECTION WORK AREA TYPE 3R BARRICADE ROAD CLOSURE AT OTHER LOCATIONS BARRICADE PLACEMENT 5 J. I'Re Jill, MEN sl I"s EXPIRES AUGUST 9. 2007 TYPE 3L BARRICADE TYPE 3 BARRICADE STANDARD PLAN K-80.20-00 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Kevin J. Dayton 12-20-06 W —hi-g— 51u1. 1)-Pmlrn WAP PULL POST -SPACED HOG RINGS (TYP.) NOTES 0 1000 MAX SPACED 0 24• MAX. � C! C 500' MAX 1. All concrete post bases shall be 10" D TENSION CABLE BRACE POST minimum diameter. TENSION CABLE 2. Along the top and bottom, using Hog Rings, fasten the Chain Link Fence TENSION IMRE PULL POST Fabric to the Tension Wire and Ten- O sion Cable within the limits of the first O full fabric weave. c 3. Details are illustrative and shall not r limit hardware design or post selec- (TYP.) - X Fill, 1110, TENSION CABLE (TYP.) b w M. TENSION CABLE ., FABRIC LOOP - 2 SIDES Y O H - COLUMN �:::•. = OZ TIE WIRE 3.28 STRETCHER BAR (TYP.) 'v OYP') FABRIC BAND (TYP.) , , FABRIC BAND (TYP.) li II II lr•.> -II. ., C• KNUCKLED SELVAGE CONCRETE POST �:rX �Y :i e��`.Y �q'•�•i�: -fir Y �� :r:�.�.� �sr. BASE (TYP.) O .sO J�QOi!QQ.�•9�•'_•'.- - O.P.Q :�i ei�e•.�•OnnJS_.e jW� r• •;��,•i"rA:r7n; •�7��..- .��7�%���791T.�. �•T s�i •�: ❖:ti:S , �./�� %� %7��>,�;��y��`� /gy:���yyy. • - PULL POST -SPACED HOG RINGS (TYP.) NOTES 0 1000 MAX SPACED 0 24• MAX. � C! C 500' MAX 1. All concrete post bases shall be 10" D TENSION CABLE BRACE POST minimum diameter. TENSION CABLE 2. Along the top and bottom, using Hog Rings, fasten the Chain Link Fence TENSION IMRE PULL POST Fabric to the Tension Wire and Ten- LINE POST 10 MAX sion Cable within the limits of the first TENSION CABLE full fabric weave. c 3. Details are illustrative and shall not TIE WIRES limit hardware design or post selec- (TYP.) - lion of any particular fence type. STRETCHER BAR (TYP.) SPACED 0 14- MAX • i�vi NiiNiiNi ii_iwiMiiw I .� I I- CHAIN LINK ' � I• .'I t FENCE FABRIC TENSION WIRE I. )I" PO: CONCRETE POST BASE (TYP.) FABRIC BAND - SPACED 15- MAX. 10 MAX. 3 11r1 � C! C 500' MAX PIPE END OR CORNER (BRACE) POST H- COLUMN TENSION CABLE 101 MAX C YP ) TENSION IMRE PULL POST B LINE POST 10 MAX - SPACED i BRACE POST TENSION CABLE c (SCH. 40) (Ibq (111" TENSION CABLE TIE WIRE TENSION CABLE (TYP.) b w YO 5.10 FABRIC LOOP - 2 SIDES Y O H - COLUMN LINE OR BRACE POST = OZ TIE HARE 3.28 STRETCHER BAR (TYP.) 'v OYP') FABRIC BAND (TYP.) , , FABRIC BAND (TYP.) li II II lr•.> -II. ., C• KNUCKLED SELVAGE CONCRETE POST V BASE (TYP.) TYPE 4 PULL POST - SPACED HOG RINGS (TYP.) \® 500 MAK SPACED 0 24- MAX. L /- TENSION CABLE - BRACE POST TENSION CABLE STRETCHER BAR (TYP.) POST AND RAIL SPECIFICATIONS 3 11r1 � C! C POST PIPE ROLL FORMED H- COLUMN NOM. SIZE SECTION WEIGHT WEIGHT (SCH. 40) (Ibq (111" FENCE LINE 1 Sr8- END, CORNER, OR PULL POST 2 12' DIAM. YO 5.10 FABRIC LOOP - 2 SIDES Y O H - COLUMN LINE OR BRACE POST 2- DIAM. OZ 1.85 3.28 TIE WIRES (TYP.) SPACED @ 14- MAX. STRETCHER ABRIC METHOD OF FASTENING STRETCHER BAR TO POST (SHOWN FOR ROUND POST) WIWZO ) gRUY S I.. CHAIN LINK .. ���OF WAS,,, IJZ °Q FENCE FABRIC - I • SqD °y 5 -a ¢ 3y5a' G tl 90 31805 AF' ��CrSTER� ♦� ;�a� Ss�ONAL e�G dp EXPIRES AUGUST 26,2 007 CHAIN LINK FENCE TYPES 3 AND 4 STANDARD PLAN L- 20.10 -00 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Ken L. Smith 02 -07 -07 •rnTe pemox aowea are 7 wmnU� S• D.pmnx.,1 •r T,mx —tim 2 0 0 N� FABRIC BAND END OR CORNER (BRACE) POST DETAIL ( TIE WIRE -SPACED a 14' MAX. (TYP.) TENSION WIRE HOG RING - SPACED 0 24' MAX I I 0 `I l0 1�7I I V� BRACE POST DETAIL ( ENSION WIRE BAR SEIZING TENSION CABLE — EYE NUT TENSION WIRE TENSION CABLE FABRIC BAND (TYP.) EYE BOLT WIRE ROPE CLIP (TYP.) `TURNBUCKLE /_ — SEIZING —STRETCHER BAR (TYP.) PULL POST (AT END OR CORNER) DETAIL (: `WIRE ROPE CLIP (TYP.) ROPE THIMBLE EYE NUT `\ SHACKLE (fYP.) TURNBUCKLE TENSION CABLES EYE BOLT SEIZING (TYP.) FABRIC BAND (TYP.) PULL POST (WITHIN RUN) DETAIL OD TENSION CABLE ROPE THIMBLE (TYP.) EYE BOLT f ROPE THIMBLE (TYP.) } TURNBUCKLE J. � WIRE ROPE CLIP (TYP.) TENSION CABLES STRETCHER BAR (TYP.) �ER0y 9 WASH,��Ilh y Pal �O� �P 31805 cQU,9 CI ST V, TONAL EXPIRES AUGUST 26, 2007+ FF F CHAIN LINK FENCE TYPES S AND 4 STANDARD PLAN L- 20.10 -00 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Ken L Smith 02 -07-07 WrAV Wm&g, 5101. D.G� dT—.vlvlb— i 1 ( on S •I BE _J z VICINITY MAP DATUM BENCH MARK USED FOR THIS PROJECT IS 2' BC LOCATED IN SUMMITVIEW AVE. 659.07' EAST OF INTESECTION. EAST 1/4 COR. SEC. 20- 13 -18; ELEVATION: 1261.50 DISCLAIMER UNDERGROUND FEATURES SHOWN ON THE PLANS REPRESENT BEST AVAILABLE INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH OF ALL UNDER- GROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PRECEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1- 800 - 553 -4344 z ON 1" =800' n 4 DR N. 66th AVE. & SUMMITVIEW AVE. INTERSECTION IMPROVEMENT Ifrr Ir v oil SHEET INDEX SHEET STATION LIMITS SHEET FROM TO C -1 — — Cover Sheet with Vic. Map & Index C -2 — — Legend & Notes 1 10 +73 13 +18 Plan & Profile Summitview Ave. 2 13 +18 15 +80 Plan & Profile Summitview Ave. 3 15 +80 18 +60 Plan & Profile Summitview Ave. 4 10 +50 13 +20 Plan & Profile N. 66th Ave. 5 13 +20 15 +01.57 Plan & Profile N. 66th Ave. P -5 — TRAFFIC SIGNAL & ELECTRICAL DRAWINGS Tr -1 — — Signal Pole Hardware & Const. Notes Tr -2 — — Phase Diagram & Conduit Chart Tr -3 — — Wiring Diagram Tr -4 — — Pole Layout Detail Tr -5 — — Signal Standard Foundation Data Tr -6 — — Signal & Electrical Layout Tr -7 — — Signal & Electrical Layout Tr -8 — — Signal & Electrical Layout Tr -9 — — Pole Elevation View 111 •�Y 01111 .'t.- gyp° k'_3 �E Ry S SF,� 4, cTo m v 39447 C� REGISTERED bSIONAL E��l SHEET STATION LIMITS SHEET TO Tr -10 — — Pole Elevation View Tr -11 — — Pole Elevation View PROJECT & STANDARD DETAILS P -1 — — Project Detail Summitview Ave. Section P -2 — — Project Detail N. 66th Ave. Section P -3 — — Project Detail Residential Drwy Approach P -4 — — Project Detail Masonry Retaining Wall P -5 — — Project Detail Electrical Service P -6 — — Project Detail Cabinet Foundation P -7 — — Project Detail Octagonal Signal Standard Q — — Quazite Mfg Details, Junction Boxes E -5 — — Standard Detail Conduit Trench Section R -5 — — Standard Detail Cement Conc. Sidewalk R -8 — — Standard Detail Survey Monument S -4 — — Standard Detail Typical Trench Detail — — — WSDOT Standard Plans C O .a) ca �> � ° cis 0) 0 m L C 3 Z E C Y U W NY a a) > U Q .o L CY)_ � � N E (D o Z:5 O U) �- °6 E E C O > U O Q U O CO T z � Q Q Z Z O) U II UJ W m II U C O U o ca d o = > X G) C 06 Q ca .E _U C -1 I I LEGEND GENERAL NOTES s s Exist. Sanitary Sewer Pipeline 1. ALL ROADWAY DIMENSIONS AND OFFSETS SHOWN ON THE PLANS _w —w— Exist. Nob Hill Water Pipeline /Service Line (Call Before Dig) ARE TO BACK OF CURB UNLESS OTHERWISE NOTED. 2. DURING CONSTRUCTION, SECTIONS OF SUMMITMEW AVE. AND IRR Exist. Irrigation Pipelines (Call Before Dig) N. 66th AVE. MAY BE CLOSED FOR SHORT INTERVALS. GAS Exist. Cascade Gas Pipeline /Service Line (Call Before Dig) 3. ACCESS TO EXISTING RESIDENCES SHALL BE MAINTAINED DURING P P Exist. Overhead /Buried PP &L Power Line (Call Before Dig) CONSTRUCTION. 4. SIGN POST SOCKETS WILL BE FIELD LOCATED BY CITY FORCES. r r Exist. Overhead /Buried Qwest Line (Call Before Dig) 5. MAILBOX SUPPORTS SHALL BE FIELD LOCATED. so Exist. Storm Drain 6. THE EXISTING ASPHALT PAVEMENT IN SUMMINIEW AVE. SHALL X x Exist. Fence BE REMOVED BETWEEN THE EXISTING CURBING BY COLD PLANING O Exist. S.S. Manhole, to be Adjusted. TO PROVIDE FOR A 2" OVERLAY OVER THE ENTIRE ROADWAY SURFACE WITHIN THE LIMITS OF THE NEW CONSTRUCTION. 0 Exist. S.D. Manhole, to be Adjusted. 7. CITY FORCES WILL PERFORM STRIPING FOR THE ENTIRE PROJECT. O Exist. Catch Basin, to be Adjusted, except where designated to be Replaced. 8. UTILITY /ELECTRICAL /TELEPHONE POLES TO BE RELOCATED BY ■ New Catch Basin <; = Exist. Rip Rap Covering THE OWNER UTILITY AS NECESSARY. ": °..°'•' at N. E. Corner of Intersection OT Exist. Tele. Vault /Manhole : - -� - - 9. EXIST. PAVEMENT, SIDEWALK AND CURB &GUTTER TO BE REMOVED FHQ Exist. Fire Hydrant sY . ti Yd �� New HMA Overlay WITHIN THE LIMITS SHOWN ON THE PLANS. WVpQ Water Valve /Irrigation Valve y�x , Summitview Only 10. REFER TO TRAFFIC SIGNAL AND ELECTRICAL DRAWINGS, SHEETS Tr -1 THRU Tr -11 FOR CONSTRUCTION AND INSTALLATION OF THE TRAFFIC WM ® Water Meter a New HMA Pavement SIGNAL SYSTEM AND THE ILLUMINATION SYSTEM MODIFICATIONS. MB= Exist. Mail Box Fill —in along New Curb for Summitview NO Complete Section for N 66th Ave. �--- Exist. Luminaire Pole F....., New Cement Conc. Sidewalk Relocated Luminaire Pole CONSTRUCTION NOTES OCONSTRUCT NEW CEMENT CONC. TRAFFIC CURB AND GUTTER. O CONSTRUCT NEW CEMENT CONC. SIDEWALK. 4 —INCH STANDARD, 6 —INCH AT DRIVEWAYS. WIDTH 7' FOR SUMMITVIEW AVE. AND 5' FOR N. 66th AVE. OCONSTRUCT NEW CEMENT CONC. RESIDENTIAL DRIVEWAY APPROACH. WIDTH AS NOTED. MATCH TO EXIST. SURFACE BETWEEN BACK OF SIDEWALK AND RIGHT OF WAY LINE. MATCH WITH SAME MATERIAL AS EXISTING. ® CONSTRUCT NEW CEMENT CONC. SIDEWALK RAMP, TYPE 2 (ONE ONLY) ® CONSTRUCT NEW CEMENT CONC. SIDEWALK RAMP, TYPE 5. OCONSTRUCT NEW CEMENT CONC. SIDEWALK RAMP, TYPE 4A. ©CONSTRUCT NEW H.M.A. CL 1/2 ", PG 64 -28 PAVEMENT. REFER TO SPECIAL PROVISIONS SECTION 5- 04.3(5)E REFER TO GENERAL NOTE 9 ABOVE. OREMOVE AND REPLACE EXIST. CURB AND SIDEWALK THRU CURB RETURN AND INSTALL SIDEWALK RAMP, TYPE 4A. ®REMOVE AND REPLACE EXIST. CATCH BASIN AND CROSS DRAIN PIPE AND RECONSTRUCT AT NEW LOCATION SHOWN. RECONNECT TO EXIST. STORM DRAIN PIPE. OADJUST TO FINISHED GRADE. RELOCATE OR RESET MAILBOX AS DIRECTED. 11 ADJUST CATCH BASIN AND NEW FRAME TO FINAL SURFACE. MATCH TO EXISTING CURB AND GUTTER. 13 MATCH TO EXISTING CURB, GUTTER AND SIDEWALK. 14 REMOVE EXISTING ASPHALT, CURB, GUTTER, SIDEWALK AND CATCH BASIN. FILL EXISTING PIPE WITH SAND SLURRY OR REMOVE. FINISH AREA BEHIND NEW SIDEWALK TO MATCH SURROUNDING. 1 �FOR CONSTRUCT NEW CEMENT CONC. TRAFFIC CURB AND GUTTER TURN— AROUND AND BARRIER AND REPAIR ASPHALT IN ACCORDANCE WITH THE CITY STANDARD DETAIL. 16 EXIST. LUMINAIRE POLE TO BE RELOCATED TO BACK OF NEW SIDEWALK AS SHOWN, AND CONNECTED TO NEW ELEC. SYSTEM. REFER TO TRAFFIC SIGNAL AND ELECTRICAL DRAWINGS FOR MORE SPECIFIC DETAILS AND INFORMATION. (Refer to General Note 10 above) '1 -L9 -\Q C O .(n E Y to C m m L a o a) o ° O � W C m 3 • O m ' Z E Y U W NY o'. N � U N > Q O •� a� c CE E C > U0 Q E N � C �o O U > N Q Cn CD C0 Z G! m U W W m U O N O N d 0 Cn a2 0 Z 06 c a> a> J C -2 O z U Q) _O cv E :L CB O i Q z z 0' C O U N I I I I I I I I I I I I I I I I I I I .............. p Ret Wall Ret Wall 0 Exist. Sidewalk Exist Sidewalk U) "x' x '7. X, Exist Curb & G I 11� IX ;1\ X Y C13 > > �x X >/ x/ X x > U)'% MIM �V Su, 11T VIE", W,�') E X >/ > /I >/ i", 2r >/ ' ' " 'B' \ - , , , /\ \ '� Cz 0) Z 1, "1 > > "., , " ", , , " , , , , - , - - " "^," EGI 141;'NEWSO U, TH>60/'F� '\ I \1 ,, /' ,, < x > " x" X �\ "\ > 1\ /X , < /x /' / " "I,, , X, > ALIGNMEW, >,C/ < > > LLJ 0 < r. 'x Stq',/.'V1 '02,74,AP,( 'X - /' X 'I',)+ uu"' 'A + 'X LLI 0 I.S + 0 V', V, /x /x ;,"/X x > T- ;< > X x, x 5 LLJ >/ X X X >\ X <' v W 0 i > > "X" �Y- X 'x X X, x, X, U.J U) ZE V Y X <A , J. X 0 . -> "'�' I V X X X, >\ Ti{ T. > I / '>/ ,, \1 " \' �' I I � , `•,.' " I - I /'� ;< X ><, X I" X Y X ��/ , /" '\' , 1, \ I X X , / , 'X /" / "�' - /+65 / 5. 52,',RT "I X X'? LLJ cli >,* 06 > > — /' flj I ...... K , >�, 0�5 T"IR"T < X /X. 'X X > \ , '4""' /-1'11 < Iv X + < ��7214p' V1 < ✓ AQ A x/ )< >/ > Uj /K �SAWCIJ7\ I ITS ;W- "u -,`Q�r 6P ,G2T .. . . . . . .. . A w .2 F % E R -H Y ti vvSM WM j 010 GAS GAS AST —T T —T EX. R/W wk� WM EX. R/W < 3 0 12 3 01�11 LLJ STA. -30.7 0 Exist. LLminaire P, ose Bib U) She )Ie 113 LLI C14 to remo n in plat d Lp\\NN LAWN Cn P\\NN CURB RETURN DATA ton < < L 6' RT 1 7 .89 and con PC 10+82.74 7;5�� 0 Mc 1279.40 LAWN electrica system. -p 39407 0 -'?tGjs v — > 6 2 0 z of PT 11+02.74 (25,52' RT.) 1279.90 (see sht's rr-i & Tr-5) ON L R = 20.00' L = 31.46' co T = 20-05' = 90'07'57' - F 06 :27 LU 0 E > F- < ... ........... . . .......... . ........ . . ..... . ................ ..................... . ........... .............. - ........................ ........................ ....................... .. .... .... ......... ....... .......... ... .... .... .. ......... ... ......... .......... ....................... . . ....... .......... ........................ . .. ..... .... ................... ........................ ...... .......... ........................ ............... ....... .... ...... ........................ ........................ LU C/) 0 Q0 15 0' VIC co ............. ........................ ........................ ........................ ........... ............ . ....... ....... . ............. ........................ ...... .... . ..................... .... . ............. ................ ....... .... . .. ..... . .... ... . .. .. ........... ............. ........................ ............. . ... .... ...................... ........................ ........................ ................... ............. .............................. ........................ .................. .................. .... ....................... ...................... z 0. 0 BEGIN SOUTH:CURB: PVI STA 12+85.60 1285 0 00 PROFILE Sta. 11+02.74 PV1 ELEV = 1278.14 LU 1285 ........ ........................ ...................... . . .................. ........................ ........................ ................ ....................... ........................ ........................ .................. ..... ........................ ........................ ........................ ........................ ............. ..... ........... ........ . ... ........ .. ..................... ...................... ........... TC ELEV 1:277.52 W.- .................. U) LLJ LU . . ..... .......... ........................ ............. ........ ........................ ................. .... .................. ........................ ........... ........... ........................ ................. ............... . ................ C) Q. > > . .......... ........................ ........................ ........................ ................... ... .. ................ .................. ........................ ........................ ............ ... .......... ... ..................... U) ........ .. ... .. . . . ........ II j a C13 II Exist. Surface t Cent6rline CL W U) 1280 f S itview'Ave. FINISHED GRADE /0 UMM —0-70% TC SOUTH CURB .................. ........................ ........................ ....................... ............. .......... < ..... ....... ....................... ...... .... 1280 C> . ... ........... ........................ ....................... ..... ..... ............ ....... ..... ........................ ............... ........ ............. ................ ..... .. ......... ... ... ........ .... 02 X 0 a) 00 IL 0 a, 0 > 0) CF) .... ...... ......................... ....... ........... . ................. ...................... .................... r ....... ... . ...................... .... ...... . .... ........................ ........... ........... ... ........... ....... . ........ . ....... ................ ........................ ............... ....... ........... ........ ........... .... .................. ........................ ........... ..................... + U) (D L0 L[i 1275 > + C14 L0 z 1275 !�2 ............. ........................ .......... ....... ........................ ...................... . ......... ........... - - - ": . . ........... ............ . ... .... ... . .. ............ ........................ ........................ ........................ .................... .. ............. ...... . ...... ........... Lj + . .. ......... ...... . ... .... :5; + -;j .. ................. .................... ..................... 0 + + LLJ 00 a_ T 06 L.Li Cd U) Cz — U) ....................... ........................ ............. . ........ ........ .............. ............... ... . ......... .................. .. .......... ............................. . . . . .......... ..................... .................... ................... .... ................ .... ........................ ............. . .......... ...... ................. ............. ............. ....... .. ... .. .... ...................... . ................... .. . ................ ... ......................... .......... EX. Q: 1A01 :1279 9 1279 7 1279.6 1279.2 1278+8 127+8.3 1277.6 12�6 9 TBC RT. 1279.52 1279.37 127 .01 :1278.73 1278.33 1277.79 1271.12 127 .54 11+00 +50 12+00 +50 13+00 1 1 1 r 1 Ret Wall y - m E x I st. i de Ik EjiEa - Hri� T -•�4r «. ) Wes- O s ems _ — _ 'Exis�::''Gurb'�Ba :G'�tfer�>' `<' ��',= ��2;�_..,.,_,; �-= �_�..= „:z��, s:.��.m''��:.� -,._, - ., '•4,;�u-�' .9 `..:�:'��.xas. 'New CB e 2” Cor � o §s r n \ w-C B' P J, W � D 1' T ' e 1; .T ,YP w YP ,t. I` \N! T �IM�T 6' W — ;. >� c� rn m E, I N 'r . �H �C G N.O T IJRB R W c m I- :y, )� )" VlJ TV1 E1N. 'VE�:� �' ' ) �; M�1 Imo' �S A w 0 W W V)1 ; . ta:.1`5 3 v o l i '1�4= +':00: .T 1' 15' vT .0 O U — N VJ r' <) t \)/ y4 .)i :T , )' yT� I O m L 5 W `I l ) ,5.:89` '06' LL _ W ll^^ T• ,4 '19° E Y y? '< ), Y „Y. rr 0 C m E — VJ `C) ! i .0 �C) '4T Y 'Y T� I I. N V W x N m 'W !^v :4 V' ,10; 00 {' r' '1 6` vl / Q •`K M /,Y�. Y Y a'• : >' r ,'l WV W — ,S N�% { o .l SY. UT �a <' •< T :SAWC :LIMITS' o, r •S 'r: W / {Y A, .T LIMITS U WCU' -4.' - -- J — .— .'_ --. .. :i .... .. ., r� „'� ��r .z Jai'- .�tM �•� �i. ✓�i� r' t. z � - a' i •� ...^F^. 'Y '�'. hY ._,i'•!!^'iJ.v JZ'y''I':�i �:«r,' 'YxYr +:w.;.c •t•%.•^„„•a -�_ . r :. - ,, .J ... J.. •. a ,.. ,,, -. -, ,.:... ! p� Yoh ` »+' _Y?'J, .i r- G tJ 1 .t •�'• . Vii.. , .::.e= C � u v �� - _ i � � i.r « n J n ,., J.'.: !. `. :+.:�: ! .,� -+ p.i.. °: yti'•,aJ..'J i`C.:'a.tid /`: rn, >�s a;'t u wna,J.�.S�- -,a..S +. Y-+. .. ,.:ro3"f,',�• .4a' .. �r F— . W .. AS '.F E. G EE RU: AS- S G U G Q E_X R/W ° � O ' 's�OmP, ,SwR`a EX. R/W WM 3 Arborvitae CB S) I CB ' ' O WN W a N O Irr LAWN Lid LAWN LA W LAWN IV Lid STA. 14 +93.5 YTID Vault Exist. Luminaire Pole Q W N _ 15 x1' to be removed. :E O z h LAWN a) U) O "Hose Bib N. t AVE. I - —�,��� � z L c. LONN cz Lu O >1 F WAS11 Q U 150 VC c T w P O fi .� Of 2:1 co rn - LU U 1280 Z .............. ................. ...... ............... .. ................. _ z 941280 N 07 3 C= N 661h AVENUE SS70: W E�l NAL.......... M w................................................................. .... €.......................... .. ............................... .:... .............................................................. ........................... €... ........ ............... ............... ............. f” (NORTH.... LEG)... w... .......... W U) >.... I- > w 1275 w -' - — W 1275 �' a TCSOUTHGCURB ............ .................. ................. �� _- - 00 Exist. Surface at Centerline BEGIN NORTH CURB w @ of Summitview Ave. m �� PROFILE S.W. 15 +43.31 o . .......................:......................................................................................................................:....................... ............................... ..:..................................... ......... °�° �-` —=4; a ........... ............................... E.�.....ELEV:..1.2.6.7..2.0... ....: FIN SHED RAD I G o E2 o o = + I� �= TC SOUTH CURB PVI: 15 +20.:00 � > 1270 W ` 1270 Z.....:......... - �� �: ............................... .............................:................... ............................... ................. ......... ............................................................................. ............................... .................. PVI E.. ...:..12.6.8...¢.............. �... J FINISHED GRADE Z _ LO TC NORTH R N X10 CURB a) S.................. .... .. ............................... . !...... ............ . -4;239' -- _ 0 a c Ln r` Ln Q 06 C6 N + 1265 ca (6 M �X. q 1275.7 1275.3 1274.4 1273.4 1272 4 1271.3 1270.2 1269 2 1269.2. 1267.1 266.1 EX. TBC LT. 1266.93 1265.90 TBC LT. TBC RT. € 1275.35 1274.29 1273.21 1272.13 1271.06 1269.98 1268.90 1267.83 12607 1265.71 TBC RT. 2 +50 14 +00 +50 15 +00 +50 I I I I I I I I I F I I I I I I I I C `E xi R St. �j P,] Ro ac, 1 e-ri�ng r- tu S 0 .7 < 4 Exist. Sidewalk ca > 7777� Uj �77 er,/ 'Y' W > X X "K X X 3 -�x x x, X Y, - X s4wt -T U"T"LlMlys SD cz 0) 7 -x x M*,Ml V > x X Su tE - X"I"'", , -TV1'E-/-WV,-,`A, > U) / """ ", D, N, b k t H,\',c-: u R, bl� X, \�,REV x 7 , ✓ /V\ x, ✓ NX 0 4-- (D cc S W U) X1/X /x, X S1 EW, ALK,/1,H,1b/UUNT T' X- > X/ • ta- A 2 5:5 x x x.w > X \/V, X, 'X,X, X X < X x�x X �V 'A Y Al > 1� \A�\ e Y,'-� X HE X .4, 4P I x, \x X I \ " , A X '< I I Y, x, 1A 'b- •< >1 0 /X '1`6 F'0 NN < /K /x 17+00 x � \ ), �'.\X, /, , -,� /\ / \ / "/ < X X\ 0) > x, >/ V,x x-x > <>, td CD 00 + < ,x , V, X < -�A 1'_"� /-, 1V" E' >\ X X X X )< Y Z x, x\ ;A /,/,x END,/NEWS,q/U, (IR K X ` /'. Y\ < uj N Ln V ;< Y, X\ 11 )V x x X x/ > ,ALIGN' ANT A •> r` "51T\ �ita, A b+1UU AP" V +4 bV, 5. TA J I X b,> '14 V. U) Z X, ,�x < > A X 1, / I �, � X 11 X X b, < Y\ IV •W &-, \ /\ " , " I/ , ;,� Z'< X� .1 > - \` I I 11"'11C 1\ A I X, x_x", ` el , R,2) y v^ /\/ KSA CU TX LIMITS < Z,� / ;< NANYLIAN _LIMITS. -,5 7,7-: -7 7� T V gft. wt, Im a I -e GAS GAS GAS R-W T R/W WM co EX. R/W Mwm --X. R/W T- of Slope - 3 Lu LIJ 0) CN Drain 0- 0 3 Gravel LAWN S S S STA. 18+48.2 S Exist."Luminair Pole S CURB RETURN DATA > 0 z < to remain in place A\ PC 18+49.69 (25.51' RT.11256.9 Of 15 0 and connected to new 0,\NN MC 11 256.5Q oc, electrical system. PT 18+69.69 (45,19' RT.)11256.0 (See Sht's Tr-1 & Tr-7) 1 -31 0- a) U) ,\O 9\ R = 20.00' T= 19.68' 4, 89'05'00* a6 LLi E E R S1 > < .................. . ....................... ................... ... ...................... .............. ................ ........................ ........................ . . .......... .. ........................ ........... .......... ......... .... .... ............... ..... . . ... .. . ......... ........................ .................. .............................. ... ................... ........................ ....................... ........................ .. ......... ...... C- C.0 C/) 0 co bt� 2:1 Lu - 1270 �0 1270 ............... .................... C� ................. ........................ .............. .......... ........................ ....................... .......... ............. ................ .......... ........... ............... ........... .. . ........ .......... ......... ............... ................ .................................... END NORTH CURB Ln ........................ ........................ ........................ ........................ ....................... .................. .......... .............. 150�: VC + PROFILE THIS i SOU TH: CURB 071 Lu Ln CONTRACT C-4 U-1 0 ........ ......... .................. ...... ........................ . .......... . co C14: Cl) ........... ... . . .............. .............. ........... ... .. -i- - a : . . ........ P-M -STA -17+20 .. .............. ... ........................ ................ . ..... . ........... .... ... .... .. ....... .. . ......... ........... ....... ............ ON !LLI PV1 ELEV 1259.57 Ln 00 4- 1265 LLJ: TC ELEV 1259.94 1265 04 ji ................ ...................... ............ ... ..... ... .................... ........................ .............. to ........... . ............... ........................ ............. .......... ...... ............... .................. .... ................... ... .. ........... ....... ..... ...................... ... .. ....... . ... . .. ...... ... .. ..... ... + cl) CD > 23,% n 04: 00 + Lu W ..... ............. FINI.SHED GRADE ..................................... ..... ......... .................. TC NORTH CURB Exist Surfac.6 at Cehterline END SOUTH CURB LLJ ........................ . .............. ........................ ................ ...... ........................ of Sbmrnitvi.dw Ave....'... .... .................. ................................................. ........... > 1. . ......... ............ ......................... -1.1 .............. ........... > PROFILE' Sta. 18+49.69 Or) § coo 0 T 0 (1) < FINISHED GRADE . ELEV. 12*156.92 a- 0 > 1260 U) w TC SOUTH CURB 1260 .................. .... Z_ . . ....... . . ........... .... ...... .. ..... ........... ........ .. ... . . ............. .... ......... . ...................... ...... ........... ................. .................. .................... .. . . .. .. ..... ......................... . ........... .... ................. Ln (D co . ................. .............. ........................ ............................. . .... .... ................... ........................ ........................ < ................... ...... . ... ........ ........................ . .... FINISHED GRADE' ..... ......... ......... .. 6' o LO 0 CC) + + cc TC SOUTH :CURB Lo -1.54% Lr) + + P V 1: 18+10 1255 U) u) . . ... ........ .... .... ........................ ........ ... ...................... .......... .. ..... .. .............. EX. q 126.5.0 1264.1 1253.0 ........................ ........................ . .. ... .......... .......... ......... . .. .. .. ....... . ......... ............ ....... ............... .................. ..................... .. ..... . .. ....... ............ .. ........................ ....................... 1262 0 1261.1 1260.3 1259.4 1258.7 1258.0 PVIE: 12 57. 53 TBC RT.: 1264.65 :1263.59 1262.54 :1261.53 126 .62 :1259.78 1250.02 1258.35 125 .76 3 L 16+00 +50 17+00 +50 18+00 I I I I I I I I I 11 I F1 I I I I I I I x X RB RETURN DATA PC 10+'76.59 (50.15 LT. 1271.23 mc 11269.12 Grope PT 11+061p (19.50 LT.)11267.38 END NEW CURB & SIDEWALK Sta. 13+15.74 14.50' RT & LT) 0 >/ l< I , r R = 30.0t� L 47.77' TIC EL 1267.52 >/ `x T 30.66\ A 91*14'29' CU > X Rock PICnter 3 yy X, , . *. ' New R/W New R/W X X , . . , "X 16 •'ifth" - .' '. Wm Li E3 Wm Tele Iled T- el, 7RG X X oss Drain R E E NN-H Lr) > W /-/x "xX <'; . .... ...... . x 'ji ..... UJ LU 0 a) BEG)NN":,66TH,,' L y "GN, �1� 2 R STA. l'UtbU\/ >tN>l tKb'. -40� mAl 'g M-Al LU , -GAS X '&g PRI, v N Eft LU c: r. T x, '0�4"'o 0\ 4, , ':"� � " "", , , - _DRIVEWAY nYw ft 1"It If go. CD ,0\ 11+00;- �cn' X -4� -,N gk 4 --2 n lip + K vj \ -""' ' "'i n" X UJ "Z W me, ,max t4 2 < U) '(D' '0 i'v WMJ �m 0-14 w ,YLU X, 7-\ T, v X Bus Ben h- < > X X a ""K , X >t' YV EX. R/W EX. R/W LU /K x /< x CURB RETURN CURB RETURN DATA PC 1 2+45.80 (34.05 RT. mc c CURB RETURN DATA PT PT 12+65.80 (14.50' RTA1266.48 LLJ > 851 R PC 10+74.56 (43. R = 20.00' L = 31.79' R = 20.00' L = 30.96' SEE SHT 2 FOR MATCH TO NORTH CURB mc T = 20.37' A = PT 11+04.55 (14,50' RT 91*03-39- IR/W T = 19.55' A = 85*42'03' Asill AND SIDEWALK STA. 15+43.31 R - 30.00' L = 46.47' T 29.36' A = 88*45'31" F A\ -T'CENtU AVL I a- 06 ,Y cz 0 E Q t SUMMITVIEW AVE.1 co ...... ......... . ............ ........... I .......... : ............. ........................ .... (SECTION LINE) ............... ... ...... . ............... ........................ ........... ............ . . .... .. ..... . ..................................... . . ........ .... ................... ........................ ............ .. ........................ ............. .... . .............. ...................... ........................ : . ........ W 0 C/) CO i 39407 i co LLJI 0 ........ ...... . ............... .............. .... ... ......... ............ 50". vc**** ................... .. ........ ............. .......... ............ ........ .... ... ..... N . ............. ........................ ........................ ........................ .. . .. ................ ................ .............. ................. ........................ AL . ........ (D Lo 75' VC 1275 ............... Uy-n ............... P.M.-STA CO PVI'ELEV -.1-1 +-00 ........... .......... .. . ....... ........... .......... . ........................ .................... .......... ............. 1267.19 W ........................ ........................ ...................... . . .............. ... .................... ..................... .. . ................... ........................ ............. . .. . ........................ LU V) 1275 5 + cli r LOW POINT ELEV 1-266.24: ... ........... ...... 0 ................. . .. .............. ................ ........................ LLi 0 ........................ ........................ . ........... ........................ .............. ............ . ........... ............ . (.0 C14 Ly 0: Op 00 U� ............. .. ..... ...... .............. ............. Ln ........................ U) cv, ............... ............... LOW r.O.I.N.T S.TA..= -12`+38,71 ............... C14 CD PVI STA :12 +58;09 N + r27 or_ 1270 > > + + C14 co PVl ELEV 1266.::03 !�2 - 1270 1 270 W U) cm ........... In ............. .......... ...................... ........... ............ ........................ ........................ ........................ ... . ........ . ......... .................... ... ....... . . . .. ....... . .. . ..... ............ ........... .......... . . .... .. ..... ............... . ............. .......................................... ............ ........................ ........................ ......... ........ 0 IN + < > r4-) 0 4. > > FINISHED GRADE U) > LU Exist. Surface at Centefline ......... . - ........ ..... ...................... ........................ .............................. ................. ........................ .................... ............. . ............................................ -0.73% . . ........... ............ ........................ .......... ....................... ............ . : AV 6 . ................... 0 ."'66t'h .... ....... > < e 1265 1265 C-0 C"i ........... ............. ........................ ........................ ......................... ...... .... .... . .. . ....... .. . ................... ................ ........................ ........................ ......... .... ................ ........ ............. . .............. .... ..... ...... ......... ........... ............ ..... . .............. ............... ........ . . ... ..... ........... . ... . .. . .... < Lo + + 0 cd .......... . .......... .. . ................ ... ............ ..... .. ................ ............. .. ... .... .. . . ....... ... .. ..... ..... .. . ......... ..... ....... .... ......... .. . ..... .. ... ...... ..... ................... ...... . . . .......... ........................ .... .............. . .............. ............... .................... ................... ........... ....... .... ..... ...... a- U) 0 EX. 1267.3 1266.8 1266.5 1286.2 120.0 NEW q 1261.44 1266.82 126t.46 1266.26 1261.00 4 10+50 11+00 +50 12+00 +50 13+00 1 L C 0 Sta. 15+01.57 (10. 'LT) AP 6� MATCH EXIST. P M'T. E CU .� D — X -- EX. R/W EX. R/W — �C (� m w N C m h Lo L O w= °fir: °y IT °.w:;.° ;. , NEW E p Mw:n;,,:,- „;`::.� �,< »,•, EDGE F PAVEMENT �i`t:•"F', , x,:d4��° .."., p:.i,•;, ".. sa;`{v..,,,r.. i r,:!�,Gt,F,x":.'w• "r;.'..e:. •n- . >. + - {$,�..,,, --._r °<i:, ' 'SC'• "•'"!'�. "itk'aw• C CO) 3 >+ ° '�"' Z E 7:`ss: <...'_..- .;: <s .0 . eii a -,r, ,,. +,;,"k;..,p n. «:e >b:,: . �,4!5t,.. .;r, a" .6.: - -7 . :, , t .•"y: rr , - w .,..s=,r,,. 1'7.,.. ., t...... .. •.;.e •i .:., . >E .. s,,�y a, "#, ,SL'" ^ "6• . i ^)A:t "'i >i� "I :� "a? B�ti„ .'*, ;�G�.M1r +. 5§ci•�a.z..., r ' r ,. ,.4 tia`A ':.g.W w• °e`43, a� — Y C - :.e :.e-.- ., t'a.sl.,.t R ., F,s,ii.Ar ,*$'. Xrr,.is Y"'.)%'= $..t.. d". T.. w EX. EP EX• :,°y. ..,e4 ., 6� 1 ."fie. ,, jy. ..,sEP, .z t ..... .:.: ,, .. a , r,= 4 F•.: r r . ,. ; r :rr > : �yy V,, Cn '� •p's,€... ,?i -. �sxy. , %r.�..^ >, �i ,,. _,z�,.nt,. ,;` .",1 .3•'+..,,. 3 ,�?�aaS • ^ :.:: • r= �•S'.�a :r'^• 'i• "' � S.. "mss .9r `»•` ' r.d' •.d ice. � aa, }',i�'. ' } �, - � -� �a+ •., � .:..,.A� �. " N: . -� '` 5 h ='Y°8li( ,. ,s'.'. -a �. ...i.'" c.T�.!- ',0.0 a d'n ^r. aY ^.: ?.t w �, �dN. n " 6•-v .6 th :AVE, � ..., .� N 'a.,,. H aa,�,... „ a. .” m.a.�d �: w., :.<;.., >.;, FEATHER NEW ':.. s;,.5� w >.�i °� '�,{k N C) Lil o. .r•_ s`z., <., �.?� ,�v^., x,, :c,' -. ar✓� _ ,aae �.:.d`�. 'f• r`�' -. da.," F.�a �w�< ,;�..',., .. .. •'.,. 4a', ,. ..,. "y.., rr, < ".. :, .w�.. ;4 4�.a?K - uua(� r�'. °+>�. �d.,j"'h' „F. ww �', "°'w' a•J 43 "` c+�gk,p� 4 ,n •6'"sMax�•� " "k�..£Y,�C. r.:�a.. i.• " &.�. 'S�•a: �. .. »F"=� :.a�:`� ., Lew•;.,f;;'P'ai; #.' =` .�.p`. �,•ixr;�.E».r,�r� "uas'�",e.,., .a 5a= . *. .'1" �r't::., I' - ';;,;�-re'� ' }y) wed° ” �` . .� c',� ,.s '�•� lb b' ��,�i'�'S r•.••''• e'��`•;,'..,x'"...m' -' '.E��,s.a.�:. �v- Nwa`d..... >... .:Y"%'.". �v.», H.M.A. PAVEMENT "'t ^.- :..'�..nusx,.*- . + -' :P��,. ".� �L is�,. Re'... ^. "• ,.r a - .aiTas,o"'.^xf .t + a s... ,. .,,rp,• .: •;',. =. <.s.: �. ..�, .. -,.. G..• „ ". �:- �:s:` >'.,:«,ar�,i. .. r`t�•.tt. _..d xr i::r°r .. ''St;:' -: " ra as, �. �•, ,.> :' TO MATCH EXIST. U% . ,i.: a • x a 4' .r �.< .x• <" d X. ..N '.�: >.w'� �.. 'EX.�<�sf'�r':::�• -`s�� �-':f;�`• E EP w " >iti~•; „r ti;�`- f �,: i;r.':�, ®t °.,;°s •. ^s' a`' �•�3 ie,F'W�'F�.: :. A. eS- M. <t Z ... s: .., <•;,r _,,;< .Yaa *:.; k4, r ::.v' n' Sub ` matt. okra;; -x « ":t.r," G k.',a.. ";, b .':ra: : <'' DGE OF PAVEMENT — J W W W W U T T T T✓ –��– T T T T QAr vita Arborvitae a F– U y r' U E– Z X 0 W W EX. R/W EX. R/W I L 0-) j N O z Sta. 15 +00 (12.2'RT) AP Q MATCH EXIST. PVM'T. U) °6 Z ra 1 --�� w O E 00 E RS S jy�� Y o ��8 1280 Q O CO . ....... ... r . N ti � IA- . ..N .�j o2 _ W .O `° w o �+. N O 66 . Z U ..... .............. ..... .............................. .................... .. . ........ ................. .......... ................. . ... .. tl ± ....................'................... ........... Z N 0) 1275 rri N II II Q L> j J ....... 0 ........................................................... ............................... ..... .................... ..:............................ ........................ ............................... 39407 � 'kGISTERE� ��W ............... G�.. 1275 ut < w W cli ANAL w = If II J (n LiJ > > i N > — — + o - w t\ Q II _ u 442% �� °' Cz 1270 + _ > > FINISHED GRADE II II 1270 � o !�° ...... ..... ............................... ....... .... ..... ............ .............. 3.30 Q w .?... .................. ................. .................. ................. ............ - i a_ o = 2.30% Exist. Surface at Centerline — — — ......................:. ....................... ..............................- .................... ....... ................. ................ .................. .................. ................. .................. o 66 Ave- CL (L... f N th ;... ...;... ... ............... > Z 1265 = 1265 C o .... ...... ..:.................... ... .......... ...... ...................... 4J � G O c6 C6 ..................... ........ .. .... :..... . ........ .... ........ ................. .. .... ............................... . ............... ..:........... ......:.... .. .............. .................. .................. ................. .......... ..... ......................... ... .................... .................. .................. .................. ................ ... ..... ...... ...:... ' ...... ...i... ....... .... .. ................ ............- ........ ..... ................. ................. EX. 1268.2 1269.9 1272.0 1275.0 C NEW q 1268.22 126 .87 1272.00 127t.78 5 13 +20 +50 14 +00 +50 15 +00 1 i J 1 NEW SIGNAL POLES -- HARDWARE CHART Co > MAST- ARM MOUNTED POLE - MOUNTED E Cz 0)6 POLE # LOCATION 3- SECTION VEH. SIGNAL 4- SECTION VEH. SIGNAL 4- SECTION VEH. SIGNAL PREEMPTION DETECTOR DETECT - CAMERA "COUNTDOWN" 4- SECTION VEH. SIGNAL PEDESTRIAN PUSH BUTTON O a) m L (G/Y /R BALLS) (G /Y /R BALLS & G/Y RT - - >) (LEFT ARROWS) (SINGLE DIRECTION) ON EXT. TUBE SIGNAL HEAD (LEFT ARROWS ) H- BRACKET +SIGN ( ) Z E 0) J P1 NW CORNER 2 1 1 2 � Y p m � � P2 NE CORNER 1 1 1 c Z P3 SE QUADRANT 2 1 1 1 Q P4 SW QUADRANT 1 1 1 1 1 1 ¢ � N O *VERIFY "HOLE- DRILL" LOCATIONS FOR APPLICABLE ITEMS. (SEE POLE LAYOUT DETAIL CHART, PLAN, AND ELEVATIONS) o (NEW STREET NAMES, "LANE USE "SIGNS, "NO PED XING" SIGNS, & LUMINAIRES ARE NOT LISTED ON THIS CHART.) LEGEND .6 E E SIGNAL & ELECTRICAL CONSTRUCTION NOTES Mast Arm Pole W— > T, —Type 1 Junction Box (FOR DRAWING SHEETS Tr -1 thru Tr -11) Ped Push Button U (i INSTALL NEW STRUT -MOUNT (MODIFIED) ELECTRICAL SERVICE — Ff4�—Type Junction Box 2 Junction BOX C-0 co (SEE PROJECT DETAIL P -5 AND SPECIAL PROVISIONS) — O2 INSTALL NEW TYPE -P CONTROLLER CABINET ON NEW CONCRETE FOUNDATION Pedestrian Signal FR—Type 3 Junction Box z (SEE PROJECT DETAIL P -6 AND SPECIAL PROVISIONS) Mast Arm O3 INSTALL NEW TYPE -2 JUNCTION BOX IN NEW SIDEWALK 3- Section Vehicle ® INSTALL NEW TYPE -3 JUNCTION BOX IN NEW SIDEWALK Signal (GYR Balls) e—Pole �Luminaire Note � Q Q ® INSTALL NEW TYPE -1 JUNCTION BOX IN NEW SIDEWALK m � 2 cc z z © NEW "VIDEO DETECTION ZONES: TO BE SET UP AND TESTED BY VIDEO DETECTION Preemption Detector O— Construction Note j U U) OR CABINET MFG. REP/TECHNICIAN. o O7 NEW "NO PED XING" SIGNS AND STREET NAMES- TO BE MADE AND INSTALLED BY CITY OF YAKIMA- SIGN SHOP' —Video Detection d o = > ® NEW INTERSECTION STRIPING SHALL BE DONE BY THE CITY OF YAKIMA SIGN SHOP. CONTRACTOR TO COORDINATE WITH THE CITY OF YAKIMA Camera Conduit Run FOR PROPER SCHEDULE OF REQUIRED TEMPORARY AND PERMANENT STRIPING. 4- Section Vehicle Qs REMOVE EXISTING LUMINAIRE POLE AND BASE. (See Note 10 below) E R Sy� Signal (Left Turn Arrows) ca � a z io RELOCATE EXISTING LUMINAIRE POLE IN SAME E/W POSITION- SHIFTED TO BACK OF NEW SIDEWALK. of WASH,�C ` p I — Vehicle Detection Zone = >> LEAVE EXISTING LUMINAIRE POLE IN PLACE AND RECONNNECT TO /MODIFIED CIRCUIT. P ' N A o ADA Accessible 2 WheelChair Ramp > E NEW o Q2 CONTRACTOR SHALL RECONNECT AND REPLACE, AS NEEDED, THE EXISTING LUMINAIRE POLE CIRCUIT WIRING TO ESTABLISH POWER TO NEW, RELOCATED AND REMAINING LUMINAIRE POLES, AND TO MAINTAIN POWER TO EXISTING POLES TO THE EAST CURRENTLY ON THE EXISTING CIRCUIT THAT EXTENDS TO THE EAST OF THIS PROJECT AREA. ' �0 7 U 4� �6GIST (IF NEEDED, CONTACT CITY OF YAKIMA, SIGNAL OPERATIONS SUPERVISOR REGARDING THIS EXISTING CIRCUIT.) �S G�� SIDNAL �� NOTE: 13 NEW YAGI ANTENNA- PART OF NEW WIRELESS - INTERCONNECT RADIO -MODEM COMMUNICATIONS SYSTEM. REFER TO SHT. Tr -2 FOR ADDITIONAL NOTES Tr -1 AND OTHER INFORMATION. n fl ELECTRICAL CONDUIT CHART DIAGRAM CONDUIT CONTENTS CATEGORIES .94 u (# OF EACH PER CONDUIT / PER RUN -- NOT SPECIFIED) N B-RT OLAP w/ PE- SELECTOR #2 07 -THESE GROUPED IN SAME CONDUIT PREFERRED— -THESE GROUPED IN SAME CONDUIT PREFERRED — THREE 3) #6 GAUG OR SIGNAL SIXTEEN (16) TWO (2) or FIVE (5) LUMINAIRE DETECTION RADIO -IC OPTICOM CONDUIT RUN # ( ®) OTHER AS & LUM. POWER CONDUCTOR CONDUCTOR POWER CAMERA ANTENNA CABLE VEHICLE THRU or PROT -RT PHASE RQD BY PP &L (SIGNAL HEADS) (PED PPB) WIRING COAX COAX MAIN POWER FEED W/ YIELD TO PEDS PEDESTRIAN PHASE (PP &L REQUIRED 1 One- (3) INCH • CONDUIT -MIN.) $� • (Excluding Runs • • • 11 12 11 & 12) 9 10 • • 13 14 A 16 [AAAAXo 21 • • = CONDUIT RUNS LISTED TO CONTAIN A MINIMUM OF ONE (1) OF THE "BULLETTED" CONTENTS ITEM,. WITH THE TOTAL REQUIRED # /TYPE OF EA AT CONTRACTOR'S DISCRETION. (See "Conduit" notes below.) CONDUIT NOTES: g E R Sh of WASy�N / cTo 2 �C CAW • THE CONTRACTOR, (USING THE PLAN & DETAILS) IS RESPONSIBLE FOR ESTIMATING, SUPPLYING, AND INSTALLING THE APPLICABLE AND /OR REQUIRED TYPE AND # OF CABLES, CONDUCTORS, & WIRES IN EACH CONDUIT RUN -- AS SHOWN ON THE PLAN AND THE CONDUIT CHART. v 39407 �ECISTFRE� 114 G� 'JONAL • THE CONTRACTOR SHALL SUPPLY AND FILL ALL CONDUIT RUNS AS NEEDED TO PROVIDE ADEQUATE POWER AND COAX SIGNALS TO ALL SIGNAL, LIGHTING, VEHICLE & PEDESTRIAN SIGNALS, PUSH BUTTONS, AND SIGNAL SYSTEM" EQUIPMENT & DEVICES, AS PER THE PLAN, CHART(S) AND DETAILS. • CIRCLED CONDUIT RUNS � SHALL HAVE ONE (1) - 3" CONDUIT AND ONE (1) - 2" CONDUIT TO HOUSE ALL REQUIRED WIRES, CONDUCTORS AND CABLES,AND, ONE (1) SPARE (EMPTY) 2" CONDUIT. ALL OTHER CONDUIT RUNS SHALL HAVE TWO (2) - 2" CONDUITS. PHASE DIAGRAM .94 u N B-RT OLAP w/ PE- SELECTOR #2 07 CHANNEL 1 = VEH. PHASE -2 (SB) PE- SELECTOR #1 PE- SELECTOR #2 CHANNEL 2 = VEH. PHASE -8 (WB) CHANNEL 2 = (UNASSIGNED) Ped -8 X- BARRIER ■ (D .92 N VEHICLE THRU or PROT -RT PHASE VEHICLE PROTECTED LEFT TURN PHASE VEHICLE LEFT -TURN .•' PERMISSIVE (FYA) VEHICLE RT -TURN W/ YIELD TO PEDS PEDESTRIAN PHASE PREEMPTION SELECTOR CONFIGURATION 2 CH.- PE SELECTOR 2 CH.- PE SELECTOR PE- SELECTOR #1 PE- SELECTOR #2 CHANNEL 1 = VEH. PHASE -4 (EB) CHANNEL 1 = VEH. PHASE -2 (SB) PE- SELECTOR #1 PE- SELECTOR #2 CHANNEL 2 = VEH. PHASE -8 (WB) CHANNEL 2 = (UNASSIGNED) C O cd �> Eo i2 as mm y L � O O C m L C_ m �3 o �� 4- � Z E U W a} w. (3) � U Q O C C5 � N �> > .o C/) O CL Ca 06 E E W Y C 0O co > U O Q �_ c- L_ U z�i � Q Q Co ZZ U II _ U) I I w U C O U .N o � o o => .� p� U 0 � U Tr -2 u i fl F1 7 WIRE SPLICE DIAGRAM— A SINGLE VEH -PHZ & TWO PED -PHZ's MA -POLE #1 (Type -3) (NW) Veh Phz -8 &Ped Phz -8 +2 PHASE - -- SIGNAL HD# —WIRES ASSIGNED 7- CONDUCTOR USAGE F/ TERM. STRIP TO SIG- HD #'S: PEDESTRIAN SIGNAL HEAD WIRING ACTIVE PHASE- INTERVAL INDICATION CONT. PHASE 16 COND. CABLE USE SPLICE # 8 -1 (WB THRU) 8 -2 (WB THRU) 8 -PED (E/W XING) 2 -PED (N /S XING) Neu,rai —White 1 White White White White RED 8 Red 2 Red Red Red Orange YELLOW 8 Orange 3 Orange Orange Orange Orange GREEN 8 Green 4 Green Green 4 Green D1W 8 Black 5 2 Black Red 6 WALK 8 Blue 6 2 1 Blue Green LEFT TURN & F- Y -L -T -A YELLOW CLEAR RED Green Red /Black T 7 Green /Black T Orange FLASHING YELLOW ARROW FL -YEL LTA -7 YELLOW 9 Orange /Black T 8 9 _LFT LFT -GREEN 7 Green /Black T GREEN Green /Black T 9 BlackNVhite T 11 DAN 2 Black/White T 10 Blue/White T 112 Red WALK 2 BluefWhite T 11 Red/White T 13 Green 13 Red/White T 12 14 Green/White T 14 Orange/White T 13 Black/Red T 15 Red/White T Green/White T 14 Red/White T 16 Black/Red T 15 Red/White T L16 PED PUSH BUTTONS— NW CORNER PPB'S (2) 2- CONDUCTOR USAGE CONTRLR PHASE P.P.B ASSIGNMENTS E/W PED S/N PED Logic Ground 2 -2 (SB LFT /RT) White White E/W - Push Button 8 Black White S/N - Push Button 2 RED Green PPB Wiring Note: 5- Conductor may be used In place of 2- Conductor. Same usage applies. Install PPB's as per WSDOT Standard Plan J -5 (PPB -M "Metal Pole Installations'), WIRE SPLICE DIAGRAM— D (THRU VEH -PHZ + XB- PhzRT -Olap) & (SINGLE PED PHZ) MA -POLE #4 (Type -3) (SW) (Veh Phz -2 / Olap -RTw /Phz -7) & (Ped Ph7-2) PHASE - -- SIGNAL HD # --- WIRES ASSIGNED 7- CONDUCTOR USAGE F/ TERM. STRIP TO SIG- HD #'S: PED SIG HD WIRING ACTIVE PHASE - INTERVAL INDICATION CONT. PHASE 16 COND. CABLE USE SPLI CE # 2 -1 (SB- LFT /RT) 2 -2 (SB LFT /RT) 7- 3(OlapD- wired) (SBRT -ONLY) 2 -PED (N /S XING) Neutral— White 1 White White White White RED 2 Red 2 Red Red Orange 3 YELLOW 2 Orange 3 Orange Orange 4 Brown GREEN 2 Green 4 Green Green Green D/W 2 Black 5 6 LFT -RED 7 Red WALK 2 1 Blue 6 LEFT TURN & F- Y -L -T -A YELLOW CLEAR FYA -7 (CLRNCE) Green Green Black/White 'r 10 Blue/White T RedANhite T 12 Oran e/WhiteT 13 PHASE? Green/White T 14 PHASE 2 (OLAP -D) Black/Red T 15 Red/White T 16 (1) 4- SECTION SIGNAL ®= RED is "Tied High" or Load Resistor is added for Phase # noted. (Phz 7 Red applies) ALTHOUGH THIS BIMODAL RUNS AS 'OVERLAP- WITH PHASE 7 GREENNELLOW. PHZ 7 G & Y ARE REASSIGNED TO DRIVE FYLTA -7 8 FYLTA -7 YEL -CLR 'WIRE THE BIMODAL GREEN AND YELLOW TO THE CABINET OUTPUT TERMINALS -- CHANNELIPOSITION 12- OVERLAP -D GREEN 8 OVERLAP -D YELLOW COY SIGNAL PROGRAMMER TO ASSIGN IN CONTROLLER OUTPUTS (OLAP -D GRN 8 YELLOW TO DRIVE SIGNAL PHZ 7 GRN 8 YELLOW). o RED (YRT) Red /Black T 7 z YELLOW -RTA OLAP -D OrangelBlack T 8 Orange PED PUSH BUTTONS —­SW QUADRANT PPB'S (1) 2- CONDUCTOR USAGE COPNERDLR PHASE P.P.B ASSIGNMENTS N/S 16 COND. CABLE USE SPLICE # w 8 -PED (E/W XING) White White N/S - Push Button 2 LFT -RED � GREEN -RTA OLAP -D Green /Black T 9 YELLOW Green FYA -7 (CLRNCE) Black/White 'r 10 Blue/White T RedANhite T 12 Oran e/WhiteT 13 PHASE? Green/White T 14 PHASE 2 (OLAP -D) Black/Red T 15 Red/White T 16 (1) 4- SECTION SIGNAL ®= RED is "Tied High" or Load Resistor is added for Phase # noted. (Phz 7 Red applies) ALTHOUGH THIS BIMODAL RUNS AS 'OVERLAP- WITH PHASE 7 GREENNELLOW. PHZ 7 G & Y ARE REASSIGNED TO DRIVE FYLTA -7 8 FYLTA -7 YEL -CLR 'WIRE THE BIMODAL GREEN AND YELLOW TO THE CABINET OUTPUT TERMINALS -- CHANNELIPOSITION 12- OVERLAP -D GREEN 8 OVERLAP -D YELLOW COY SIGNAL PROGRAMMER TO ASSIGN IN CONTROLLER OUTPUTS (OLAP -D GRN 8 YELLOW TO DRIVE SIGNAL PHZ 7 GRN 8 YELLOW). o RED (YRT) Red /Black T 7 z YELLOW -RTA OLAP -D OrangelBlack T 8 Orange PED PUSH BUTTONS —­SW QUADRANT PPB'S (1) 2- CONDUCTOR USAGE COPNERDLR PHASE P.P.B ASSIGNMENTS N/S 16 COND. CABLE USE SPLICE # Logic Ground 8 -PED (E/W XING) White White N/S - Push Button 2 Black LFT -RED 7 Red 2 Red PPB Wiring Note: 5- Conductor may be used in place of 2- Conductor. Same usage applies. Install PPB's as per WSDOT Standard Plan J -5 (PPB -M "Metal Pole Installations "). WIRE SPLICE DIAGRAM— B XTRA FYLTA- Rt -Trn- VEH -HD & SINGLE PED -PHZ SIGNAL POLE #2 (Type -1) (NE) (Veh Phz -7 +FYLTA -7) & (Ped Phz -8) PHASE - -- SIGNAL HD# —WIRES ASSIGNED 7-CONDUCTOR USAGE F/ PEDESTRIAN SIGNAL TERM. STRIP TO SIG- HD #'S: HEAD WIRING ACTIVE PHASE — INTERVAL INDICATION CONT. PHASE 16 COND. CABLE USE SPLICE # 7 -2 & FYLTA -7 (EB LEFT- PROT/PERM) 8 -PED (E/W XING) leutral — White 1 White Black White LFT -RED 7 Red 2 Red YELLOW LEFT TURN YELLOW CLEAR FYA -7 (CLRNCE) Orange 3 Orange GREEN 4 FLASHING YELLOW LFT ARROW FL -YEL LTA -7 Orange /Black 4 Brown Black LFT -GREEN 7 Green 5 Green Blue WALK 8 Black 6 LFT -RED 7 Red D/W 8 Blue 7 LEFT TURN & F- Y -L -T -A YELLOW CLEAR FYA -7 (CLRNCE) Green 8 Green /Black T Orange FLASHING YELLOW ARROW FL -YEL LTA -7 Orange/White T 9 Orange/White T 9 _LFT LFT -GREEN 7 Green /Black T 10 Red /Black T 10 BlackNVhite T 11 Black/White T 11 Blue/White T 112 Blue/White T 12 Red/White T 13 Red/White 1 13 GreenNVhite T 14 Green/White T 14 Black/Red T 15 Black/Red T 15 Red/White T 16 Red/White T 16 NOTE: CONTRACTOR TO BE ADVISED THAT DIAGRAM DOES NOT SHOW 16- CONDUCTOR WIRE SPLICE #'S RELOCATED WITH 1 -TO -1 COLOR -TO-4 ASSIGNMENTS. PLEASE SELECT ALTERNATE WIRES AS PER NORMAL PRACTICE. PUSH BUTTONS —NE CORNER PPB'S (1) 2- CONDUCTOR USAGE C PHASE P.P.B ASSIGNMENTS E/W PED CONT PHASE Logic Ground 4 -1 (EB THRU) White 7 -1 & FYLTA -7 (EB LEFT- PROPPERM) E/W - Push Button 8 Black RED 4 Red 2 PPB Wiring Note: 5- Conductor may be used In place of 2- Conductor. Same usage applies. Install PPB's as per WSDOT Standard Plan J -5 (PPB -M= Metal Pole Installations'). WIRE SPLICE DIAGRAM— C (VEH FYLT - PHZ+ VEH THRU -PHZ) (NO PED PHZ) MA -POLE #3 (Type -3) (SE) Veh Phz -4 + Veh Phz -7 w/ FYLTA -7 ( ) ( ) PHASE - -- SIGNAL HD # --- WIRES ASSIGNED ?-CONDUCTOR USAGE F/ TERM. STRIP TOSIG- HD#'S: ACTIVE PHASE - INTERVAL INDICATION CONT PHASE 16 COND. CABLE USE SPLICE # 4 -1 (EB THRU) 4 -2 (EB THRU) 7 -1 & FYLTA -7 (EB LEFT- PROPPERM) euval — White 1 White — White RED 4 Red 2 Red Red YELLOW 4 Orange 3 Orange Orange GREEN 4 Green 4 Green Green Black 5 Blue 6 LFT -RED 7 Red /Black T 7 Red LEFT TURN & F- Y -L -T -A YELLOW CLEAR FYA -7 (CLRNCE) Orange /Black T 8 Orange FLASHING YELLOW ARROW FL -YEL LTA -7 Orange/White T 9 Brown _LFT LFT -GREEN 7 Green /Black T 10 Green BlackNVhite T 11 Blue/White T 112 Red/White T 13 GreenNVhite T 14 Black/Red T 15 Red/White T 16 NOTE: CONTRACTOR TO BE ADVISED THAT DIAGRAM DOES NOT SHOW 16- CONDUCTOR WIRE SPLICE #'S RELOCATED WITH 1 -TO -1 COLOR-TO-4 ASSIGNMENTS. PLEASE SELECT ALTERNATE WIRES AS PER NORMAL PRACTICE. C O .00 Cis E Y Cz 0 m � C m in •L � o 0 m L rn � C m �3 C Z E U W N t0 U O Q _O i�: 0- O E (D O U) L a� — � C C O O U > Q U) L TON O ❑D w a7 ✓a U c � W 01 U O N 3 0 12 E Cd cB C TO 1>W 0 Z U a� 0 ca E Y ca i 0 >+ i Q Q Z Z Y C O U N 2 > t F-\ B-LI1 (t � -/3/B )7 1/4 • X 2- BACK -UP STRIP (CONTINUOUS) AL CIRCUMFERENTIAL WELD DETAIL TOP 4j 2' STD PIP FOR WIREWAY (ROUND EDGES) RIND EDGES 2• STD PIPE (BOTH ENDS) 1/ D DIAMETER SEE DATA TABLE) S° 71/2 1/4 - PL TENON DETAIL (LUM. ARM) TAP POLE PLATE FOR (4) A325 BOLTS NTH HARDENED WASHERS H4dLE5 FORIA. -� ZINC FLOW 6" M�p�LEgT��L. -"111BIOUT MIN /AFROM BUO CIRCLE HALE D eLA]E SQUARE OLT DI + C (SEE CHART) LUMINAIRE - ARM CONNECTION DETAIL 4- X 5 1/2 HANCIOLE APPROXIMATE RISE LOADED) IN t FRAME W /COVER ARM THICKNESS IN o ND ANGLE POW PLA TAP 1/2 - 13NC BOLT DIAMETER IN t 18 t .1875 EE ETi JL S01/ 1 Tl\ PLATE THICKNESS 5/8 ' (SEE CHART) 30 POLE DIA. .1875 (SEE (SEE CHART) BOLT HOLE 1 7 BOLT DIA + 1/4 • 7 COND. ATTACH. BUCKET B ASE PLATE -SEES .1875 SQU CHHA ART) BOLT CIRCLE (SEE CHART) 5/9 12 53 POLE BASE DETAIL LUMINAIRE ARM DATA ARM LENGTH (Fh APPROXIMATE RISE LOADED) IN ARM BASE DIAMETER IN ARM THICKNESS IN ARM IN POW PLA 'BC' IN BOLT DIAMETER IN 6 18 4.5 .1875 3/4 1 7 5/8 ' 8 30 4.5 .1875 3/4 i 1 7 5/8 10 41 5 .1875 3/4 1 7 5/9 12 53 S .1875 3/4 1 7 5/a - 15 70. 5 .1875 3/4 1 7 5/8 - 20 72 5.75 .1875 1 1 8 3/4• 25 76 6.5 .1875 1 1 9 3/4• 30 80 7 .1875 1 1 10 3/4- 3/1e TYP WAY STANDARD NUMBER STANDARD TYPE 1 4 LUM. ARM MOUNTING HWT (FT) 5/1e - PLATE TOP. BOTTOM + MAST ARM LENGTH (FT) AND SIDES TAP POLE PLATE FOR d of Amt Arm -to-Pd (4) A325 BOLTS W/HAROETIED 19.0 24.75 WASHERS. SEE CHART. 10.0 fFlOt P B bs. X.-t ARM To Pule .VS- B.P t -1 16- .VS- J NOOK t +, /a• 31.5 t POLE PLATE 25.0 20.0 (CHARTED) Affistwd.Plm ARM PLATE (CHARTED) PNNx�e X 3/16 - �' a HOLE DIA.- TYPE III 19.0 50 37.0 16.0 41.0 BOLT CA +1/8' '� /z 'PLAC R / NS 38.5 29.0 25.5 'I f1 - e- Y SID PIPE TYPE III 19.0 31.0 37.0 FOR WiREWAY 38.0 "BEST' 1/4• X 5/8- FLATBAR ROUND EDGES ' BRAND 2' X 4' WIRE HOLE bOLT_aRCLE SIGNAL - ARM CONNECTION DETAIL (OTHER HOLES AS MAST ARM LENGTH (SEE CHART) > ANGLE 1/4' -20 NC 3 NC TAP HHCS, S.S. 1 1/ 3/8 •(TYPP �. -t/a• IDHOLE 1/4 SECTION C CONDUCTOR ATTACHMENT BRACKET DETAIL RAKE O POLE TOP a POLE PLUMB LINE SEE TENON DETAIL REMOVABLE, RAIN - WMINAIRE ARM LENGTH / TIGHT STEEL CAP. y r •C• - (SEE CHART) / 10' 0• R t SEE HAND - HOLE DETAIL U �o B.VS -4 B.VS -3 B.VDC B.PE B.VS -3 (I.E. Pole #3 layout la shown above (Typ.)- for Most Arm - Mounted Equipment) Vertical Clearances: Minimum- 16' -6• Maximum- 19' -0• I W_ HANDHOLE DETAIL re ne •WELD ON LOWER LD ONLY (2) 1/4 COIALNG NUTS To SECURE NANDHO E COYER SAW 60% MINIMUM PENETRATION rr rr ,r NOTE WELD TO BE IOOR PENETRATION WITHIN 8' OF CIRCUMFERENTIAL WELDS OR TUBE ENDS. LONGITUDINAL WELD DETAIL TWO PER TUBE. O 180 DEG. POLE SCHEDULE - SUMMITVIEW AVENUE AND N. 66TH AVENUE STANDARD NUMBER STANDARD TYPE AST ARM MOUNTING HEIGHT Al (FT) LUM. ARM MOUNTING HWT (FT) WMINAIRE HEIGHT (Fh LUM. ARM LEND TH (FT) MAST ARM LENGTH (FT) OFFSET DISTANCE (FT) - POLE C.L. TO C.L. OF DRILL LOCATION AND /OR ATTACHMENT POINT NOTES d of Amt Arm -to-Pd (Modified Lum. Arm) 19.0 24.75 ypg (/1pp�ox.) 10.0 fFlOt P B bs. X.-t 34.0 .VS- B.P B.VDC .VS- 31.5 27.0 25.0 20.0 Affistwd.Plm (SI�O1) X 3/16 - 3 TYPE III 19.0 31.0 37.0 16.0 41.0 '� '� /z 'PLAC R NS 38.5 29.0 25.5 23.5 16.5 4 TYPE III 19.0 31.0 37.0 16.0 38.0 "BEST' 1/4• X 5/8- FLATBAR BRAND 2' X 4' WIRE HOLE NOTES • No alternate mast -orm rotation angles are listed for any of the poles in this chart. (IE: As shown on the plan, the most arms for Pole #1, #3, PLATE 1. FURNISH 3 NUTS AND 2 WASHERS PER BOLT 2 GALVANIZE FULL LENGTH PER ASTM A153 3. ANCHOR PATE NOT GALVANIZED 4. ar TOP THREAD 2- BOTTOM THREAD ANCHOR PLATE 6•'6•'1• PLATE. AM TALC WELD S BOLTS ASTM A449 NUTS ASTM A194 GR 2 -H WASHERS ASTM F436 ANCSHOR ROI T DFTAII TERMINAL COMPARTMENT 180 DEG TO ARM 1 (SEE DETAIL) RISE LUMINAIRE MOUNTING HEIGHT (SEE �CHART) M MINT. HEIAST AGHT RM -A7- (SEE CHART) NOT TO SCALE KEY - Mast Arm Mounted and #4 shall project from the pole at approximately 90 degrees to the angle /direction of approaching traffic curb lines, respectively. B•VS -4: New 4- Section (12' Lenses) Veh. Signal Head • Pole #2 is a Type -1 Signal Standard with Octogonol cross section. (See City of Yakima Project Detail P -7) B.VS -3: New 3- Section (12" Lenses) Veh. Signal Head • As indicated graphically on the plan and elevations, the attachment plate rotation for the luminaire arms on Pole #1 and Pole #4 B.PE• New Preemption Detector (Single Dir. shall be of approximately 90 degrees Counter - Clockwise from the angle /direction of the Most Arms. P ( 9 ) 01 Refer to Sheet Tr -5 for Type 3 Signal Standard foundation details. Q See WSDOT Standard Plan J75 -10.00 for Type E Side of Pole Pedestrian Signal mounting details. © See WSDOT Standard Plan J20 -26.00 for Push Buttons Type PPB -M with standard sign on metal pole details. (a) New street name panel- to be installed by COY Sign Shop (Not included in chart above) © Luminaire Arm for Pole #1 to be fabricated with a "Flat Profile " - (Items on Elevation "B: Pole #1' are proportional- can be scaled for length & approx. rise, w/ total rise not to exceed 16 inches for specified arm length.) 2- STD PIPE MAST ARM RIND EDGES Ili /8 2.1 O 7/16 (THRU) 1/4 TENON DETAIL (SIGNAL MOUNT) 11 2 T T T BASE PLATE WELD ORIENTATION DETAIL Equipment B.VDC: New Video Detection Camera- on Ext. Arm B.RS.: New 24• x 30- Lane Use Sign- banded NOTE: FOUNDATION DETAILS AND DATA ARE LOCATED ON SHEET Tr -5. � E R S SyF,c• E N 39407 kECISTEIZF'� `�� C O C .7 C Q IT� Q) - Om C > UW m m U) c a O c w D c U L m V) ) . E�: z E W Y } �. 16 `ro a) � U Q O L a_ O E E C/) O Q °6 E a� - C O j U Q (1) W L (-0 Z fV O Z U O_ CU E CTS O CY Q m cn Z Z N 0) U II W u @ II CY) U O O U (1) 3: N C° `0 a) D 2 Q) 0 O C6 a) O LL Tr -4 1 O STAINLESS 22' LONG CENTERLINE OF HANDHOLE STEEL COVER STAINLESS (TOP AND BOTTOM) 30 -1/2• X 7 - /l4tl STEEL HINGE X 1/1- (6 ) 1- 1 4 BTC -P4-GF X 3/16 - TEEL STN S m (2�& N5 T L�CIC SCREW5 /z 'PLAC R (W/ BOLT 4 ES g WASHER) - "BEST' 1/4• X 5/8- FLATBAR BRAND 2' X 4' WIRE HOLE SLAM- O (OTHER HOLES AS LOCK NEEDED FOR WIRING) s/le• -ta TAPPED HOLE IN PLATE W/ 5/18• X 1" 1• X 1/2• GROUNDING BOLT NEOPRENE 6- X 29- (I.D.)TERM. COMP. GASKET 1/2• X 4- STEEL FRAME s /e• THICK BACKPLATE 4•xa B -U3-GF HANDHO LE BOTH SEAMS 1. WIDE FLANGE I ON COVER �l RECESSED TERMINAL COMPARTMENT DETAIL MAST ARM DATA ARM ARM & POLE PLATE MAX LOAD LENGTH BASE THICK SQUARE ARM PL BOLT POLE PL BOLT AREA X DIST. DIA THICK SIZE THICK CIRCLE (FTb) 15 6 .188 12 X 12 1 1.25 X 3 1.25 12 278 20 7 .188 12 X 12 1.25 1.25 X 3 1.25 12 418 25 a .188 12 X 12 1.5 1.25 % 3 1.25 12 669 30 9 .188 12 X 12 1.5 1.25 X 3 1.25 12 879 35 10 .188 15 X 15 1.75 1.5 X 4 1.5 15 1089 40 11 .188 15X15 2 1.5X4 1.5 15 1299 45 12 .188 16 X 16 2 1.5 X 4 1.5 16 1509 50 13 .25 18 % 18 2 1.5 X 4 1.5 to 1719 55 14 .25 18 % 19 225 1.5 X 4 1.5 18 1936 POLE DATA TYPE TYPE BASE PLATE ANCHOR BOLTS ARM LENGTH DIA THICK DIA THICK SQUARE THICK BOLT DIA DIA X L X H 15 12 .188 12 .188 18.5 1.75 19 1.75 X 60 X PL 20 12 .188 12 ASE1 18.5 1.75 19 1.75 X 60 X PL 25 12 .189 12 .198 18.5 1.75 19 1.75 X 60 X PL 30 12 .188 12 .25 18.5 1.75 19 1.75 % 60 % PL 35 14 .25 14 .25 18.5 2 19 1.75 X 60 X PL 40 14 .25 14 .25 18.5 2 19 1.75 X 60 X PL 45 15 .25 15 .25 21 2 22 1.75 X 60 X PL 50 16 .25 18 .2S 21 2 22 1.75 X 60 X PL 55 17 .3125 17 .3125 21 225 22 1.75 X 60 X PL Equipment B.VDC: New Video Detection Camera- on Ext. Arm B.RS.: New 24• x 30- Lane Use Sign- banded NOTE: FOUNDATION DETAILS AND DATA ARE LOCATED ON SHEET Tr -5. � E R S SyF,c• E N 39407 kECISTEIZF'� `�� C O C .7 C Q IT� Q) - Om C > UW m m U) c a O c w D c U L m V) ) . E�: z E W Y } �. 16 `ro a) � U Q O L a_ O E E C/) O Q °6 E a� - C O j U Q (1) W L (-0 Z fV O Z U O_ CU E CTS O CY Q m cn Z Z N 0) U II W u @ II CY) U O O U (1) 3: N C° `0 a) D 2 Q) 0 O C6 a) O LL Tr -4 i FOUNDATION DEPTH TABLE ALLOWBLE LATERAL FOUNDATION XYZ (CUBIC FEET) TYPE II, III, AND SD MAST ARM STANDARDS BEARING PRESSURE ROUND ONLY MOUNTING HEIGHTS(FT) 600 900 1,200 1,500 1,9002,300 (X)(Y)(Z)3 (psf) (Dia.) N0. 3' 10 ft 10 ft. 11 ft. 11 ft. 13 ft.15 ft. 1,000 4' 8 ft. 8 ft. 9 ft. 9 ft. 10 ft. 11 ft. Al 3 8 ft. 8 ft. 9 ft. 11 ft. 13 ft.15 ft. 1,500 4' 7 ft. 7 ft. 7 ft. 8 ft. 8 ft. 9 ft. 2,500 3' 6 ft. 6 ft. 7 ft. 11 ft. 13 ft.15 ft. 4 6 ft. 6 ft. 6 ft. 6 ft. 7 ft. 7 ft. THIS TABLE BASED ON A 0 VALUE OF 26'. FOR DOUBLE MAST ARM STANDARDS WITH 90° BETWEEN ARMS. USE THE LARGER XYZ VALUE FOR FOUNDATION DEPTH SELECTION. A SPECIAL FOUNDATION DESIGN IS REQUIRED FOR DOUBLE MAST ARM STANDARDS IF THE ANGLE IS NOT 90' . 3/4" CHAMFER 3/8" DIA. PLASTIC DRAIN TUBE GROUT PAD THICKNESS= 1" - 2" NUT HT. +1" mm MAX PAVED N SURFACE UNPAVED SURFACE I a- 1-1-i o U Z CLASS 3000 0 N F-- CONCRETE Q 0 N Z 8 N0. 8 BARS - o EQUALLY SPACED LL- 2 1 /2 "CL. #4 HOOPS, RD. AT 1' APPROX. CTRS. 3' RD., OR 4' RD. FOUNDATION DETAIL C O Cz (M c � L c ±' Z E Y 5W N} � o a U Q o 0— N E R Sys E All 6���� of wAiyj �cr2 �� Q IJJ c� - o } > 0 o 39407 Q (1) .-�. 0� REGISTERED �4 — U) �SSIONAL z FOR TYPE N MOUNT ONLY DRILL 25 mm HOLE IN MAST ARM AND INSTALL PLASTIC SPLIT BUSHING FOR CABLE ENTRANCE. 0 Q Q m z z ZT U II ui W II U m O U O ?� N O O a o => -° ca cz Cz c o 0 0 U co 0 u- �C/) Tr -5 SIGNAL STANDARD DETAIL CHART STD. MOUNTING HEIGHTS(FT) SIGNAL MAST ARM DATA (See Sheet TR4 for all "B" Hardware Item Offset Distances.(Z— for calculation of windloods) MAST ARM LUMINA IRE LUMINAIRE WINDLOAD AREAS (FT) (X)(Y)2 (X)(Y)(Z)3 ARM(FT) FOUNDATIONDEPTHS (FT) N0. FIELD LOCATION CORNER/ STD. QUADRANT TYPE B.VS -4 B.VS— B.RS B.VS -3 B.VS— B.RS TOTAL(FT) LUMI AIRRE O Al A2 A3 3' RD 4' RD NW III 19' 24' -8" 26' -6" 7.83 7.83 325.06 10' 6' 6' NO SPECIAL POA DATA USE PLAN, ELEVATIONS 0 AND NOTE ON SHEET NE I — TR -4: ALL 3 MAST ARM 0 ANGLES ARE STANDARD SE III 19' 31' 37' 10.3 7.83 7.83 675.11 15' 7' 6' — 90 TO APPROACH —PHZ ® CURB LINE. SW III 19' 31' 37 7.83 7.5 10.3 7.5 1020.80 15' 8 7' — FOR TYPE N MOUNT ONLY DRILL 25 mm HOLE IN MAST ARM AND INSTALL PLASTIC SPLIT BUSHING FOR CABLE ENTRANCE. 0 Q Q m z z ZT U II ui W II U m O U O ?� N O O a o => -° ca cz Cz c o 0 0 U co 0 u- �C/) Tr -5 !J C O N cz cz m m L � o CL) o rn m L O C y ` r }' C z E UW WY (D L v J W W a� co'2 U Q O a N E E v L I O co E E co + O+ : C O 5 > C-) o 5 w Q� 1 — (.0 TJ T -1 11 1 t.J 9 10 1 o Q CD CD Z NOTE: °' "' ) " REFER TO SHT's. Tr -1 & Tr -2 FOR CONSTRUCTION NOTES U - m O AND OTHER INFORMATION. o @ 1 -1� -tom �g E R Sy L �` of WAS11 ti ,N cTo2 � O -10 W J F � r � � c :., 39407 CV �� RECISTERE� ��' �SSIONAL ���� Tr -6 u J 1 2 co W W co Lu _Z J 7-L UL 15 G all appraches) L VDZ47 VDZ -.94 VDZy04 O O N ( N (Typical- all apprach CHARTFOR Y1 HARDWARE) EE CHART -E #4 HARE ME rn CHART FOR) #2 HARDWARE) �J VDZ-08 VDZ .98 T -2 NOTE: REFER TO SHT's. Tr -1 & Tr -2 FOR CONSTRUCTION NOTES AND OTHER INFORMATION. 4 ON C O C0 > cd 0 } C in 0 (D o m L � C h �3 +_r cc,:) z it U w �o � E RS SyF,N Q. To` m :.r 39407 �� REGISTERED .15� �SSIONAL —Cv- I Q' > L0 Q � U WL W O �� ED U) O U U) �I z II @ II _ O => U) O L T -1 °6 aD E cu 1 J (D U) Y co > — o Q U a- o co Z 10 9 � E RS SyF,N Q. To` m :.r 39407 �� REGISTERED .15� �SSIONAL —Cv- L0 04 W Z m pt W U U) O U U) �I z II @ II _ O => T -1 1 J a- o 10 9 U U w °, 0 J _ ('3 C Tr -7 C O U) co j cd c �- .c X � v o O U C_ 0 t N •c N m 2 _ U W �> C/) �o W •e W =a � U N Q O rn n- N W Z CO E > o /V�'� O L / + / LL 1 1 5 co 12 06 E I cu w T -1 a� _z > o J 1 T Q U)_ 5 11 (D U Z� G (8 I o Q m U) W m U II j � -2� - U U m N N U NOTE: REFER TO SHT's. Tr -1 & Tr -2 FOR CONSTRUCTION NOTES AND OTHER INFORMATION. ,r�cg E R of wn,k%c"o Qj J U) _ 39407 .Cy RECISTERE� ��� �SIONAL t Tr-8 New Video Det. Camera: Extension tube -to- Mast Arm mounting (Detect Phz -8) New Pre - emption Detector: (wb -Phz 8 a F1 sm W�. New 3- Section Vehicle Signals Two (2) this display- for wbd Phz 8 (Wire Diagram -A: Hd - #'s: 8 -1 / 8 -2) Westbound Summitview Ave New modified luminaire arm profile per P.P #L request. (See Pole #1 data on Pole Layout Detail Sheet.) N.66th AVE New Street Name Sign (Not to scale- & See Notes) New Ped Signals & Push Buttons for (E/W -Ped Phz -8 & N/S Ped Phz -2) New Sidewalk ELEVATION A: POLE #1 (Mast Arm View (Westbound Vehicle Approach Display) New Video Det. Camera: Extension tube -to- Mast Arm mounting (Detect Phz -8) New Ped Signals & Push Buttons for (E /W -Ped Phz -8 & N/S Ped Phz -2) New Luminaire on 10 ft. arm. New modified luminaire arm profile per P.P #L request. (See Pole #1 data on Pole Layout Detail Sheet.) New 3- Section Vehicle Signals Two (2) this display- for wbd Phz 8 (Wire Diagram A: Hd - #'s: 8 -1 / 8 -2) New Sidewalk 66th Avenue ELEVATION B: POLE #1 (Lum. Arm View ( "Pedestrian View " - looking north 4t, A, �P� � ep - NOTE: �--'_G AN D OTHOER HNFORMA &ION2 FOR CONSTRUCTION NOTES OX�S ANAy TF C O .U) «s m O O 0S N C m= _ U)m �3 +� C Z E m Y U w N2 � K a� a� U > .Q? Q o 6, N �• W Z C W p OL L a_ CU Q- i 0 E W Y CU C 0 > V 0 Q U)_ CID � L U c Z � o Q [b to II Z LU W C') II C") U O U O N d 0 2 > 0 Cz w Q) 0 CL Tr -9 1 1 I 1 1 O O One (1) new 4- Section (All Left Arrows) Vehicle Signal (Extra "Far Side" signal for ebd left turn: Phz -7 /FYLTA -7) (Wire Diagram D: Hd - #: (7 -2 & FYLTA -7) New "Count- down" Ped Signal & Push Button (E/W -Ped Phz -8) New Sidewalk POLE #2 New luminaire on COY- standard 16 ft. luminaire arm (See Pole #3 data on Pole Layout Detail Sheet.) Signal: New Video Det. Camera: New 4- Section Vehicle Si 9 Extension tube -to- All sections = Left Arrow: One (1) Mast Arm mounting this display- for ebd Phz -7 / FYLTA -7 (Detect Phases 4 & 7) (Wire Diagram D: Hd - #: (7 -1 & FYLTA -7) New Pre - emption Detector: (ebd Phz -4) O O o O ®Y N 66th AVE. New 3- Section Vehicle Signals Two (2) this display- for ebd Phz -4 New Street Name Sign (Not to scale- (Wire Diagram C: Hd - #'s: 4 -1 / 4 -2) & See Notes) New "NO PED XING" Sign Assembly- Mast Arm Pole- mounted. (See Notes and Plan) NO PIED EQUIPMENT THIS POLE (POLE #3 Eastbound Summitview Avenue I New Sidewalk Type 1 Pole (NE Corner): for extra "Far Side" left turn signal (part of total "eastbound approach display") POLE #3 Type -III Pole (SE Quadrant) (Eastbound Approach Display) NOTE: REFER TO SHT's. Tr -1 & Tr -2 FOR CONSTRUCTION NOTES AND OTHER INFORMATION. E R Sh' pp WASIly cc r— v 39407 C� RECISTERE� f 0NAL C O E o co O) } C m � O N om U C ) L •� O m Z.9 UW WY � o Q) U > .,a Q 0- rn � N CD (D Z E U E a) W :3 0 O L Q E E CU 0 > V O Q U U z� i ✓T C W U d O O_ LD O cu W 0 ED (V Q J z U II m O U_ 0 = > Tr -10 New luminaire onOW standard - 16 ft. luminaire arm (See Pole #4 data on Pole Layout Detail Sheet.) New "BlueWave" Yagi New 3- Section Vehicle Signal Antenna - (f/ Encom One1 this display- for sbd Phz -2 New Video Det. Camera: Wireless Radio Comms) () Extension tube -to- (M.A. Pole- Mount) (Wire Diagram D: Hd - #: 2 -1) Mast Arm mounting (See Special. Provisions) (Detect Phz -2) New 4- Section Vehicle Signal One (1)) this display- for sbd Phz -2 and sbd - FAT -Grn Arrow (Runs w/ ebd Phz -7) (Wire Diagram D: Hd - #: 2- 2- & -7 -3) ® o Y Y 0 ONLY O G New Pre - emption ONLY S U M M I TV I E W AVE Detector: (wb -Phz 8) Two 2 total- new Mast -Arm mounted New Street e () Sign (Not to scale - Regulatory Lane Use signs: (1)- LTO & See Notes) Arrow, & (1)- RTO Arrow (MUTCD Standard- 24x30 panels- See Note) New "Count- down" Ped Signal & Push Button (N /S -Ped Phz -2) Summitview Ave- south -side sidewalk ELEVATION D: POLE #4 C O Cz �> E o } C �L � o •� O o O V C 3 L C_ w3 UW WY a� � N U Q O L C) N E > o Cn Cz O L L off$ E E c o C° > U O Q L Cfl T Z 0 co 39407 CVO LLJ 0i6 RF(ISTERE� �� a) �SS'OVAL V1 a_ NOTE: REFER TO SHT's. Tr -1 & Tr -2 FOR CONSTRUCTION NOTES Tr -11 AND OTHER INFORMATION. C� cn a) II Z �- O7 � W U II U a) ?� O U N > � E RS SyF,c. 0 co 39407 CVO LLJ 0i6 RF(ISTERE� �� a) �SS'OVAL V1 a_ NOTE: REFER TO SHT's. Tr -1 & Tr -2 FOR CONSTRUCTION NOTES Tr -11 AND OTHER INFORMATION.