Loading...
HomeMy WebLinkAboutWest Coast Construction - "A" Street Pedestrian Streetside Improvements 3rd St to 6th St� C ITt ct£2KS � oe1r.1ftALS � City of Yakima � Engineering Division 1 Yakima Downtown Futures Initiative � Phase 4 - `A' Street ' /pedestrian Streetside Improvements 3rd Street to 6th Street 1 1 u 1 iv • J � i Construction Contract Specifications & Bid Documents HUD Federal Aid No. 08 -F6401 -027 City Project Number 2299 129 North Second Street ° Phone (509) 575 -6111 Yakima, WA 98901 ° .," ' Fax (509) 576 -6314 .duly 2010 BID SUMMARY Yakima DFI Phase 4 - Pedestrian Streetside Improvements A Street -3rd Street to 6th Street CITY PROJECT NO. 2299 ENGINEERS ESTIMATE WEST COAST CONST. CO., INC. Woodinville, WA GRANITE NW, INC. Yakima, WA BELSAAS & SMITH CONSTRUCTION, INC. g, WA Ellensburg, RPB,E CONSTRUCTION INC. Ellensburg, WA KRCI LLC Wenatchee, 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 1 SPCC PLAN 1 1 LS 500.00 500.00 1.00 1.00 500.00 500.00 350.00 350.00 350.00 350.001 250.00 250.00 2 MOBILIZATION 1 LS 48,000.00 48,000.00 42,000.00 42,000.00 21,500.00 21,500.00 45,400.00 45,400.00 47,312.00 47,312.001 44,000.00 44,000.00 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 15,000.00 15,000.00 2,000.00 2,000.00 18,025.00 18,025.00 7,000.00 7,000.00 9,200.00 9,200.001 3,000.00 3,000.00 4 CLEARING AND GRUBBING 1 LS 12,000.00 12,000.00 4.000,00 4,000.00 4,100.00 4,100.00 9,700.00 9,700.00 4,354.00 4,354.00 3,500.00 3,500.00 5 1 REMOVAL OF STRUCTURE AND OBSTRUCTION i LS 4,000.00 4,000.00 8.300.00 8.300.00 3,460.00 3,460.00 6,500.00 6,500.00 6,700.00 6,700.00 19,000.00 19,000.00 6 SAW -CUT, PER INCH DEPTH 200 LF 0.30 60.00 0.20 40.00 1.60 320.00 1.00 200.00 1.00 200.00 1.00 200.00 7 UNSUITABLE EXCAVATION INCL. HAUL 20 CY 20.00 400.00 1.00 20.00 28.001 560.00 20.00 400.00 19.00 380.00 30.00 600.00 8 ROADWAY EXCAVATION INCL. HAUL 135 CY 25.00 3,375.00 20.00 2700.00 120.00 16,200.00 24.00 3,240.00 27.00 3,645.00 50.00 6,750.00 9 REMOVING EXISTING CEMENT CONC. SIDEWALK 1200 SY 15.00 18,000.00 13.00 15.600.00 7.50 9,000.00 13.00 15,600.00 13.00 15,600.00 7,00 8,400.00 10 SAW CUTTING SIDEWALK MEET LINE 70 LF 3.50 245.00 3.00 210.00 3.90 273.00 3.00 210.00 3.00 210.00 3.00 210.00 11 CRUSHED SURFACING TOP COURSE 145 TON 25.00 3,625.00 22.00 3.190.00 45.00 6,525.00 25.00 3,625.00 33.50 4,857.50 70.00 10,150.00 12 CRUSHED SURFACING BASE COURSE 140 TON 20.00 2,800.00 18.00 2,520.00 45.00 6,300.00 25.00 3,500.00 1 29.25 4,095.00 18.00 1 2,520.00 13 ASPHALT TREATED BASE 100 TON 85.00 8,500.00 81.00 8.100.00 99.00 9,900.00 84.00 8,400.00 82.50 8,250.00 80.001 8,000.00 14 HMA CL. 1/2in PG 64 -28 52 TON 1 95.00 4,940.001 89.00 4,628.00 145.00 7,540.00 120.00 6,240.00 121.00 6,292.00 115.00 5,980.00 15 PAVEMENT REPAIR 20 SY 80.00 1,600.00 62.00 1.240.00 105.00 2,100,001 110.00 2,200.00 55.00 1,100.00 120.00 2,400.00 16 CONCRETE UNIT PAVERS 220 SF 15.00 3,300.00 11.00 2.420.00 10.90 2,398.00 12.00 2,640.00 14.00 3,080.00 14.00 3,080.00 17 REMOVING AND REPLACING FRAME AND GRATE 1 EA 500.00 500.00 300.00 300.00 825.00 825.00 350.00 350.00 297.00 297.00 400.00 400.00 18 CATCH BASIN TYPE 1 2 EA 1,800.00 3,600.00 1.400.00 2,800.00 1,875.00 3,750.00 1,400.00 2,800.00 1,400.00 2.800.00 1,200.00 2,400.00 19 ESC LEAD 4 DAY 400.00 1,600.00 5.00 20.00 100.00 400.00 50.00 200.00 87.001 348.00 100.00 400.00 20 ROOT BARRIER 360 LF 9.00 3,240.00 12.00 4,320.00 12.25 4,410.00 7.00 2,520.00 9.00 3,240.00 7.00 2,520.00 21 TREE GRATE 8 EA 2.000.00 16,000.00 2.100.00 16.800.00 2,600.00 20,800.00 1,600.00 12,800.00 1,840.00 14,720.00 1,100.00 8,800.00 22 PRECAST CONCRETE PLANTER, 42 IN. DIAM 6 EA 1.200.00 7,200.00 1.200.00 7.200.00 1,175.00 7,050.00 1,000.00 6,000.00 1,265.00 7,590.00 1,200.00 7,200.00 23 PRECAST CONCRETE PLANTER, 481N. DIAM. 5 EA 1,500.00 7,500.00 1,500.00 7,500.00 1,450.00 7,250.00 1,260.00 6,300.00 2,090.00 10,450.00 1,400.00 7,000.00 24 PSIPE: SCARLET SENTINEL MAPLE 7 EA 500.00 3,500.00 410.00 2,870.00 390.00 2,730.00 410.00 2,870.00 440.00 3,080.00 450.00 3,150.00 25 PSIPE: CHANTICLEER FLOWERING PEAR 8 EA 500.00 4,000.00 350.00 2.800.00 335.00 2,680.00 410.00 3,280.00 440.00 3,520.00 450.00 3,600.00 26 SOD INSTALLATION 10 SY 15.00 150.00 17.00 170.00 16.00 160.00 25.00 250.00 22.00 220.00 30.00 300.00 27 IRRIGATION SYSTEM 1 LS 25,000.00 25,000.00 30.500.00 30.500.00 28,000.00 28,000.00 29,000.00 29,000.00 28,375.00 28,375.001 29,000.00 29,000.00 28 CEMENT CONC.TRAFFIC CURB AND GUTTER 600 LF 20.00 12,000.00 13.00 7,800.00 11.75 7,050.00 12.00 7,200.00 16.50 9,900.00 18.00 10,800.00 29 CEMENT CONC. SIDEWALK, 4 IN. THICK 1,310 SY 50.001 65,500.00 34.00 44,540.00 35.00 45,850.00 40.00 52,400.00 43.00 56,330.00 49.00 64,190.00 30 CEMENT CONC. SIDEWALK, 6 IN. THICK 70 SY 55.00 3,850.00 40.00 2.800.00 1 41.00 2,870.00 44.00 3,080.00 49.50 3,465.00 57.001 3,990.00 (continued on page 2) CITY ENGINEERS REPORT _ mow, CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON AUGUST 10, 2010. ' �,'`+� ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. ++ +4 Yakima DFI Phase 4 - Pedestrian Streetside Improvements I RECOMMEND THE CONTRACT BE AWARDED TO: ' A Street - 3rd Street to 6th Street WEST COAST CONSTRUCTION CO., INC. AWARD MADE BY CITY MANAGER G !� PROJECT NO. 2299 > DATE: August 10, 2010 • _C� FILE: Yakima DFI Ph 4 A St Bid Sum.pub r DATE CITY ENGINEER ',�hh �* DATE CITY MANAGER SHEET 1 of 2 BID SUMMARY Yakima DFI Phase 4 - Pedestrian Streetside Improvements A Street -3rd Street to 6th Street CITY PROJECT NO. 2299 ENGINEERS ESTIMATE WEST COAST CONST. CO., INC. Woodinville, WA GRANITE NW, INC. Yakima, WA BELSAAS & SMITH CONSTRUCTION, INC. Ellensburg, WA RP &E CONSTRUCTION INC. Ellensburg, WA KRCI LLC Wenatchee, WA ITEM Bid Security 5% BID BOND 5 0/o BID BOND 50/b BID BOND 5% BID BOND 50/o BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE I AMOUNT continued from page 1 31 SIGNPOST SOCKETS 8 EA 150.00 1,200.00 10000 800.00 40.00 320.00 90.00 720.00 70.00 560.00 60.00 480.00 32 CEMENT CONC. SIDEWALK RAMP TYPE 1 5 EA 900.00 4,500.00 800.00 4,000.00 800.00 4,000.00 900.00 4,500.00 825.00 4,125.00 900.00 4,500.00 33 CEMENT CONC. SIDEWALK RAMP TYPE 3B 10 EA 800.00 8,000.00 800.00 8,000.00 800.00 8,000.00 900.00 9,000.00 825.00 8,250.00 900.00 9,000.00 34 ILLUMINATION SYSTEM 1 LS 8,500.00 8,500.00 25,000.00 25,000.00 22,590.00 22,590.00 24,600.00 24,600.00 24,849.001 24,849.00 25,000.00 25,000.00 35 PEDESTRIAN LIGHTING SYSTEM 1 LS 75.000.001 75,000.00 58,000.00 I 58.000.00 52,901.00 52,901.00 57,000.00 57,000.00 58,192.00 58,192.00 58,000.00 58,000.00 36 TREE LIGHTING SYSTEM 1 LS 30,000.00 30,000.00 44,000.00 44.000.00 39.640.001 39,640.00 42,700.00 42,700.00 43,600.00 43,600.00 43,000.00 43,000.00 37 REPAIR OR REPLACEMENT 1 FA 50,000.00 $50,000.00 50,000.00 50.ODO.00 50,000.00 50,000.00 50.000.00 50,000.00 50,000.00 50,000.00 50,000.00 50,000.00 TOTALS 467,186.00 417.189.00 419,977.00 432,775.00 449,536.50 451,770.00 -= `w CITY OF YAKIMA Yakima DFI Phase 4 Pedestrian Streetside Improvements O A Street - 3rd Street to 6th Street r PROJECT NO. 2299 �h DATE: August 10, 2010 FILE: Yakima DFI Ph 4 A St Bid Sum.pub SHEET 2 of 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 City Of Yakima Yakima DFI - Phase 4 Pedestrian Streetside Improvements (E. 'A' Street — N. 3rd Street to N. 6th Street) City Project No. 2299 HUD Fed. Aid. No.: 08 -F6401 -027 -1g E R 39107 1 1 ' CONTENTS CITY OF YAKIMA t Yakima DFI - Phase 4 Pedestrian Streetside Improvements E. 'A' Street - N. 3rd Street to N. 6th Street ' City Project No. 2299 HUD Fed. Aid. No.: 08 -F6401 -027 ' SECTION PAGE INVITATION TO BID ................................................. ............................... 5 ' STANDARD SPECIFICATIONS Standard Specifications .................................................... ............................... 7 t Amendments to the 2010 Standard Specifications ................. ............................... CONTRACT PROVISIONS 7 General Special Provisions ............................................... ............................... 53 Project Description .................................................... ............................... 1 -02 Bid Procedures and Conditions ............................. ............................... 54 55 1 -03 Award and Execution of Contract ........................... ............................... 60 1 -04 Scope of Work ................................................... ............................... 62 1 -05 Control of Work .................................................. ............................... 1 -06 Control of Materials ............................................. ............................... 62 67 1 -07 Legal Relations and Responsibilities to the Public ..... ............................... 68 1 -08 Prosecution and Progress ................................... ............................... 90 1 -09 Measurement and Payment ................................. ............................... 1 -10 Temporary Traffic Control ................................... ............................... 92 94 2 -01 Clearing, Grubbing, and Roadside Cleanup ............ ............................... 95 2 -02 Removal of Structures and Obstructions ................. ............................... 95 2 -03 Roadway Excavation and Embankment ................. ............................... 96 ' 2 -07 Watering .......................................................... ............................... 97 2 -13 Cement Concrete Sidewalk Removal (New Section) .. ............................... 98 4 -04 Ballast and Crushed Surfacing .............................. ............................... 98 5 -04 Hot Mix Asphalt ................................................. ............................... 99 ' 5 -06 Interlocking Concrete Pavers (New Section ) ........................ ............................104 7 -05 Manholes, Inlets, Catch Basins, and Drywells .......... ............................... 109 8 -01 Erosion Control and Water Pollution Control ........... ............................... 8 -02 Roadway Restoration ......................................... ............................... 110 110 ' 8 -03 Irrigation Systems ............................................ ............................... 115 8 -04 Curbs, Gutters and Spillways ................................ ............................... 115 ' 8 -14 Cement Concrete Sidewalks ................................ ............................... 8 -20 Illumination, Traffic Signal Systems, and Electrical .... ............................... 116 118 8 -30 Repair or Replacement (New Section) .................... ............................... 121 9 -03 Aggregates ........................................................ ............................... 122 9 -05 Drainage Structures, Culverts, and Conduits ....................... .................... 9 -14 Erosion Control ................................................... ............................... 122 123 9 -15 Irrigation System .................................................. ............................... 123 9 -29 Illumination, Signals, Electrical ................................ ............................... 124 t STANDARD PLANS .................................................... ............................... ContractForm ................................................................ ............................... 125 131 Performance Bond Form ................................................... ............................... 133 ' Informational Certificate of Insurance .................................. ............................... Informational Additional Insured Endorsement ...................... ............................... 135 137 Minimum Wage Affidavit Form ........................................... ............................... 139 1 3 ' INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 pm on August 10, 2010 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA ' Yakima DFI - Phase 4; Pedestrian Sidewalk Improvements (East. 'A' Street - 3rd Street to 6th Street) ' City Project No. 2299 HUD Fed. Aid. No.: 08 -F6401 -027 ' This project consists of making improvements to 'A' Street from N. 3`d Street to N. 6`h Street. The work shall consist of removing and reconstructing the sidewalk on the north side of E. 'A' Street from N. 3rd Street to Naches Avenue and on the north and south sides of E. 'A' Street from Naches Avenue to N. 6th Street. This will include new concrete sidewalk, concrete pavers, trees, pedestrian lighting, irrigation, and new asphalt paving. Project will include the following approximate quantities: removing 1200 square yards of existing sidewalk, placing 52 tons HMA, installing 1,380 square yards of sidewalk, 600 linear feet of cement concrete traffic curb and gutter, placing 15 ADA ramps, 17 pedestrian lights, 15 trees and 8 ' tree grates, a tree lighting system, irrigation system, 11 precast concrete planters and other related improvements all in accordance with the Plans and Specifications as prepared by the Chief 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. 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. This project is partially funded through a grant from the U.S. Department of Housing and Urban Development - American Recovery and Reinvestment Act Program. ' A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD- ' assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low- income persons, particularly persons who are recipients of HUD assistance for housing. B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which ' implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. ' C. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, ' and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. STANDARD SPECIFICATIONS Standard Specifications I Amendments to the 2010 Standard Specifications F7 L CI 1 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. 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 • Cylindrical, Disc, Pin, and Spherical Bearings ' Modular Expansion Joints • Additional items as may be determined by the Engineer. 1 i 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 from None Seattle 2 Between 300 and 3,000 airline $700.00 per *inspection day miles from Seattle 3 Over 3,000 airline miles from $1,000 per *inspection day, Seattle 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. 7 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. ' The 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. t 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 MBENVBE 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 Monday shall be counted a ' nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. 9 tIn 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 t All references to "truck mounted impact attenuator(s)" are revised to read "transportable attenuator(s)". �1 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. 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. 1 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: 1 11 l 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 tThe 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: 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 1 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 ' 13 1 1 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: Western Washington' (West of the Cascade Mountain crest) March 1 through May 15 September 1 through October 1 Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 only '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: 15 L 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. 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 '/z the height of an internal device or % 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 ". ' 17 1 The bid item "Mulching with MBFM" is revised to read "Mulching with MBFM /FRM ". 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. L, 1 1 1 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 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. 19 1 u 1 1 �l '7 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 during unsuitable soil or weather conditions as determined by the Engineer. Unsuitable conditions may include frozen soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high water levels. The fourth paragraph is revised to read: Plants shall not be placed below the finished grade. The fifth paragraph is revised to read: 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. 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 1." and "East of the summit of the Cascade Range - April 15 to October 1." are revised to read: 21 ' 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 t 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 tpainted 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. ' 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 1 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: t 23 1 1 1 F u 1 1 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 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. 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). 25 ' 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 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 tthe controller manufacturer's diagrams or recommendations. In the second paragraph, conduit is revised to read "conduits". ' 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: 1 8- 14.3(5) Detectable Warning Surface Detectable warning surfaces shall consist of truncated domes as shown in the Plans. ' 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. ' 27 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 ". ' 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 ". 1 29 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 (HECPs) are applied to the test plot. ** *Available at: htto: / /soils.usda.aov/ education / resources /lessons /texture /textural tri hi.i 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 ' 31 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 thickness between 1/16 and 1/2-inch. No single strand shall have a width or thickness greater than 'h -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 4000 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 -B, "Sample Sieving for Aggregate Size Classification ". Fine Compost shall meet the following gradation: 33 ' 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. ' 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: 1 1 35 ' 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: lJ� 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 Capacity ASTM D 7367 1,500 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 0.12 -inch C Factor = 0.05 maximum Protecting Slopes from average raindrop size.** Test in using Revised Universal Rainfall- Induced Erosion one soil type. Soil tested shall Soil Loss Equation be loam as defined by the (RUSLE) 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: httr):Hsoils.usda.aov/ education/ resources /lessons /texture /textural tri hi.ioa 9- 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. ' 37 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.orq /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 I 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. ' 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 Ibs tensile strength. The netting shall have nominal 2 -inch by 2 -inch openings. Log segments shall ' 39 ' 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. 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 ' 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. 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. ' 41 ' 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/ -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: ' 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. ' 43 ' 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 t alternate to expanding anchors, screw type anchors with two 8 -inch helix, 3'h- 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: 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 tcomplementarily 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 t 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 "1" 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 "1" 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. 1 45 ' 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 t 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. 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. I' 47 ' 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. t 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. 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. 1 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: The ballast housing shall be adequately constructed to contain ballasts for 50 - 400 watt alternate high intensity discharge sources. iThe fourth paragraph is revised to read: 1 49 ' 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). ' 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)6 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. 1 51 u 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: 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 53 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. BID PROCEDURES AND CONDITIONS 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: ' 1 -02.1 Qualifications of Bidder (March 25, 2009 APWA GSP) Bidders must meet the minimum qualifications of RCW 39.04.350(1), as amended: 1 55 1 printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in ' any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /MNVBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid I Form if any D/W /MBE requirements are to be satisfied through such an agreement. 1 -02.6 Preparation of Proposal (October 10, 2008 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. (August 2, 2004) The fifth and sixth paragraphs of Section 1 -02.6 are deleted. 1 -02.7 Bid Deposit (October 1, 2005 APWA GSP) ' Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and ' the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. ' If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. '57 r_ 1 F� �i 1 1 Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or 3. 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; or 4. an unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices; termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or 5. there is uncompleted work (Contracting Agency or otherwise), which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or 9. there are any other reasons deemed proper by the Contracting Agency. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. ' The Contracting Agency will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency ' 59 r� 1J J I� �J 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 Six 6 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency- furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice - president). 1 -03.7 Judicial Review Delete the last sentence in its entirety and replace it with the following: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. 61 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. r� 1J J I� �J 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 Six 6 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency- furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice - president). 1 -03.7 Judicial Review Delete the last sentence in its entirety and replace it with the following: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. 61 ' 2. Stations of abutments and pier centerlines. 3. A sufficient number of bench marks for levels to enable the Contractor to set grades at reasonably short distances. 4. Monuments and control points as shown in the Plans. The Contractor shall establish all secondary survey controls, both horizontal and vertical, as ' necessary to assure proper placement of all project elements based on the primary control points provided by the Engineer. Survey work shall be within the following tolerances: Stationing +.01 foot ' Alignment +.01 foot (between successive points) Superstructure Elevations +.01 foot (from plan elevations) Substructure Elevations +.05 foot (from plan elevations) ' During the progress of the work, the Contractor shall make available to the Engineer all field books including survey information, footing elevations, cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements with appropriate dimensions of structural members being 1 fabricated. 1 -05.7 Removal of Defective and Unauthorized Work ' (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the ' Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the ' public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and ' remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. ' No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. 1 1 63 1 u Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to ' successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. ' Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. ' 1 -05.13 Superintendents, Labor and Equipment of Contractor (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. (March 13, 1995) Cooperation With Other Contractors Section 1 -05.14 is supplemented with the following: Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: 1. City of Yakima Traffic Department. Contractor will need to coordinated with the ' City of Yakima Traffic Department when his work will involve removing, relocating 1 65 1 -06 CONTROL OF MATERIAL Foreign Made Materials 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 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: 1. Production of steel by any of the following processes: ' a. Open hearth furnace. b. Basic oxygen. C. Electric furnace. d. Direct reduction. t2. 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 ' 67 office, or teleworking from a home or other alternative office location; and all engineering personnel, inspectors, sampling and testing technicians, and lab technicians actively performing work directly in support of this project (excluding suppliers) during the reporting month. The report shall be prepared using Form HUD 60002 and submitted monthly to the Project Engineer. The initial report shall be submitted to the Project Engineer within 30 -days of execution. Subsequent reports shall be submitted to the Project Engineer no later than 10- days after the end of each report month. ' Failure by the Contractor to submit ARRA Employment Reports for the Contractor and all Subcontractors of every tier shall be reason for withholding all progress payments until reports are received. The cost of preparing and submitting ARRA Employment Reports is ' incidental to the Contract. The Contractor shall include all related costs in the unit Bid prices of the Contract. ' 1 -07.2 State Sales Tax Delete this section, including its sub - sections, in its entirety and replace it with the following: ' 1 -07.2 State Sales Tax (October 1, 2005 APWA GSP) ' 1- 07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales ' tax. Sections 1- 07.2(1) through 1- 07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid ' on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- ' 07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State ' Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. ' 1- 07.2(2) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, ' roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or ' road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or ' consumed in doing the work. 1 69 1 fl 1 n fl [I The Contractor shall have or obtain a valid City of Yakima Business License for the duration of this project. Wages Genera! Section 1- 07.9(1) is supplemented with the following: (February 11, 2008) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA080001. Requirements For Nondiscrimination Section 1 -07.11 is supplemented with the following: (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non -SMSA Counties 3.6 WA Walla Walla. 71 1 Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) As used in these specifications: Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: ' (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. 1 1 (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has 73 1 ' e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the ' Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy ' manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least ' once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the 75 ' efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep ' records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, ' apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable ' form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other ' laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant ' Program). (January 4, 2010) ' Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to encourage DBE participation, supply ' a bidder's list, and to report race neutral accomplishments quarterly as described in this special provision. No preference will be included in the evaluation of bids /proposals, no minimum level of DBE participation shall be required as a condition for receiving an award ' and bids /proposals will not be rejected or considered non - responsive on that basis. DBE Goals ' No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Solicit DBE Participation DBE firms shall have equal opportunity to compete for and perform subcontracts which ' the Contractor enters into pursuant to this contract. Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. All advertisements should include a provision encouraging participation by DBE firms and may be done through ' general advertisements (e.g. newspapers, journals, etc.) or by soliciting bids /proposals directly from DBEs. 2. Utilize the services of available minority community -based organizations, minority contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other ' small businesses. In addition, the Office of Minority and Women's Business Enterprises has two DBE Supportive Services Offices available to assist you as follows: ' Seattle: (206) 553 -7356 ' 77 ' the DBE is performing with its own forces in a commercially useful function. ' DBE Prime Contractor A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. ' Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that ' the DBE performs with its own forces will count as race neutral participation. Commercially Useful Function Payments to a DBE firm will count as race neutral participation only if the DBE is performing a commercially useful function on the contract. ' 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform ' a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which ' funds are passed in order to obtain the appearance of DBE participation. 1 79 Trucking ' Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: ' 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is listed on a particular contract. 2. The DBE must itself own and, with its own workforce, operate at least one fully licensed, insured, and operational truck used on the contract. 3. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. ' 4. For purposes of this paragraph a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of ' the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. ' 5. The DBE may lease trucks from another DBE firm, including an owner - operator who is certified as a DBE. The DBE who leases trucks from another DBE may report race - neutral participation for the total value of the ' transportation services the lessee DBE provides on the contract. 1 79 ' If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward race neutral participation. ' 2. Definition a) To be a regular dealer, the firm must own, operate or maintain a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. ' It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, ' operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own ' distribution equipment shall be by a long -term lease agreement and not on an ad hoc or contract -by- contract basis. t c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status is granted on a contract -by- contract basis. To obtain ' regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT /OEO. Included in the request shall be a full description of the project, type of business operated by the ' DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55.e.2. Once the request is reviewed by WSDOT-OEO, the DBE ' supplier requesting it will be notified in writing whether regular dealer status was approved. Materials or Supplies Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions ' charged for assistance in the procurement of the materials and supplies or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted as race neutral participation. No part of the cost of the materials and supplies themselves may be applied as race neutral participation. Procedures Between Award and Execution After award of the contract, the successful bidder shall provide the additional information described below. A failure to comply shall result in the forfeiture of the bidder's proposal bond or deposit. A list of all firms who submitted a bid or quote in an attempt to participate in this project whether they were successful or not. Include the correct business name, federal employer identification number (optional) and a mailing address. ' The firms identified by the Contractor may be contacted to solicit general information as follows: ' 81 ' (March 13, 1995) Federal Agency Inspection Section 1 -07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and ' the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, ' then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the t Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra ' copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. ' 1 -07.13 Contractor's Responsibility for Work I 1-07.13(4) Repair of Damage Section 1- 07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2) or 1- 07.13(3), payment will be made in accordance with Section 1 1 -04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. ' 1 -07.15 Temporary Water Pollution /Erosion Control Replace the second paragraph with the following: The Contractor shall perform all temporary water pollution /erosion control measures shown in the Plans, specified in the Special Provisions or WSDOT Storm Drainage manual, proposed by the Contractor and approved by the Engineer, or ordered by the Engineer as work proceeds. Payment for all work necessary to comply with Section 1- ' 07.15 shall be included in other various bid items, and no separate payment shall be made. I 1-07.15(l) 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): 1 83 1 -07.16 Protection and Restoration of Property 1- 07.16(1) Private /Public Property This section is supplemented with the following: ' Stockpiling in City of Yakima occur unless approved by the their original condition or better L 0 right -of -way or on existing or new improvements shall not Engineer. All temporary stockpile sites shall be restored to The Contractor shall contact all property owners and tenants in the vicinity of this project, via newsletter /mailing, a minimum of one (1) week prior to start of construction. The newsletter /mailing shall advise the owners and tenants of the construction schedule and indicate the Contractor's name, contact person, and telephone numbers. 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. 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, Washington 98902 509 - 575 -7183 Charter Cable 1005 N 16th Avenue Yakima, Washington 98902 509 - 575 -1697 City of Yakima Water Division 2301 Fruitvale Blvd. Yakima, Washington 98902 509 - 575 -6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509 - 575 -6077 Cascade Natural Gas Corporation 401 N 1 st Street, Yakima, Washington 98901 509 -457 -5905 Pacific Power PO Box 1729 Yakima, Washington 98907 509 - 575 -3146 Level 3 Communications Dale Smith 253 - 209 -3236 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council - Area 5, telephone number 1- 800 - 553 -4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 85 ' J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. ' 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, ' shall name the following listed entities as additional insured(s): ■ the Contracting Agency and its officers, elected officials, employees, agents, and volunteers 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)6. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1- 07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability 87 ' restricting parking shall be approved by the City and placed by the Contractor. The Contractor shall be responsible for and shall maintain all such signs. The replacement of signs restricting parking shall be as approved by the Engineer. ' The Contractor shall notify all property owners and tenants of detours, street and alley closures, or other restrictions that may interfere with their access. Notification shall be at least twenty -four (24) hours in advance for residential property, and at least forty -eight (48) hours in advance for ' commercial property. Emergency traffic, such as police, fire, and disaster units, shall be provided access at all times. ' In addition, the Contractor shall coordinate his activities with all disposal firms and transit bus service that may be operating in the project area. ' It is the intent of the Contract to effectively prevent the deposition of debris on streets in areas of public traffic or where such debris may be transported into a drainage system. When construction operations are such that debris from the work is deposited on the roadway ' surfaces, the Contractor will remove all such debris before the end of the work day. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting ' from the work, the Contractor shall, upon order of the Engineer, provide facilities for and remove all deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question, ' or the trucks or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with Contractor's obligations is assured, or the Engineer may order the streets in question cleaned by others and such costs incurred by the City in achieving ' compliance with these contract requirements, including cleaning of the streets, shall be deducted from moneys due or to become due the Contractor next monthly estimate. The Contractor shall have not claim for delay or additional costs should the Engineer choose to ' suspend the Contractor's work until compliance is achieved. 1 -07.28 Safety Standards (New Section) ' The following new section shall be added to the Standard Specifications: All work shall be performed in accordance with all applicable local, state, and federal ' health and safety codes, standards, regulations, and /or accepted industry standards. It shall be the responsibility of the Contractor to ensure that his work force and the public are adequately protected against any hazards. ' 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 -07.29 Notifying Property Owners (New Section) ' The following new section shall be added to the Standard Specifications: When construction activities will affect ingress and egress to a property along the project alignment, the Contractor shall be responsible for notifying the occupant/occupants of the ' property 24 hours prior to the construction activity beginning. If personal contact with the occupant is not possible, the Contractor shall leave written notification. 1 89 C A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421 -012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. 1 -08.4 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 L (March 13, 1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed within 40 working days. (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, 91 i ' 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. ' 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 performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 -05.1. ' Payments will be made by warrants, issued by the Contracting Agency's fiscal officer, against the appropriate fund source for the project. Payments received on account of work ' performed by a subcontractor are subject to the provisions of RCW 39.04.250. 1 93 n ri I DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.1 Description (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: Between the existing right of way lines as detailed in the plans at the following locations: • The north side of 'A' Street from 3rd Street to Naches Avenue. • North and south sides of 'A' Street Naches Avenue to N. 6th Street. The Contractor shall temporarily remove and later replace to its original condition or relocate nearby as directed, any mail boxes, small trees, shrubs, street signs, railings, irrigation facilities, or other similar obstructions which lie in or near the line of work and are not intended for removal. Should any damage be incurred, the cost of replacement or repair shall be borne by the Contractor. 2 -01.2 Disposal of Useable Material and Debris Revise the third paragraph 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 -02.1 Description Section 2 -02.1 is supplemented with the following: This work shall consist of the removal and disposal of various existing improvements, including but not limited to: • 600 linear feet of Curb and Gutter • Light pole and base at sta. 14 +50 (42' LT.) • Light pole and base at sta. 15 +42 (42' LT.) • Unused lighted sign, pole and surrounding conc. at sta. 17 +46.7 (43' LT.) 2 -02.3 Construction Requirements Removal of Pavement, Sidewalks and Curbs Section 2- 02.3(3) is supplemented with the following: The Contractor shall note that the condition of existing known and unknown private utility service line under the existing sidewalk surfaces may be questionable and therefore the Contractor should use caution in determining his methods of demolition and removal. 95 I The Contractor shall comply with the requests of the Contracting Agency for placement and compaction of excess excavated material back of new curb, as directed by the Engineer. tSuitable materials from the excavations shall be used in the embankments. Unsuitable material or soft spots shall be removed from the roadway and replaced with suitable ' material and compacted as for embankments. Topsoil shall be saved to use for backfill adjacent to the new improvements. If additional topsoil is required, it shall be provided in accordance with SECTION 8 -01 of these Special Provisions. ' The Contractor shall comply with the State of Washington's regulations regarding disposal of waste material as outlined in WAC 173 -304, Subchapter 461. 2 -03.4 Measurement This section is supplemented with the following: ' Unsuitable excavation incl. haul will be measured by the cubic yard for all material deemed unsuitable that is removed and hauled off the project. ' 2 -03.5 Payment This section is supplemented with the following: "Unsuitable Excavation Incl. Haul ", per cubic yard. ' The cubic yard cost for "Unsuitable Excavation Incl. Haul" shall be full pay to remove any material deemed unsuitable that is removed and hauled off the project. ' 2 -07 WATERING ' 2 -07.3 Construction Requirements Supplement this section with the following: The Contractor shall secure permission from and comply with all requirements of the water utility 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 water utility, and the cost thereof shall be withheld, if necessary, from the final payment to the Contractor. ' 97 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT 5 -04.3 Construction Requirements 5- 04.3(5)E Pavement Repair This section is supplemented with the following: In areas where the new asphalt is to be placed against existing asphalt, the asphalt shall be repaired as follows: Six inches of crushed surfacing base course shall be placed and compacted to within three inches of the finished grade. Then, the edges of the existing pavement shall be painted with a hot asphalt tack coat, and hot mix asphalt shall be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5- 04.3(7)A Mix Design (March 10, 2010 APWA GSP) Delete this section and replace it with the following; ' a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. C. Historical aggregate source ant -strip use provided by WDOT. ' The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9- 03.8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following ' processes: 1 99 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on ' DOT form 350 -042 demonstrating the design meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350 -042 and the percent of asphalt binder is required. In no case shall the ' paving begin before the determination of anti -strip requirements has been made. Anti - strip requirements will be determined by: ' a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. C. Historical aggregate source ant -strip use provided by WDOT. ' The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9- 03.8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following ' processes: 1 99 L 5- 04.3(8)A4, Definition of Sampling Lot and Sublot (March 10, 2010 APWA GSP) Delete this section and replace it with the following: ' For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix ' design will be expected to occur. The initial JMF is defined in Section 5- 04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will ' begin. For proposal quantities less then 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix ' design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate ' of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. ' 5- 04.3(8)A5, Test Results (March 10, 2010 APWA GSP) ' Delete this section and replace it with the following: The Engineer will furnish the Contractor with a copy of the results of all acceptance testing ' performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results (gradation and asphalt binder content) may be ' challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the ' Contractor shall submit a written challenge within 7- calendar days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the ' Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The ' results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation ' U.S. No. 4 sieve and larger Percent passing ±4.0 U.S. No. 8 sieve Percent passing ±2.0 ' 101 If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. ' 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction (March 10, 2010 APWA GSP) ' Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00 ' For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment ' will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. ' 5 -04.5 Payment Add the following item to this section: I"Pavement Repair", per square yard. 1 1 1 103 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial ' Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in ' Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the ' maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. ' The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the composite pay factor. ' 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction (March 10, 2010 APWA GSP) ' Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00 ' For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment ' will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. ' 5 -04.5 Payment Add the following item to this section: I"Pavement Repair", per square yard. 1 1 1 103 J ' D. Contractor shall report to the Engineer all deviation and/or conflicts between Drawings, Specifications, and Site Conditions. Extra work arising from failure to do so shall be done at the Contractor's expense. ' 5-06.6 Protection of Work, Property, and Persons A. Take all necessary precautions to protect work in progress, as well as property, persons, walks, curbs, pavements, and buildings from any damage that might be ' incurred arising from this Contract. Grading for Jointing Sand shall comply with ASTM C144 with the following grading limits: Sieve Size Percent Passing ' No. 4 100 No. 8 95 to 100 No. 16 70 to 100 1 105 5 -06.8 Conduct of Work A. The Contractor shall continuously maintain a competent superintendent or foreman during the progress of the work, with the authority to act for the Contractor in all ' matters pertaining to the work. The Contractor shall give personal attention to the fulfillment of the Contract and shall keep the work under control. B. The Contractor shall confine operations to the working areas allotted by the Owner ' for operations, including material and equipment storage. C. The Contractor shall progressively clean the work site of debris and rubbish as the work proceeds. /Maintenance 5 -06.9 Guarantee A. Guarantee work of this Specification section for one (1) year against all defects of materials and workmanship. The guarantee period begins on the date of final acceptance. '5-06.10 Materials A. Bedding and jointing sand: clean, non - plastic, washed sand free from deleterious or foreign matter. Sand shall be free of soluble salts or contaminates that can ' contribute to efflorescence. Paver Joint Sand shall be Polymeric Joint Sand or approved equal. Supplied by Abbotsford Concrete Products, Abbotsford, British ' Columbia, Canada, (800) 663 -4091. The Contractor shall provide the Engineer with documentation that all sand supplied has been tested and complies with the requirements below. Submit sieve analysis of ' bedding and jointing sand meeting the requirements outlined below for Engineer approval prior to beginning work. ' Grading requirements for bedding sand shall comply with ASTM C33 with the following grading limits. Sieve Size Percent Passing 3/8 inch 100 ' No. 4 95 to 100 No. 8 80 to 100 No. 16 50 to 85 ' No. 30 25 to 60 No. 50 10 to 30 No. 100 2 to 10 Grading for Jointing Sand shall comply with ASTM C144 with the following grading limits: Sieve Size Percent Passing ' No. 4 100 No. 8 95 to 100 No. 16 70 to 100 1 105 r ' 5- 06.11(4) Environmental Conditions Do not install sand or pavers during heavy rain or snowfall. Do not install frozen sand. ' 5- 06.11(5) Verification of Subgrade A. The subgrade shall be compacted to 95% of Standard AASHTO maximum density. B. The subgrade shall be trimmed to one -half inch (1/2 ") of design levels. C. Further construction shall not proceed until the subgrade is inspected and approved ' by the Engineer. 5- 06.11(6) Crushed Surfacing Top Course 1 A. The crushed surfacing top course shall nowhere be of lesser thickness than that specified and shall be spread in layers which when compacted do not exceed six tinch (6 ") depth. B. Compaction of the base shall be not less than 95% of modified AASHTO maximum ' dry density. C. The upper surface of the base shall be sufficiently well graded to prevent the ' infiltration of the bedding sand into the base during construction and throughout its service life. Segregated areas shall be "blinded" with crushed fines, watered and compacted into the surface. ' D. The surface of the base shall be trimmed to (3/8 ") of the design profiles. E. Further construction shall not proceed until the base has been inspected and ' approved by the Engineer. 5- 06.11(7) Bedding Sand Course ' A. The bedding sand shall be spread in a uniform layer to give a depth after compaction of between (3/4" — 1- 1/2 "). Under no circumstances shall the bedding sand layer ' exceed (1 -1/2 ") following compaction of the pavements. B. The sand shall be maintained at a uniform density. Screeded sand left overnight or subjected to rain shall be rechecked for level and raked and re- screeded where necessary. ' C. Do no allow any traffic on the bedding sand prior to paver installation. D. Bedding sand shall not be used for correcting out of tolerance base. ' 5- 06.11(8) Paver Installation A. Establish layout pattern and create markings for directional references of joints and ' string lines. B. Set pavers with nominal (1/8 ") joints. Ensure pavers do not touch one another, or ' use pavers with spacer ribs. C. Align pavers to maintain correct lines and patterns. ' 107 ' DIVISION 7 DRAINAGE STRUCTURES, STORMSEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ' 7 -05.1 Description This section is supplemented with the following: IThis work shall also consist of removing and replacing catch basin frame and grate. 7 -05.2 Materials ' Section 7 -05.2 of the Standard Specifications shall be revised as follows: ' Precast Concrete Catch Basin: Catch basins shall be WSDOT Standard Plan B -1 Catch Basin Type 1 and the reversible frame and herringbone grate shall be manufactured in accordance with Section 9- 05.15(2). ' 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade ' Delete and replace with the following: Manholes, junction boxes, water valve boxes, and similar structures shall be adjusted prior ' to placement of sidewalk concrete or curb and gutter construction. Catch basins and other utility castings to be adjusted in areas of hot mix asphalt shall be adjusted as detailed in Section 5- 04.3(13). ' When shown in the plans that the existing catch basins are located in areas where the curb and gutter is to be removed and replaced, the frame and grate of the catch basin ' shall be removed and replaced. The new frame and grates shall be a reversible frame and herringbone grate. ' 7 -05.4 Measurement Supplement this section with the following: ' Removing and replacing frame and grate will be measured per each for each unit removed and replaced. ' 7 -05.5 Payment Add the following pay items: "Removing and Replacing Frame and Grate ", per each The unit contract price for "Removing and Replacing Frame and Grate" shall be full pay for removing the existing frames and grates, and furnishing and installing the new frames and grates. 1 109 IJ debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 8- 02.3(2) Roadside Work Plan Within fourteen (14) calendar days after award of Contract, the Contractor shall submit written documentation to the Engineer that all specified plant materials have been ordered. Documentation shall include list of suppliers' names, addresses, and phone numbers along with a list of respective growing or storage locations with addresses. The Contractor shall provide all plants of the size, species, variety, and quality noted and specified. The Contractor shall contract grow plant materials, if necessary, to ensure that the required size, species, variety, and quality of plant materials shall be provided. 8- 02.3(4)A Topsoil Type "A" The Contractor shall submit two (2) representative samples of proposed imported Topsoil Type "A" witnessed by the Engineer to the Soils and Plant Laboratory, Bellevue, WA, Ph. (206)746- 1665 for test #A05. The Contractor shall provide the Engineer with test results from the laboratory and the laboratory's recommended fertilizer /amendments to the Contractor Topsoil Type "A" source for his approval prior to placement on the job. The Contractor shall provide and install Topsoil Type "A" to a uniform depth in all tree and planting areas as shown or noted in the Plans. ' 8- 02.3(7) Layout of Planting The Contractor is responsible for determining the final quantities of plant materials to complete ' the Landscape Plan as shown based on the actual number of planters and sizes of areas shown in the plans, and notify the Engineer of any discrepancy prior to planting. The Contractor shall coordinate with the Engineer the final location for all plant materials prior to site delivery. The ' Contractor shall neither deliver to the site nor install planting materials until authorized by the Engineer. The Contractor shall provide the Engineer with at least one week notice prior to preparing plants for shipping. ' 8- 02.3(8) Planting Where the drainage of planting holes is limited or non - existent because of heavy clay, hardpan, or rock, it is the responsibility of the Contractor to advise the Engineer who will determine if the drainage is adequate for planting. The Engineer will determine the method and extent of ' improved drainage required. All trees and plants shall be planted as detailed on the Plans. Protect plantings during delivery to prevent damage. Protect trees during transport by tying in branches and covering all ' exposed branches. Deliver all plants with legible identification nursery labels. All costs to furnish, deliver and plant the plants in the precast concrete planters as detailed in the plans shall be included in the unit contract price per each for the "Precast Concrete Planter In. ' Diam." Plant during periods normal for optimum growth, as determined by season, weather conditions, ' and accepted practice. Planting operations may be conducted under unseasonable conditions, without additional compensation, and by accepting FULL responsibility for any subsequent resulting losses. ' 111 acceptance of initial planting, at which point the plant establishment period shall begin. The Contractor shall continue to maintain all plantings until such notification has been provided. Completion of initial planting includes the following: 1. Installation of all required planting materials (trees and groundcovers). 2. Planting area cleanup. 3. Full operation of the irrigation system, complete mulch coverage, and all planting areas in a weed free condition. 8- 02.3(19) Root Barrier New Section 8- 02.3(19) is added: Contractor shall ' recommended by Systems, supplied equal. provide and install root barrier as shown on Drawings and as the manufacturer. Root Barrier shall be "BioBarrier'Tm Root Control by BioGuard R &D Inc., Richland, WA; (509) 375 -3289 or approved .8- 02.3(20) Tree Anchor Stakes New Section 8- 02.3(20) is added: Tree stakes shall be Foresight Products Duckbill Anchor #68 RBK Kit with Straps, supplied by Foresight Products, Commerce City, Colorado; (800) 325 -5360 or approved equal. 8- 02.3(21) Tree Grates New Section 8- 02.3(21) is added: Tree grates shall be an Urban Accessories Cast Iron Grate Chinook Series (4' x 6' size) modified with bolt -down option and where installed adjacent to back of curb will have a custom frame (three sides "S" Standard & one side inverted "R" frame), otherwise the frame will be four sides "S" Standard, treated with Corroseal rust converter prior to delivery, or approved equal, Supplied by Arch itecreation, Seattle, Washington, (206) 932- 4730. The frames shall be braced and supported prior to and after concrete work to ensure that they remain straight and do not warp. Each grate panel shall be bolted to the frame with flat head stainless steel, vandal proof bolts into pre - drilled holes in the frames. Grates shall lay flat and snug into frames. If, following installation, the tree grates do not fit snug with a result of raised edges or movement, the frames and grates shall be removed and reset. Contractor shall submit shop drawings of frame and grate. Drawings shall indicate anchoring method to surrounding concrete, along with the method of blocking and supporting. 8- 02.3(22) Precast Concrete Planters New Section 8- 02.3(22) is added: Precast Concrete Planters shall be Wausau Tile Westlake Series Planter #TF4226 (42" Diameter) and #TF4229 )48" Diameter) with Westlake II Band on the 42" Planter and with Westlake 1 Band on the 48" Planters. Contractor shall submit color samples for Engineer's selection. Wausau Tile, Inc. Wausau, Wisconsin, (800) 388 -8728. 8- 02.3(23) Trash Receptacle New Section 8- 02.3(23) is added: 1 113 ' 8 -03 IRRIGATION SYSTEMS 8 -03.3 Construction Requirements ' This section is supplemented with the following: The Plans include the general location of a new 3/4" domestic water service and a ' schematic of the required items necessary between the City's new service meter and the system's zone laterals. ' The Contractor shall prepare a plan drawing of the various irrigation items from the City water meter through the zone control valve box. This drawing shall note the sizes and products to be used. This plan drawing shall be submitted to the Engineer for his review ' and approval before any materials are ordered. ' 8- 03.3(12) Cross Connection Control Device Installation This section is supplemented with the following: City of Yakima Irrigation Installation Specifications Below surface installation requirements for irrigation sprinkler systems shall utilize a double check valve assembly for backflow prevention: ' %" and 1 " Size Devices ' Minimum vault size shall be one (1) 24" x 24" x 24" Quazite meter box. Vault lid shall have bolt down security feature. The assembly requires 12 inches of clearance from the wall of the vault to the test cocks. If the test cocks are located on top of the assembly, the 12 -inch clearance remains in effect to allow for repair of the device. Additionally, the assembly requires 12 inches of clearance under the device. The assembly shall be installed with two (2) schedule 80 PVC unions to allow for removal ' of the device in the winter. An approved stop and drain valve (Hays Nuseal or Mueller Mark II Oriseal) shall be installed between the assembly and the meter at a depth of five (5) feet (if installed within twenty (20) feet of the meter); and must also be installed within five (5) feet of the approved backflow assembly to effectively drain for winter. 8 -04 CURBS, GUTTERS AND SPILLWAYS 8- 04.3(1) Cement Concrete Curbs, Gutters and Spillways Add the following: Cement concrete curb and gutter constructed on this project shall be as shown on the Detail Sheet of the Plans. "Barrier" cement concrete curb and gutter sections as shown on ' the Detail Sheet shall be used on the roadway as shown on the Plans. "Driveway Depression" cement concrete curb and gutter as shown on the Detail Sheet shall be used at all driveway and wheelchair ramp locations as shown on the Plans and as directed in ' the field by the Engineer. Cement concrete curb and gutter which does not comply with the section details on the Plans shall be removed and replaced at the Contractor's expense. tA template shall be required to be placed at the back of curb for construction of driveway transitions from Barrier to Driveway curb and gutter. The Contractor shall also be required ' 115 noted on the Plans. All sidewalks located in a driveway approach area shall be six (6) inches in thickness. Existing sidewalks at match lines shall be removed to the nearest convenient existing joint or sawcut in a neat vertical, straight transverse line at 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. At all driveway and handicap ramp depressions, the back of the sidewalk grade shall be depressed to maintain a 2 percent transverse grade from back of curb to back of sidewalk, unless otherwise noted on the plans. ' Signpost Sockets shall k signs will be plumb when his own expense. set 1/2 inch above the finished sidewalk so that the erected installed. The Contractor shall correct any misaligned sockets at The completed surface of the sidewalk shall not vary more than' /4 -inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the curbing. The Contractor shall provide construction joints as detailed in the Plans, where it is necessary, to stage the forming of sidewalk work in order to maintain access to adjoining businesses. All existing and new utility boxes located or to be located in the finished sidewalk areas shall be adjusted and supported to be flush with the finish grade of the new sidewalk prior to the sidewalk being placed around them. The utility boxes shall be aligned to have two sides matching concrete joints or score lines. Sidewalks shall be scored as detailed in the plans and 15 -pound roofing felt shall be used as a bond breaker at the construction joints adjacent to the building, the joints adjacent to the curb and around the light bases. Every third transverse score joint (every 18') shall be made to a depth of 1.5 inches. Concrete sidewalk shall be cured in accordance with Section 5- 05.3(13)A of the Standard Specifications. Application of the curing compound shall be in accordance with the manufacturer's recommendations. Failure to properly secure or seal the cement concrete sidewalk will require the Contractor to remove and replace the sidewalk section at his expense. No mars shall be allowed in the concrete finish. The Contractor shall remove and replace any slabs that have any mars, such as, scuff marks, scratched in lettering, etc. at no cost to the Contracting Agency, no matter who or what the cause. 8 -14.4 Measurement Supplement this section with the following: Signpost Sockets will be measured per each in place. No specific unit of measurement shall apply to the lump sum item of cement concrete sidewalk test section. 8 -14.5 Payment Supplement this section with the following: "Cement Conc. Sidewalk _ In. Thick ", per square yard. 1 117 ' 8 -20.3 Construction Requirements 8- 20.3(1) General Add the following to this Section: The Contractor is responsible for coordinating with the Washington Department of Labor & Industries for all required inspections for the electrical systems for this project. ' 8- 20.3(4) Foundations This Section shall be supplemented with the following: The top 6 inches of anchor bases shall be formed and finished 18 inches round for ' pedestrian light standard foundations. Tops shall be 3/4 -inch chamfer edges and finished at sidewalk grade. The top 6 inches shall be separated from adjacent concrete surfaces by means of 15 -pound roofing felt. 8- 20.3(5) Conduit This Section shall be supplemented with the following: ' Existing and new PVC conduit runs are indicated on the Plans. Conduits shall be installed by open trench method for new runs called for in the conduit schedule. However, any ' adjacent existing empty conduits that are found during the course of the project may be used in place of a new conduit of the same diameter called for in the Conduit Schedule. All 90- degree elbows shall be galvanized steel. The ten feet of rigid conduit is not required. t A 1/8 -inch braided nylon rope, 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 ' This Section shall be supplemented with the following: All valve boxes, Junction Boxes Type 1 and 2, and other access enclosures to be cast into ' the sidewalks shall be constructed of polymer concrete gray in color, reinforced by a heavy -weave fiberglass. Covers shall be rated for a minimum surface load of 15,000 lbs. and the boxes shall be rated for a minimum of 8,000 psi. over a 10" square area. Material ' compressive strength should be no less than 11,000 psi. Covers shall have a minimum coefficient of friction of 0.5 and have the logo "Illumination" on it. Boxes shall be supplied by the Strongwell Corp., TN (800) 346 -062 or approved equal. The terms "pullbox" and "junction box" are interchangeable. Pullboxes shall be constructed as shown on the Plans and in accordance with the City of Yakima Standard ' Details. Pullboxes shall not be located in wheelchair ramps or landing areas. Asphalt joint filler material shall not be installed between pullboxes and other concrete surfaces. 8- 20.3(8) Wiring ' Supplement this section as follows: All electrical wiring: ' Branch circuit conductors shall each run from the services to the appropriate pullboxes where they branch to the devices. Conductor sizes shall be as shown on the Plans. Conductors shall be individually tagged in each junction box (including junction boxes associated with tree lighting circuits) with circuit and service identification (i.e. "169 -13" designating Circuit 13 connected to Service 169). Circuits routed in a common conduit ' 119 1 1 The Contractor shall provide power to each tree planting location as detail in the plans. All circuits to trees shall be GFCI. The Contractor shall provide three strings of 70 lights each for each tree location, unless the tree is specified without tree lights on the plans. The tree lights shall be purchased from Display Sales, 70 Strawberry Mini LED Clear, product no. MLVLEDCLR. The contact information for Display Sales is: http : / /www.dispsales.com /dsistore/ find .asp ?find %SFcategory =LEDMI NI &find %SFdescription = LED +MINI +LIGHTS All labor, tools, materials and equipment necessary to complete the installation of the entire tree lighting system as detailed in the plans shall be included in the contract bid item, "Tree Lighting System" per lump sum. 8 -20.5 Payment This section is supplemented with the following: The lump sum contract price for "Pedestrian Lighting System ", and "Tree Lighting System" shall be full pay for the construction of the complete electrical system, modifying existing systems, or both, as shown in the Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, restoring facilities destroyed or damaged during construction, salvaging existing materials, new electrical services, making all required tests and inspections, and modifications to existing services. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the electrical system, shall be included in the lump sum contract price. 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. 121 1--, 9 -14 EROSION CONTROL 9- 14.1(1) Topsoil Type A Section 9 -14.1 shall be supplemented with the following: A. Topsoil Type A mix for planters shall be "Potting Soil" supplied by Morton & Sons, Yakima, WA, (509) 575 -8886 or approved equal. B. Topsoil Type A for street trees shall be "Topsoil Blend" supplied by Morton & Sons, Yakima, WA (509) 575 -8886 or approved equal. C. Contractor shall send minimum on one (1) representative sample of "Potting Soil" and "Topsoil Blend" to an approved soil- testing laboratory (state or commercial laboratory) to determine FERTILITY ANALYSIS (to determine magnesium, nitrogen, potassium, phosphorus levels, calcium, minor elements, soluble salts /conductivity and pH). The results shall be submitted to the Engineer (WITH TEST RESULTS AND LABORATORY RECOMMENDATIONS FOR ORNAMENTAL PLANT GROWTH) for approval prior to use on the project site. The Contractor shall be responsible for what ever soil additives may be required, as recommended by the testing laboratory. The cost for testing and soil additions must be borne by the Contractor. 9 -14.3 Fertilizer General: Fertilizer must be delivered to job sites, mixed as specified, and in standard size unopened containers showing weight, analysis, and name of manufacturer. Material shall be uniform in composition, free - flowing, and suitable for application by mechanical equipment. All elements shall be protected from the weather, particularly moisture, both on and off the job site. Fertilizer for the trees and groundcover shall be 21 -gram Agriform tablets 20 -10 -5. ' Fertilizer for topsoil shall be per Specification Section 9- 14.1(1) Topsoil Type "A ". 9- 14.6(5) Inspection ' The review and approval of all plant materials by the Engineer, prior to planting, is mandatory. The Contractor shall have plant samples available at the project site for review during scheduled site visits. The Contracting Agency reserves the right to reject, through his /her agent, any or all plant material at any time until final inspections and acceptance. Contractor is to remove rejected ' plants immediately from site. 9- 14.6(7) Temporary Storage ' Ball and burlapped plants that cannot be planted within one (1) day after arrival are to be heeled -in or otherwise temporarily stored, as specified and in accordance with accepted horticultural practice and as specified herein. ' 9 -15 IRRIGATION SYSTEM ' 9 -15.3 Automatic Controllers This section is supplemented with the following: ' Controller for the three station irrigation system shall be a 9 -volt battery powered Hunter TM Smart Valve Controller, Model No. SVC — 400. Controller and valves shall be installed in a valve box with a lockable lid. ' 123 STANDARD PLANS December 7, 2009 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 09 -013, effective December 7, 2009 is made a part of this contract. The Standard Plans are revised as follows: ' All Standard Plans All references in the Standard Plans to "Asphalt Concrete Pavement" shall be revised to read "Hot Mix Asphalt ". ' All references in the Standard Plans to the abbreviation "ACP" shall be revised to read "HMA ". ' B -10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan ' C -3, C -36, C -3C Note 1 is revised as follows: replace reference F -2b with F -10.42 ' C -4 Deleted ' C -10 (sheet 2 of 2) COVER PLATE DETAIL, dimension of the 1" dia. holes, changes from 8" to 3" ' F -10.20 GENERAL NOTE Revise as follows: Replace reference to F -3 with F -30.10 ' F -40.12 through F -40.18 The following note is added to these five plans: ' Note 7. To the maximum extent feasible, the ramp cross slope shall not exceed 2 %. G -24.40 ' Existing callout - CORNER BOLT (TYP.) New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) ' JJ =5 Deleted ' J -7a Deleted ' J- 40.10. Section A replace 3" MIN. with 3" MAX. J -40.30 ' Diamond Note 2: Was = Copper Split Bolt Clamp ' 125 f. 7 1 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 D- 2.04- 00 ........ C -1 b ................10/31 /03 C -1 c ..................5/30/97 D- 2.08- 00 ........ 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- 2.32- 00 ........ C - 2 g .................. 7/27/01 C -2 h ..................3 /28/97 C -2 i ...................3/28/97 D -2.38- 00 ........ C -2j ................... 6/12/98 C -2 k .................. 7/27/01 C -2 n .................. 7/27/01 C- 2o ..................7/13/01 E- 2 ....................5 C- 2p ................10/31 /03 C -3 ..................10 /04/05 C -3a ................10 /04 /05 C- 3b ................10/04/05 C- 14d C- 3c ..................6/21 /06 C- 4b ..................6 /08/06 C- 4b ..................6 /08/06 D- 2.02- 00 ........ 11 /10/05 D- 2.04- 00 ........ 11 /10/05 D- 2.06- 01 ........ 1 /06/09 D- 2.08- 00 ........ 11 /10/05 D- 2.10- 00 ........ 11 /10/05 D- 2.12- 00 ........ 11 /10/05 D- 2.14- 00 ........ 11 /10/05 D- 2.16- 00 ........ 11 /10/05 D- 2.18- 00 ........ 11 /10/05 D- 2.20- 00 ........ 11 /10/05 D- 2.30- 00 ........ 11 /10/05 D- 2.32- 00 ........ 11 /10/05 D-2.34-01 ........ 1/06/09 D- 2.36- 02 ........ 1 /06/09 D -2.38- 00 ........ 11 /10/05 D- 2.40- 00 ........ 11 /10/05 D- 2.42- 00 ........ 11 /10/05 E- 1 ....................2 /21 /07 E- 2 ....................5 /29/98 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 D- 2.46- 00 ........ 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 1 /06/09 C- 6f ...................7/25/97 11 /10/05 C- 7 ..................10 /31 /03 C- 7a ................10/31 /03 C- 8 ....................2/ 10/09 C- 8a ..................7/25/97 11 /10/05 C- 8b ..................2/10/09 11 /10/05 C- 8e ..................2/21 /07 C- 8f ...................6/30/04 11 /10/05 C- 10 ..................7 /31 /98 C- 13 ....................7 /3/08 C-1 3a ..................7/3/08 C -13 b ................ 7/3/08 C-1 3c ................. 7/3/08 C- 14a .................7/3/0 8 C -14 b ................ 7/26/02 C- 14c ................. 7/3/08 C- 14d .................7/3/08 C -14 e ................. 7/3/08 C- 14h ...............2/10/09 D- 2.44- 00 ........ 11 /10/05 D- 2.46- 00 ........ 11 /10/05 D- 2.48- 00 ........ 11 /10/05 D- 2.60- 00 ........ 11 /10/05 D- 2.62- 00 ........ 11 /10/05 D- 2.64- 01 ........ 1 /06/09 D- 2.66- 00 ........ 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 C- 25.18- 01........ E- 4 .................... 8/27/03 E- 4a .................. 8/27/03 127 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- 14k .................2/10/09 /11 /98 C-1 5a .................7/3/08 /19/98 C-1 5b .................7/3/08 C-1 6a ...............11 /08/05 C-1 6b ...............11 /08/05 C- 20.14- 01......10/14/09 7/8/08 C- 20.15- 00......10/14/09 7/8/08 C- 20.18- 00......10/14/09 7/8/08 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 1 /06/09 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 -3 b ................. 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......12/02/0 8 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 1 u 1 K- 20.40- 00........2/15/07 1 /30/07 K- 32.20- 00........2/15/07 1 /30/07 K- 60.20- 02 ......... 7/3/08 K- 20.60- 00........2/15/07 8/31 /07 K- 32.40- 00........2/15/07 1 /30/07 K- 60.40 - 00.......2/15/07 1 /30/07 K- 22.20- 01......10/12/07 1 /30/07 K- 32.60- 00........2/15/07 2/10 /09 K- 70.20- 00.......2/15/07 1 /30/07 K- 24.20- 00........2/15/07 2/10 /09 K- 32.80- 00........2/15/07 2/10 /09 K- 80.10- 00 ....... 2/21 /07 K- 24.40- 01......10/12/07 1 /30/07 K- 34.20- 00........2/15/07 K- 80.20- 00.....12/20/06 K- 24.60- 00........2/15/07 K- 36.20- 00........2/15/07 K- 80.30 - 00 ....... 2/21 /07 K- 24.80 - 01......10/12/07 K- 40.20 - 00........2/15/07 K- 80.35 - 00.......2/21/07 K- 26.20- 00........2/15/07 K- 40.40- 00........2/15/07 K- 80.37 - 00 ....... 2/21 /07 L- 10.10- 00 ........ 2/21 /07 L- 20.10 - 00........2/07/07 L- 30.10 - 00........2/07/07 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 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 M- 11.10- 01 ....... 1 /30/07 M-1 5.10-01 ....... 2/06/07 M-1 7.10-02 ......... 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 1 129 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 J p REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FOLLOW THIS PAGE I Required Contract Provisions Federal -Aid Construction Contracts FHWA -1273 Electronic Version — March 10, 1994 ' I. GENERAL 1 2 6 7 12 14 14 15 16 17 17 21 23 1. These contract provisions shall apply to all work performed on the contract by the ' contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. ' 2. Except as otherwise provided for in each section, the contractor shall insert in each L General further require their inclusion in any lower tier subcontract or purchase order that may in turn II. Nondiscrimination - - III. Nonsegregated Facilities lower tier subcontractor with these Required Contract Provisions. IV. - Payment of Predetermined Minimum Wage ' V. - Statements and Payrolls ' VI. Record of Materials, Supplies, and Labor VII. - Subletting or Assigning the Contract ' VIII. IX. Safety: Accident Prevention False Statements Concerning Highway Projects X. Implementation of Clean Air Act and Federal Water Pollution Control Act XI. Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion XIL Certification Regarding Use of Contract Funds for Lobbying ' Attachments A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) ' I. GENERAL 1 2 6 7 12 14 14 15 16 17 17 21 23 1. These contract provisions shall apply to all work performed on the contract by the ' contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. ' 2. Except as otherwise provided for in each section, the contractor shall insert in each I130A subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or ' lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be ' sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds ' for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. I130A 1 L I 1 1 11 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. C. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have 130C 1 1 7 L 1 The contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his /her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. C. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and /or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall notify all potential subcontractors and suppliers of his /her EEO obligations under this contract. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful 130E 1 1 1 1 1 IV 1 1 1 1 1 1 1 1 1 1 1 1 1 religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination ") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH -1321) or Form FHWA -1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records 130G 1 Ithat additional time is necessary. 1 1 1 Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his /her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman -level hourly rate) 130I e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. ' b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of ' obligations under the plan or program. 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: 1 1 1 Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his /her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman -level hourly rate) 130I 1 e4. In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 1 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with ' Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and ' trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: ' The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may ' require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he /she is employed on such work, to work in excess of 40 hours in such workweek unless such ' laborer, mechanic, watchman, or guard receives compensation at a rate not less than one - and- one -half times his /her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 130K 1 1 1 1] 'J J it fl labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. C. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029 - 005 - 0014 -1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his /her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 1. that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; 3. that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2d of this Section V. 130M 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Vill 1 a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. SAFETY: ACCIDENT PREVENTION In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his /her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 130 -0 ' X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, ' Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: ' 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91 -604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et sec., as amended by Pub.L. 92 -500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. ' 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the ' Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 ' through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION ' 1 1. Instructions for Certification - Primary Covered Transactions: (Applicable to all Federal -aid contracts - 49 CFR 29) ' a a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. ' b b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective ' p participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an ' e explanation shall disqualify such a person from participation in this transaction. 130Q u fl 1 n 1 Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- - Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3 -year period preceding this application /proposal had one or more public transactions (Federal, State or local) terminated for cause or default. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification -Lower Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. 1305 1 IXII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING ' i. Except for transactions authorized under paragraph a of these instructions, if a ' participant in a covered transaction knowingly enters into a lower tier covered ' transaction with a person who is suspended, debarred, ineligible, or voluntarily ' excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction ' originated may pursue available remedies, including suspension and/or debarment. employee of any Federal agency, a Member of Congress, an officer or employee of Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - -Lower ' Tier Covered Transactions: ' 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, tloan, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. ' 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this ' proposal. IXII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING ' (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of ' his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the ' undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of ' any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, tloan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to ' any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit ' Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. ' 130U ri Lei 1 1 1 1 1 1 1 1 ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. C. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph 1c shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which he estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, he shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. If, within 1 week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1c above. 5. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. IKINIM J Li I u 1 I� Under Section Il, in accordance with standard specification 1- 08.1(1) and applicable RCWs a new paragraph 8d is added as follows: The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract and/or agreement no later than ten (10) days from the receipt of each payment the prime contractor receives from WSDOT or its sub - recipients. The prime contractor agrees further to return retainage payments to each subcontractor within ten (10) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the WSDOT. This clause covers both DBE and non -DBE contractors. Under Section IV, the applicability statement is supplemented with the following: (Applicable to all ARRA funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right -of -way.) Under Section IV, Paragraph 2b(4) is deleted. Under Section IV, Paragraph 4, "and helpers" is deleted from the title. Under Section IV, Paragraph 4a(1), add: The provisions in this section allowing apprentices to work at less than the predetermined rate when they are registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a requirement for the Contractor to pay apprentices the full applicable predetermined rate in the event a State Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws approval, of an apprenticeship program. Under Section IV, Paragraph 4c is deleted. Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper ". Under Section IV, Paragraph 7 is revised by deleting "helpers ". Under Section V, the applicability statement is supplemented with the following: (Applicable to all ARRA funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right -of -way.) Under Section V, Paragraph 2a is revised by deleting "helpers ". Amendment to Form FHWA 1273 Revised March 26, 2009 130Y CONTRACT 1k THIS AGREEMENT, made and entered into in triplicate, this � day of _, 2010, by and between the City of Yakima, hereinafter called the Owner, and WEST COAST CONSTRUCTION CO., 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: $417,189.00, for Yakima DFI — Phase 4 'A' Street; Pedestrian Streetside Improvements, City Project No. 2299, 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 (40) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11th 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 r� �,�,,��� this day of _°'°` 4 2010. ' Ci nager� Attest: rcfy City Clerk A K I Mq i SEA) 1 �SNI 1i G'\0 11 // � // CONTRACTOR 4JE5; _CON'S 4cw5( c 7N ,a Corporation C tractor By: , I �vtiTE2 Sa�� (Print Name) Its: Zoe" SEc- 17R6kS. (President, Owner, etc.) Address: P. d �� y19 PERFORMANCE BOND Bond number 105395423 BOND TO CITY OF YAKIMA KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, West Coast Construction Co., Inc. a Washington Corporation as Principal and Travelers Casualty and Surety Company of aAmerica corporation organized and existing under the laws of the Slate of Connecticut as a surety corporation, and qualified under the laws of the Stale 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 $ 4 1 7 , 1 8 9 . 0 0 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 1 2 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 2010, the City Manager and City Clerk of the CITY OF YAKIMA has let or Is about to let to the said West Coast Construction Co Inc , the above hounded Principal, a certain contract, the said contract being numbered 2299 , and providing for Ya lc i m a nF T Ph a s P 4 (which contract is referred to herein and Is made a part hereof as though attached hereto), and, A Street (3rd St to 6th St.) 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 West Coast Construction Co. , 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, their employees, agents, and elected or appointed officials, harmless from any damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any sub-contractor In the performance of said work and shall indemnify and hold the CITY OF YAKIMA, 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. West Coast Construction Cc,., Inc / (contractor) tp By: / 1Apij T ' (Print Name) Approved a o rm: Its: P '— / Z26-7_A-,7_ (President, Owner, eta..) (Cily, Atlomey) Travelers Casualty and Surety Company of (Surety) America By: - _ Jef rey L. Stewart (Print Name) ire. Attorney In Fact WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1► POWER OF ATTORNEY TRAVELERS;' 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. 219947 Certificate No. 003138239 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 Jeffrey L. Stewart, Frank S. McAllister, and Lynette C. Grandy of the City of Kirkland , State of Washinotnn , their true and lawful Attomey(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 July 2009 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 21 st St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company GASUq iY yFIPE 6 �N..: w.i t 1NSU pIYY ANO SYq( Y yros G i y9 Q"• . 7 4,i ..'L p 4 F p LOV'VOMG (, r ���• NCD/iPD�WiFD t �1.011PORAPt -.A R' PORAT ':� 4 q� s� • D � 1951 � :,SEAL io"'�`�SS1iLi ;� �' u \ !s ,n 1iY d. "�'FC�•" a � � sir i O' a .ti j t. a': s ., ! �, . 4� State of Connecticut City of Hartford ss. By: Georg Thompson, nior ice President On this the 21St day of July 2009 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., 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. 0•Tn In Witness Whereof, I hereunto set my hand and official seal. TM My Commission expires the 30th day of June, 2011. 58440 -4 -09 Printed in U.S.A. THIS POWER OF ATTORNEY IS INVALID Marie C. Tetreault, Notary Public McDonald Insurance Group, Inc. P.O Box 3089 Kirkland, WA 98033 Date August 23, 2010 RE: Certificate of liability attached to this memo This certificate of liability insurance does not necessarily imply that primary coverage or other additional insured requirements are provided for the additional insured(s) unless an endorsement is attached specifying these coverages. This certificate does not necessarily comply with all contract requirements between the named insured and the additional insured(s). All involved parties should have their attorney review the policy for actual coverage and compliance with their written agreement or contract. McDonald Insurance Group, Inc. Rev 9/08 co F LIABILITY INSURANCE DATE (MM /DD /YY0 � CERTIFICAT E O S 6,23,2010 PRODUCER 425.827.7400, Fax425.827.7402 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ' McDonald Insurance Group Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 416 6th St S ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PO Box 3089 Kirkland WA 980833089 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A: Western National Assurance West Coast Construction Co., Inc. INSURER B: PO Box 419 INSURER C: INSURER D: Woodinville WA 98072 INSURER E: C(IVFRAnFS 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 A DD'L POLICY EFFECTIVE POLICY EXPIRATION POLICY NUMBER ATE MM1DDlYYYY TE MM /DD/YYYY LIMITS GENERAL LIABILITY jCpp 1009640 01 05/01/2010 05/01/2011 EACH OCCURR ENCE $ 1, 000, 000 R - f X COMMERCIAL GENERAL LIABILITY PREMISES IEa occurrence) $ 300,000 A I CLAIMS MADE L OCCUR MED EXP (Any one person) $ 10,000 X $5,000 DEDUCTIBLE_ PERSONAL & ADV INJURY $ 1,000,000 X CG2503 ATTACHED GENERAL AGGREGATE _ $ 2,000_,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 7X1 PRO- POLICY LOC AUTOMOBILE LIABILITY CPP 1008319 01 05/01/2010 05/01/2011 I COMBINED SINGLE LIMIT X_ (Ea accident) $ 1,000,000 ANY AUTO A ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (Per accident) - PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ _. AUTO ONLY: AGG $ EXCESS / UMBRELLA LIABILITY UMB 1001425 01 05/01/2010 I', 05/01/2011 EACH OCCURRENCE $ 51.000,000 _ X OCCUR J CLAIMS MADE AGGREGATE $ 5,000,000 S A DEDUCTIBLE $ X RETENTION $ 10,000 S ycjjgp(Z(j�1p�Q�� A �CPP 1009640 01 05/01/2010 05/01/2011 WC STATU- OTH- TORYLWS KWMPLOYERS' LIABILITY Y / N — ANY PROPRIETOR /PARTNER /EXECUTIVE E.L. EACH ACCIDENT $ 1,000,000 OFFICER /MEMBER EXCLUDED> ❑ — S 1,000,000 (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE If yes describe under - SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/ LOCATIONS /VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS RE: Yakima DFI Phase 4 - A Street (3rd St to 6th St) #2299 City of Yakima, their agents, employees and elected or appointed officials are named additonal insureds with respects to work performed by the named insured as required by written contract per form WN GL 49 attached CERTIFICATE HOLDER CANCELLATION (50 9) 57 6- 67 92 City of Yakima 129 N 2nd Street Yakima, WA 98901 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL KI'�AiYA XXMAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, K1XWXFX)(0WX�($(i" AUTHORIZED REPRESENTATIVE Jeffrey Stewart /KATHY 'ACORD 25 (2009/01) © 1988 -2009 ACORD CORPORATION. All rights reserved. INS025,occc,, The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY WN GL 49 01 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU PRIMARY AND NONCONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to ' include as an additional insured any person or or- ganization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that ' such person or organization be added as an addi- tional insured on your policy. Such person or or- ganization is an additional insured only with respect ' to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 'I. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; ' in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional ' insured under this endorsement ends when your operations for that additional insured are com- pleted. ' B. The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy, whichever is less. These Limits of Insur- ance are inclusive of, and not in addition to Limits of Insurance shown in the Declarations. C. With respect to the insurance afforded to these ' additional insureds, the following additional exclu- sions apply: This insurance does not apply to: ' 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the render- ing of, or the failure to render, any professional ' architectural, engineering or surveying services, including: a. The preparing, approving, or failing to pre- pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions; or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as a part of the same project. D. As respects the coverage provided under this en- dorsement, Paragraph 4.b. of the Other Insurance Condition is deleted and replaced by the following: 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contin- gent or on any other basis unless the written contract or agreement described in A. above specifically requires that this insurance be provided on either a primary basis or a pri- mary and noncontributory basis. WN GL 49 01 09 Includes copyrighted material of Insurance Services Office Inc. with its permission. Page 1 of 1 11 POLICY NUMBER: CPP 1009640 01 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): COVERAGE APPLIES TO CERTIFICATES OF INSURANCE REFERENCING FORM CG2503- Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes le- gally obligated to pay as damages caused by "occurrences" under Section 1 — Coverage A, and for all medical expenses caused by acci- dents under Section I — Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Proj- ect General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project Gen- eral Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products - completed oper- ations hazard ", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations malting claims or bringing "suits ". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Desig- nated Construction Project General Aggre- gate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products - completed Opera- tions Aggregate Limit, whichever is ap- plicable; and ' CG 25 03 05 09 0 Insurance Services Office, Inc., 2006 Page 1 of 2 Wolters Kluwer Financial Services I Uniform FormsTM 1 1 1 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 1201 139 PREVAILING WAGE RATES Department of labor & Industries Statement Federal Wage Rates Prevailing Wage Rates for Yakima County DOLT - Manufacture & Fabrication Notice 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. In as much as the contractor will be held responsible for paying the prevailing wages, it is imperative that ' all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. ' In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You ' may submit your request to: ' Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504 -4540 ' Telephone: 360- 902 -5335 P] is 1 141 ' GROUP 8: Assistant Tender, ROV Tender /Technician GROUP 9: Manifold Operator -Mixed Gas ' ZONE PAY: ZONE 1 0 -40 MILES FREE ZONE 2 41 -65 MILES $2.25 /PER HOUR ' ZONE 3 66 -100 MILES $3.25 /PER HOUR ZONE 4 OVER 100 MILES $4.75 /PER HOUR DISPATCH POINTS: ' CARPENTERS /MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS /PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of ' established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of ' employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established ' residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). ' DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50 -100 feet $2.00 per foot 101 -150 feet $3.00 per foot ' 151 -220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: ' 0 -25 feet Free 26 -300 feet $1.00 per Foot SATURATION DIVING: ' The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. ' WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except ' dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: ' Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: ' LEVEL D + $,25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. ' LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. ' LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit ". 1 143 7 L 1 CARP0003 -006 06/01/2007 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS IZONE 1: Rates Carpenters: CARPENTERS ..................$ 27.56 DIVERS TENDERS ..............$ 30.28 DIVERS ......................$ 68.84 DRYWALL .....................$ 27.56 MILLWRIGHTS .................$ 28.04 PILEDRIVERS .................$ 28.04 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 Fringes 13.30 13.30 13.30 13.30 13.30 13.30 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective ' city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more miles of the respective city of than 40 miles and less than 50 the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ' ZONE 5: Projects located more miles of the respective city of than 60 miles the above mentioned and less than 70 cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities ' ---------------------------------- CARP0770 -003 06/01/2009 ----------------- Rates Fringes ' Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN ' (WEST OF THE 120TH MERIDIAN) MATERIAL ...................$ AND YAKIMA COUNTIES CARPENTERS ON CREOSOTE 25.25 11.97 CARPENTERS .................$ 35.39 11.97 DIVERS TENDER ..............$ 39.15 13.08 ' 145 Ll u L� J CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center 1 147 Zone Pay: 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour ' Over 45 radius miles $1.50 /hour ---------------------------------------------------------------- ELEC0046 -001 06/01/2009 rCALLAM, JEFFERSON, KING AND KITSAP COUNTIES ' Rates CABLE SPLICER ....................$ 44.89 Fringes 3% +15.71 ELECTRICIAN ......................$ 40.81 3% +15.71 ' ------------------------ --------------------------- * ELECO048 -003 01/01/2010 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER ....................$ 39.66 $16.58 ELECTRICIAN ......................$ 36.05 HOURLY ZONE PAY: $16.58 Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria ' Zone Pay: Zone 1: 31 -50 miles $1.50 /hour Zone 2: 51 -70 miles $3.50 /hour ' Zone 3: 71 -90 miles $5.50 /hour Zone 4: Beyond 90 miles $9.00 /hour *These are not miles driven. Zones are based on Delorrme Street Atlas USA 2006 plus. --------------------------- - - - - -- ------------------- - - - - -- 1 147 LI IZone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: Group 1A ...................$ 35.79 15.15 Group 1AA ..................$ 36.36 15.15 ' Group 1AAA .................$ 36.92 15.15 Group 1 .....................$ 35.24 15.15 Group 2 .....................$ 34.75 15.15 Group 3 .....................$ 34.33 15.15 tGroup 4 .....................$ 31.97 15.15 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) - $1.00 ' Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, ' Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with t attachments); Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type ' GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; ' Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders - overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers - asphalt plant; ' Motor patrol graders- finishing; Piledriver (other than crane mount); Roto- mill,roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, ' articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes -over 75 hp; Transfer material service machine - shuttle buggy, blaw knox- roadtec; Truck crane oiler /driver -100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments; A -frame crane over 10 tons; ' 149 1 Power equipment operators: GROUP 1A ...................$ 23.21 11.05 GROUP 1 .....................$ 23.76 11.05 GROUP 2 .....................$ 24.08 11.05 GROUP 3 .....................$ 24.69 11.05 GROUP 4 .....................$ 24.85 11.05 GROUP 5 .....................$ 25.01 11.05 GROUP 6 .....................$ 25.29 11.05 GROUP 7 .....................$ 25.56 11.05 GROUP 8. .$ 26.66 11.05 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 ' Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, ' diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Hydro- seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with ' operable blade; Welding Machine; Crane Oiler- Driver (CLD required) & Cable Tender, Mucking Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas ' diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer ' (portable- concrete); Pavement Breaker, Hydra -Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self - propelled); Railroad Power Tamper Operator (self - propelled); Railroad Tamper Jack Operator (self - propelled; Spray Curing Machine (concrete); Spreader Box (self - propelled); Straddle Buggy (Ross & ' similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine ' (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader ' (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer /Tractor (up to D -6 or equivalent) and Traxcavator; Traverse ' Finish Machine; Turnhead Operator 1 151 1 1 1 1 1 1 7I7 LEI 1 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS.ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): Rates Power equipment operators: GROUP 1A ...................$ 35.79 GROUP 1AA ..................$ 36.36 GROUP 1AAA .................$ 36.92 GROUP 1 .....................$ 35.24 GROUP 2 .....................$ 34.75 GROUP 3 .....................$ 34.33 GROUP 4 .....................$ 31.97 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) _ $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS Fringes 15.15 15.15 15.15 15.15 15.15 15.15 15.15 GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoe3-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9 HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self - propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer /deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives - all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off -road equipment- under 153 ' GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger - mechanical; Power plant; Pumps- water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator ' FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of ' the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. 1 1 1 1 1 1 HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. ---------------------------------------------------------------- ENGI0701 -002 01/01/2010 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Power equipment operators: (See Footnote A) GROUP 1 .....................$ 37.27 GROUP 1A ....................$ 39.13 GROUP 1B ....................$ 41.00 GROUP 2 .....................$ 35.64 GROUP 3 .....................$ 34.64 GROUP 4 .....................$ 33.71 GROUP 5 .....................$ 32.60 GROUP 6 .....................$ 29.61 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 Fringes 11.50 11.50 11.50 11.50 11.50 11.50 11.50 11.50 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 155 ' TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES - EXCAVATOR: ' Excavator over 130,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (without luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; ' HYDRAULIC HOES- EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self- loading, paddle wheel, auger type, finish and /or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi- engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); ' Hydro Axe (loader mounted or similar type); COMPACTORS SELF - PROPELLED: Compactor Operator, with blade; Compactor Operator, multi- engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K -17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; ' Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel - Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller - Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel- ' electric Engineer; Jack Operator, elevating barges, Barge Operator, self- unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel - Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator ' Operator; Diesel - electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type ' up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; ' PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator,single engine, single scraper; Self - loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, ' 157 1 1 1 BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler- Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self - propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator IRON0014 -005 07/01/2009 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER .......................$ 30.79 1740 ----------- - - - - - -- * IRON0029 -002 07/01/2010 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER ....................... $ - 33_62 ------- - - - - -2 110- - - - - -- * IRON0086 -002 07/01/2010 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER $ 31.09 21.10 - - - - - -- * IRON0086 -004 07/01/2010 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER .......................$ 37.67 21.10 ---------------------------------------------------------- - - - - -- LAB00001 -002 06/01/2009 ZONE 1: Rates 159 Fringes Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT ' LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates 159 Fringes ' combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power; Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); ' Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer ' GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re- Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line). ---------------------------------------------------------------- * LAB00238 -004 06/01/2010 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN,PEND OREILLE, STEVENS, SPOKANE, WALLA ' WALLA AND WHITMAN COUNTIES Rates Fringes ' Laborers: ZONE 1: GROUP 1 ....................$ 20.76 9.40 GROUP 2 ....................$ 22.86 9.40 ' GROUP 3 ....................$ 23.13 9.40 GROUP 4 ....................$ 23.40 9.40 GROUP 5 ....................$ 23.68 9.40 GROUP 6 ....................$ 24.85 8.75 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. ' LABORERS CLASSIFICATIONS ' GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer /Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) ' GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean -up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean -up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, ' Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right -of -way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete ' crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete ' Saw, walking; Demolition Torch; Dope Pot Firemen, non - mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, ' 161 ' BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. ' LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); ' Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); ' Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher ' (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility ' lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; ' Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake - Setter; Tunnel - Muckers, Brakemen, Concrete Crew, Bullgang (underground) ' GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber - mounted drills, and other similar types including at ' crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole ' Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and ' Timbermen; Vibrator; Water Blaster 1 163 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 * PAIN0005 -006 07/01/2009 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Painters: Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting ............ $ 21.50 7.98 Over 30' /Swing Stage Work..$ 22.20 7.98 Brush, Roller, Striping, Steam - cleaning and Spray .... $ 15.09 6.78 Lead Abatement, Asbestos Abatement ...................$ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055 -002 07/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: Brush & Roller ..............$ 19.59 7.24 High work - All work 60 ft. or higher ...............$ 20.34 7.24 Spray and Sandblasting ...... $ 20.19 7.24 PAIN0055 -007 08/13/2009 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT - - - -- STRIPER----------------------------------------------------------- $3082 8.62 165 1 IRates Fringes Zone Differential (Add To Zone 1 Rates): ' Zone 2 - $0.65 ZONE 1 Zone 3 - 1.15 ' Zone 4 - 1.70 ' Zone 5 - 3.00 GROUP 2 ....................$ BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ' ZONE 1: Projects within 30 miles of the respective city hall GROUP 4............$ ZONE 2: More than 30 miles but less than 40 miles from the ' respective city hall. 27.63 12.75 ZONE 3: More than 40 miles but less than 50 miles from the ' respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the 27.99 12.75 respective city hall. ' ZONE 5: More than 80 miles from the respective city hall Zone 2 - $0.65 TEAM0037 -002 06/01/2009 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line ' made by extending the north boundary line of Wahkiakum County Zone 4 - 1.70 west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES IRates Fringes Truck drivers: ZONE 1 ' GROUP 1 ....................$ 26.90 12.75 GROUP 2 ....................$ 27.02 12.75 GROUP 3 ....................$ 27.15 12.75 GROUP 4............$ 27.41 12.75 ' GROUP 5.......... .•...... ..$ 27.63 12.75 GROUP 6 ....................$ 27.79 12.75 GROUP 7 ....................$ 27.99 12.75 ' Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 ' BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ' ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ' ZONE 3: More than 40 miles but respective city hall. less than 50 miles from the ZONE 4: More than 50 miles but less than 80 miles from the t respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS ' GROUP 1: A Frame or Hydra lifrt truck w /load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete ' Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material ' 167 1 ' ZONE A: GROUP 1: ................... $ 31.87 14.60 GROUP 2: ................... $ 31.03 14.60 GROUP 3: ................... $ 28.22 14.60 ' GROUP GROUP 4 :.$ 23.25 5: .$ 31.42 .................. 14.60 14.60 ZONE B (25 -45 miles from center of listed cities *): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities *): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE ' SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON 1 1 1 1 I �I TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four - Wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity 1 169 1 1 fl TEAM0760 -002 06/01/2009 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: GROUP 1 ....................$ 20.02 10.86 GROUP 2 ....................$ 22.29 10.86 GROUP 3 ....................$ 22.79 10.86 GROUP 4 ....................$ 23.12 10.86 GROUP 5 ....................$ 23.23 10.86 GROUP 6 ....................$ 23.40 10.86 GROUP 7 ....................$ 23.93 10.86 GROUP 8 ....................$ 24.26 10.86 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber - tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001- 16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) 171 I'] L 1, 1-1 LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self- contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15 /hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling 1 173 Footnote A - Anyone working on a HAZMAT job, where HAZMAT ' certification is required, shall be compensated as a premium, in additon to the classification working in as follows: tLEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. I'] L 1, 1-1 LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self- contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15 /hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling 1 173 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 1M 5D MILLWRIGHT $48.36 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $47.56 1M 5D SAWFILER $37,22 1M 5D SHINGLER $37.22 1M 5D STATIONARY POWER SAW OPERATOR $37.22 1M 5D STATIONARY WOODWORKING TOOLS $37,22 1M 5D CEMENT MASONS JOURNEY LEVEL $35.30 IN 5D DIVERS & TENDERS DIVER $100.28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 5D SURFACE RCV & ROV OPERATOR $52,23 1 M 5D SURFACE RCV & ROV OPERATOR TENDER $48.85 1 B 5A DREDGE WORKERS ASSISTANT ENGINEER $49.57 IT 5D 8L ASSISTANT MATE (DECKHAND) $49.06 IT 5D 8L BOATMEN $49.57 IT 5D 8L ENGINEER WELDER $49.62 IT 5D 8L LEVERMAN, HYDRAULIC $51.19 IT 5D 8L Page 1 175 YAKIMA COUNTY EFFECTIVE 3 -03 -2010 177 (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 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 SD 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 51D CEMENT FINISHER TENDER $31.61 1H 51D CHANGE -HOUSE MAN OR DRY SHACKMAN $31.61 1H 5D CHIPPING GUN (OVER 30 LBS) $32.16 1 H 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 51D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $31.61 1H 51D DITCH DIGGER $31.61 1H 51D DIVER $32.55 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $32.16 1H 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 SD FALLER /BUCKER, CHAIN SAW $32.16 1H SD FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $27.02 1H 5D construction debris cleanup) FINE GRADERS $31.61 1H 5D FIRE WATCH $29.65 1H 5D FORM SETTER $31.61 1H 51D GABION BASKET BUILDER $31.61 1H 51D GENERALLABORER $31.61 1H 5D GRADE CHECKER & TRANSIT PERSON $32.55 1H 5D GRINDERS $31.61 1H 5D GROUT MACHINE TENDER $31.61 1 H 50, GUARDRAIL ERECTOR $31.61 1H 5D HAZARDOUS WASTE WORKER LEVEL A $32.55 1H 5D HAZARDOUS WASTE WORKER LEVEL B $32.16 1 H 5D Page 3 177 1 1 1 1 YAKIMA COUNTY EFFECTIVE 3 -03 -2010 (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 IM 5D MARBLE SETTERS JOURNEY LEVEL $38.62 1M 5A METAL FABRICATION (IN SHOP) FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 MODULAR BUILDINGS JOURNEY LEVEL $14.11 1 PAINTERS JOURNEY LEVEL $28,12 1W 6Z PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50.39 IT 5D SP ASSISTANT ENGINEERS $47.12 IT 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50.94 IT 5D 813 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 SP 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 SP 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 SP CONCRETE FINISH MACHINE - LASER SCREED $47.12 IT 5D 8P CONCRETE PUMPS $49.48 IT 5D SP CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 IT 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50.39 1 T 5D SP METERS CONVEYORS $49.48 IT 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 IT 5D 8P CRANE, FRICTION OVER 200 TONS $52,07 1T 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.48 IT 5D 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $49.90 1 T 5D 8P Page 5 179 1 1 0 1 0 YAKIMA COUNTY EFFECTIVE 3 -03 -2010 REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $28.11 1 (See Benefit Code Key) JOURNEY LEVEL Over 1 RESIDENTIAL CARPENTERS PREVAILING Time Holiday Note Classification WAGE Code Code Code REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 IT SD 8P EQUIP 1 RESIDENTIAL ELECTRICIANS RIGGER AND BELLMAN $47.12 IT SD 8P ROLLAGON $50.39 IT 50 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 SD 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 50 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 1 B 61 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $10.00 1 RESIDENTIAL LABORERS JOURNEY LEVEL $11.02 1 Page 7 181 YAKIMA COUNTY EFFECTIVE 3 -03 -2010 Page 9 183 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A SPECIAL APPARATUS INSTALLER I $32.27 2B 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 2B 5A TELEVISION GROUND PERSON $17.18 2B 5A TELEVISION LINEPERSON /INSTALLER $22.73 213 5A TELEVISION SYSTEM TECHNICIAN $27.09 213 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $30.02 2B 5A TERRAZZO WORKERS JOURNEY LEVEL $30.37 1M 5A TILE SETTERS JOURNEY LEVEL $30.37 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $26.29 1M 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 Page 9 183 Cl 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 YES NO 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 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. X See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. )( 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe -Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 1 185 VA 1 1 1 1 1 1 1 1 1 1 WSDOTs Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction X requirements. Shop drawings are to be provided for approval prior to casting V_ 22. ault 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. 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 181 4 fl 1 I_I Ll I -j L WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 35 Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for X approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure X shall be galvanized after fabrication in accordance with AASHTO -M -111. 377 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 Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated x to conform with methods and material as specified on Std. Plans. See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) X See Std. Plans. Supplemental to Wage Rates ' 3/3/2010 Edition, Published March, 2010 1 189 C-9 1 1 1 1 1 1 1 1 1 1 1 1 1 WSDOTs Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons 56. Epoxy - X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 191 M 1 1 1 1 1 1 1 1 1 1 1 1 1 METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Waqe Code Code FITTER LABORER LAYEROUT MACHINE OPERATOR PAINTER WELDER MACHINE OPERATOR FITTER WELDER FITTERfWELDER PAINTER FITTER LABORER MACHINE OPERATOR PAINTER WELDER FITTER LABORER MACHINE OPERATOR WELDER Counties Covered: CLARK $27.49 $19.21 $28.77 $28.77 $25.31 $26.89 Counties Covered: COWLITZ $25.33 $25.33 $25.33 Counties Covered: GRANT $10.79 $8.55 Counties Covered: KING $15.86 $9.78 $13.04 $11.10 15.48 Counties Covered: KITSAP $26.96 $8.55 $13.83 $13.83 Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 193 1E 6H 1E 6H 1E 6H 1E 6H 1E 6H 1E 6H 1B 6V 1B 6V 1B 6V 1 1 I I 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2010 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Waoe Code Code Supplemental to Wage Rates 3/3/2010 Edition, Published March, 2010 195 `VA Counties Covered: THURSTON FITTER $27.10 21-1 6T LABORER 16.91 21J 6T LAYEROUT $30.63 21J 6T MACHINE OPERATOR $20.86 21J 6T WELDER $24.74 21-1 6T Counties Covered: WHATCOM FITTER/WELDER $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 3/3/2010 Edition, Published March, 2010 195 `VA IL FII LJ 1 n 1 1 1 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • 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 3/3/2010 Edition, Published March, 2010 1 197 14 1 [J �J 1 1 1 1 [i �J (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 3/3/2010 Edition, Published March, 2010 1 199 16 1 II[ I 1 L� 1 i 1 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 HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. 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. BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF 'TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ' C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 1 201 Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF 'TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ' C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 1 201 ' 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, SIX'T'H, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS ' ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ' B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER 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). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7). K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9)• ' L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS ' DAY (9). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A ' HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. M 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 A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220'- $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'- $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR 11. 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 WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: 52.00, CLASS B SUIT: $1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50. 205 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 I PROPOSAL To the City Clerk ' Yakima, Washington ' This certifies that the undersigned has examined the location of: City of Yakima Yakima DFI - Phase 4; Pedestrian Streetside Improvements 'A' Street - N. 3rd Street to N. 6th Street City Project No. 2299 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 Ithe following schedule of rates and prices NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ' ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. 1 207 I . ITEM PROPOSAL BID SHEET City of Yakima ' Yakima DFI - Phase 4 Pedestrian Streetside Improvements 'A' Street — N. 3rd Street to N. 6th Street Citv Proiect No. 2299 t t u t 1 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 1 SPCC PLAN 1 LS 1 -07.15 ..__ 2 MOBILIZATION 1 LS 1 -09.7 2 000 $'f Z Oo0 , ° 3 PROJECT TEMPORARY TRAFFIC CONTROL 1 LS 1 -10.5 ZOOp pp D'D 4 CLEARING AND GRUBBING 1 LS 2 -01.5f OOQf 00 0 °s 5 REMOVAL OF STRUCTURE AND OBSTRUCTION 1 LS 2 -02.5 8'3oo - u° g 3 6 SAW -CUT, PER INCH DEPTH 200 LF 2 -02.5 01 �O VO oo 7 UNSUITABLE EXCAVATION INCL. HAUL 20 CY 2 -03.5 "/, 8 ROADWAY EXCAVATION INCL. HAUL 135 CY 2 -03.5 Z0. ° –° Z.7 00, "° 9 REMOVING EXISTING CEMENT CONC. SIDEWALK 1200 SY 2 -13.5 13• o —° .5600, 10 SAW CUTTING SIDEWALK MEET LINE 70 LF 2 -13.5 3, °O 7-10 OD 11 CRUSHED SURFACING TOP COURSE 145 TON 4 -04.5 Z T °O 3/?0. 12 CRUSHED SURFACING BASE COURSE 140 TON 4 -04.5 / �• 0O Z.S Z O 13 ASPHALT TREATED BASE 100 TON 4 -06.5 14 HMA CL. 1 /2in PG 64 -28 52 TON 5 -04.5 g 16 Z g o0 15 PAVEMENT REPAIR 20 SY 5 -04.5 171 Z9 ,Do 16 CONCRETE UNIT PAVERS 220 SF 5 -06.5 17 REMOVING AND REPLACING FRAME AND GRATE 1 EA 7 -05.5 3 00, o o � o D_ na 18 CATCH BASIN TYPE 1 2 EA 7 -05.5 00.0F ZFpo 00 19 ESC LEAD 4 DAY 8 -01.5 S. O� Zp, — 20 ROOT BARRIER 360 LF 8 -02.5 / z DO j Z C 21 TREE GRATE 8 EA 8 -02.5 Z 1 oe 209 Ll fJ 1 t 1 1 YAKIMA DFI - 4 'A' Street Improvements City Project #2299 ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 22 PRECAST CONCRETE PLANTER, 42 IN. DIAM 6 EA 8 -02.5 /7-00. DO -7 ZOO. C` 23 PRECAST CONCRETE PLANTER, 48 IN. DIAM. 5 EA 8 -02.5 / so B, o -7 0 v o 24 PSIPE: SCARLET SENTINEL MAPLE 7 EA 8 -02.5 66 25 PSIPE: CHANTICLEER FLOWERING PEAR 8 EA 8 -02.5 350. 100 Z-80�% 26 SOD INSTALLATION 10 SY 8 -02.5 f D t7 / 7 0 O d 27 IRRIGATION SYSTEM 1 LS 8 -03.5 ,30 so D. T 3O SDO 28 CEMENT CONC.TRAFFIC CURB AND GUTTER 600 LF 8 -04.5 3. 0-0- 7 $D O . ve 29 CEMENT CONC. SIDEWALK, 4 IN. THICK 1,310 SY 8 -14.5 3 DO V S'1/,O. of 30 CEMENT CONC. SIDEWALK, 6 IN. THICK 70 SY 8 -14.5 y0. 00 Z-Fo1g. °% 31 SIGNPOST SOCKETS 8 EA 8 -14.5 leo . Vo gDO D� 32 CEMENT CONC. SIDEWALK RAMP TYPE 1 5 EA 8 -14.5 700 Ov SOD . o d 33 CEMENT CONC. SIDEWALK RAMP TYPE 3B 10 EA 8 -14.5 700.1110- 2,00 OD 34 ILLUMINATION SYSTEM 1 LS 8 -20.5 Z So oo, °a ZSao a , o0 35 PEDESTRIAN LIGHTING SYSTEM 1 LS 8 -20.5 ,58000. S ADO O , Od 36 TREE LIGHTING SYSTEM LS 8 -20.5 OD0. 37 REPAIR OR REPLACEMENT 1 FA $50,000.00 $50,000.00 8 -30.5 TOTAL: y.��89 d 211 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we West Coast Construction Co., Inc. as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America a corporation duly organized under the laws of the State of Connecticut as Surety, hereinafter called the Surety, are held and firmly bound unto City of Yakima as Obligee, hereinafter called the Obligee, in the sum of 5% of the amount bid Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Yakima DF1 - Phase 4 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13th day of July, 2010. (Witness) r)M.J14k - (Witness) ' AIA DOCUMENT A310 • BID BOND • AIA ® • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 West Coast Construction Co., Inc. (PnOc' al) 46.0- SCC- /'''x�S (Title) Travelers Casualty and Surety Company of America (Surety) (Seat) Jeffrey L. rwart Attorney In Fact (Title) TOAVELERS Iilk Attorney -In Fact No. 219947 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY 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 United States Fidelity and Guaranty Company Certificate No. 0 0 313 8 2 2 6 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 Jeffrey L. Stewart, Frank S. McAllister, and Lynette C. Grandy of the City of Kirkland , State of Washington , their true and lawful Attomey(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 WIT Jul S WHEREOF, the Comp OOees have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of y 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 21 st St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company I�6U yrF�•� yF \PE 6 F,M IN \'��. tv ANO 6UR ,�,a1Y� r' •�(�, y- y\ay ,,� Q� ... SG9 JP�........,'94 '' a F` s �^ q�n Or 1 �' CT �' r - �A ftpllGORq�:1 Q4.i '- '1+•'_ ��, �•�� p F� � �i n NCOgPpgqTED 2 �! F ;'�, W•cp1tPRRgTf .,.,F 3 6 � �RD e 1977 g 19$1 ` �r ;SEAL 'o �: S1L ' CoNU. a�cawsr N 1896 State of Connecticut City of Hartford ss. By: Georg Thompson, nior ice President On this the 21St day of July 2009 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., 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. C,,T!? In Witness Whereof, I hereunto set my hand and official seal. itlpT A� My Commission expires the 30th day of June, 2011. p���p CIO 58440 -4 -09 Printed in U.S.A. Marie C. Tetreault, Notary Public 1 INON - COLLUSION DECLARATION ' I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly ' or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 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 be respected. 215 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." 217 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 t 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. ADOPTED BY THE CITY COUNCIL this day of 1-o-A, ' 1983. V� ' Mayor tATTEST: 44tA� City Clerk 219 [ i n 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. I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and /or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. 221 1 1 BIDDERS CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract. WEST COAST CONSTRUCTION CO., Inc certifies that: ' (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract Lit ' and; 1 1 1 1 1 as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: 7 l= 1 -J-�r��� 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) 223 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Section 3 Summary Report Economic Opportunities for Low — and Very Low- Income Persons Section back of page for Public Reporting Burden statement U.S. Department of Housing and Urban Development Office of Fair Housing And Equal Opportunity OMB Approval No: 2529 -0043 (exp. 11/3012010) HUD Field Office: 1. Recipient Name 8 Address: (street, city, state, zip) 2 Federal Identification. (grant no.) 3. Total Amount of Award: 4. Contact Person 5. Phone: (Include area code) 6. Length of Grant: 7. Reporting Period: 8. Date Report Submitted: 9. Program Code: (Use separate sheet for each program code) 10. Program Name . Part I: Employment and Training " Columns B, C and F are mandatory fields. Include New Hires in E &F A Job Category B Number of New Hires C Number of New Hires that are Sec. 3 Residents D % of Aggregate Number of Staff Hours of New Hires that are Sec. 3 Residents E % of Total Staff Hours for Section 3 Employees and Trainees F Number of Section 3 Trainees Professionals Technicians Office /Clerical Construction by Trade (List) Trade Trade Trade Trade Trade Other List Total Program Codes 1 = Flexible Subsidy 2 = Section 2021811 3 = Public/Indian Housing A = Development, B = Operation C = Modernization Page 1 of 2 225 4 = Homeless Assistance 5 = HOME 6 = HOME State Administered 7 = CDBG Entitlement 8 = CDBG State Administered 9 = Other CD Programs 10 =Other Housing Programs form HUD 60002 (6/2001) Ref 24 CFR 135 Ll C Part II: Contracts Awarded 1. Construction Contracts: A. Total dollar amount of all contracts awarded on the project B. Total dollar amount of contracts awarded to Section 3 businesses C. Percentage of the total dollar amount that was awarded to Section 3 businesses j % D. Total number of Section 3 businesses receiving contracts 2. Non - Construction Contracts: A. Total dollar amount all non - construction contracts awarded on the project/activity B. Total dollar amount of non - construction contracts awarded to Section 3 businesses C. Percentage of the total dollar amount that was awarded to Section 3 businesses I % D. Total number of Section 3 businesses receiving non - construction contracts Part III: Summary Indicate the efforts made to direct the employment and other economic opportunities generated by HUD financial assistance for housing and community development programs, to the greatest extent feasible, toward low -and very low- income persons, particularly those who are recipients of government assistance for housing. (Check all that apply.) Attempted to recruit low- income residents through: local advertising media, signs prominently displayed at the project site, contracts with the community organizations and public or private agencies operating within the metropolitan area (or nonmetropolitan county) in which the Section 3 covered program or project is located, or similar methods. Participated in a HUD program or other program which promotes the training or employment of Section 3 residents. Participated in a HUD program or other program which promotes the award of contracts to business concerns which meet the definition of Section 3 business concerns. Coordinated with Youthbuild Programs administered in the metropolitan area in which the Section 3 covered project is located. Other; describe below. Public reporting for this collection of information is estimated to average 2 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. This agency may not collect this information, and you are not required to complete this form, unless it displays a currently valid OMB number. Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u, mandates that the Department ensures that employment and other economic opportunities generated by its housing and community development assistance programs are directed toward low- and very-low income persons, particularly those who are recipients of government assistance housing. The regulations are found at 24 CFR Part 135. The information will be used by the Department to monitor program recipients' compliance with Section 3, to assess the results of the Department's efforts to meet the statutory objectives of Section 3, to prepare reports to Congress, and by recipients as self- monitoring tool. The data is entered into a database and will be analyzed and distributed. The collection of information involves recipients receiving Federal financial assistance for housing and community development programs covered by Section 3. The information will be collected annually to assist HUD in meeting its reporting requirements under Section 808(e)(6) of the Fair Housing Act and Section 916 of the HCDA of 1992. An assurance of confidentiality is not applicable to this form. The Privacy Act of 1974 and OMB Circular A -108 are not applicable. The reporting requirements do not contain sensitive questions. Data is cumulative; personal identifying information is not included. Page 2 of 2 form HUD 50002 (1112010) Ref 24 CFR 135 227 Contractor and Subcontractor or �APWashington State Lower Tier Subcontractor Department of Transportation Certification for Federal -Aid Projects (Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects) Contract Number Federal -Aid Number State Route Number Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor The contract documents for this subcontract include as part of the subcontract a special provision entitled "Required Federal -Aid Provisions ", the "Required Contract Provisions Federal -Aid Construction Contracts (FHWA 1273) ", and the minimum wage rates. I certify the above statement to be true and correct. Company Signature Title Contractor Certification To be completed and signed by the contractor Date 1. ❑ A written agreement has been executed between my firm and the above subcontractor. 2. ❑ A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor. All documents required by the special provision entitled "Required Federal -Aid Provisions" are included in the agreement for (1) or (2) marked above. I certify the above statements under Contractor Certification to be true and correct. Company Signature Title DOT Form 420 -004 EF Revised 0312008 Date ri Materially and Responsiveness The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor ' covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. ' Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer ' represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or ' subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the ' minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such ' action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" ' requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be 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. ' 231 1 1 1 1 PROPOSAL Yakima DFI - Phase 4; Pedestrian Streetside Improvements 'A' Street — 3rd Street to 6th Street City Project No. 2299 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 CERTIFIED CHECK C ❑ ($ DOLLARS PAYABLE TO THE STATE TREASURER PROPOSAL BOND F IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) & 1 O ' QPpQ 05A��OS� 6 1 ,�'-2 cD PHONE NUMBER I J � SIGNATURE F AUTHORIZED OFFICIAL(s) FIRM NAME BEST (MAST CPSM110N CO-1 (ADRESS) P.O. BOX 419 WASH. VM2 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER ? ' CI� 2 �� Al-,-,5 1 Note: 1 1 FEDERAL ID No. I Ti z� 16 17— I A5I L)1/6 In I WA STATE EMPLOYMENT SECURITY REFERENCE NO. rQ 7 7/ 2 - e!,� " z- (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. 233 n Lei 1 li BIDDER'S CHECK LIST The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not less than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be filled in for the specific trades listed. Failure to provide a complete subcontractor list at time of bid WILL NOT render the bid non - responsive, except for the specific trades listed. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBENVBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. C. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1 -07.18 (APWA) of the Standard Specifications and Special Provisions. D. DOT Form 420 -004EF Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA -1273. 235 CONSTRUCTION DETAILS Construction Details (Plans Under Separate Cover) CENTRAL 71W TRUCK GENERAL NOTE ISLAND 511' r APRON See Standard Plan F -3 for Curb Expansion and Contraction Joint spacing. 112"R.. V R. S FACE OF CURB TRUCK ROUNDABOUT LANE y TRUCK 10, 12 ROUNDABOUT LAN E APRON APRON i d• .• e r 3' FACE OF CURB r r FACE OF CURB 12' R F' 11" R 11' R 1' R CEMENT CONCRETE p .• -r— SIDEWALK OR ° TOP OF TOP 0 12' R TOP 0. F /� 1? R. i - ASPHALT CONCRETE • APRON APRON APRON ,/ 11' R PASSAGEWAY b o TOP OF Top OF IN - • ° a 7o O / - ROADWAY .s O_ O— ROADWAY • ° o ° s > ° 114" PREMOLDED JOINT FILLER ° v , ^ ROUNDABOUT LANE b 6 1 ROUNDABOUT LANE (WHEN ADJACENT TO CEMENT > ° �l CROSS SLOPE I CROSS SLOPE CONCRETE SIDEWALK) '• °' 14 I - D 1' -1P G 11" CEMENT CONCRETE ROUNDABOUT TRUCK APRON PEDESTRIAN CURB ROUNDABOUT CENTRAL ISLAND ROUNDABOUT TRUCK APRON CEMENT CONCRETE CEMENT CONCRETE CURB CEMENT CONCRETE CURB CURB AND GUTTER g• CEMENT CONCRETE 121 R + =-I SIDEWALK RAMP, II 7" R LANDING, OR DRIVE - VARIES WAY ENTRANCE ° VARIES 12 TO 24' FACE OF CURB FACE OF CURB FROM 5. TO 0 VARIES 511' 811' VARIES FROM 6" TO 0, 10"TO2Y 1' .•� FACE OF CURB ( CONTRACn FACE OF CURB 5 1l1" 1' VARIES ON SIDE OF CURB SLOPE _ _ 1' R 1l4' PREMOLDED MATCH C I" R, LEVEL I'M 777 MATCH 1/2' R 1" R MATCH LEVEL MATCH ROADWAY JOINT FILLER ROADWAY \ / ROADWAY J ROADWAY SLOPE TOP OF SLOPE \ / SLOPE TOP OF / SLOPE 12" R. ROADWAY b ,' b ROADWAY >' b TOP ROAD CEMENT CONCRETE 11' R ° 11' R 11" R. ! ROADWAY 11" R. j ROADWAY ob PEDESTRIAN CURB ° ° s > • ' O s AT SIDEWALK RAMPS 8 LANDINGS, AND DRIVEWAY ENTRANCES • y I FLUSH A WITH GUTTER �. j,• 11 12 11 1/r 1' - 6" 1 B' PAN AT SIDEWALK RAMP ENTRANCE DUAL -FACED CEMENT CONCRETE CEMENT CONCRETE DEPRESSED CURB SECTION La TRAFFIC CURB AND GUTTER TRAFFIC CURB AND GUTTER AT SIDEWALK RAMPS AND 3' D,4 DRIVEWAY ENTRANCES ��Y'SQ' pF WAS1. "', a 'm VARIES 12' TO 24" FACE OF CURB — �k¢° 1' 10'7022 1" - 611 71W -FACE OF CURB ARIES FACE OF CURB (SEE CONTRACT) FACE OF CURB 51/C 1' 3" 4' 111 "R. o�c�' Aeol S7eV, \�4 1 "R� R 11'R 1'R 1lCR SS�DNAL TOP AY ROOF TOP OF ° b TOP OF EXPIRES JULY 27,2007 Oil; ROADWAY b e b ROAWAY ° •' b ROADWAY RCIADWAY CEMENT CONCRETE CURBS e STANDARD PLAN F- 10.12 -00 SHEET 1 OF 1 SHEET 1 3I1' APPROVED FOR PUBLICATION Kevin J. Dayton 12 -20-06 DUAL -FACED CEMENT CEMENT CONCRETE MOUNTABLE CEMENT AMI Wa1 qb :, o.��.nvf Trvn•pano bn CONCRETE TRAFFIC CURB TRAFFIC CURB CONCRETE TRAFFIC CURB WTO 17 R FACE OF CENTERLINE OF FRAME CURB b GRATE -SEE NOTE 2 I 2 -1017 1S' (1.06') 1' R MATCH ROADWAY SLOPE RECESS •D • D . D D ' D •D' D > D SECTION O 5' -O-R m S' -08x4 SW PREMOLDED JOINT F01FR IT -0114 r i Iii I�iR!i I i11F -i III 6 IFrF-r�F-I r b 'LOPE THE GUTTER PAN DOWN TO rHE RECTANGULAR FRAME 12' R. 6' TOP OF 17 R ROADWAY • IV . D D ADJUSTMENT SECTION - NOT INCLUDED IN CURB AND GUTTER BID ITEM DRAINAGE STRUCTURE - NOT INCLUDED IN CURB AND GUTTER BID ITEM S -0•R. CEMENT CONCRETE CURB AND GUTTER NOTES 1. The intent of this despn is to facilitate the Complodon of Hot Mix Aspha@ pavement adjacent to a drainage skuctunL 2. The centerline of the drainage structure may differ from the centerline of the frame and grate. 0 17 1' - a' - 2'- 10 1R' e 1)7 1' FACE OF CURB T R MATCH ROADWAY SLOPE D. D . b 1' R ROADWAY J. AYT o� SECTION r or, qe znojs yo �� 5 � €tit SlONAL 1b e EXPIRES JlilY 27,2007 Yl!�11 I' CEMENT CONCRETE CURB AND GUTTER PAN -' STANDARD PLAN F- 10.16 -00 � I I SHEET 1 OF 1 SHEET i l i APPROVED FOR PUBLICATION ISOMETRIC VIEW Kevin J. Dayton 12 -20-06 �J ANI, RATED lqX Bgn1E91 MR 7 wvFDybn sra. DDp.rDD.w.rTvywlDn 6 -PR I 6' -0'R � � RECTANGULAR FRAME AND GRATE - NOT GUTTER PAN INCLUDED IN CURB AND GUTTER BID ITEM PLAN VIEW CATCH BASIN GUTTER PAN 'LOPE THE GUTTER PAN DOWN TO rHE RECTANGULAR FRAME 12' R. 6' TOP OF 17 R ROADWAY • IV . D D ADJUSTMENT SECTION - NOT INCLUDED IN CURB AND GUTTER BID ITEM DRAINAGE STRUCTURE - NOT INCLUDED IN CURB AND GUTTER BID ITEM S -0•R. CEMENT CONCRETE CURB AND GUTTER NOTES 1. The intent of this despn is to facilitate the Complodon of Hot Mix Aspha@ pavement adjacent to a drainage skuctunL 2. The centerline of the drainage structure may differ from the centerline of the frame and grate. 0 17 1' - a' - 2'- 10 1R' e 1)7 1' FACE OF CURB T R MATCH ROADWAY SLOPE D. D . b 1' R ROADWAY J. AYT o� SECTION r or, qe znojs yo �� 5 � €tit SlONAL 1b e EXPIRES JlilY 27,2007 Yl!�11 I' CEMENT CONCRETE CURB AND GUTTER PAN -' STANDARD PLAN F- 10.16 -00 � I I SHEET 1 OF 1 SHEET i l i APPROVED FOR PUBLICATION ISOMETRIC VIEW Kevin J. Dayton 12 -20-06 �J ANI, RATED lqX Bgn1E91 MR 7 wvFDybn sra. DDp.rDD.w.rTvywlDn RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN (TYP.) SIDEWALK I SIDEWALK 1 e 1 BACK EDGE OF SIDEWALK IS PARALLEL _ TO APPROACH ROADWAY (TYP.) CEMENT CONC. SIDEWALK RAMP TYPE 1 (TYP.) I I i CEMENT CONC. \ CEMENTCONC. SDEVV MMK RAW - SIDEWALK RAMP TYPE 1 TYPE 1 I PLAN VIEW PLAN VIEW LAYOUT 1 LAYOUT 2 SEE NOTE 2 SEE NOTE 2 Z - Cr - DETECTABLE WARNING PATTERN (SEE DETAIL) P MIN. f -O'MI 8' • N. LANDING RAMP 4 b H TOP OF ROADWAY CEMENT CONCRETE DEPRESSED SIDEWALK CURB b GUTTER SECTION OA (SEE NOTE 6) m 8 -? MIN K._ TOP OF 2%MA ,( � ROADWAY CEMENT CONCRETE SIDEWALK CEMENT CONCRETE CURB 8 GUTTER SECTION O (SEE NOTE 6) 12 - 0' MIN. 2% MAX. F TOP OF �( ROADWAY CEMENT CONCRETE SIDEWALK CEMENT CONCRETE CURB 8 GUTTER SECTION O (SEE NOTE 6) SIDEWA 3W EXPANSION JOINT (fYP.) (SEE STD. PLAN F- 30.10) CURB, OR C AND GUT CEMEW SIDEWALK RAMP TYPE 1 SIDEWALK PLAN VM LAYOUT 3 SEE NOTE 2 CROSSWALK PLAN VIEW SIDEWALK RAMP TYPE 1 FOR LAYOUTS 1, Z 8 3 NOTES 1. The bottom of the ramp shall have a level area (not in excess of 2% in any direction), 4' ■ 4'. y 2. Layouts 1, 2, & 3 require two (2) of this bid item: "Cement Conc. Side- walk Ramp Type 1 ". The bid item does not include the adjacent Curb (or Curb S Gutter), or Sidewalk. 3. Ramp slopes shall not be steeper than 12H:1 V. 4. To the maximum extent feasible, ramp cross slopes shall not exceed 2 %. 5. Avoid placing drainage structures, junction boxes or other obstructions In front of ramp access areas. 6. Curb & Gutter is shown, see the Contract Plans for the curb design specified. See Standard Plan F -10.12 for curb details. 7. See Standard Plan F -30.10 for sidewalk joint placement and details. RAMP a A� O ) I B MIN. I O1 A 7 518" 0— a 518" PLAN C 7/18" D 7R" THIS PATTERN AREA SHALL ELEVATION HE YELLOW IN COLOR DETECTABLE DETECTABLE WARNING PATTERN DETAIL WARNING PATTERN (SEE DETAIL) JRB AT FACE OF CURB ISOMETRIC VIEW EXPIRES JUNE 19, 2005 MM SIDEWALK RAMP TYPE 1 WITH LAYOUTS STANDARD PLAN F- 40.10 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco BakoUch Nl 10.05.07 rat nEaox ewl "ml w*E low T W -61.9 , %. D.y.lm.•I .1 Try p-.M- RADIUS POINT OF SIDEWALK RAMP 2'- 0" - DETECTABLE WARNING AND CURB RETURN 6- O'MIN. PATTERN (SEE DETAIL) RAMP SIBEWALK /LANDING N Y---------------------------------- 2,K Y MAXI - - - -- - - - - - -- CEMENT CONCRETE . x (;.. PE DESAN TRI CURB (SEE STD. PLAN F- 10.12) CURB b GUTTER (SEE NOTE 5) SECTION OB 8 I \ i RAMP CENTERLINE \ CURB, OR CURB I AND GUTTER � - / a @ \ SIDEWALK CEMENT CONCRETE SIDEWALK RAMP TYPE 38 CROSSWALK SIDEWALK CEMENT CONCRETE \ '° PEDESTRIAN CURB (TYP.) I i a ... CEMENT CONCRETE SIDEWALK RAMP TYPE 3B DETECTABLE WARNING PATTERN (-P.) (SEE DETAIL) Y B a U 6 - 0" MIN. Or - 0" MIN. BUFFER STRIP m LEVEL TOP OF 2% MAX. a ROADWAY CEMENT CEMENT CONCRETE coNCRETE gECTION OA CURB s GUTTER CURB RADIUS DETAIL CURB 2'- 0" - DETECTABLE WARNING 0. BUFFER STRIP (TYP.) 6- O'MIN. PATTERN (SEE DETAIL) RAMP SIBEWALK /LANDING 2,K Y MAXI FLUSH � /y TOP OF ROADWAY CEMENT CONCRETE . x (;.. PE DESAN TRI CURB (SEE STD. PLAN F- 10.12) CURB b GUTTER (SEE NOTE 5) SECTION OB w •• SEE CONTRACT FOR CURB RETURN RADIUS CURB, OR CURB AND GUTTER PLAN VIEW CEMENT CONCRETE SIDEWALK RAMP TYPE 38 CROSSWALK SIDEWALK RAMP TYPE 3B I LAYOUT 6 - 0" MIN. Or - 0" MIN. BUFFER STRIP m LEVEL TOP OF 2% MAX. a ROADWAY CEMENT CEMENT CONCRETE coNCRETE gECTION OA CURB s GUTTER CURB RADIUS DETAIL CURB (SEE NOTE 5) Y - 0" RAMP VARIES: 18' (TYP.) CEMENT CONCRETE PEDESTRIN CURB i (SEE STD. PLAN F- 10.12) SECTION O NOTES 1. The bottom of the ramp shaA have a level area (not in excess of 2% In any direction), 4' x 4'. 2. The Type 3B Ramp Layout requires two (2) of this bid item: "Cement Conc. Sidewalk Ramp Type 3B ". The bid item does not include the adjacent Curb (or Curb & Gutter), the Sidewalk between Ramps, or the Cement Conc. Pedestrian Curb. 3. Ramp slopes shell not be steeper than 121-1:1V. 4. Avoid placing drainage structures, junction boxes or other obstruc- tions 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 A I O B ++ W MAX l O A 1 NFL W 2 3r B 579" 112" r PLAN C 7119" 314" �L� I D 779• , 71,8' THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL IAUNIC I KW VICVV �EROY N .I 0 WdBy,� 6 -p, 31805 �O fgj t�t ONAL Q�G Igo EXPIRES AUGUST 26, 2007 SIDEWALK RAMP TYPE 30 WITH LAYOUT STANDARD PLAN F- 40.15 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -07 -07 T� erAre usro" ewn�a wrz -// W 5b o� ."..I f7.v,pr1,01, 2'- 0" - DETECTABLE WARNING 6- 0"MIN. CEMENT CONCRETE 6- O'MIN. PATTERN (SEE DETAIL) RAMP SIBEWALK /LANDING 2,K Y MAXI FLUSH � /y TOP OF ROADWAY CEMENT CONCRETE DEPRESSED PE DESAN TRI CURB (SEE STD. PLAN F- 10.12) CURB b GUTTER (SEE NOTE 5) SECTION OB (SEE NOTE 5) Y - 0" RAMP VARIES: 18' (TYP.) CEMENT CONCRETE PEDESTRIN CURB i (SEE STD. PLAN F- 10.12) SECTION O NOTES 1. The bottom of the ramp shaA have a level area (not in excess of 2% In any direction), 4' x 4'. 2. The Type 3B Ramp Layout requires two (2) of this bid item: "Cement Conc. Sidewalk Ramp Type 3B ". The bid item does not include the adjacent Curb (or Curb & Gutter), the Sidewalk between Ramps, or the Cement Conc. Pedestrian Curb. 3. Ramp slopes shell not be steeper than 121-1:1V. 4. Avoid placing drainage structures, junction boxes or other obstruc- tions 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 A I O B ++ W MAX l O A 1 NFL W 2 3r B 579" 112" r PLAN C 7119" 314" �L� I D 779• , 71,8' THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR DETECTABLE WARNING PATTERN DETAIL IAUNIC I KW VICVV �EROY N .I 0 WdBy,� 6 -p, 31805 �O fgj t�t ONAL Q�G Igo EXPIRES AUGUST 26, 2007 SIDEWALK RAMP TYPE 30 WITH LAYOUT STANDARD PLAN F- 40.15 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Ken L. Smith 02 -07 -07 T� erAre usro" ewn�a wrz -// W 5b o� ."..I f7.v,pr1,01, I 0 5 � 8" OR 12" a #3 BAR EACH CORNER #3 BAR EACH SIDE #3 BAR EACH WAY ONE #3 BAR HOOP FOR 6" HEIGHT TWO #3 BAR HOOPS FOR 12" HEIGHT RECTANGULAR ADJUSTMENT SECTION X61 PRECAST BASE SECTION Np PIPE ALLOWANCES = e MAXIMUM PIPE MATERIAL INSIDE DIAMETER REINFORCED OR 12" PLAIN CONCRETE ALL METAL PIPE 15" CPSSP * 12• (STD. SPEC. 9-05.20) STANDARD PLAN B- 5.20 -00 SOLID WALL PVC 15" (STD. SPEC. 9- 05.12(1)) PROFILE WALL PVC 15• (STD. SPEC 9 -05.12(2)) * CORRUGATED POLYETHYLENE STORM SEWER PIPE #3 BAR EACH CORNER 16" 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 Ew J. ry7T = e •ASy�Np �o� qe issea �o :6 iit EXPIRES JULY I, 2007 Y5 €� CATCH BASIN TYPE 1 STANDARD PLAN B- 5.20 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Herold J. Peterfeso 06-01 -06 �• Ran nrno" en.� wn T Wes^ Sx1. D.i� 0 , " M M M M M M M i i M M M M M M M M M M 3 ao 0 1W aOLT -DOWN HOLE (TZ ) W - 11 NC, SEE DETAIL 6 NOTE 2 I IMF SECTION O NOTES 1. This frame is designed to accommodate 20" x 24" prates or covers as shown on Standard Plans B- 30.20, B- 30.30, B-30.40 and &30.50. 2. When bolt-down grates or covers are specified in the Contract, provide two holes in the frame that are vertically aligned with the grate or cover slots. Tap each hole to accept a 518" - 11 NC x 2" allen head cap screw. Location of bolt down holes varies among different manufacturers. 3. Refer to Standard Specification "S.15(2) for additional requirements. RECESSED ALLEN HEAD CAP SCREW 5l8' -11 NCx7 1AY 3f4" GRATE Y FRAM SECTION BOLT -DOWN DETAIL SEE NOTE 2 Z /2" DETAIL O M i M M M M M M M M M M M M M i M M i 3 a k r ii 6 24• fl m U O F- W O U) fn x F- TOP SLOT - SEE DETAIL AND NOTE 1 1" OPENING NOTES 1. When bolt -down grates are specified in the Contract, provide two slots in the grate that are vertically aligned with the holes in the frame. Location of bolt -down slots varies among different manufacturers. 2. Refer to Standard Specification M5.15(2) for additional requirements. 3. For Frame details, see Standard Plan B- 30.10, 4. The thickness of the grate shall not exceed 1 5/8 ". ISOMETRIC fL - 1 7N• �I BOLT -DOWN SLOT DETAIL SEE NOTE 1 C DoE 1USgi F�'saa rs10NAL V EXPIRES jU v I, 2001 ei Y� � RECTANGULAR HERRINGBONE GRATE STANDARD PLAN B- 30.50 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfeso 06 -01-08 �, LTAIE rXdNiN 9NiI11E91 MR w.Mlqlen SN Dip aT P."_ z 0 m �a 0 DRAINAGE GRATE GRATE FRAME SEDIMENT AND DEBRIS 1 a vD FILTERED WATER TRIM Aa OVERFLOW BYPASS voD BELOW INLET GRATE DEVICE A Q . � Q SECTION VIEW NOT TO SCALE NOTES t. Size the Below Inlet Grate Device (BIGD) for the storm water structure it will service. 2. The BIGD shall have a built -in high -flow relief system (overflow bypass). 3. The retrieval system must allow removal of the BIGD without spilling the collected material. 4. Perform maintenance in accordance with Standard Specification B -01 3(15). DRAINAGE GRATE _\ - - RECTANGULAR GRATE SHOWN - RETRIEVAL SYSTEM (TYP.) �1 �) BELOW INLET GRATE DEVICE J \1 9 \ . OVERFLOW BYPASS (TYP.) ISOMETRIC VIEW n [{jam STATE OF WAS INGTON �I/ \t REGISTERED PH U LANDSCAPE ARCHITECT MARK W. MAURER CERTIFICATE NO. 000596 b6 116 bIA1w1L6A�I6E00L 16YtMM�AC11101TRR.G1! NO�M11.6/�FM661�1AO MI1U1pIO1116A.Vp119Alrp1vd11� 66r1wmnewwc 1611 >1111�T0111A1R11 ALT'�1��lM MIYOIIiI.�� STORM DRAIN INLET PROTECTION STANDARD PLAN 1- 40.20 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakot/ch M 00 -20-07 ir► �wvrlu.o1e11 s1e1. nro6e116+dT.6.o.1.n.11 m m m m ! m m m ! m i m m m m m m m m GENERAL NOTES 200 AMP TYPE 1202401• SERVICE CABINET 1. SEE STANDARD SPECIFICATION 9- 29.24, SERVICE CABINETS. Z HINGES SHALL HAVE STAINLESS STEEL OR BRASS PINS. 3. CABINETS SHALL BE RATED NEMA 3R AND SHALL INCLUDE TWO RAIN TIGHT VENTS. 4. METERING EQUIPMENT DOOR SHALL BE PAD LOCKABLE. EACH DOOR SMALL BE GASKETED. INSTALL BEST CX CONSTRUCTION CORE ON RIGHT DOOR. SEE DOOR HINGE DETAIL, SHEET 1 OF 2. 5. THE FOLLOWING EQUIPMENT WITHIN THE SERVICE ENCLOSURE SHALL HAVE AN APPROPRIATELY ENGRAVED PHENOLIC NAME PLATE ATTACHED NTH SCREWS OR RIVETS: KEY NUMBERS Z 3, 4, 6, 7, 8, 9 AND 16. KEY NUMBER 4 NAME PLATE SHALL READ: "PHOTOCELL BYPASS TEST ON" AND "PHOTOCELL TEST OFF- AUTOMATIC'. SEE SERVICE CABINET DETAIL 6. METERING ARRANGEMENTS VARY NTH DIFFERENT SERVING UTILITIES. THE UTILITY MAY REQUIRE METER BASE MOUNTING IN THE ENCLOSURE, ON THE SIDE OR ON THE BACK OF THE ENCLOSURE. THE UTILITY MAY REQUIRE THE DIMENSION BETWEEN THE DOOR AND THE FRONT OF THE SAFETY SOCKET BOX TO BE LESS THAN THE 11 INCHES SHOWN IN THE LEFT SIDE - SAFETY SOCKET BOX MOUNTING DETAIL THE CONTRACTOR SHALL VERIFY THE SERVING UTILTYS REQUIREMENTS PRIOR TO FABRICATION OF AND INSTALLING THE SERVICE EQUIPMENT. 7. DIMENSIONS SHOWN ARE MINIMUM AND SHALL BE ADJUSTED TO ACCOMMODATE THE VARIOUS SIZES MOUNnNO BLOCK OF EQUIPMENT INSTALLED. (TYP.) - SEE DETAIL 8. ALL BUSSWORK SHALL BE HIGH GRADE COPPER AND SHALL EQUAL OR EXCEED THE MAIN BREAKER RATING. ALL BREAKERS SHALL BOLT ONTO THE BUSSWORK JUMPERING OF BREAKERS SHALL NOT BE ALLOWED. BUSSWORK SHALL ACCOMMODATE ALL FUTURE EQUIPMENT AS SHOWN IN THE BREAKER SCHEDULE. 9. THE PHOTOCELL UNIT SHALL BE CENTERED IN THE PHOTOCELL ENCLOSURE TO PERMIT 380 DEGREE ROTATION OF THE PHOTOCELL WITHOUT REMOVAL OF THE PHOTOCELL UNIT OR THE PHOTOCELL ENCLOSURE. 10. ALL INTERNAL HARE RUNS SHALL BE IDENTIFIED WITH TO - FROM' CODED TAGS LABELED WITH THE CODE LETTERS AND/OR NUMBERS SHOWN ON THE SCHEDULES. APPROVED PVC OR POLYOLIEFIN WIRE MARKING SLEEVES SHALL BE USED. 11. ALL NUTS, BOLTS AND WASHERS USED FOR MOUNTING THE PHOTOCELL ENCLOSURE SHALL BE STAINLESS STEEL 12. A 1% TOLERANCE IS ALLOWED FOR ALL DIMENSIONS. 13, UNISTRUT TYPE CHANNEL AND MOUNTING HARDWARE COMPONENTS SHALL BE STAINLESS STEEL. CONDUIT CLAMPS SHALL BE HOT DIPPED, GALVANIZED STEEL OR STAINLESS STEEL. 14. INSTALL CONDUIT COUPLINGS ON ALL CONDUITS. PLACE COUPLINGS FLUSH WITH TOP OF CONCRETE FOUNDATION. 15. NOTE 15 HAS BEEN DELETED. 18. THE METER BASE PORTION OF THIS SERVICE WAS DESIGNED TO MEET METERING PORTION OF EUSERC DRAWING 309 REQUIREMENTS. 17. WHEN USING ALTERNATE DOOR HINGE: REMOVE HINGE PIN PRIOR TO WELDING HINGE TO CABINET AND PRIOR TO HOT DIP GALVANIZING CABINET. AFTER GALVANIZING, REPLACE PIN WITH BRASS PIN AND SOLDER IN PLACE. 18. VERIFY THE SERVICE UTILITY STAND-OFF DIMENSION. ADJUST THE REMOVABLE PANEL TO THE MEASUREMENT PROVIDED BY THE UTILITY COMPANY. AFTER ADJUSTMENT, CUT OFF ALL- THREAD BOLTS SO THAT NO LESS THAN 2 AND NO MORE THAN 3 FULL THREADS EXTEND PAST THE FACE OF THE NUTS DRAWN BY MARK SUJKA l — 12 ID a S - 13 1 SEE NOTE 8 VENTS 17 \ SEE DOOR HINGE DETAIL LEFT SIDE REMOVABLE 19 6 1p MOUNTING PANEL 18 1' -10" __-1 3'- 4" FRONT low "PAM TEST ON O PIpIOLTiIl SERVICE CABINET DETAIL 'o 18 12' N INSIDE FACE OF DOOR WELD TO EACH END I SrM OF MOUNTING BLOCK 3132 'j 2' x 3" END PLATE (TYP.) g L ii' MAX PHO7-PHOTOCELLTEST OFF AUMMA TIC 4C-A I 12' UNC S.S.x S' LONG ALL - THREAD, 8 PLACES 2' PLACE NUT AGAINST END TYR '�2 oil PLATE BEFORE WELDING 9lDNAL ._ nl USTMENT, SEE NOTE 18 1' -10" __-1 3'- 4" FRONT low "PAM TEST ON O PIpIOLTiIl STAND-OFF DIMENSION 1 12" (TYP.) - SEE NOTE 18 THREE 112" S.S. NUT (TYP.) WASHER - EACH SIDE OF THE PANEL FOUR 114 -20 S.S. PANHEAD PHILLIPS MACHINE SCREWS, WASHERS, AND NUTS - TOP AND BUTTOM, SPACED EVENLY 12 GA REMOVABLE PANEL 12' RETURN - WELD AT CORNERS LEFT SIDE- SAFETY SOCKET BOX MOUNTING DETAIL 1/4" x 1 1/4" CLOSED CELL - NEOPRENE GASKET CABINET DOOR 4� DOOR HINGE DETAIL ALTERNATE FOR TYPE B MODIFIED CABINET SEE NOTE 17 CABINET DOOR nn� TYR 1A3 c HINGE T,a 2" HIGH x 2' OPEN 45 3/S" BARREL LAP WELD VIEW N CABINET OR PANEL WALL 119 T'YR PIANO HINGE TYR Us PANEL DOOR 1/4" x 5/8" NEOPRENE GASKET DOOR HINGF DFTAIL SIGNAL CKT SPARE CKT KEY Ot METER BASE PER SERVING UTILITY REQUIREMENTS. AS A MINIMUM, THE METER BASE SHALL BE SAFETY SOCKET BOX WITH FACTORY INSTALLED TEST BYPASS FACILITY THAT MEETS THE REQUIREMENTS OF EUSERC DRAWING 306, 2O MAIN BREAKER (SEE BREAKER SCHEDULE) ® PHOTOCELL BREAKER (SPST 1S AMP - 120240 VOLT) O4 TEST SWITCH (SPDT SNAP ACTION, POSITIVE CLOSE 15 AMP - 120/277 VOLT - -r RATED) O5 PHOTOELECTRIC CONTROL, STD. SPEC. 9 - 2911(2) © BRANCH BREAKER (SEE BREAKER SCHEDULE) O7 SIGNAL BREAKER (SEE BREAKER SCHEDULE) OB CONTACTOR (SEE BREAKER SCHEDULE) RECEPTACLE BREAKER (SPST 2D AMP - 120240 VOLT) 10 RECEPTACLE, GROUNDED (GFCI 20 AMP - 126 VOLT) 11 NEUTRAL BUSS, 14 LUG COPPER 12 PHOTOCELL ENCLOSURE - ENCLOSURE TO BE FABRICATED FROM SAr EXPANDED STEEL MESH WITH WELDED SEAMS AND MOUNTING FLANGES. HOT DIP GALVANIZED AFTER FABRICATION. TYPE 5052 - H32 ALUMINUM WTH SS x SAT' OPENINGS EQUIVALENT TO SR" EXPANDED STEEL MESH MAY BE USED AS ALTERNATIVE MATERIAL SEE PHOTOCELL ENCLOSURE MOUNTING DETAIL SHEET 2 OF 2. 13 HINGED FRONT FACING DOOR WITH 4'x 4' MIN. POLISHED WIRE GLASS WINDOW. 11 HINGED DEAD FRONT WITH IA TURN FASTENERS OR SLIDE LATCH. 15 CABINET MAIN BONDING JUMPER BUSS SHALL BE 4 LUG TINNED COPPER. SEE CABINET MAIN BONDING JUMPER DETAIL ON SHEET 2 OF 2 18 SPARE BRANCH BREAKER (DPST 20AMP- 120240 VOLT) 17 METAL WIRING DIAGRAM HOLDER 16 1/4" DIAMETER DRAIN HOLE. DRILL BEFORE GALVANIZING. 10 MOUNTING HOLE. SEE SERVICE CABINET MOUNTING DETAILS. ® 18 CIRCUIT PANEL BOARD - MINIMUM SIZE WITH SEPARATE MAIN BREAKER. LABEL CABINET WITH BUSSMRK RATING. 120240 SERVICE CABINET DETAIL COTT OT W49yA <<n� 18 12' 1Y INSIDE FACE OF DOOR WELD TO EACH END I SrM OF MOUNTING BLOCK 3132 'j 2' x 3" END PLATE (TYP.) np. 9132 5 MIN. ii' MAX PHO7-PHOTOCELLTEST OFF AUMMA TIC 4C-A 12' UNC S.S.x S' LONG ALL - THREAD, 8 PLACES 2' PLACE NUT AGAINST END TYR '�2 (TYP.) - CUT OFF AFTER PLATE BEFORE WELDING 9lDNAL ._ nl USTMENT, SEE NOTE 18 TACK WELD FRONT VIEW SIDE VIEW 90' 2 1' SOLT TO NUT, RTTJ 4 PLACES FRONT SURFACE OF MOUNTING BLOCK DETAIL SAFETY SOCKET BOX J 12 GA - MATERIAL TO BE THE SAME AS CABINET MATERIAL STAND-OFF DIMENSION 1 12" (TYP.) - SEE NOTE 18 THREE 112" S.S. NUT (TYP.) WASHER - EACH SIDE OF THE PANEL FOUR 114 -20 S.S. PANHEAD PHILLIPS MACHINE SCREWS, WASHERS, AND NUTS - TOP AND BUTTOM, SPACED EVENLY 12 GA REMOVABLE PANEL 12' RETURN - WELD AT CORNERS LEFT SIDE- SAFETY SOCKET BOX MOUNTING DETAIL 1/4" x 1 1/4" CLOSED CELL - NEOPRENE GASKET CABINET DOOR 4� DOOR HINGE DETAIL ALTERNATE FOR TYPE B MODIFIED CABINET SEE NOTE 17 CABINET DOOR nn� TYR 1A3 c HINGE T,a 2" HIGH x 2' OPEN 45 3/S" BARREL LAP WELD VIEW N CABINET OR PANEL WALL 119 T'YR PIANO HINGE TYR Us PANEL DOOR 1/4" x 5/8" NEOPRENE GASKET DOOR HINGF DFTAIL SIGNAL CKT SPARE CKT KEY Ot METER BASE PER SERVING UTILITY REQUIREMENTS. AS A MINIMUM, THE METER BASE SHALL BE SAFETY SOCKET BOX WITH FACTORY INSTALLED TEST BYPASS FACILITY THAT MEETS THE REQUIREMENTS OF EUSERC DRAWING 306, 2O MAIN BREAKER (SEE BREAKER SCHEDULE) ® PHOTOCELL BREAKER (SPST 1S AMP - 120240 VOLT) O4 TEST SWITCH (SPDT SNAP ACTION, POSITIVE CLOSE 15 AMP - 120/277 VOLT - -r RATED) O5 PHOTOELECTRIC CONTROL, STD. SPEC. 9 - 2911(2) © BRANCH BREAKER (SEE BREAKER SCHEDULE) O7 SIGNAL BREAKER (SEE BREAKER SCHEDULE) OB CONTACTOR (SEE BREAKER SCHEDULE) RECEPTACLE BREAKER (SPST 2D AMP - 120240 VOLT) 10 RECEPTACLE, GROUNDED (GFCI 20 AMP - 126 VOLT) 11 NEUTRAL BUSS, 14 LUG COPPER 12 PHOTOCELL ENCLOSURE - ENCLOSURE TO BE FABRICATED FROM SAr EXPANDED STEEL MESH WITH WELDED SEAMS AND MOUNTING FLANGES. HOT DIP GALVANIZED AFTER FABRICATION. TYPE 5052 - H32 ALUMINUM WTH SS x SAT' OPENINGS EQUIVALENT TO SR" EXPANDED STEEL MESH MAY BE USED AS ALTERNATIVE MATERIAL SEE PHOTOCELL ENCLOSURE MOUNTING DETAIL SHEET 2 OF 2. 13 HINGED FRONT FACING DOOR WITH 4'x 4' MIN. POLISHED WIRE GLASS WINDOW. 11 HINGED DEAD FRONT WITH IA TURN FASTENERS OR SLIDE LATCH. 15 CABINET MAIN BONDING JUMPER BUSS SHALL BE 4 LUG TINNED COPPER. SEE CABINET MAIN BONDING JUMPER DETAIL ON SHEET 2 OF 2 18 SPARE BRANCH BREAKER (DPST 20AMP- 120240 VOLT) 17 METAL WIRING DIAGRAM HOLDER 16 1/4" DIAMETER DRAIN HOLE. DRILL BEFORE GALVANIZING. 10 MOUNTING HOLE. SEE SERVICE CABINET MOUNTING DETAILS. ® 18 CIRCUIT PANEL BOARD - MINIMUM SIZE WITH SEPARATE MAIN BREAKER. LABEL CABINET WITH BUSSMRK RATING. 120240 VAC OO COTT OT W49yA <<n� �S R� i O 5° ; 1 PHO7-PHOTOCELLTEST OFF AUMMA TIC 4C-A �orsTeI� 1 cps 9lDNAL ._ nl fll CKT B EXPIRES MAY 5EXPIRES MAY 5, 2005 11m] SERVICE CABINET TYPE B MODIFIED (0 - 200 AMP TYPE 120/240 SINGLE PHASE) STANDARD PLAN J -3b lJ - SIZE PER NEC. -� SHEET 1 OF 2 SHEETS MINIMUM SIZE 02 APPROVED FOR PUBLICATION V41RING SCHEMATIC Harold J. Peferfeso _03 -04-05 DI i)DDS REVISED SREETT SOCKET BDR MD.1— DETxIL EB -I WaMix SMR DNE VITA wu ngITR� RPv — rrprbhR DATE REVISIDN BT m m m m m m m m m m m m m m ' m m m m BOLTED SEE NOTE S 1 518" x 1 5B" 12 GA 2• POLICE PANEL 318" BOLT PWO FOR EACH SERVICE CABINET L CHANNEL SEE STRAP DETAIL TO SLOTTED STEEL CHANNEL SLOTTED STEEL +) Imo- , CHANNEL) NOT REQUIRED SEE NOTE 0 CAg NET MOUNTING DETAILS CHANNEL BRACKETS -_. FOR STRUT MOUN4T.IMPER (TWO REQUIRED) AND STRAP DETAIL) _ -� _ - SPRING NUT T BEVEL I2' LIT FRONT OF 8 CONDUITS AS REQUIRED. CONTROLLER 8 I PLUMB CONDUIT t 1' CABINET SERVICE 1 618" x 1 SW 12 GA SEE GENERAL NOTE 14 CABINET G � B RACKETS BOLTED pNEL 1 518" x 2 7118' 12 GA POST USE TWO - 318" BOLTS, SLOTTED STEEL CHANNEL B b WASHERS AND NUTS b BRACKETS (3 REO'D), EMBED - FOR EACH CHANNEL. 2 12' MIN. IN FOUNDATION. 8 _ `f PEEN BOLT THREADS. ANCHOR SLOTTED STEIEL b PLUMB CONDUIT! 1' (SEE SERVICE MOUNTING DETAILS AND STRAP DETAIL) 12? #4 `BARSP.) CHANNEL BRACKET EACH CORNER BOLT SIZED FOR SLOTTED STEEL 1 6B' x 2 7118' 12 GA -4:4 CHANNEL BRACKET, WITH LOCK SLOTTED STEEL CHANNEL 10'� �i:� :4 HOOPS 24 I'�� -y_') L; WASHER B SPRING NUT BRACKETS BOLTED TO (3 FOR EACH CHANNEL) POST USE TWO - 318" BOLTS, �_______ ___ 1!__________ TO UTLITY — ^___- WASHERS AND NUTS C -tf __ __.____ . ( i'vavF:.+ -F- --= =a;� CABINET BRACKET MOUNTING DETAIL ------ TO LWBNNRES —�- TO CONTROLLER CABINET FOR EACH CHANNEL. PEEN BOLT THREADS. - GROUND ROD 8 x 8 TREATED TIMBER 3 "� 3'-+{ �•- 3'-� F'-' (TYP -) r �- POST, 10' LONG RIGHT SIDE OF SERVICE CABINET CONDUIT COUPLING (IYP.) 4 13" DIAMETER DRAIN TILE SEE GENERAL NOTE 14 WITH APPROVED COVER. 9W.) SERVICE CABINET MOUNTING DETAILS FRONT OF SERVICE CABINET TO UTILITY - -- TO CONTROLLER RIGHT SIDE OF SERVICE CABINET 2"x 1!8' HOT DIPPED GALVANIZED STRAP TO LUMINAIRES CABINET FRONT OF SERVICE CABINET STRUT MOUNT GROUND ROD Q1 CABINET�� METAL WASHERS NUT PHOTOCELL RUBBER WASHER (APPLY SILICONE ENCLOSURE SEALER TO BOTH SIDES OF RUBBER FLANGE WASHER PRIOR TO INSTALLATION) NUT SERVICE CABINET 1/4'x 1' MACHINE BOLT PHOTOCELL ENCLOSURE MOUNTING DETAIL A 31S' � x P BOLT, LOCK WASHER AND NUT. (TYP.) POST MOUNT STRAP DETAIL 1B' MIN. (TYP.) -. 1' 1' TWO 44 HOOPS 114" x 2' STAINLESS STEEL BOLT WITH 2 STAINLESS STEEL NUTS. ANCHOR BOLT (TYP.) ' - ® I WITH ANTI OXIDANT COMPOUND. BELLEVILLE OONTROLL O CABINET STAINLESS STEO SPRING WASHER SEE STANDARD PLAN JAc SIDE WALL d I CABINET _ • i ~ 1•. I FILLET ,,;;, I WELD ____ _ 'CABINET FOUNDATION DETAILS', FOR DETAILS NOT SHOWN. A ALLEN HEAD ® G s/�NAL Z t ice'• -�i O DRIVE GROUND RODS BEFORE PLACING CONCRETE MOVE ROD(S) AND DRAIN TILES) NTH OOVER(S) AS REQUIRED TO 1 I, •:;; I ��_�; -_ -_O i v, ,),� ACHIEVE FULL GROUND PENETRATION. MAINTAIN AB MINIMUM CLEARANCE BETWEEN GROUND DETAILED ON STD. PLAN J40 'TYPICAL GROUNDING STAINLESS STEEL - SERVICE CABINET TYPE B =;,1 - - -- 1 ': , r.• DETAILS'. MODIFIED (0 - 200 AMP TYPE ELEVATION VIEW SIDE VIEW - _---- - •; , •` ALL CONDUITS PENETRATING CABINET SHALL BE TERMINATED WITH GROUNDING END BUSHING AND BONDED TO THE CABINET MAIN BONDING JUMPER DETAIL STANDARD PLAN J -3b x CABINET GROUNDING BUS. SHEET 2 OF 2 SHEETS � OS 4' DIAAA, x 12' DEEP SUMP. SLOPE Harold J. Peterfeso 034W -05 FOUNDATION TOWARDS SUMP. 318" DIAM. POLYETHYLENE OR COPPER DRAIN PIPE. EACH CORNER GROUND 0.00 04 BAR SLOPE TO DRAIN OUTSIDE FOUNDATION. © TO SERVICE GROUND - PER STD. PLAN J-98 PUN VIEW OF SERVICE CABINET TYPICAL GROUNDING DETAILS' METAL WASHERS NUT PHOTOCELL RUBBER WASHER (APPLY SILICONE ENCLOSURE SEALER TO BOTH SIDES OF RUBBER FLANGE WASHER PRIOR TO INSTALLATION) NUT SERVICE CABINET 1/4'x 1' MACHINE BOLT PHOTOCELL ENCLOSURE MOUNTING DETAIL A 31S' � x P BOLT, LOCK WASHER AND NUT. (TYP.) POST MOUNT STRAP DETAIL 1B' MIN. (TYP.) -. i - BUSS 114" x 2' STAINLESS STEEL BOLT WITH 2 STAINLESS STEEL NUTS. L 8 TT ZEC� LIBERALLY COAT THIS ASSEMBLY OT pA,TNI, - ® I WITH ANTI OXIDANT COMPOUND. BELLEVILLE G�'� �, ro- O CABINET STAINLESS STEO SPRING WASHER - o SIDE WALL d I 0 STAINLESS FILLET ,,;;, I WELD ____ _ � ze680 �O AI� BS, DISTt \� A ALLEN HEAD ® G s/�NAL Z i EXPIRES MAY 5.2005+�� CABINET SIDE WALL STAINLESS STEEL - SERVICE CABINET TYPE B UB' x 1 1/4"x 1 114' x WANGLE FLAT WASHER MODIFIED (0 - 200 AMP TYPE ELEVATION VIEW SIDE VIEW DETAIL A-A 1201240 SINGLE PHASE) CABINET MAIN BONDING JUMPER DETAIL STANDARD PLAN J -3b SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Harold J. Peterfeso 034W -05 RATE aFaga BIOaIEHI MlE iswaal�hglea flab Mp�aa�M of Tn•gansMa 1 1107 1 n Options: Note: Options may change without notice. Call to confirm current options. Weatherstone: Sand - Gray - Brown - Buff - Cream Light Charcoal - French Gray - Brick Red Soulard green Glass Clear - Emerald - Blue - Amber Champaign - Charcoal Custom Options Available 7 4225 Mlla�o N�161 Size: 42' Dia. x 24' H. Weight: 950 lbs. Material: Reinforced Precast Concrete. Wall Thickness: 3" thick wall at the top. Features: Westlake 2 Band. Reinforcing: 114" Dia. steel rebar. Hardware: (4) -112" Dia. threaded inserts. (3) - 518" Dia, lifting inserts. Reservoir System: Optional. Available upon request. Drain Hole: (1) -1 112" Dia. Anchoring: Optional, Maintenance: Rinse periodically with water & mild detergent. Re -seal annually. Packaging: Banded to pallet. 'NOTE: Lifting inserts are to ONLY be used when the planter is EMPTY. Westlake 2 Design -- features an 7" carved band around the top 113 of the planter. Series 2 sports an ancient Egyptian design with diagonal lines, triangles and pillars. These carvings are flush with the outside of the planter, WAUSAU TILE SITE FURNISHINGS PO Box 1520,WAUSAU, WI 54402 -1520 (800) 388 -8728 1 Ziph KOH PKIRON L� 1 ' 4.25° ' 24 1 l� i 1 TOP VIEW A DECORATIVE BAND 8" _ I A 20" -' FRONT VIEW SECTION A -A .25 "DIA STEEL REBAR 3- .625 "DIA LIFTING INSERTS i0 "DIA BEADED Irv5ERTS TF 4225 WesIlAe Planter 1.1 SUMMARY A. Section includes: Furnish Precast Concrete Planter indicated on drawings or specified herein. 1.2 REFERENCES A. American Society for Testing & Materials 1. ASTM C33 2. ASTM C150 3. ASTM C31 1.5 SUBMITTALS A. Submit product data, shop drawings and Samples. 1. Product Data: Manufacturer's specifications and technical data edited specifically for proposed system, including the following specific information: a. Detailed specification of construction fabrication. b. Manufacturer's installation instructions c. Maintenance literature d. Product warranty 2. Shop Drawings: Indicate pertinent dimensions, general construction, component connections anchoring methods, hardware and installation procedures. 3. Samples as requested by Architect. 1.6 QUALITY ASSURANCE A. Qualifications of Manufacturer: Manufacturer to be prequalified by specifier prior to bidding. Failure to comply will result in disqualification of bid. Manufacturer to have at least five years experience in the manufacturer of precast concrete planters field proven for at least five years. 1.10 WARRANTY Manufacturer shall submit a written warranty for precast products for the period of two years upon acceptance of products. 2.1 MANUFACTURERS A. Acceptable manufacturer for Precast Concrete Planters to be known as Wausau Tile, Inc. PO Box 1520, Wausau, WI 54402 -1520. (800) 388 -8728 FAX (715) 355 -4627 B. Clarification Note: Drawings and installation specification are based on manufacturers proprietary literature from Wausau Tile, Inc. Other manufacturers shall comply with minimum levels of material and detailing indicated on drawings or specified herein. C. Coloring: All Precast products for this project shall be of one manufacturer. 2.2 MATERIALS A. Portland Cement: ASTM C150 specifications for Portland Cement. B. Aggregates: All aggregates to meet ASTM C33 specifications, to be cleaned of foreign matter and properly graded to size. C. Pigments used shall be inorganic, resistant to alkalinity and used as per manufacturer's recommendations. WAUSAU TILE SITE FURNISHINGS PO Box 1520,WAUSAU, WI 54402 -1520 (800) 388 -8728 1 1/07 1 t 11 1 1 1 G 1 1 Options: Note: Options may change without notice. Call to confirm current options. Weatherstone: Sand - Gray - Brown - Buff - Cream Light Charcoal - French Gray - Brick Red Custom Options Available 79229 NU4H MilaN6 Nr1E[ Size: 48" Dia. x 35" H, Weight: 1350 lbs. Material: Reinforced Precast Concrete. Wall Thickness: 3' thick wall at the top, Features: Member of the Westlake Series. Reinforcing: 114" Dia. steel rebar, Hardware: (4) -112" Dia, threaded inserts. (3) - 518" Dia. lifting inserts. Reservoir System: Optional. Available upon request. Drain Hole: (1) -1 112" Dia. Anchoring: Optional. Maintenance: Rinse periodically with water & mild detergent. Re -seal annually. Packaging: Banded to pallet. *NOTE: Lifting inserts are to ONLY be used when the planter is EMPTY. Shown with: Westlake 1 Design -- features an 1" carved bank around the top 113 of the planter, Series 1 sports an ancient Egyptian design with a fern and floral background. These carvings are flush with the outside of the planter. Also available with: Westlake 2 Design -- features an 1" carved band around the top 113 of the planter. Series I sports an ancient Egyptian design with diagonal lines, triangles and pillars. These carvings are flush with the outside of the planter, WAUSAU TILE SITE FURNISHINGS PO BOX 1520,WAUSAU, WI 54402 -1520 (800) 388 -8728 1 G RMP RVID7102 1 1 1 1 1 � 1 1 1 TOP VIEW A DECORATIVE I BAND 35" I A f = 30" �{ FRONT VIEW SECTION A-A 8" 25 "DIA STEEL REBAR 3- .625 "DIA LIFTING INSERTS -0 "DIA 3EADED INSERTS TF 4229 W knlv 1.1 SUMMARY A. Section includes: Furnish Precast Concrete Planter indicated on drawings or specified herein. 1.2 REFERENCES A. American Society for Testing & Materials 1. ASTM C33 2. ASTM C150 3. ASTM C31 1.5 SUBMITTALS A. Submit product data, shop drawings and Samples. 1. Product Data: Manufacturer's specifications and technical data edited specifically for proposed system, including the following specific information: a. Detailed specification of construction fabrication. b. Manufacturer's installation instructions c. Maintenance literature d. Product warranty 2. Shop Drawings: Indicate pertinent dimensions, general construction, component connections anchoring methods, hardware and installation procedures. 3. Samples as requested by Architect. 1.6 QUALITY ASSURANCE A. Qualifications of Manufacturer: Manufacturer to be prequalified by specifier prior to bidding. Failure to comply will result in disqualification of bid. Manufacturer to have at least five years experience in the manufacturer of precast concrete planters field proven for at least five years. 1.10 WARRANTY Manufacturer shall submit a written warranty for precast products for the period of two years upon acceptance of products. 2.1 MANUFACTURERS A. Acceptable manufacturer for Precast Concrete Planters to be known as Wausau Tile, Inc. PO Box 1520, Wausau, WI 54402 -1520. (800) 388 -8728 FAX (715) 355 -4627 B. Clarification Note: Drawings and installation specification are based on manufacturers proprietary literature from Wausau Tile, Inc. Other manufacturers shall comply with minimum levels of material and detailing indicated on drawings or specified herein. C. Coloring: All Precast products for this project shall be of one manufacturer. 2.2 MATERIALS A. Portland Cement: ASTM C150 specifications for Portland Cement. B. Aggregates: All aggregates to meet ASTM C33 specifications, to be cleaned of foreign matter and properly graded to size. C. Pigments used shall be inorganic, resistant to alkalinity and used as per manufacturer's recommendations. WAUSAU TILE SITE FURNISHINGS PO BOX 1520,WAUSAU, W1 54402 -1520 (800) 388-8728 I = = 1 1 1 1 .I -- ' SPECIFICATIONS /DATA APRIL 2008 3/8 -16 UNC STAINLESS STEEL HEX HEAD BOLT W/ WASHER (2) S� �o COVER C C C C 1211 x 1211 PC Style (Stackable) Assembly Covers (Blank unless Joao is snecified) DESCRIPTION PART NO. WEIGHT # DESIGN /TEST LOAD # ANSI TIER' W/2 Bolts PC1212CAOO 12 5.4 k 8,000 / 12,000 8 Gasketed w/4 Bolts PC1212CGOO 12 (5.4 kg) 8,000 / 12,000 8 No Bolts PC1212WA00 12 (5.4 kg) 8,000 / 12,000 8 Heavy Duty w/2 Bolts I PC1212HAOO 12 (5.4 kg) 15,000 / 22,500 15 Gasketed Heavy Duty w/4 Bolts PC1212HGOO 12 (5.4 kg) 15,000 / 22,500 15 19 • 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. k Or—n 1/2'(13)X2'(51) PULL SLOT .5 COF SKID RESISTANT SURFACE 14 • � 2" BOX Boxes (Stackable with self- alinnina. renlaceable EZ -Nut) 1/2' (13) 1/2' (13) 1' (25) DESCRIPTION PART NO. WEIGHT # DIMENSION A DESIGNITEST LOAD # ANSI TIER' Open Bottom PC1212BA12 36 (16 kg) 12 314" (324 mm) 15,000 / 22,500 15 Open Bottom w /Gasket PC1212BG12 36 (16 kg) 12 3/4" (324 mm) 15,000 1 22,500 15 Solid Bottom PC1212DA12 41 (19 kg) 13 1/4" (337 mm) 15,000 ! 22,500 15 Solid Bottom w /Gasket I PC1212DG12 41 (19 kg) 1 13 1/4" (337 mm) 1 15,000 ! 22,500 15 Dimensions & weights in parentheses are metric equivalent. Loadings comply with ANSI /SCTE 77 (see page 9). 22 LENOIR CITY. INC. 1 1 1 1 1 1 1 1 nilazite SPECIFICATIONS /DATA 0 U Dimensions & weights in parentheses are metric equivalent. * Loadings comply with ANSI /SCTE 77 (see page 9). 25(6*4� 1) 3/8 -16 UNC CARRIAGE BOLT F'Ar COVER C C C 1311 x 2411 PC Style (Stackable) Assembly 3/B -16 UNC STAINLESS STEEL HEX HEAD BOLT 14 W/ WASHER � (362) 4• Xa 19) ail ^'s1 1/2" (13) X 4- (102) PULL SLOT SKID RESISTANT SURFACE Covers (Blank unless loan is snecifiedl DESCRIPTION PART NO. WEIGHT # DESIGN/ TEST LOAD # ANSI TIER* W/2 Bolts PC1324CA00 23 (10.4 kg) 5,000 / 7,500 5 Gasketed w/2 Bolts PC1324CG00 23 (10.4 kg) 5,000 / 7,500 5 No Bolts PC1324WA00 23 10.4 k 5,000 / 7,500 5 L 2X 4- (102) X 4- (102) MOUSEHOLES (PC1324BB only) BBXeS (Stackable with self- alianina. renlaceable EZ -Nut) covers and bolt grommets must be used with a gasketed box. educe the inflow of fluids but do not make the enclosure water tight. 11 1/4" �1/2- (286) (13) 1/2w� B t� (13) DESCRIPTION PART NO. WEIGHT # DIMENSION A DIMENSION B DESIGN/TEST LOAD # ANSI TIER* Open Bottom PC1324BA12 50 (22.7 kg) 12"(305 mm) N/A 5,000 / 7,500 5 Open Bottom w /Gasket PC1324BG12 50 22.7 k 12"(3 5 mm N/A 5,000 / 7,500 5 Open Bottom w/2 Mouseholes PC1324BB12 50 (22.7 kg) 12" (305 mm) N/A 5,000 / 7,500 5 Solid Bottom P 1324DA12 7. k 1 1" 1 mm 5,000 / 7,500 Solid Bottom w /Gasket PC1324DG12 60 27.2 k 12 1/2" 318 mm N/A 5,000 / 7,500 5 Footed Box PC1324JA12 57 (25.9 kg) 12 1/2" (318 mm) 2 7/8" (73 mm) 1 5,000 / 7,500 5 APRIL 2008 26 I6EMOIR CrrV, INC. 1 1 1 1 1 1 1 1 1 rh inzite0" SPECIFICATIONS /DATA 1/2- (13) X 4" (102) PULL SLOT 4 3�g/1 3/8 -16 UNC 5 COF SKID CARRIAGE BOLT RESISTANT SURFACE C COVER C C 2X 4" (102; MOUSEHOLE' 1711 x 3011 PC Style (Stackable) Assembly 3/8 -16 UNC STAINLESS STEEL 18 HEX HEAD BOLT (qp _;q• W/ WASHER 3�9) 0 COVerS (Blank unless loan is snecifiedl DESCRIPTION PART NO. WEIGHT # DESIGNITEST LOAD # ANSI TIER' W/2 Bolts PC1730CA00 33 (15.0 kg) 5,000 / 7,500 5 Gasketed w/2 Bolts PC1730CG00 33 (15.0 kg) 5,000 ! 7,500 5 No Bolts PC1730WA00 33 15.0 k 5,000 / 7,500 5 • Gasketed covers and bolt grommets must be used with a gaskeled box. Gaskets reduce the inflow of fluids but do not make the enclosure water tight. BOXeS (Stackable with self- alianina. replaceable EZ -Nut/ P 11 1) 1/2" (2 5) (13) 112- B I (13) DESCRIPTION PART NO. WEIGHT # DIMENSION A DIMENSION B DESIGN/TEST LOAD # ANSI TIER` Open Bottom PC1730BA12 58 (26.3 kg) 12" (305 mm) N/A 5,000 / 7,500 5 Open Bottom w /Gasket PC1730BG12 58 (26.3 kg) 12" (305 mm) N/A 5,000 / 7,500 5 Open Bottom w/2 Mouseholes PC1730BB12 58 (26.3 kg) 12" (305 mm) N/A 510001 7,500 5 Solid Bottom PC1730DA12 83 (37.6 kg) 12 1/2" (318 mm) N/A 5,000 / 7,500 5 Solid Bottom w /Gasket PC1730DG12 83 (37.6 kg) 12 1/2" (318 mm) N/A 5,000 / 7,500 5 Footed Box PC1730JA12 67 (30.4 kg) 12 1/2" (318 mm) 2 7/8" (73 mm) 5,000 ! 7,500 5 Dimensions & weights in parentheses are metric equivalent. Loadings comply with ANSI /SCTE 77 (see page 9). APRIL 2008 28 LEMOIR CITY, INC. flunzite T, SPECIFICATIONS /DATA Covers (Blank unless loco is specified) 2411 x 2411 PG Style (Stackable) Assembly DESCRIPTION PART NO. WEIGHT # DESIGN /TEST LOAD # ANSI TIER' W/2 Bolts PG2424CA00 70 (32.0 kg) 8,0001 12,000 8 Gasketed w/2 Bolts PG2424CG00 70 (32.0 kg) 8,0001 12,000 8 No Bolts PG2424WA00 1 70 32.0 k 8,000 / 12,000 8 Heavy Duty w12 Bolts PG2424HA00 100 (45.4 kg) 15,000 / 22,500 15 Gasketed Heavy Duty w/2 Bolts PG2424HG00 100 (45.4 kg) 15,000 / 22,500 15 Covers with meter lids available upon request. See page 12 or page 56 for meter lid cover load rating explanation. 3/8 -16 UNC Gasketed covers and bolt grommets must be used with a STAINLESS STEEL gasketed box. Gaskets reduce the inflow of fluids but do not HEX HEAD BOLT r 2 make the enclosure water tight. W/ WASHER (2)� �5 15)16 (g51 q 16 (6 9 COVER o " :`., .5 COF SKID Boxes (Stackable with self - alianina. renlaceable EZ Nut) RESISTANT SURFACE DESCRIPTION PART NO. WEIGHT # DIMENSION A DESIGN/TEST LOAD # ANSI TIER` Open Bottom PG2424BA24 165 (75.0 kg) 24" (610 kg) 15,000 ! 22,500 15 Open Bottom w /Gasket PG2424BG24 165 (75.0 kg) 24" (610 kg) 15,000 / 22,500 15 Open Bottom w/2 Mouseholes PG2424BB24 165 (75.0 kg) 24" (610 kg) 15,000 / 22,500 15 Solid Bottom PG2424DA24 1 185 (83.0 kg) 1 24 1/2" (622 kg) 15,000 / 22,500 15 Solid Bottom w /Gasket PG2424DG24 1 185 (83.0 kg) 1 24 1/2" (622 kg) 15,000 / 22,500 15 EXTENSION 1 13/16° (46) ExfPIlSin11S ( Stackable - ran he ugPd as a tnn nr hnttnm PxtPnsinnl 1/2" (13) x 4" (102) PULL SLOT W/ 01/4" (6) CENTER PIN 15/16�C� 2> LIFTING BOLT (4) 2x 4" (102) x 4" (102) BOX MOUSEHOLES (PG2424BB ONLY) DESCRIPTION PART NO. WEIGHT # DIMENSION A DESIGN/TEST LOAD # ANSI TIER* Open Bottom PG2424EA06 71 (32.0 kg) 8" (203 mm) 15,000 / 22,500 15 PG2424EA12 112 (51.0 kg) 14" (356 mm) 15,000 / 22,500 15 Solid Bottom PG2424RA06 96 (44.0 kg) 8 1/2" (216 mm) 15,000 / 22,500 15 PG2424RA12 130 (59.0 kg) 14 1/2" (368 mm) 1 15,000 / 22,500 15 Dimensions & weights in parentheses are metric equivalent. • Loadings comply with ANSI /SCTE 77 (see page 9). APRIL 2008 32 6EN016 CITY, INC. SPECIFICATIONS /DATA 1111azim, 24" x 36" PG Style (Stackable) Assembly and 24" x 36" PD Style Assembly POLYMER TONGUE do GROOVE 3/8 -16 UNC STAINLESS + 2 3/8 -16 UNC STAINLESS + 6 4 STEEL HEX HEAD BOLT 5/8 6 4 STEEL HEX HEAD BOLT 5/ W /WASHER (2) 3905 10 W /WASHER (2) 3905) 1D o + o + o ° �(j6) o � ° ��jb) 1�01 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 LIFTIN G BOLT 33 6 /�) (565J 4� /1 i (4) i' + B . (13) PG BOX (51)'� LIFTING BOLT (4) 2X 4" (102) X 4" (102) MOUSEHOLES (PG2436BB only) LENOIR CITY, INC. 5/ B+ 31 2X 4" (102) X 4" (102) MOUSEHOLE (PD2436BB only) PD BOX 33 25 'kk2^ 1%X- 21 r F 8. 33851 (g53� , 3/8" (21 03) (10) 4 3/4" (121) X 4 3/4" (121) G PG BOTTOM EXTENSION KNOCKOUTS (8) 26, (66m 0 E 1/2» L � (13) zS/. (51) INSERTS (4) APRIL 2008 C C Q Fillaz n SPECIFICATIONS /DATA covers (Blank unless logo 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* W12 Bolls 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) 8,0001 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) 15,000 122,500 15 Heavy Duty 2 -Piece w!2 Bolts PG2436HS00 122 (55 kg) 15,000 / 22,500 15 Heavy Duty w/2 Bolts PG2436HH00 122 (55 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) 12411- 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 / 33,750 22 PG2436BA24 180 (81.6 kg) 24" (610 mm) 21" (533 mm) 22,500 33,750 22 PG2436BA30 196 (88.9 kg) 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 224500 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) 36 112" (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 PD Boxes DESCRIPTION PART NO. WEIGHT # DIMENSION D DIMENSION E DESIGN/TEST 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) 1 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) 22,5001 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" deep box only. one oer box.) 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 22,500 133,750 22 Dimensions & weights in parentheses are metric equivalent. Loadings comply with ANSI/SCTE 77 (see page 9). APRIL 2008 34 LENOIR CITY, INC. i I i r L L cD C 0 c N ---1 01'-8" � - - Specifications POST DESCRIPTION The lighting post shall be all aluminum construction consisting of a cast base and a 12 flute shaft with a 03' x 4' Wl tenon. Two cast aluminum bolt on plant holders with irrigation holes and a bolt on flag pole holder will mount at specified heights and orientations. MATERIALS The past assembly shall be cast aluminum, (heavy wall, 356.1 alloy) formed true to pattern with complete detail. The planter arms shall be cast aluminum, (heavy wall, 356.1 alloy) formed true to pattern with complete detail and 6061 -T6 bar stock. All hardware shall be tamper resistant, stainless steel. Anchor bolts shall be hat -dip galvanized steel. DIMENSIONS The post shall be 1Z-11' in height with a 05 -1/2' to 03 -112" tapered fluted shaft, a 020 x 28" tall base and a 03" x 4" tall tenon. Plant holder shall be 11 -112' long. INSTALLATION Post provided with (4)03/4' hot dip galvanized steel L -type anchor bolts. A handhole is located in the base to provide anchorage and wiring access. FINISH The post assembly shall be shipped with a black powder coat finish. LUMINAIRE DESCRIPTION Harp Series Luminaire 150 Watt Pulse Start Metal Halide (Medium), Multi -tap Wired 240V Slipfitter for 03" by 4' tall tenon Painted Standard Holophane 'Black' Finish Asymmetric Teardrop Type IV Glass Oplics For complete specifications see Us -3176. Accessory Mounting Detail Orientation Height FPH1 /BO -CA/BK 90° 12' -5" (2)OSPAIHO -CA/BK 90° 8 270° 1 11' -9- O V -8°• BAS 270° Handho Locatic Anchorage Detail 180° RE � , -.5 3OLT IRCLE g0° 011° ENING Catalog #'s: ZNY 13Cl20- CA/BKH MOD - AB -31-4 - (2)OSPA/130-CA/B K - FPH 1 /BO-CA/BK - MH1 SPSMT384A Yakima Revitalization Yakima, WA HOLOPHANE0 ORDER #: TYPE: DRAWING ' LEADER IN LIGHTING SOLUTIONS TSG 003907 REVISION: 1 REVISION DATE: 04 -29 -08 An `iMcuityBrandsCompany DRAWN:ACH ORIGIN DATE: 04 -22 -08 PAGE:1 of 1 ' TNIS OMWING W�4NARVROVE ➢. SaaY� BECOME TIE CO�0.EiE 3vECIFI 'ON CDSIOYEA IR w TING. ON POLE ORDERS NI ANOIOR BOLT TEMPLATE MDNT W ILL DEL o AND VPON EXPRESS COM1UI1`10ry TWIT 11 WILL 407 BE USED DIRECTLY OR rOR " -1ENAI 10 BE EWtiSwEO BY rgE�E U+ IE ORDER NIOMO � . I WT OF 51rn OESGN WAY BE SVPPLIED. BVl O ' A ER APPROV, 91 il( BE SVPI I E D WITH E! H ANCkOR B T ORDER TD 4ATD THE POL E PROVIDED. TI°S MW IS THE PROPERTY OE rOlOPruNE •e1D 19 LOwNEO SUBJECT TO REI IRN V INDIRECTLY IN,wY WAY OETRPAENTAL TO OUR INTERESTS. AND ONLYIN CONNECTION YwTN 14TERM iLRNSHED BY NOLO E 72" Specifications DESCRIPTION The lighting post shall be cast iron and steel oonstructlon consisting of a cast iron damshell base and a 16 flute steel post with a 03' x 5' tail tenon, an aluminum roadway arm and two cast aluminum bolt on plant holders with irrigation holes. Anchorage Detail tao• 0 12>2' BOLT 2 CIRCLE 1�" ' ANCHOR PLATE 270' }- so• 0 8-y4" 43" - OPENING HANDHOLE 0' ' LOCATION y-, -- 024" Yakima WA Revitalization V FINISH ' BHLF /200- SCA/BK- MPU400?M 7 B4 SS MATERIALS 'LEADER INLIGHTMGSOLUTIONS ORDER #: TYPE: J & K TSG- 000868 An �cuityBrandsCompany The post assembly shag be steel. The clamshell base shall be ' DRAWN: ACH ORIGIN DATE: 1/11/05 PAGE: 4 of 5 ' cast iron, (ASTM A48 class 30) formed true to pattem with complete detail. The roadway arm shall be cast aluminum, ' 35' — 0" (heavy wall, 356.1 alloy) Formed true to pattern with complete ' I detail and 2" schedule 80 6061 -T6 pipe. All hardware shall be tamper resistant, stainless steel. Anchor bolts shall be hot -dip ' galvanized steel. DIMENSIONS The post shall be 3E -0" in height with a 09" butt tapered fluted .1196" wall shaft, a 024 x 43' tall clamshell base and a 03" x 5" tall tenoa. INSTALLATION Post provided with (4)01y4'hot dip galvanized steel L-type anchor bolts. A handhole is located in the shaft to provide wiring access. A handhoie is located in the base to provide handhole access. Anchorage Detail tao• 0 12>2' BOLT 2 CIRCLE 1�" ' ANCHOR PLATE 270' }- so• 0 8-y4" 43" - OPENING HANDHOLE 0' ' LOCATION y-, -- 024" Yakima WA Revitalization ' FINISH ' BHLF /200- SCA/BK- MPU400?M 7 B4 SS The post assembly shall be shipped with a black powder coat 'LEADER INLIGHTMGSOLUTIONS ORDER #: TYPE: J & K TSG- 000868 An �cuityBrandsCompany finish. ' DRAWN: ACH ORIGIN DATE: 1/11/05 PAGE: 4 of 5 ' LUMINAIRE DESCRIPTION The Memphis luminaire Is styled to replicate the "teardrop" luminaires that lighted boulevards in the first half of this 35' — 0" century. Designed for light control and ease of Installation and ' I maintenance, the Memphis has a precision optical system for true street lighting performance. For complete specifications see LUM MEMPHIS Anchorage Detail tao• 0 12>2' BOLT 2 CIRCLE 1�" ' ANCHOR PLATE 270' }- so• 0 8-y4" 43" - OPENING HANDHOLE 0' ' LOCATION y-, -- 024" Yakima WA Revitalization ' 35' FTS AB 1. 25 /BK- NY24CSB- CI /BK- BHC72/1 -CA/BK BHLF /200- SCA/BK- MPU400?M 7 B4 SS ' 'LEADER INLIGHTMGSOLUTIONS ORDER #: TYPE: J & K TSG- 000868 An �cuityBrandsCompany REVISION:1 REVISION DATE: 1/12105 DRAWN: ACH ORIGIN DATE: 1/11/05 PAGE: 4 of 5 ' na DRAKMIp, MNIPJi AI"RT'ED, SIWL NfC1yK T"E c01e�c7! sE[�ICAiI}i /0117 - fM7f�ek TQ SE IVC" 4C M Ott "M d 7H! OROlR eOf®AB. A lief M 771AR oe77w IMY K iMUFD, a Lrw —'Tie ear M R L sr tt� f]l7fP�01NpoR (l"P0.Edm[ImM MM'.Lwa TCA•l DLRLMM Mil a<91PRN M*G"L7•MAWT11117 (MDRmMATMM&Y PAO�.M N oMPRO. ffYO11nlAM ,!MDaUlM ®1iC.Tm11F71�n 1/O� OOIMe) Mil 1p01 ib'� 77 C�M1Q1 TIME ff WLL tlQi YC VSID dRGCTLY OR MOIbT'LT N IM `RAY QfT1O/i(T/l tOOUR eRifi[ 177. MD Q1LY M GaKCt10� MfM WIiWM. FldOfAED n IOIGPMRE Memphis Pedestrian Luminaire Teardrop Style Maximum weight - 49 Ibs Maximum effective projected area - 1.36 sq. ft. SHALLOW SKIRT 022.5'. 3" DEPTH DEEP SKIRT 024 ", 5.5" DEPTH STAINLESS STEELLATCH ORDERING INFORMATION EXAMPLE: MSP 050HP 12 B 4 BALLAST—TYPE 050HP = SOW HPS 070HP = 70W HPS 100HP = 10OW HPS 15AHP = 15OW 55V HPS 175MH = 175W MH MSP 4SE) VOLT— AGE 12 = 120 VOLT 20 = 208 VOLT 24 = 240 VOLT 27 = 277 VOLT 34 = 347 VOLT 48 = 480 VOLT BALLAST TYPE (MEDIUM BASE) 35DHP = 35W HPS (120V ONLY) 500HP = SOW HPS 70DHP = 70W HPS 1ODHP = 10OW HPS 15DHP = 15OW 55V HPS 70DMH = 70W MH (NOT AVAIL. 480 VOLT) 1ODMH = 10OW MH (NOT AVAIL. 480 VOLT) 15DMH = 150W MH (NOT AVAIL. 480 VOLT) 17DMH = 175W MH 20DIN = 20OW INCANDESCENT TOP ENTRY THREADED FOR 1 -12" NPT CAST ALUMINUM WIRING CHAMBER HINGE SST ALUMINUM ECTRICALIREFLECTOR ;SEMBLY DOOR HINGE REFRACTOR DOOR FRAME PRISMATIC GLASS REFRACTOR Li L HOUSING FINISH OPTICS COLOR 4 = ASYMMETRIC B = BLACK REFRACTOR Z = BRONZE FOR IES TYPE IV N= GREEN DISTRIBUTION A = AS SPECIFIED 5 = SYMMETRIC REFRACTOR FOR IES TYPE V DISTRIBUTION OPTIONS SS = DECORATIVE SHALLOW SKIRT Ds = DECORATIVE DEEP SKIRT PR = BUTTON STYLE PHOTOCELL WITH PRISMASCOPE (NOT AVAILABLE WITH 480 VOLT) PS = PROTECTED STARTER FOR HPS UNITS ONLY ARCHITECTURAL OUTDOOR ORDER #: THIS DRAWING, WHEN APPROVED, SHALL BECOME THE COMPLETE SPECIFICATION FOR THE MATERIAL TO BE FURNISHED BY HOLOPHANE ON THE ORDER NOTED ABOVE. A UNIT OF SIMILAR DESIGN MAY BE SUPPLIED, BUT ONLY AFTER APPROVAL BY THE CUSTOMER IN WRITING. ON POLE ORDERS AN ANCHOR BOLT TEMPLATE PRINT WILL BE SUPPLIED WITH EACH ANCHOR BOLT ORDER TO MATCH THE POLE PROVIDED. THIS PRINT IS THE PROPERTY OF HOLOPHANE AND IS LOANED SUBJECT TO RETURN UPON DEMAND AND UPON EXPRESS CONDITION THAT IT WILL NOT BE USED DIRECTLY OR INDIRECTLY IN ANY WAY DETRIMENTAL TO OUR INTERESTS, AND ONLY IN CONNECTION WITH MATERIAL FURNISHED BY HOLOPHANE. Specifications DESCRIPTION The Memphis Pedestrian luminaire is styled to replicate the "teardrop" luminaires that lighted boulevards in the first half of this century. Designed for light control and ease of installation and maintenance, the Memphis Pedestrian has a precision optical system for true street lighting performance. WIRING CHAMBER The wiring chamber has a 1 -1/2 inch NPT threaded entry for pendant mounting. A stainless steel set screw locks the unit in position. A three station terminal block will accept #14 through #2 wires and is prewired to one half of the plug assembly that connects to the removable electrical module. ELECTRICAL / REFLECTOR ASSEMBLY The electrical / reflector assembly hinges down from the wiring chamber for ease in wiring and to facilitate the removal of the electrical module. The assembly is latched in place by a captive stainless steel hex head screw. The unitized electrical module consists of the ballast and socket mounted to a cast aluminum plate that is easily removed by loosening three screws in keyhole slots. The disconnect plug connects the ballast to the terminal block in the wiring chamber. The socket is street lighting grade with nickel plated lamp grip shell, center contact backed by a coiled spring and glazed porcelain body. The anodized and brightened reflector is formed with flutes to control voltage rise in the lamp and to work in conjunction with the refractor to provide the desired distribution of light. REFRACTOR / DOOR ASSEMBLY The cast aluminum door cradles a teardrop shaped, thermal resistant borosilicate glass refractor that controls the light to provide an I.E.S. type IV or V cut off distribution. The combination of reflector, refractor and vertical burning lamp maximize efficiency and uniformity of illumination while controlling luminaire brightness. The refractor and decorative skirt (when applicable) assembly hinges from the electrical / reflector assembly and is latched by a stainless steel, captive, wing nut assembly. BALLAST (Refer to Ballast Data Sheet for specific operating characteristics) 35 - 100 watt 120 volt High Pressure Sodium (HPS) ballasts are High Power Factor Reactor type. All other HPS ballasts are High Power Factor Autotransformer type. 175 watt Metal Halide (MH) ballasts are Peak Lead Autotransformer type. 70 and 100 watt MH units are available only with (120V, 208V, 240V, 277V) High Power Factor High Reactance type ballast. FINISH / MATERIAL The luminaire is finished with polyester powder paint applied after a seven stage pretreatment process to insure maximum durability. All castings utilize alloy #356 copper free aluminum for maximum corrosion resistance and all exposed hardware is stainless steel. L. LISTING L. listing suitable for wet locations at 25 degrees C. TYPE: X LEADER IN LIGHTING SOLUTIONS An '111111ilIcuityBrandsCompany 214 OAK W OOD AVENUE - NEWARK, OHIO 43055 91 101v.l [ilk EMI SCALE: N/A DRAWN: RAF APP'D: DATE: 10 -17 -07 t 1 STRAIGHT METER ADAPTER PLASTIC IRRIGATION BOX 6" AMETEK LID 3/4" — 2' METER TO DCVA —i 6" PVC PIPE VFIPxSLIP PVC COUPLING ANGLE BALL VALVE STRAIGHT CURB STOP CURB STOP METER x PJ STOP /WASTE PJxFIP FLOW �- 90' MIPxPJ ELBOW � COPPER OR CROSS LINKED POLYETHYLENE NOTE 1. ALL FITTINGS ARE TO BE BRASS. 3/4" & 2" IRRIGATION METER SET City of Yakima — Engineering Division APPROVED; 7.9.99 CITY OF YAKIMA - STANDARD DETAIL 3/4" & 2" IRRIG. METER SET I W17 ' 19 Models for 1.9" O.D. round posts, and u- channels: Refer to u- channel page. 20 Models for 2" O.D. round posts, including our mailbox support systems. L 20 -VR1 with wedge 5.00 2 2 -1/2 x 2 -1/2 x 1/4 x 8 8 x 9 -1/4 x 12 ga. 20 -VR3 with wedge 14.80 2 2 -1/2 x 2 -1/2 x 1/4 x 30 10 x 15 x 12 ga. 20 -VR3B with wedge 15.70 2 2 -1/2 x 2 -112 x 1/4 x 30 10 x 15 x 12 ga. ' 23 Models for 2 -3/8" O.D. round posts. l 23 -VR1 with wedge 5.00 2 -3/8 2 -1/2 x 2 -1/2 x 1/4 x 8 8 x 9.1/4 x 12 ga. 23 -VRlP with wedge 5.50 2 -3/8 2 -1/2 x 2 -1/2 x 1/4 x 12 8 x 9 -1/4 x 12 ga. 23 -VR2 with wedge 12.80 2 -3/8 2 -1/2 x 2 -1/2 x 1/4 x 24 10 x 15 x 12 ga. 23 -VR2B with wedge 13.70 2 -3/8 2 -1/2 x 2 -1/2 x 1/4 x 24 10 x 15 x 12 ga. 23 -VR3 with wedge 14.80 2 -3/8 2 -1/2 x 2 -1/2 x 1/4 x 30 10 x 15 x 12 ga. 23 -VR3B with wedge 15.70 2 -3/6 1 2 -112 x 2 -1/2 x 1/4 x 30 10 x 15 x 12 ga. ' 23 Models for Schedule 40 round pipe. 23A -VR1 with wedge 5.00 1 2 -3/8 1 2 -1/2 x 2 -1/2 x 1/2 x 8 8 x 9 1/4 x 12 ga. ' 28 Models for 2 -7/8 "" O.D. round posts. ' 30 Models for 3" O.D. round posts: used for Decra posts 30 -VR313 with wedge 22.00 1 3 1 3 x 3 x 1/4 x 36 10 x 15 x 12 ga. ' Concrete model, 5" x 5" bottom plate and 12" leg angle for 3" O.D. round posts. ' 30 -VRlP with wedge 6.50 1 3 1 3.3 x 1/4. 12 1 10 x 15 x 12 ga. 28 -VR1 with wedge 6.40 2 -7/8 3 x 3 x 1/4 x 8 8 x 10 x 12 ga. 28 -VR2 with wedge 18.10 2 -7/8 3 x 3 x 1/4 x 30 10 x 15 x 12 ga. 28 -VR3 with wedge 20.60 2 -718 3 x 3 x 1/4 x 36 10 x 15 x 12 ga. 28 -VR3B with wedge 22.00 2 -7/8 3 x 3 x 1/4 x 36 10 x 15 x 12 ga. 1 Traffic Assembly for BlinkerSigns, Standard Signage and Luminaires Includes: 28 -VR3B, Wedge, Adapter Plate, Signal Base and 4.5" Pole, Bracket, Cap and Wedge Insert (see lengths below) 2180 -220 with 10' Pole 2180 -221 with 13' Pole 2180 -222 with 15' Pole 034 -12345 Adapter Plate 32 - ' Stabilizer Bolt & Extractor Hole Options: See photos on Square Models page. Stabilizer Bolt is optional on round models, at an extra charge.t Extractor hole (right) also optional on all models, at an extra charge.t tsetup charge plus price per unit will apply, call for details. Posts shoulrt for illustration onit, Concrete V -Loc (VR1 models) Concrete V -Loc with bottom plate and longer leg (VRl -P models)s Earth or Traffic Asphalt Assembly V -Loc (VR2 and VR3 models) G Clean -out Bar V -Loc with 3/4" x 7" bar (all models with "B" suffix) Stabilizer Bolt & Extractor Hole Z Z m LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) 25 30 35 40 45 LENGTH B (FEET) 55 85 120 170 270 CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 35145 30 SD 25130 20 40 SIGN SPACING - X 1. RURAL ROADS 45165 MPH 6W 3 RURAL ROADS S, URBAN ARTERIALS 35 140 MPH 3W ! RURAL ROADS, URBAN ARTERALS, 25 r 30 MPH 6 BUSINESS DISTRICTS 207 s -RESIDENTIAL URBAN STREETS 25 MPH OR LESS 1W* ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND DRIVEWAYS. 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 Channelizing Devices at night. 3. Adequate sight distance shall be provided for drivers to see opposing traffic, otherwise use flaggers and/or Temporary Signal. 4. Extend Channelizing Device taper across shoulder - recommended. 5. Post mount signs when in place for 3 days or longer. 6. For speed limit 35 mph or higher replace W1 -3R with W1 -4R. 7. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55 -05. RR -2 wlo-4 8. Consider using a PCMS for addrional advance warning. -IS YKi2 ONE LANE ROAD �rAu W20 t ROAD WORK AHEAD END R1-L ONCO�i G2oaA Brml ROAD WORK B _ 107 MAX. q q q DI q e , ® ■ IACRKAREA — e ■ 1 li e o �- 0 Y1tr a a a X X IN20.1 yy1.3R ENO RDAD flOAD WORK G20-2A WORK W20 4 AHEAD ONE LANE ROAD AHEAD LEGEND N SIGN LOCATION s a s CHANNELIZING DEVICES ® BARRICADE -TYPE 3 L A FLASHING WARNING LIGHT FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES oil T iroil �O� .Qe 25335 `o : [i �o 01STS �970NAL m 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 Bakodch /1/ 10 -12 -07 RATE pEppM E.OMEHI F) Tw-tro— S_ o.P_ 0 7..P—k. WrAt