Loading...
HomeMy WebLinkAboutM. Sevigny Construction - South 2nd Avenue Track Removal and Street Improvements 1 Construction Contract Specifications & I Bid Documents Bid Opening: I 07.15.2011 Time 1 2:00 PM . c Location: °� . '" : .. I City of Yakima - Council „' ' Chambers +" ` _ 1 ' 40. IOW iii iiPirall*; ' ' . .0' 0 , " - , - i as p. k I I South 2nd Avenue Track Removal I and Street Improvements I City of Yakima - Engineering City of Yakima No. 2286 July 2011 This contract provides for improvements 2nd Avenue, between I Yakima Avenue and Walnut Avenue, by removing existing con- crete pavement, trolley rail, ties and other related items, plac- ing cement concrete pavement and ADA ramps, constructing I planter islands with trees and irrigation, and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 City of Yakima - Engineering 129 North Second Street I Yakima, '4A 98901 I ( . -- T �City Of Yakima Engineering Department Phone (509)575-6111 Engineering Division Engineering Construction FAX I 129 North second Street (509)576 -6383 ," j Yakima Washington I Engineering Design FAX (509)576 -6305 I / o DEPARTMENT OF COMMUNITY.1ND ECONOMIC DEVELOPMENT ":4.r 129 North Second Street � . 4`EI Yakima, Washington 98901 V' . �j Phone: (509) 575-6113 • Fax (509) 576 -6792 4y • a i • Michael Morales. Director July 19, 2011 M. Sevigny Construction Inc. 1251 Lucy Lane Zillah, WA 98953 ATTN: Matthew Sevigny Project: South 2nd Avenue Rail Removal & Improvements City of Yakima Project No. 2286 Dear Mr. Sevigny: The City Manager of the City of Yakima has authorized award of the above referenced project to your company on the basis of your low bid submitted on July 15th, 2011, in the amount of $149,280.40. This letter is official notification of the award of the contract to your company by the City of Yakima. Enclosed is one set of the specifications, proposal and contract documents for your information. Also enclosed are three copies of the Contract and performance bond form. Please sign and return all copies of the contract form to this office, along with the fully executed performance bond and certificate of insurance within ten (10) calendar days. Your attention is directed to Section 1 -07.18 Public Liability and Property Damage Insurance (APWA GSP) of the Construction Contract Specifications for coverage limits, additional insurance requirements and special ACORD form wording. We have also included a liability checklist for you and your surety's convenience. When these items have been approved, the City will execute the contract form and bind a signed contract, certificate, and proposal into contract document books. The three completed books will be distributed to the City Clerk, City Engineer, and Contractor. Please contact Bruce Floyd, (509) 575 -6138, within ten (10) days of this date, to schedule a pre- construction conference and discuss various forms and documentation that must be completed and turned in to him at that Conference. The Notice to Proceed will also be discussed at the Pre - construction Conference. For your information, we are enclosing a copy of the bid summary for this project. Sincerely, C -\7 : y .. , ''''N \ r \ 1"-- \ ,,, i Doug May City Engineer cc: Bruce Floyd, Construction Supervisor Susie Cutter, Contract Specialist City Clerk Finance File Yakima bitril man III I, 111/. Code Administration 575 -6121 • Engineering 575 -6111 • Neighborhood Services 575 -6101 • Planning 5 75-61 83 faun MI MIMI IIII. NMI 11111111 MEI 110111 I= ME Mill IIMI MI IIIIIII ME MI I= NM 0.11 ME BID SUMMARY ENGINEERS M. Sevigny Construction, Inc. K R C I LLC 2ND AVENUE RAIL REMOVAL & IMPROVEMENTS ESTIMATE Zillah. WA Wenatchee. WA (..,,Ty PROJECT NO 2286 Ill ki Bid Seatity 5% 8113 80ND 5% 8ID BOND 5° BD BOND 5% 810 BOND N(I ITEM OTT UNIT UNIT PRICE AMOIAT UNIT PRICE AMOUNT UNIT PRICE AMOUNT CE AMOUNT 00 $565 00 $500.00 • 1 SPILL PREVENTION PLAN LS 1 5500.00 $500 S500.00 2 MOBILIZATION (8%) LS 1 $9,693.60 $9,693.80 $1,13o- $1 130.00 $19,000.00 $19000.00 ..._ ..... _ 2 PROJECT TEMPORARY TRAFFIC CONTROL LS 1 $8.000.00 $8,000.00 $5.650 . , $5,650.00 $3,000.00 $3 000.00 3 SAW-CUT. PER INCH DEPTH LF 16,250 $1.00 $16,250.00 $0' 59.262 50 $0.25 $4 062 50 - - - _ 4 REMOVAL OF STRUCTURES AND OBSTRUCTIONS LS 1 $2000.00 $2.000.00 $5.085 , $5.085 00 $20.000.00 $2000000 5 ROADWAY EXCAVATION INCL HAUL CY 460 $15.00 $6,900.00 $21+ $12 995 00 $18.00 $ 8 280 I* 6 CRUSHED SURFACING BASE COURSE - TON 200 $15.00 $3,000.00 $22 , • $4 520 00 $40.00 $800000 7 CEMENT CONCRETE PAVEMENT CY 150 $120 00 $18,000.00 $231 • $34.747 50 $225.00 $33.750.00 8 CORROSION RESISTANT DOWELL BAR EA 680 $5.00 $330000 sits 9:, $11.187.00 $18.00 $11.880.00 9 TIE BAR WITH DRILL HOLE EA 590 $300 $177000 $1356 $800040 $13.00 57,670 00 1 0 TOP SOIL TYPE A CY 80 $2000 $1.600.00 $56.50 $4 520 00 $79.00 -_ 56.320 00 11 ROOT BARRIER LF 2.875 $2.00 $5.750.00 $226 $6 497 50 $8.00 $17250.00 _ 12 PSIPE CHATICLEER FLOWERING PEAR EA 19 $400.00 $7,600.00 $226 $4 294 00 $350.00 $6.650.00 13 ESC LEAD DAY 5 $100.00 $500.00 $565 00 $282500 $50.00 $250.00 14 IRRIGATION SYSTEM LS 1 $5,000.00 $5,000.00 $3.390.00 $3 390 00 $6.000.00 56.000 00 15 CEMENT CONCRETE TRAFFIC CURB AND GUTTER LF 1,150 $20.00 $23,000.00 $16 39 $18 848.50 $17.00 519.550.00 - _ 16 CEMENT CONCRETE SIDEWALK 4-IN DEPTH SY 50 $40 00 $2,000.00 $47 46 $2,373 00 $60.00 $3.000.00 17 CEMENT RB FIAMP. TYPE PERP. A EA 4 $1 000 00 $4.000.00 $734 50 $2 938 00 $125000 $5,000.00 18 PLASTIC CROSSWALK LINE SF 200 $10 00 $2000.00 $226 $452 00 $14 00 $2,800.00 19 REPAIR OR REPLACEMENT FA 1 510,000 00 $10,000.00 $lo 000 oo $10 000 oo $10,o00 00 $10,000.00 _ .._. . _ - - _ _ . -------- _ _ ._. . _ . _. - - • - ___ ----- TOTAL 5128,919.60 $149,280.40 $192,962.50 CITY ENGINEERS REPORT .- • s, - , ‘ l -. 1 'q CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED ON July, 15. 2011 _ ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE r ...." AWARD MADE BY CITY MANAGER 2ND AVENUE RAIL REMOVAL & IMPROVEMENTS . M. Sevigny Construction, Inc. , ...... ./ ' I RECOMMEND THE CONTRACT BE AWARDED TO * 1 , - L N t10/ CITY OF YAKIMA PROJECT NO. 2286 _, omplIr • .- • / DATE 'Aro I/JRAGER . 71 I 'ZN I■ c.,----\. f / 1 cnr, ., ,, .. „ s ,... ,........- SHEET 1 of 1 DATE CITYINGINEER 13 r City Of Yakima South 2 Avenue Track Removal and Improvements W. Walnut Street to W. Yakima Avenue 1 City Project No. 2286 1 r r r - < < `� �gER sA/ r, `` o f WASI1 E lh co �P � ; o % ✓� 39107 C{c k ECISTEIt�� � O�rA 1, C,1 r 2 Avenue Rail Removal 1 I I CONTENTS I CITY OF YAKIMA I South 2 Avenue Track Removal and Improvements I W. Walnut Street to W. Yakima Avenue I City Project No. 2286 I SECTION PAGE INVITATION TO BID 5 I STANDARD SPECIFICATIONS Standard Specifications 7 Amendments to the 2010 Standard Specifications 7 I CONTRACT PROVISIONS General Special Provisions 75 Project Description 76 I 1 -02 Bid Procedures and Conditions 78 1 -03 Award and Execution of Contract 81 1-04 Scope of Work 83 1 -05 Control of Work 83 I 1 -06 Control of Materials 87 1 -07 Legal Relations and Responsibilities to the Public 88 1-08 Prosecution and Progress 98 1 -09 Measurement and Payment 102 I 1 -10 Temporary Traffic Control 103 2 -02 Removal of Structures and Obstructions 104 2 -07 Watering 105 5 -05 Cement Concrete Pavement 106 I 8 -01 Erosion Control and Water Pollution 107 8 -02 Roadside Restoration 107 8-03 Irrigation Systems 111 8 -14 Cement Concrete Pavement 112 I 8 -30 Repair or Replacement (New Section) 112 9-14 Erosion Control 112 9 -15 Irrigation Systems 113 STANDARD PLANS 114 I Contract Form 121 Performance Bond Form 123 Informational Certificate of Insurance 125 'I Informational Additional Insured Endorsement 127 Minimum Wage Affidavit Form 129 PREVAILING WAGE RATES I Prevailing Wage Rates 131 PROPOSAL • Proposal Form 133 II I 2n d Avenue Rail Removal 3 1 Item Proposal Bid Sheet 135 ' Bid Bond Form 137 Non - Collusion Declaration 139 Non - Discrimination Provision 141 Women and Minority Business Enterprise Policy 143 Council Resolution 145 Affirmative Action Plan 147 Bidders Certification 149 Materially and Responsiveness 151 Proposal Signature Sheet 153 Bidders Check List 155 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 1 I I I I 1 2nd Avenue Rail Removal 4 I INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 2:00 pm on July 15, 2011 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA South 2 Avenue — Track Removal and Improvements W. Walnut Street to W. Yakima Avenue City Project No. 2270 This work shall consist of improving 2 Avenue by removing existing concrete pavement, trolley rail, ties and other related items, placing cement concrete pavement and ADA ramps, constructing planter islands with trees and irrigation, and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond 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. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, U disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City reserves the right to reject any or all bids and proposals. DATED this 30 day of June, 2011 Deborah J. Kloster CITY CLERK PUBLISH: July 1, 2011 1 2 Avenue Rail Removal 5 1 INTRODUCTION ' The following Amendments and Special Provisions shall be used in conjunction with the 2010 Standard Specifications for Road, Bridge, and Municipal Construction. 1 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 -01, DEFINITIONS AND TERMS August 2, 2010 ' 1- 01.2(1) Associations and Miscellaneous The abbreviation and definition "AREA American Railway Engineering Association" is replaced with the following: ' AREMA American Railway Engineering and Maintenance Association ' SECTION 1 -02, BID PROCEDURES AND CONDITIONS January 4, 2010 1 -02.7 Bid Deposit In the first paragraph, the third sentence is revised to read: For projects scheduled for bid opening in Olympia, the proposal bond may be in hard copy ' or electronic format via Surety2000.com or Insurevision.com and BidX.com. 1 - 02.9 Delivery of Proposal In the first paragraph, the first sentence is revised to read: For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and submitted in the envelope provided with it, or electronically via Expedite software and BidX.com at the location and time identified in Section 1- 02.12. ' The following new paragraph is inserted after the first paragraph: For projects scheduled for bid opening in the Region, each Proposal shall be sealed and submitted in the envelope provided with it, at the location and time identified in Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. 2 " Avenue Rail Removal 7 SECTION 1 -06, CONTROL OF MATERIALS January 3, 2011 1 -06.1 Approval of Materials Prior to Use 1 This section is supplemented with the following new sub - section: 1- 06.1(4) Fabrication Inspection Expense t 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 • Prestressed Concrete Girders and Precast Bridge Components • Cylindrical, Disc, Pin, and Spherical Bearings • Modular Expansion Joints • Epoxy Coated Reinforcing Steel • Painted and Powder Coated Luminaire and Signal Poles • Additional items as may be determined by the Engineer ' The deductions for fabrication inspection costs will be as shown in the Payment Table below. I Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles None from Seattle 2 Between 300 and 3,000 $700.00 per *inspection day airline miles from Seattle 3 Over 3,000 airline miles $1,000 per *inspection day, from 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. ' r 1 2nd Avenue Rail Removal 8 I I 1- 06.2(2)A General Table 2 "Pay Factors" on page 1 -39 is revised to read: I Table 2 Pay Factors I PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (PU + PL)- 100 Category n=3 n_4 n=5 n=6 n=7 n_8 n=9 n =10 n =12 n=15 n=18 n =23 n=30 n =43 n=67 to to to to to to to to n=11 n=14 n_17 n=22 n=29 n_42 n=66 b I 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 97 95 98 96 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 96 96 1.02 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 100 100 98 95 92 89 87 88 89 90 91 92 92 93 I 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 I 0.95 0.94 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 I 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 80 0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 79 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 78 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 77 I 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 76 (Continued I Table 2 "Pay on page Factors" 1 -40 is revised to read: I Table 2 Pay Factors (continued) PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (P„ + PO -100 I Category n=3 n =4 n=5 n =6 n =7 n=8 n =9 n =10 n =12 n =15 n =18 n =23 n=30 n =43 n=67 to to to to to to to to n =11 n =14 n=17 n =22 n=29 n =42 n =66 b I 0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0.84 0.83 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0.81 41 46 49 51 53 55 56 58 59 61 63 64 66 68 70 0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 I 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 42 44 46 48 49 51 53 54 _ 56 58 60 62 _ 64 I REJECT Values Less Than Those Shown Above Reject Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note: If the value of (P,, + PO - 100 does not correspond to a (P„ + P - 100 value in this table, use the next smaller (P + PO - 100 value. I SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC I April 4, 2011 1 -07.2 Sales Tax I The third sentence in the first paragraph is revised to read: I 2 nd Avenue Rail Removal 9 1 The Contractor shall contact the Contract Payment section of the Division of Accounting & Financial Services of the Department of Transportation, Olympia WA for questions on sales tax. The first sentence in the third paragraph is revised to read: The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the State Department of Revenue a certificate showing that all Contract - related taxes have been paid (RCW 60.28.051). 1 1- 07.9(1) General The second sentence in the fourth paragraph is revised to read: When the project involves highway Work, heavy Work and building Work, the Contract Provisions may list a Federal wage and fringe benefit rate for the highway Work, a separate Federal wage and fringe benefit rate for both the heavy Work and the building Work. 1- 07.13(4) Repair of Damage The last sentence in the first paragraph is revised to read: For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2), 1- 07.13(3), or 8- 17.5, payment will be made in accordance with Section 1 -09.4 using the estimated bid item "Reimbursement for Third Party Damage ". 1 -07.14 Responsibility for Damage ' The third, fourth and fifth paragraphs are revised to read: Subject to the limitations in this section and RCW 4.24.115 the Contractor shall indemnify, , defend, and save harmless the State, Governor, Commission, Secretary, and all officers and employees of the State from all claims, suits, or actions brought for injuries to, or death of, any persons or damages resulting from construction of the Work or in consequence of any negligence or breach of contract regarding the Work, or the use of any improper materials in the Work, caused in whole or in part by any act or omission by the Contractor or the agents or employees of the Contractor during performance or at any time before final acceptance. In addition to any remedy authorized by law, the State may retain so much of the money due the Contractor as deemed necessary by the Engineer to ensure indemnification until disposition has been made of such suits or claims. Subject to the limitations in this section and RCW 4.24.115, the Contractor shall indemnify, defend, and save harmless any county, city, or region, its officers, and employees connected with the Work, within the limits of which county, city, or region the Work is being performed, all in the same manner and to the same extent as provided above for the protection of the State, its officers and employees, provided that no retention of money due the Contractor be made by the State except as provided in RCW 60.28, pending disposition of suits or claims for damages brought against the county, city, or district. Pursuant to RCW 4.24.115, where such claims, suits, or actions result from the concurrent negligence of (a) the indemnitee or the indemnitee's agents or employees and (b) the Contractor or the Contractor's agent or employees, the indemnity provisions provided in the i 2 " Avenue Rail Removal 10 1 I ' preceding paragraphs of this section shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of its agents and employees. This section is supplemented with the following: ' THE CONTRACTOR SPECIFICALLY ASSUMES ALL POTENTIAL LIABILITY FOR ACTIONS BROUGHT BY EMPLOYEES OF THE CONTRACTOR AND, SOLELY FOR THE PURPOSE OF ENFORCING THE DEFENSE AND INDEMNIFICATION OBLIGATIONS SET FORTH IN SECTION 1- 07.14, THE CONTRACTOR SPECIFICALLY WAIVES ANY IMMUNITY GRANTED UNDER THE STATE INDUSTRIAL INSURANCE LAW, RCW TITLE 51. THIS WAIVER HAD BEEN MUTUALLY NEGOTIATED BY THE PARTIES. THE CONTRACTOR SHALL SIMILARLY REQUIRE THAT EACH SUBCONTRACTOR IT ' RETAINS IN CONNECTION WITH THE PROJECT COMPLY WITH THE TERMS OF THIS PARAGRAPH, WAIVE ANY IMMUNITY GRANTED UNDER RCW TITLE 51 AND ASSUME ALL LIABILITY FOR ACTIONS BROUGHT BY. EMPLOYEES OF THE SUBCONTRACTOR. ' 1 - 07.15 Temporary Water Pollution /Erosion Control The fourth paragraph is deleted. ' 1 07.15(1) Spill Prevention, Control and Countermeasures Plan This section is deleted in its entirety and replaced with the following: ' The Contractor shall prepare and implement a project- specific spill prevention, control, and countermeasures plan (SPCC Plan) for the duration of the project. The Contractor shall ' submit the plan to the Project Engineer no later than the date of the preconstruction conference. No on -site construction activities may commence until the Contracting Agency accepts an SPCC Plan for the project. SPCC Plan template and guidance information is available at: ' http: / /www.wsdot.wa.gov/ Environment /HazMat/SpillPrevention.htm. The SPCC Plan shall address all fuels, petroleum products and hazardous materials, as t defined in Chapter 447 of the WSDOT Environmental Procedures Manual (M 31 -11). Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in, but not limited to, WAC 296 -824 and WAC 296 -843. The SPCC Plan shall address conditions that may be required by Section 3406 of the current International Fire Code, or as approved by the local Fire Marshal. Implementation Requirements The Contractor shall update the SPCC Plan throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the ' SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. The Contractor shall fully implement the SPCC Plan, as accepted and updated, at all times. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: ' 1. Responsible Personnel Identify the names, titles, and contact information for the personnel responsible for implementing and updating the plan and for responding to spills. 2 " Avenue Rail Removal 11 I 2. Spill Reporting List the names and telephone numbers of the Federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information Describe the following items: A. The project Work. B. The site location and boundaries. C. The drainage pathways from the site. ' D. Nearby waterways and sensitive areas and their distances from the site. 4. Potential Spill Sources Describe each of the following for all potentially hazardous materials brought or generated on -site (including materials used for equipment operation, refueling, maintenance, or cleaning): A. Name of material and its intended use. B. Estimated maximum amount on -site at any one time. C. Location(s) (including any equipment used below the ordinary high water ' line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. 5. Pre - Existing Contamination Describe any pre- existing contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract provisions and Plans. Identify equipment and work practices that shall be used to prevent the release of contamination. 6. Spill Prevention and Response Training ' Describe how and when all project personnel, including refueling personnel and other Subcontractors, shall be trained in spill prevention, containment, and response and in the location of spill response kits. 7. Spill Prevention Describe the following items: ' A. The contents and locations of spill response kits that the Contractor shall supply and maintain that are appropriately stocked, located in close proximity to hazardous materials and equipment, and immediately accessible. B. Security measures for potential spill sources to prevent accidental spills ' and vandalism. 2 " Avenue Rail Removal 12 1 1 C. Methods used to prevent stormwater from contacting hazardous materials. ' D. Secondary containment for each potential spill source listed in 4, above. Secondary containment structures shall be in accordance with Section S9.D.9 of Ecology's Construction Storm water General NPDES Permit, where secondary containment means placing tanks or containers within an impervious structure capable of containing 110% of the volume contained in the largest tank within the containment structure. Double- walled tanks do not require additional secondary containment. E. BMP Methods used to prevent discharges to ground or water during ' mixing and transfers of hazardous materials and fuel. Methods to control pollutants shall use BMPs in accordance with Ecology's Construction Stormwater General NPDES Permit. BMPs guidance is provided in ' Ecology's Stormwater Management Manuals, such as Volume II — Construction Stormwater Pollution Prevention, BMP C153 and Volume IV Source Control BMPs. ' F. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. G. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum -based products. ' H. Routine equipment, storage area, and structure inspection and maintenance practices to prevent drips, leaks or failures of hoses, valves, fittings, containers, pumps, or other systems that contain or transfer hazardous materials. I. Site inspection procedures and frequency. 8. Spill Response ' Outline the response procedures the Contractor shall follow for each scenario listed below, indicating that if hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Include a description of the actions the Contractor shall take and the specific on -site spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, clean up spilled material, decontaminate ' equipment, and dispose of spilled and contaminated material. A. A spill of each type of hazardous material at each location identified in 4, above. B. Stormwater that has come into contact with hazardous materials. C. A release or spill of any pre- existing contamination and contaminant source described in 5, above. 2 Avenue Rail Removal 13 D. A release or spill of any unknown pre- existing contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. E. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor shall be used, and describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map ' Provide a map showing the following items: A. Site location and boundaries. B. Site access roads. C. Drainage pathways from the site. ' D. Nearby waterways and sensitive areas. E. Hazardous materials, equipment, and decontamination areas identified in 4, above. F. Pre - existing contamination or contaminant sources described in 5, above. G. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms Provide a copy of the spill report form(s) that the Contractor shall use in the event of a release or spill. Payment ' Payment will be made in accordance with Section 1 -04.1 for the following bid item when it is included in the Proposal: "SPCC Plan," lump sum. When the written SPCC Plan is accepted by Contracting Agency, the Contractor shall receive 50- percent of the lump sum Contract price for the plan. The remaining 50- percent of the lump sum price will be paid after the materials and equipment called for in the Plan are mobilized to the project. I The lump sum payment for "SPCC Plan" shall be full pay for all costs associated with creating and updating the accepted SPCC Plan, all costs associated with the set up of prevention measures, and implementing the current SPCC Plan as required by this Specification. 1 2 Avenue Rail Removal 14 1 ' As to other costs associated with releases or spills, including restocking spill kits, the Contractor may request payment as provided for in the Contract. No payment shall be made if the release or spill was caused by or resulted from the Contractor's operations, negligence, or omissions. 1 07.16(2) Vegetation Protection and Restoration The 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 1 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 designated 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. 1 - 07.18 Public Liability and Property Damage Insurance This section is deleted in its entirety and replaced with the following: 1 - 07.18 Public Liability and Property Damage Insurance The Contractor shall obtain and keep in force the following policies of insurance. The policies shall be with companies or through sources approved by the State Insurance Commissioner pursuant to Chapter 48.05, RCW. Unless otherwise indicated below, the policies shall be kept in force from the execution date of the Contract until the date of acceptance by the Secretary (Section 1- 05.12). ' 1. Owners and Contractors Protective (OCP) Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and, per project, in the aggregate for each policy period, written on Insurance Services Office (ISO) form CG0009 1204, together with Washington State Department of Transportation amendatory endorsement CG 2908 1195, specifying the Contracting Agency, the State, the Governor, the Commission, the Secretary , the Department and all officers and employees of the State as named insured. 1 2. Commercial General Liability (CGL) Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for 1 ' 2 " Avenue Rail Removal 15 each one year policy period. This coverage may be any combination of primary, I umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and completed operations t coverage shall be provided for a period of three years following Substantial Completion of the Work. 3. Commercial Automobile Liability Insurance providing bodily injury and property I damage liability coverage for all owned and nonowned vehicles assigned to or used in the performance of the Work with a combined single limit of not less than $1,000, 000 each occurrence. This coverage may be any combination of primary, umbrella or I excess liability coverage affording total liability limits of not less than $1,000,000 per occurrence with the State named as an additional insured or designated insured in connection with the Contractor's Performance of the Contract. If pollutants are to be I transported, MCS 90 and CA 99 48 endorsements are required on the Commercial Automobile Liability insurance policy unless in- transit pollution risk is covered under a Pollution Liability insurance policy. I 4. The Contractor shall be Named Insured and the Contracting Agency, the State, the Governor, the Commission, the Secretary, the Department, all officers and employees I of the State, and their respective members, directors, officers, employees, agents and consultants (collectively the "Additional Insureds ") shall be included as Additional Insureds for all policies and coverages specified in this Section, with the exception of the OCP policy. Said insurance coverage shall be primary and non - contributory insurance with respect to the insureds and the Additional Insureds. Any insurance or self- insurance beyond that specified in this Contract that is maintained by any Additional Insured shall be in excess of such insurance and shall not contribute with it. I All insurance coverage required by this Section shall be written and provided by "occurrence- based" policy forms rather than by "claims made" forms. All endorsements adding Additional Insureds to required policies shall be issued on (i) 1 form CG 20 10 11 85 or a form deemed equivalent by the Contracting Agency, providing the Additional Insureds with all policies and coverages set forth in this I Section, with the exception of the OCP and Commercial Auto policies or (ii) form CA 20 48 or forms deemed equivalent by Contracting Agency, providing the Additional Insureds with all coverage's required under the Commercial Automobile Liability. I 5. The coverage limits to be provided by Contractor for itself and to the Contracting Agency and Additional Insureds pursuant to this section or any Special Provision, shall t be on a "per project" aggregate basis with the minimum limits of liability as set forth herein for both general liability and products /completed operations claims. The additional insured coverage required under this Section for products /completed operations claims shall remain in full force and effect for not less than three years I following Substantial Completion of the project. If the Contractor maintains, at any time, coverage limits for itself in excess of limits set forth in this Section 1 -07.18 or any Special Provision, then those additional coverage limits shall also apply to the I Contracting Agency and the Additional Insureds. This includes, but is not limited to, any coverage limits provided under any risk financing program of any description, whether such limits are primary, excess, contingent or otherwise. I 6. All insurance policies and coverage's required under Section 1 -07.18 and Section 1- 07.10 shall contain a waiver of subrogation against the Contracting Agency , the State, I 2 "' Avenue Rail Removal 16 I 1 any Additional Insured and their respective departments, agencies, boards, and commissions and their respective officers, officials, agents, and employees for losses arising from Work performed by or on behalf of the Contractor. This waiver has been mutually negotiated by the parties. ' 7. Where applicable, the Contractor shall cause each Subcontractor to provide insurance that complies with all applicable requirements of the Contractor - provided insurance as set forth herein, in circumstances where the Subcontractor is not covered by the Contractor - provided insurance. The Contractor shall have sole responsibility for determining the limits of coverage required, if any, to be obtained by Subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. In the event that a Subcontractor is required to add the Contractor ' as an additional insured pursuant to its contract for Work at the Project, then the Contractor shall also cause each Subcontractor to include the Contracting Agency and the Additional Insureds as additional insureds as well, for primary and non - contributory ' limits of liability under each Subcontractor's Commercial General Liability, Commercial Automobile Liability and, any other coverage's which may be required pursuant to a "Special Provision ". 8. Unless specifically noted otherwise in the Contract Documents, the parties to this Contract do not intend by any of the provisions of this Contract to cause the public or ' any member thereof or any other Person to be a third party beneficiary of the Contract Documents. Nothing in this Contract authorizes anyone not a party to this Contract or a designated third party beneficiary to this Contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Contract. It is ' the further intent of the Contracting Agency and the Contractor in executing the Form of Contract that no individual, firm, corporation or any combination thereof which supplies materials, labor, services, or equipment to the Contractor for the performance ' of the Work shall become thereby a third party beneficiary of this Contract. The Contract Documents shall not be construed to create a contractual relationship of 1 any kind between the Contracting Agency and a Subcontractor or any other Person except the Contractor. 9. The Owners and Contractors Protective Insurance policy shall not be subject to a deductible or contain provisions for a deductible. The Commercial General Liability policy and the Commercial Automobile Liability Insurance policy may, at the discretion ' of the Contractor, contain such provisions. If a deductible applies to any claim under these policies, then payment of that deductible will be the responsibility of the Contractor, notwithstanding any claim of liability against the Contracting Agency. However in no event shall any provision for a deductible provide for a deductible in ' excess of $50,000.00. 10. With the exception of the Commercial Automobile liability coverage, no policies of ' insurance required under this Section shall contain an arbitration or alternative dispute resolution clause applicable to disputes between the insurer and its insureds. Any and all disputes concerning (i) terms and scope of insurance coverage afforded by the ' policies required hereunder and /or (ii) extra contractual remedies and relief which may be afforded policy holders in connection with coverage disputes, shall be resolved in Washington Superior Court, applying Washington law. 1 2" Avenue Rail Removal 17 11. Prior to Contract execution, the Contractor shall file with the Department of Transportation, Contract Payment Section, P.O. Box 47420, Olympia, WA 98504 -7420, ACORD Form Certificates of Insurance evidencing the minimum insurance coverages required under these Specifications. Within 30 days of being awarded a Contract, the Contractor shall provide the Department with complete copies, which may be electronic copies, of all insurance policies required under this section and any Special Provisions. 12. The Contractor shall provide written notice to the Engineer of any policy cancellations and provide the Department of Transportation, Contract Payment Section, P.O. Box 47420 Olympia, WA 98504 -7420, by U.S Mail, notice of any policy cancellation within two business days of receipt of cancellation. 13. Failure on the part of the Contractor to maintain the insurance as required, or to not provide certification and copies of the insurance prior to the time specified in subsection 11 above, shall constitute a material breach of Contract upon which the Contracting Agency may, after giving 5- business days notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. All costs for insurance, including any payments of deductible amounts, shall be considered incidental to and included in the unit Contract prices and no additional payment will be made. SECTION 1 -08, PROSECUTION AND PROGRESS April 4, 2011 1 -08.1 Subcontracting The second and third sentences in the eighth paragraph are revised to read: This Certification shall be submitted to the Project Engineer on WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE Participants ", quarterly for the State fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through September 30, October 1 through December 31, and for any remaining portion of a quarter through Physical Completion of the Contract. The report is due 20 calendar days following the fiscal quarter end or 20- calendar days after Physical Completion of the Contract. The first sentence in the ninth paragraph is revised to read: On all projects funded with both Contracting Agency funds and Federal assistance the Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" on a quarterly basis in which DBE work is accomplished, for every quarter in which the Contract 1 is active or upon completion of the project, as appropriate. 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 ". 2 Avenue Rail Removal 18 ' 1 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. ' Item number 2.c. in the sixth paragraph is revised to read: c. Quarterly Reports of Amounts Paid as MBE/WBE Participants, or Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. ' SECTION 1 -09, MEASUREMENT AND PAYMENT January 3, 2011 1- 09.2(1) General Requirement for Weighing Equipment This section is revised to read: ' Unless specified otherwise, any Highway or Bridge construction materials to be proportioned or measured and paid for by weight shall be weighed on a scale. ' Scales Scales shall: ' 1. be accurate to within 0.5- percent of the correct weight throughout the range of use; 2. not include spring balances; 3. include beams, dials, or other reliable readout equipment; ' 4. be built to prevent scale parts from binding, vibrating, or being displaced and to protect all working parts and; ' 5. be carefully maintained, with bunkers and platforms kept clear of accumulated materials that could cause errors. ' Scale Operations Contractor provided scale operations are defined as operations where a scale is set up by the Contractor specifically for the project and most, if not all, material weighed on the scale ' is utilized for Contract Work. In this situation, the Contractor shall provide a person to operate the project scale, write tickets, perform scale checks and prepare reports. Commercial scale operations include the use of established scales used to sell materials to the public on a regular basis. In addition, for the purposes of this specification, all batch, hopper, and belt scales are considered to be commercial scales. When a commercial 2 Avenue Rail Removal 19 scale is used as the project scale, the Contractor may utilize a commercial scale operator provided it is at no additional cost to the contracting agency. In addition, the Contractor shall ensure that: ' 1. the Engineer is allowed to observe the weighing operation and check the daily scale weight record; 2. scale verification checks are performed at the direction of the Contracting Agency (see Section 1- 09.2(5)); 3. several times each day, the scale operator records and makes certain the platform scale balances and returns to zero when the load is removed; and 4. test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Unless otherwise approved, reporting shall utilize form 422 -027, Scaleman's Daily Report. Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contracting Agency will provide item quantity tickets for scales that are not self - printing. The Contractor shall provide tickets for self - printing scales. All tickets shall, at a minimum, contain the following information: 1. date of haul; ' 2. contract number; 3. contract unit Bid item; 4. unit of measure; ' 5. identification number of hauling vehicle; and 6. weight delivered ' a. net weight in the case of batch and hopper scales b. gross weight, tare and net weight in the case of platform scales (tare may be omitted if a tare beam is used) c. approximate load out weight in the case of belt conveyor scales The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. The material delivery point is defined as the location where the material is incorporated into the permanent Work. 1- 09.2(2) Specific Requirements for Batching Scales In the first paragraph, the last sentence is revised to read: 2 " Avenue Rail Removal 20 1 ' Batching scales used for Portland Cement concrete or hot mix asphalt shall not be used for batching other materials. ' 1 09.2(3) Specific Requirements for Platform Scales In the first paragraph, the last sentence is revised to read: ' A tare weight shall be taken of each hauling vehicle at least once daily. ' The third paragraph is deleted. 1 09.2(5) Measurement This section is revised to read: Scale Verification Checks The Engineer will verify the accuracy of each batch, hopper or platform scale. The ' frequency of verification checks will be such that at least one test weekly is performed for each weighed contract item of work being performed during that week. t Verification checks may not be routinely conducted quantities of weighed material who's estimated proposal quantity, multiplied by its unit price, has a value of less than $20,000. ' The verification will consist of one of the following methods and be at the Contractor's option: 1. Weigh a loaded truck on a separate certified platform scale designated by the Contractor, for the purpose of scale verification. 2. Weigh a vehicle that weighs at least 10,000 pounds on a separate certified scale ' and then check the project scale with it. 3. Establish a certified fixed load weighing at least 10,000 pounds as a check - weight. The certification shall consist of an affidavit affirming the correct weight of the fixed load. t Should the scale verification check reveal a weight difference of more than 0.5- percent, a second scale verification check shall be performed immediately. If the weight differences of both comparison checks exceed the 0.5- percent limit, the Contractor shall immediately stop ' weighing and the scale shall be recertified at the Contractor's expense. Belt Scales To test the accuracy of a belt- conveyor scale, the Contractor shall weigh five or more payloads from sequential hauling units and compare these weights with weights of the same payloads taken on a separate certified platform scale. If the test results fluctuate, the ' Engineer may require more than five check loads. Conveyor weights will be based on tonnage values taken from the sealed odometer at the beginning and end of each check period. ' If scale verification checks show the scale has been under weighing, it shall be adjusted immediately. I 2 " Avenue Rail Removal 21 If scale verification checks show the scale has been overweighing, its operation will cease immediately until adjusted. Minor Construction Items If the specifications and plans require weight measurement for minor construction items, the Contractor may request permission to convert volume to weight. If the Engineer approves, an agreed factor may be used to make this conversion and volume may be used to calculate the corresponding weight for payment. 1- 09.2(6) Payment This section is revised to read: Unless specified otherwise the Contracting Agency will pay for no materials received by weight unless they have been weighed as required in this section or as required by another method the Engineer has approved in writing. The Contractor shall not be compensated for any loss from under weighing that is revealed by scale verification checks. If scale verification checks reveal that the scale is over weighing, then payment for all ' material weighed since the last valid scale verification check will be adjusted. The contracting agency will calculate the combined weight of all materials weighed after the last verification check showing accurate results. This combined weight will then be reduced for payment by the percentage of scale error that exceeds 0.5- percent unless the Contractor demonstrates to the satisfaction of the Engineer that the defect in the scale was present for a lesser period of time. Unit contract prices for the various pay items of the project cover all costs related to weighing and proportioning materials for payment. These costs include but are not limited ' to: • furnishing, installing, certifying, and maintaining scales; ' • providing a weigher to operate a Contractor provided scale; • providing a weigher to operate a commercial scale, if necessary; ' • providing self - printing tickets, if necessary; • rerouting a truck for verification weighing; • assisting the Engineer with scale verification checks; 1 • any other related costs associated with meeting the requirements of this section. 1 -09.9 Payments The first paragraph is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. I 2 Avenue Rail Removal 22 t The Contractor shall submit a breakdown of the cost of lump sum Items to enable the ' Project Engineer to determine the Work performed on a monthly basis. Lump sum item breakdowns shall be submitted prior to the first progress payment that includes payment for the Bid Item in question. A breakdown is not required for lump sum items that include a ' basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. ' In the third paragraph, the second sentence is deleted. 1 09.11(1)A Disputes Review Board Membership This section is supplemented with the following new paragraph: The Contracting Agency and Contractor shall indemnify and hold harmless the Board Members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. t SECTION 1 -10, TEMPORARY TRAFFIC CONTROL April 4, 2011 ' In Division 1 - 10, all references to "truck mounted" are revised to read "transportable ". 1 - 10.1 General ' The following sentence is inserted at the beginning of this section: Temporary traffic control refers to the control of all types of traffic, including vehicles, bicyclists, and pedestrians (including pedestrians with disabilities). ' 1 10.2(1)A Traffic Control Management Item number 2. in the first paragraph is revised to read: 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCPs) which are compatible with the Work operations and traffic control for which they will be ' implemented. Having the latest adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) including the Washington State Modifications to the MUTCD, the most current edition of the Public Rights -Of -Way Accessibility Guidelines (PROWAG), and applicable standards and Specifications available at all times on the project. 1 10.2(1)B Traffic Control Supervisor Item number 1. in the third paragraph is revised to read: ' 1. Having a current set of approved traffic control plans (TCPs), applicable Contract Provisions as provided by the Contractor, the latest adopted edition of the MUTCD, including the Washington State Modifications to the MUTCD, the book Quality 2 Avenue Rail Removal 23 Guidelines for Temporary Work Zone Traffic Control Devices, the most current edition of the PROWAG, and applicable standards and Specifications. The third paragraph is supplemented with the following: ' 7. Ensuring that all pedestrian routes or access points, existing or temporary, are kept clear and free of obstructions and that all temporary pedestrian routes or access points are detectable and accessible to persons with disabilities as provided for in the approved Plans. 1- 10.2(2) Traffic Control Plans The second paragraph is revised to read: When the Contractor's chosen method of performing the Work in the Contract requires some form of temporary traffic control for vehicles, bicyclists, or pedestrians, the Contractor shall either: (1.) designate and adopt, in writing, the traffic control plan or plans from the Contract documents that support that method; or (2.) submit a Contractor's plan that modifies, supplements or replaces a plan from the Contract documents. Any Contractor - proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, spotters and other traffic control devices required to support the Work. Any Contractor - proposed traffic control plan shall conform to the established standards for plan development as shown in the MUTCD, Part 6 and the most current edition of the PROWAG. The Contractor's submittal, either designating and adopting a traffic control plan from the Contract documents or proposing a Contractor - developed plan, shall be provided to the Engineer for approval at least 10- calendar days in advance of the time the signs and other traffic control devices are scheduled to be installed and utilized. The Contractor shall be solely responsible for submitting any proposed traffic control plan or modification, obtaining the Engineer's approval and providing copies of the approved Traffic Control Plans to the Traffic Control Supervisor. ' 1- 10.2(3) Conformance to Established Standards The reference "(TMA's)" in the paragraph that starts with "Category 3" is deleted. ' The first paragraph is revised to read: Flagging, signs, and all other traffic control devices and procedures furnished or provided ' shall conform to the standards established in the latest WSDOT adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) published by the U.S. Department of Transportation and the Washington State Modifications to the MUTCD and the most current edition of the Public Rights -Of -Way Accessibility Guidelines (PROWAG). Judgment of the quality of devices furnished will be based upon Quality Guidelines for Temporary Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Temporary Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, Virginia 22406 -1022. The Washington State ' Modifications to the MUTCD may be obtained from the Department of Transportation, Olympia, Washington 98504. The most current edition of the Public Rights -Of -Way Accessibility Guidelines (PROWAG) can be downloaded from the United States Access Board web site (www. access - board.gov). 2 " Avenue Rail Removal 24 ' t 1- 10.3(1) Traffic Control Labor The first paragraph is revised to read: The Contractor shall furnish all personnel for flagging, spotting, for the execution of all procedures related to temporary traffic control and for the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. 1 10.3(2)C Lane Closure Setup/Takedown 111 Item number 1 in the first paragraph is revised to read: 1. If the Plans show a portable changeable message sign, it shall be established in advance of the operation; far enough back to provide warning of both the operation and any queue of traffic that has formed during the operation. ' In the second paragraph, the reference to "TMA/arrow board" is revised to read "transportable attenuator /arrow board ". 1 10.3(3) Traffic Control Devices The following paragraph is inserted at the beginning of this section: ' Traffic control devices, including signs, furnished or provided shall conform to the standards established in the latest WSDOT adopted edition of the Manual On Uniform Traffic Control Devices for Streets and Highways (MUTCD,) published by the U.S. Department of ' Transportation and the Washington State Modifications to the MUTCD. Requirements for pedestrian traffic control devices are addressed in the MUTCD. ' 1 10.3(3)A Construction Signs In the fourth paragraph "height" is replaced with "top of the ballast ". ' 1 10.3(3)J Truck Mounted Attenuator The title for this section is revised to read: 1 10.3(3)J Transportable Attenuator In the second and fourth paragraphs, the references to "TMA" are revised to read "Transportable Attenuator ". ' In the first paragraph, the first sentence is revised to read: ' Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall' provide, operate, and maintain transportable impact attenuators as required in Section 9- 35.12. In the third paragraph, the reference to "truck's" is revised to read "host vehicle's ". 1 10.4(2) Item Bids with Lump Sum for Incidentals All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable Attenuator(s)". 2 Avenue Rail Removal 25 In the eighth paragraph, the first sentence is revised to read: "Transportable Attenuator" will be measured per each one time only for each host vehicle with mounted or attached impact attenuator used on the project. In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with "transportable attenuator". This Section is supplemented with the following: No specific unit of measurement will apply to the lump sum item of "Pedestrian Traffic Control." 1- 10.5(2) Item Bids with Lump Sum for Incidentals All references to "truck mounted impact attenuator(s)" are revised to read "transportable attenuator(s)". ' This Section is supplemented with the following: "Pedestrian Traffic Control ", lump sum. ' The lump sum Contract payment shall be full compensation for all costs of labor and materials incurred by the Contractor in performing pedestrian traffic control Contract Work defined in Section 1 -10. 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. SECTION 5 -05, CEMENT CONCRETE PAVEMENT ' January 3, 2011 5 -05.2 Materials This section is supplemented with the following: Cementitious Materials are considered to be the following: portland cement, blended hydraulic cement, fly ash, ground granulated blast- furnace slag, microsilica fume, and metakaolin. 5- 05.3(1) Concrete Mix Design For Paving In number 1., the second sentence in the fourth paragraph is revised to read: 2 " Avenue Rail Removal 26 Cementitious materials are those listed in Section 5 -05.2. In number 3.c., the last paragraph is deleted. 5 05.3(4)A Acceptance of Portland Cement Concrete Pavement All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22 ". In the fifth paragraph "WAQTC FOP for TM 2" is revised to read "WAQTC TM 2 ". The eighth paragraph is revised to read: ' Acceptance testing for compliance of air content and 28 -day compressive strength shall be conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air content shall be determined by conducting WSDOT FOP for WAQTC /AASHTO T 152. Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and WSDOT FOP for AASHTO T 22. ' 5 05.3(11) Finishing The first sentence in the third paragraph is revised to read: ' On projects requiring less than 500 - square yards of cement concrete pavement or irregular areas the surface finish may be either longitudinal tining or be given a final finish surface by texturing with a comb perpendicular to the centerline of the pavement. ' The fourth sentence in the third paragraph is deleted. ' The last sentence in the third paragraph is revised to read: Regardless of the surface finish, if the pavement has a raised curb without a formed concrete gutter, the texturing shall end 2 -feet from the curb line. This section is supplemented with the following two new paragraphs: The standard method of surface finish shall be longitudinal tining. In advance of curing operations, where longitudinal tining is required, the pavement shall be given an initial and a final texturing. Initial texturing shall be performed with a burlap drag or broom device that ' will produce striations parallel with centerline. Final texturing shall be performed with a spring steel tine device that will produce grooves parallel with the centerline. The spring steel tine device shall be operated within 5- inches, but not closer than 3- inches, of ' pavement edges. Burlap drags, brooms and tine devices shall be installed on self - propelled equipment having external alignment control. The installation shall be such that when texturing, the area of burlap in contact with the pavement surface shall be maintained constant at all times. Broom and tine devices shall be provided with positive elevation control. Downward pressure on pavement surface shall be maintained at all times during texturing so as to t achieve uniform texturing without measurable variations in pavement profile. Self- propelled texturing machines shall be operated so that travel speed when texturing is maintained constant. Failure of equipment to conform to all provisions in this paragraph shall t 2" Avenue Rail Removal 27 1 constitute cause for stopping placement of concrete until the equipment deficiency or malfunction is corrected. Spring steel tines of the final texturing device shall be rectangular in cross section, 3 /32 to 1 / 8 inch wide, on 3/4 inch centers, and of sufficient length, thickness and resilience to form grooves approximately 3 /16 inch deep in the fresh concrete surface. Final texture shall be uniform in appearance with substantially all of the grooves having a depth between 1 / 16 inch and 5/16 inch. 5-05.3(12) Surface Smoothness The first paragraph is revised to read: The pavement smoothness will be checked with equipment furnished and operated by the Contractor, under supervision of the Engineer, within 48 -hours following placement of concrete. Smoothness of all pavement placed except Shoulders, ramp tapers, intersections, tight horizontal curves, and small or irregular areas as defined by Section 5- 05.3(3) unless specified otherwise, will be measured with a recording profilograph, as specified in Section 5- 05.3(3), parallel to centerline, from which the profile index will be determined in accordance with WSDOT Test Method 807. Tight horizontal curves are curves having a centerline radius of curve less than 1,000 feet and pavement within the superelevation transition of those curves. 5- 05.3(13)A Curing Compound The tenth paragraph is deleted. 5- 05.3(16) Protection of Pavement All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22 ". 5- 05.3(17) Opening to Traffic All references to "AASHTO T 22" are revised to read "WSDOT FOP for AASHTO T 22 ". SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL April 4, 2011 1 8 -01.2 Materials In the first paragraph, the following is inserted after the first sentence: Corrugated Polyethylene Drain Pipe 9- 05.1(6) 8- 01.3(1) General In the sixth paragraph, the first sentence is revised to read: When natural elements rut or erode the slope, the Contractor shall restore and repair the damage with the eroded material where possible, and remove and dispose of any remaining material found in ditches and culverts. In the seventh paragraph the first two sentences are deleted. The table in the seventh paragraph is revised to read: ' Western Washington (West of the Cascade Mountain crest) 2 " Avenue Rail Removal 28 1 May 1 through September 30 17 Acres October 1 through April 30 5 Acres Eastern Washington (East of the Cascade Mountain crest.) April 1 through October 31 17 Acres November 1 through March 31 5 Acres The eighth paragraph is revised to read: The Engineer may increase or decrease the limits based on project conditions. The ninth paragraph is revised to read: Erodible earth is defined as any surface where soils, grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. The 10th paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the specified time period, (see the tables below) using an approved soil covering practice. ' Western Washington (West of the Cascade Mountain crest) October 1 through April 30 2 -days maximum May 1 to September 30 7 -days maximum Eastern Washington (East of the Cascade Mountain crest.) October 1 through June 30 5 -days maximum ' July 1 through September 30 10 -days maximum 8- 01.3(1)A Submittals ' This section is revised to read: When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, the Contractor shall either adopt or modify the existing TESC Plan. If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6 -2 of the current edition of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for TESC Plan implementation and incorporate it into the Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected inside and outside the limits of the project (including all Contracting Agency - provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). The Contractor shall allow at least 5- working days for the Engineer to review any original or revised TESC Plan. Failure to approve all or part of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. 8 - 01.3(1)B Erosion and Sediment Control (ESC) Lead In the last paragraph, "Form Number 220 -030 EF" is revised to read "WSDOT Form Number 220 -030 EF ". I 2 " Avenue Rail Removal 29 8- 01.3(1)C Water Management In number 2., the reference to "Standard Specification" is revised to read "Section ". Number 3., is revised to read: 3. Offsite Water Prior to disruption of the normal watercourse, the Contractor shall intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be combined with onsite stormwater. It shall be discharged at its pre- construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this Work shall be submitted by the Contractor for the Engineer's approval. 8- 01.3(1)D Dispersion /Infiltration This section is revised to read: Water shall be conveyed only to dispersion or infiltration areas designated in the TESC Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate such that, when runoff leaves the area, and enters waters of the State, turbidity standards are achieved. Water shall be conveyed to designated infiltration areas at a rate that does not produce surface runoff. 8- 01.3(2)B Seeding and Fertilizing ' The fourth paragraph is revised to read: The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform 1 application. This tracer shall not be harmful to plant, aquatic or animal life. If Short Term Mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder ". 8- 01.3(2)D Mulching 1 In the second paragraph, the second sentence is revised to read: Wood strand mulch shall be applied by hand or by straw blower on seeded areas. In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read "hydroseeder ". The fourth paragraph is revised to read: Temporary seed applied outside the application windows established in 8- 01.3(2)F shall be covered with a mulch containing either Moderate Term Mulch or Long Term Mulch, as designated by the Engineer. 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 2 " Avenue Rail Removal 30 r ' life. If Short Term Mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. The third sentence in the first paragraph below "Soil Binding Using Polyacrylamide (PAM)" is revised to read: A minimum of 200 - pounds per acre of Short Term Mulch shall be applied with the dissolved PAM. In the second paragraph below "Soil Binding Using Polyacrylamide (PAM) ", "within" is revised to read "after". The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" including title is revised to read: Soil Binding Using Moderate Term Mulch The Moderate Term Mulch shall be hydraulically applied in accordance with the manufacturer's installation instructions. The Moderate Term Mulch 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 titled is revised to read: ' Soil Binding Using Long Term Mulch The Long Term Mulch 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' Eastern Washington (West of the Cascade Mountain crest) (East of the Cascade Mountain crest) March 1 through May 15 October 1 through November 15 only September 1 through October 1 1 Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above. Written permission to seed after October 1 will only be given when Physical Completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. 8 01.3(2)G Protection and Care of Seeded Areas The first paragraph is revised to read: The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor shall restore eroded areas, clean up and properly dispose of eroded materials, and reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. 2nd Avenue Rail Removal 31 r I 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 I have been damaged through any cause prior to final inspection, and reapplied to areas that have failed to receive a uniform application at the specified rate. 8- 01.3(2)H Inspection The first sentence is revised to read: Inspection of seeded areas will be made upon completion of seeding, temporary seeding, fertilizing, and mulching. The third sentence is revised to read: Areas that have not received a uniform application of seed, fertilizer, or mulch at the specified rate, as determined by the Engineer, shall be reseeded, refertilized, or remulched at the Contractor's expense prior to payment. 8- 01.3(2)1 Mowing ' In the first paragraph, the last sentence is revised to read: Trimming around traffic facilities, Structures, planting areas, or other features extending above ground shall be accomplished preceding or simultaneously with each mowing. 8- 01.3(3) Placing Erosion Control Blanket ' In the first sentence, "Standard" is deleted. The second sentence is revised to read: ' Temporary erosion control blankets, having an open area of 60- percent or greater, may be installed prior to seeding. 8- 01.3(4) Placing Compost Blanket In the first paragraph, "before" is revised to read "prior to ". The last sentence is revised to read: Compost shall be Coarse Compost. I 8- 01.3(5) Placing Plastic Covering The first sentence is revised to read: Plastic shall be placed with at least a 12 -inch overlap of all seams. 8- 01.3(6)A Geotextile- Encased Check Dam The first paragraph is deleted. 8- 01.3(6)B Rock Check Dam This section including title is revised to read: 2 Avenue Rail Removal 32 8- 01.3(6)B Quarry SpaII Check Dam ' The rock used to construct rock check dams shall meet the requirements for quarry spalls. 8 01.3(6)D Wattle Check Dam ' This section is revised to read: Wattle check dams shall be installed in accordance with the Plans. ' 8 01.3(6)E Coir Log This section is revised to read: ' Coir logs shall be installed in accordance with the Plans. 8 01.3(9)A Silt Fence ' In the second paragraph, the second sentence is revised to read: The strength of the wire or plastic mesh shall be equivalent to or greater than 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 The first three paragraphs are 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 1 /2 the height of an internal device or 1 /3 the height of the external device (or less when so specified by the manufacturers) or as designated by the Engineer, the deposits shall be removed and stabilized on site in accordance with Section 8- 01.3(16). 2 " Avenue Rail Removal 33 1 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 t In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read "waterbodies ". In the second paragraph "bank" is revised to read "slope ". In the third paragraph "and" is revised to read "or ". This section is supplemented with the following new paragraph: Compost for Compost Socks shall be Coarse Compost. ' 8- 01.3(14) Temporary Pipe Slope Drain The first paragraph is revised to read: Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be constructed in accordance with the Plans The last paragraph is revised to read: Placement of outflow of the pipe shall not pond water on road surface. 8- 01.3(15) Maintenance In the fourth paragraph, the last sentence is revised to read: Clean sediments may be stabilized on site using approved BMPs as approved by the Engineer. 8- 01.3(16) Removal In the second paragraph, the last sentence is revised to read: This may include, but is not limited to, ripping the soil, incorporating soil amendments, and seeding with the specified seed. 8 -01.4 Measurement The eighth paragraph is revised to read: 2 Avenue Rail Removal 34 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the linear foot along the ground line of completed barrier. 8 - 01.5 Payment The following bid items are relocated after the bid item "Check Dam ": "Inlet Protection ", per each. "Gravel Filter Berm ", per linear foot. The following new paragraph is inserted before the bid item "Stabilized Construction Entrance ": ' The unit Contract price per linear foot for "Check Dam" and "Gravel Filter Berm" and per each for "Inlet Protection" shall be full pay for all equipment, labor and materials to perform the Work as specified, including installation, removal and disposal at an approved disposal site. The paragraph after the bid item "Temporary Curb" is revised to read: ' The unit Contract price per linear foot for "Temporary Curb" shall include all costs to install, maintain, remove, and dispose of the temporary curb. The following bid item is inserted after the bid item "Mulching with Pam ": ' "Mulching with Short Term Mulch ", per acre. The bid item "Mulching with BFM" is revised to read: "Mulching with Moderate Term Mulch" The bid item "Mulching with MBFM /FRM" is revised to read: ' "Mulching with Long Term Mulch" SECTION 8 -14, CEMENT CONCRETE SIDEWALKS ' April 4, 2011 8 -14.2 Material This section is supplemented with the following new paragraph: The Contractor shall use one of the detectable warning surface products listed in the ' Qualified Products List or seek approval through the WSDOT Request for Approval of Material process. The detectable warning surface shall have the truncated dome shape shown in the Plans. The minimum 2 -foot wide detectable warning surface area shall be ' yellow and shall match Federal Standard 595, color number 33538. When painting a detectable warning surface is required, such as on a steel detectable warning surface, the yellow paint shall conform to Section 9- 08.1(8), and shall match Federal Standard 595, color number 33538. I 2 " Avenue Rail Removal 35 I 8- 14.3(3) Placing and Finishing Concrete. The fourth paragraph is revised to read: Curb ramps shall be of the type specified in the Plans and shall include the detectable warning surface. The fifth and sixth paragraphs are deleted. 8- 14.3(5) Curb Ramp Detectable Warning Surface Retrofit 1 This section including heading is revised to read: 8- 14.3(5) Detectable Warning Surface 1 The detectable warning surface shall be located as shown in the Plans. Placement of the detectable warning surface shall be in accordance with the manufacturer's recommendation for placement in fresh concrete, before the concrete has reached initial set, or on a hardened cement concrete surface, or asphalt pavement surface. Vertical edges of the detectable warning surface shall be flush with the adjoining surface to the extent possible (not be more than'/ - inch above the surface of the pavement) after installation. Embossing or stamping the wet concrete to achieve the truncated dome pattern or using a mold into which a catalyst hardened material is applied shall not be allowed. 8 -14.4 Measurement I The second sentence in the first paragraph is revised to read: Cement concrete curb ramp type will be measured per each for the complete curb ramp type installed and includes the installation of the detectable warning surface. The second paragraph is revised to read: ' Detectable warning surface will be measured by the square foot of detectable warning surface material installed as shown in the Plans. 8 -14.5 Payment The pay item "Cement Conc. Curb Ramp Type " is supplemented with the following new paragraph: The unit Contract price per each for "Cement Concrete Curb Ramp Type ", shall be full pay for installing the curb ramp as specified including the "Detectable Warning Surface ". The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read "Detectable Warning Surface ". 2 Avenue Rail Removal 36 ' SECTION 8 -22, PAVEMENT MARKING August 2, 2010 ' 8 -22.1 Description In the second paragraph, the last sentence is revised to read: ' Traffic letters used in word messages shall be sized as shown in the Plans. 8 - 22.4 Measurement In the sixth paragraph "Painted Line" is revised to read "Paint Line ". 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 ". t SECTION 9 -03, AGGREGATES April 4, 2011 In this Division, all references to " AASHTO TP 61" are revised to read "AASHTO T 335 ". 9 03.11(2) Streambed Cobbles ' The first paragraph is revised to read: Streambed cobbles shall be clean, naturally occurring water rounded gravel material. ' Streambed cobbles shall have a well graded distribution of cobble sizes and conform to one or more of the following gradings as shown in the Plans: 1 Approximate 4" Percent Passing 6" 8" 10" 12" Size " Ote 1 Cobbles Cobbles Cobbles Cobbles Cobbles ' 12" 100 10" 100 70 -90 8" 100 70 -90 6" 100 70 -90 5" 70 -90 30 -60. 4" 100 30 -60. 3" 70 -90 30 -60. ' 2" 30 -60. 2 Avenue Rail Removal 37 1 1 'A" 20 -50 10 max. 10 max. 10 max. 10 max. 10 max. In the second paragraph, "determine" is revised to read "determined ". 9- 03.21(1) General Requirements ' This sections content is deleted and replaced with: Hot Mix Asphalt, Concrete Rubble, Recycled Glass and Steel Furnace Slag may be used 1 as, or blended uniformly with, naturally occurring materials for aggregates. The final blended product and the recycled material component included in a blended product shall meet the specification requirements for the specified type of aggregate. The Contracting Agency may collect verification samples at any time. Blending of more than one type of recycled material into the naturally occurring materials requires approval of the Engineer prior to use. , Recycled materials obtained from the Contracting Agency's roadways will not require toxicity testing or certification for toxicity characteristics. ' Recycled materials that are imported to the job site will require testing and certification for toxicity characteristics. The recycled material supplier shall keep all toxicity test results on file and provide copies to the Project Engineer upon request. The Contractor shall provide the following: • Identification of the recycled materials proposed for use. ' • Sampling documentation no older than 90 days from the date the recycled material is placed on the project. Documentation shall include a minimum of 5 samples tested for total lead content by EPA Method 6010. Total lead test results shall not exceed 250 ppm. For samples that exceed 100 ppm, that sample must then be prepared by EPA Method 1311, the Toxicity Characteristic Leaching Procedure (TCLP), where liquid extract is analyzed by EPA Method 6010B. The TCLP test must be below 5.0 ppm. • Certification that the recycled materials are not Washington State Dangerous Wastes per the Dangerous Waste Regulations WAC 173 -303. • Certification that the recycled materials are in conformance with the requirements , of the Standard Specifications prior to delivery. The certification shall include the percent by weight of each recycled material. This section is supplemented with the following new sub - section: 9- 03.21(1)E Table on Maximum Allowable Percent (by weight) of Recycled ' Material 9- 03.21(1)A Recycled Hot Mix Asphalt t This section is revised to read: 2 Avenue Rail Removal 38 ' For recycled materials incorporating hot mix asphalt the product supplier shall certify that the blended material does not exceed the Maximum Allowable Percentage of hot mix ' asphalt shown in Table 9- 03.21(1)E. 9 03.21(1)B Recycled Portland Cement Concrete Rubble ' This section including title is revised to read: 9- 03.21(1)B Vacant ' 9- 03.21(1)C Recycled Glass Aggregates This section including title is revised to read: ' 9- 03.21(1)C Vacant 9- 03.21(1)D Recycled Steel Furnace Slag ' The last row of the table is revised to read: Bank Run Gravel 9 -03.19 20 100 100 20 for Trench Backfill The table is moved from this sub - section to the new sub - section 9- 03.21(1)E Table on ' Maximum Allowable Percent (by weight) of Recycled Material. SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING April 4, 2011 ' Section 9 - 14 is deleted in its entirety and replaced with the following: 9 -14.1 Soil ' 9- 14.1(1) Topsoil Type A Topsoil Type A shall be as specified in the Special Provisions. ' 9 14.1(2) Topsoil Type B Topsoil Type B shall be native topsoil taken from within the project limits either from the area where roadway excavation is to be performed or from strippings from borrow, pit, or quarry sites, or from other designated sources. The general limits of the material to be utilized for topsoil will be indicated in the Plans or in the Special Provisions. The Engineer will make the final determination of the areas where the most suitable material exists within these general limits. The Contractor shall reserve this material for the specified use. Material for Topsoil Type B shall not be taken from a depth greater than 1 foot from the existing ground unless otherwise designated by the Engineer. ' In the production of Topsoil Type B, all vegetative matter less than 4 feet in height, shall become a part of the topsoil. Prior to topsoil removal, the Contractor shall reduce the native ' vegetation to a height not exceeding 1 foot. Noxious weeds, as designated by authorized State and County officials, shall not be incorporated in the topsoil, and shall be removed and disposed of as designated elsewhere or as approved by the Engineer. 2 " Avenue Rail Removal 39 9- 14.1(3) Topsoil Type C Topsoil Type C shall be native topsoil meeting the requirements of Topsoil Type B but obtained from a source provided by the Contractor outside of the Contracting Agency owned right of way. 9 -14.2 Seed Grasses, legumes, or cover crop seed of the type specified shall conform to the standards for "Certified" grade seed or better as outlined by the State of Washington Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be furnished in standard containers on which shall be shown the following information: 1. Common and botanical names of seed 2. Lot number 3. Net weight 4 Pure live seed All seed vendors must have a business license issued by the Washington State Department of Licensing with a "seed dealer" endorsement. Upon request, the Contractor shall furnish the Engineer with copies of the applicable licenses and endorsements. Upon request, the Contractor shall furnish to the Engineer duplicate copies of a statement signed by the vendor certifying that each lot of seed has been tested by a recognized seed testing laboratory within six months before the date of delivery on the project. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. 9 -14.3 Fertilizer ' Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer of the kind and quality specified. It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, water - soluble potash, or sulfur in the amounts specified. All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients, and manufacturer's guaranteed statement of analysis clearly marked, all in accordance with State and Federal laws. Fertilizer shall be supplied in one of the following forms: 1 A dry free - flowing granular fertilizer, suitable for application by agricultural fertilizer spreader. 2 A soluble form that will permit complete suspension of insoluble particles in water, suitable for application by power sprayer. 3 A homogeneous pellet, suitable for application through a ferti -blast gun. 4 A tablet or other form of controlled release with a minimum of a six month release period. 5 A liquid suitable for application by a power sprayer or hydroseeder. t 2 Avenue Rail Removal 40 ' 9 -14.4 Mulch and Amendments All amendments shall be delivered to the site in the original, unopened containers bearing ' the manufacturer's guaranteed chemical analysis and name. In lieu of containers, amendments may be furnished in bulk. A manufacturer's certificate of compliance shall accompany each delivery. Compost and other organic amendments shall be accompanied ' with all applicable health certificates and permits. 9 14.4(1) Straw Straw shall be in an air dried condition free of noxious weeds, seeds, and other materials detrimental to plant life. Hay is not acceptable. All straw material shall be Certified Weed Free Straw using North American Weed ' Management Association (NAWMA) standards or the Washington Wilderness Hay and Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. Information can be found at http: / /www.nwcb .wa.gov /http: / /www.nwcb.wa.gov/ 1 In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other ' State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the straw. ' Straw mulch shall be suitable for spreading with mulch blower equipment. 9 14.4(2) Hydraulically Applied Erosion Control Products ( HECPs) ' All HECPs shall be biodegradable and in a dry condition free of noxious weeds, seeds, chemical printing ink,, germination inhibitors, herbicide residue, chlorine bleach, rock, metal, plastic, and other materials detrimental to plant life. Up to 5 percent by weight may be photodegradable material. The HECP shall be suitable for spreading with a hydroseeder. ' All HECPs shall be furnished premixed by the manufacturer with Type A or Type B Tackifier as specified in 9- 14.4(7). Under no circumstances will field mixing of additives or components be acceptable. ' The Contractor shall provide test results, dated within three years prior to the date of application, from an independent, accredited laboratory, as approved by the Engineer, ' showing the product meets the following requirements: Properties Test Method Requirements ' Acute Toxity EPA - 821 -R -02 -012 Methods for Measuring Four replicates are required with No statistically significant reduction in Acute Toxicity of survival in 100% leachate for a ' Effluents. Test leachate from recommended Daphnid at 48 hours and Oncorhynchus mykiss (rainbow trout) application rate receiving at 96 hours 2 inches of rainfall per ' hour using static test for No- Observed - Adverse- Effect- Concentration ' 2 " Avenue Rail Removal 41 (NOEC) Solvents EPA 8260B Benzene - < 0.03 mg /kg Methylene chloride — 0.02 mg /kg Naphthalene — < 5 mg /kg Tetrachloroethylene — < 0.05 mg /kg Toluene — < 7 mg /kg Trichloroethylene — < 0.03 mg /kg Xylenes — < 9 mg /kg Heavy Metals EPA 6020A Total Metals Antimony — < 4 mg /kg Arsenic — < 6 mg /kg Barium — < 80 mg /kg Boron — < 100 mg /kg Cadmium — < 2 mg /kg Chromium — < 2 mg /kg Copper — < 5 mg /kg Lead — < 5 mg /kg Mercury — < 2 mg /kg Nickel — < 2 mg /kg Selenium — < 10 mg /kg Strontium — < 30 mg /kg Zinc — < 5 mg /kg Water ASTM D 7367 900 percent minimum Holding Capacity Organic ASTM D 586 90 percent minimum Matter Content Moisture ASTM D 644 15 percent maximum Content Seed ASTM D 7322 Long Term Moderate Short Germination Term Term Enhancement 420 400 percent 200 percent minimum percent minimum minimum 1 If the HECP contains cotton or straw, the Contractor shall provide documentation that the material has been steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the mulch. The HECP 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. The HECP 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. 1 2 "d Avenue Rail Removal 42 ' The HECP shall be furnished with a Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plants, animals, and aquatic life. 9 14.4(2)A Long Term Mulch Long Term Mulch shall demonstrate the ability to adhere to the soil and create a blanket- ' like mass within two hours of 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 and conforms to the requirements in Table 1 Long Term ' Mulch Test Requirements. The Contractor shall provide test results documenting the mulch meets the requirements in Table 1 Long Term Mulch Test Requirements. ' Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: ' National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory ' Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). ' Table 1 Long Term Mulch Test Requirements Properties Test Method Requirements Performance in ASTM D 6459 - Test in one C Factor = 0.01 maximum using ' Protecting soil type. Soil tested shall be Revised Universal Soil Loss Slopes from sandy loam as defined by the Equation (RUSLE) Rainfall- NRCS Soil Texture Triangle ' Induced Erosion ' 9 14.4(2)B Moderate Term Mulch Within 48 hours of application, the Moderate Term Mulch shall bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for seed ' germination and plant growth and conform to the requirements in Table 2 Moderate Term Mulch Test Requirements. ' The Contractor shall provide test results documenting the mulch meets the requirements in Table 2 Moderate Term Mulch Test Requirements. ' Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) ' Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory 1 2 Avenue Rail Removal 43 I TRI Environmental, Inc I Effective January 1, 2012, the Contractor shall supply independent test results from the I National Transportation Product Evaluation Program ( NTPEP). Table 2 Moderate Term Mulch Test Requirements I Properties Test Method Requirements Performance in ASTM D 6459 - Test in one C Factor = 0.05 maximum using Protecting soil type. Soil tested shall be Revised Universal Soil Loss t Slopes from sandy loam as defined by the Equation (RUSLE) Rainfall- NRCS Soil Texture Triangle Induced Erosion I 9- 14.4(2)C Short Term Mulch The Contractor shall provide test results documenting the mulch meets the requirements in I Table 3 Short Term Mulch Test Requirements. Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results t from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) I Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory I TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). I Table 3 Short Term Mulch Test Requirements Properties Test Method Requirements I Performance in ASTM D 6459 - Test in one C Factor = 0.15 maximum using Protecting Slopes soil type. Soil tested shall be Revised Universal Soil Loss from Rainfall- sandy loam as defined by the Equation (RUSLE) I Induced Erosion National Resources Conservation Service (NRCS) Soil Texture Triangle I 9- 14.4(3) Bark or Wood Chips Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species. It I shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. Bark or wood chips, when tested, shall be according to WSDOT Test Method T 123 prior to I placement and shall meet the following loose volume gradation: I I 2 Avenue Rail Removal 44 I ' Percent Passing Sieve Size Minimum Maximum t 2" 95 100 No. 4 0 30 ' 9 14.4(4) Wood Strand Mulch Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are frayed, with a high length -to -width ratio and shall be derived from native conifer or ' deciduous trees. A minimum of 95 percent of the wood strand shall have lengths between 2 and 10 inches. At least 50 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 1 /2 inch. The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings will not ' be acceptable. Products shall be tested according to WSDOT Test Method 125 prior to acceptance. ' 9 14.4(5) Lime Agriculture lime shall be of standard manufacture, flour grade or in pelletized form, meeting the requirements of ASTM C 602. ' 9 14.4(6) Gypsum 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 ' 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 and conform to ' the requirements in Table 4 Tackifier Test Requirements. The Contractor shall provide test results documenting the tackifier meets the requirements in Table 4 Tackifier Test Requirements. Table 4 Tackifier Test Requirements ' Properties Test Method Requirements Heavy Metals See Table in Section 9- 14.4(2). See Table in Section 9- Solvents Test at manufacturer's 14.4(2) ' Acute Toxicity recommended application rate Viscosity ASTM D 2364. Testing shall be 4000 cPs minimum performed by an accredited, ' independent laboratory 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. 2 " Avenue Rail Removal 45 1 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 Compost products shall be the result of the biological degradation and transformation of organic materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173 -350 WAC. Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02 -B, "Sample Sieving for Aggregate Size Classification ". Fine compost shall meet the following gradation: Percent Passing ' Sieve Size Minimum Maximum 2" 100 1" 95 100 5/8" 90 100 1/4" 75 100 Maximum particle length of 6 inches. Medium compost shall meet the following gradation: Percent Passing Sieve Size Minimum Maximum 2" 100 1" 95 100 5/8" 90 100 1/4" 70 85 Maximum particle length of 6 inches. Medium compost shall have a carbon to nitrogen ratio (C:N) between 18:1 and 30:1. The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. ' Coarse compost shall meet the following gradation: Percent Passing Sieve Size Minimum Maximum 3" 100 2" Avenue Rail Removal 46 I ' 1" 90 100 3/4" 70 100 1/4" 40 60 Maximum particle length of 6 inches. Coarse Compost shall have a Carbon to Nitrogen ratio (C:N) between 25:1 and 35:1. The Carbon to Nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11 -A, "1:5 Slurry pH ". ' 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size ". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On- Ignition Organic Matter Method (LOI) ". ' 5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity ". ' 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting Council TMECC 05.05 -A, "Germination and Root Elongation ". ' 7. Stability shall be 7 mg CO2 —C /g OM /day or below in accordance with U.S. Composting Council TMECC 05.08 -B "Carbon Dioxide Evolution Rate ". ' 8. The compost product shall originate from recycled plant waste as defined in WAC 173- 350 as "Type 1 Feedstocks ", "Type 2 Feedstocks," and /or "Type 3 Feedstocks ". The Contractor shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may evaluate compost for maturity using U.S. Composting Council TMECC 05.08 -E "Solvita® Maturity Index ". Fine compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Medium and Coarse compost shall score a 5 or above on the Solvita® Compost Maturity Test. 9 14.4(8)A Compost Submittal Requirements The Contractor shall submit the following information to the Engineer for approval: 1. The Qualified Products List printed page or a Request for Approval of Material(DOT Form 350 -071 EF). ' 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). ' 3. The Contractor shall verify in writing, and provide lab analyses, that the material complies with the processes, testing, and standards specified in WAC 173 -350 2 " Avenue Rail Removal 47 and these Specifications. An independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the analysis. 4. A copy of the manufacturer's Seal of Testing Assurance (STA) certification as issued by the U.S. Composting Council. 9- 14.4(8)B Compost Acceptance ' 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) Vacant ' 9- 14.4(10) Vacant ' 9 -14.5 Erosion Control Devices 9- 14.5(1) Polyacrylamide (PAM) PAM is used as a tie -down for soil, compost, or seed, and is also used as a flocculent. Polyacrylamide (PAM) products shall meet ANSI /NSF Standard 60 for drinking water treatment with an AMD content not to exceed 0.05 percent. PAM shall be anionic, linear, and not cross - linked. 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. PAM shall be delivered in a dry granular or powder form. 9- 14.5(2) Erosion Control Blanket ' Temporary erosion control blanket shall be made of natural plant fibers. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the requirements in the following table: Properties ASTM Test Method Requirements Protecting Slopes D 6459 - Test in one soil Maximum C factor of from Rainfall- type. Soil tested shall be 0.15 using Revised Induced Erosion sandy loam as defined Universal Soil Loss by the NRCS Soil Equation (RUSLE) Texture Triangle Dry Weight per Unit D 6475 0.36 lb /sq. yd. Area minimum Performance in D 6460 Test in one soil 1.0 lb /sq. ft. Protecting Earthen type. Soil tested shall be minimum Channels from loam as defined by the Stormwater- NRCS Soil Texture Induced Erosion Triangle Seed Germination D 7322 200 percent 2" Avenue Rail Removal 48 Enhancement minimum Netting, if present, shall be biodegradable with a life span not to exceed two ' years. Permanent erosion control blanket/turf reinforcement mats shall meet the following ' requirements: Properties ASTM Test Method Requirements ' UV Stability D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc device ' Protecting Slopes D 6459 with 0.12 inch Maximum C factor of 0.15 from Rainfall- average raindrop size.* using Revised Universal Induced Erosion Test in one soil type. Soil Loss Equation ' Soil tested shall be (RUSLE) loam as defined by the NRCS Soil Texture Triangle ** Dry Weight per D 6566 0.50 lb /sq. yd. minimum Unit Area ' Performance in Protecting D 6460 Test in one soil 2.0 lb/sq. ft. minimum type. Soil tested shall Earthen Channels be loam as defined by from Stormwater- the NRCS Soil Texture Induced Erosion Triangle ** Seed D 7322 200 percent minimum Germination ' Enhancement 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 www.ectc.org /qdor 9 14.5(3) Clear Plastic Covering Clear plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting having a minimum thickness of 6 mils. 9 14.5(4) Geotextile Encased Check Dam The geotextile- encased check dam shall be a urethane foam core encased in geotextile material. The minimum length of the unit shall be 7 feet. The foam core shall be a minimum of 8 inches in height, and have a minimum base width of 16 inches. 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 in Section 9 -33. 2 Avenue Rail Removal 49 9- 14.5(5) Wattles Wattles shall consist of cylinders of biodegradable plant material such as weed -free 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 and a maximum lifespan of not more than 24 months. Compost filler shall be coarse compost and shall meet the material requirements as specified in Section 9- 14.4(8). If wood chips are used they shall meet the material requirements as specified in Section 9- 14.4(3). If wood shavings are used, 80 percent of the fibers shall have a minimum length of 6 inches between 0.030 and 0.50 inches wide, and between 0.017 and 0.13 inches thick. Wood stakes for wattles 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(6) Compost Socks 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. Netting material shall have a minimum lifespan of 6 months and a maximum lifespan of not more than 24 months. 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 Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted within woven netting made of bristle coir twine with minimum strength of 80 lbs tensile strength. The netting shall have nominal 2 inch by 2 inch openings. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a minimum density of 7 lbs/cf. Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall have a notch to secure the rope ties. Rope ties shall be of 1/4 inch diameter commercially available hemp rope. 9- 14.5(8) High Visibility Fencing ' High visibility fence shall be UV stabilized, orange, high- density polyethylene or polypropylene mesh, and shall be at least 4 -feet in height. 2" Avenue Rail Removal 50 ' 1 ' Support posts shall be wood or steel in accordance with Standard Plan 1- 10.10 -00. The posts shall have sufficient strength and durability to support the fence through the life of the ' project. 9 -14.6 Plant Materials ' 9- 14.6(1) Description Bareroot plants are grown in the ground and harvested without soil or growing medium ' around their roots. Container plants are grown in pots or flats that prevent root growth beyond the sides and bottom of the container. ' Balled and burlapped plants are grown in the ground and harvested with soil around a core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire basket ' or other supportive structure. Cuttings are live plant material without a previously developed root system. Source plants ' for cuttings shall be dormant when cuttings are taken and all cuts shall be made with a sharp instrument. Cuttings may be collected. If cuttings are collected, the requirement to be nursery grown or held in nursery conditions does not apply. Written permission shall be ' obtained from property owners and provided to the Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with applicable sensitive area ordinances. Cuttings shall meet the following requirements: A. Live branch cuttings shall have flexible top growth with terminal buds and may have side branches. The rooting end shall be cut at an approximate 45 degree angle. ' B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes are cut from one to two year old wood. Live stake cuttings shall be cut and installed with the bark intact with no branches or stems attached, and be 1 /2 to 11/2 inch in diameter. C. Live pole cuttings shall have a minimum 2 inch diameter and no more than three branches which shall be pruned back to the first bud from the main stem. ' Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and becoming erect at the apex. Rhizomes shall have a minimum of two growth points. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. 9 14.6(2) Quality t At the time of delivery all plant material furnished shall meet the grades established by the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and shall conform to the size and acceptable conditions as listed in the Contract, and shall be free of all foreign plant material. ' All plant material shall comply with State and Federal laws with respect to inspection for plant diseases and insect infestation. I t 2 " Avenue Rail Removal 51 All plant material shall be purchased from a nursery licensed to sell plants in Washington State. ' Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall be vigorous, well formed, with well developed fibrous root systems, free from dead branches, and from damage caused by an absence or an excess of heat or moisture, insects, disease, mechanical or other causes detrimental to good plant development. Evergreen plants shall be well foliated and of good color. Deciduous trees that have solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees shall have only one leader (growing apex) and one terminal bud, and shall not be sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y crotches shall be rejected. Root balls of plant materials shall be solidly held together by a fibrous root system and shall be composed only of the soil in which the plant has been actually growing. Balled and burlapped rootballs shall be securely wrapped with jute burlap or other packing material not injurious to the plant life. Root balls shall be free of weed or foreign plant growth. Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings, gathered from native stands shall be held under nursery conditions for a minimum of one full growing season, shall be free of all foreign plant material, and meet all of the requirements of these Specifications, the Plans, and the Special Provisions. Container grown plants shall be plants transplanted into a container and grown in that container sufficiently long for new fibrous roots to have developed so that the root mass will retain its shape and hold together when removed from the container, without having roots that circle the pot. Plant material which is root bound, as determined by the Engineer, shall be rejected. Container plants shall be free of weed or foreign plant growth. Container sizes for plant material of a larger grade than provided for in the container grown Specifications of the ASNS shall be determined by the volume of the root ball specified in the ASNS for the same size plant material. I All bare root plant materials shall have a heavy fibrous root system and be dormant at the time of planting. I Average height to spread proportions and branching shall be in accordance with the applicable sections, illustrations, and accompanying notes of the ASNS. Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, full and symmetrical branching, central leader, and be developed, grown, and propagated with a full branching crown. A "Street Tree Grade" designation requires the highest grade of nursery shade or ornamental tree production which shall be supplied. Street trees with improperly pruned, broken, or damaged branches, trunk, or root structure shall be rejected. In all cases, whether supplied balled and burlapped or in a container, the root crown (top of root structure) of the tree shall be at the top of the finish soil level. Trees supplied and delivered in a nursery fabric bag will not be accepted. Plants which have been determined by the Engineer to have suffered damage for the following reasons will be rejected: 2 Avenue Rail Removal 52 ' 1 1. Girdling of the roots, stem, or a major branch. ' 2. Deformities of the stem or major branches. 3. Lack of symmetry. 4. Dead or defoliated tops or branches. 5. Defects, injury, and condition which renders the plant unsuitable for its intended use. Plants that are grafted shall have roots of the same genus as the specified plant. 9 14.6(3) Handling and Shipping ' Handling and shipping shall be done in a manner that is not detrimental to the plants. The nursery shall furnish a notice of shipment in triplicate at the time of shipment of each truck load or other lot of plant material. The original copy shall be delivered to the Project ' Engineer, the duplicate to the consignee and the triplicate shall accompany the shipment to be furnished to the Inspector at the job site. The notice shall contain the following information: ' 1. Name of shipper. ' 2. Date of shipment. 3. Name of commodity. (Including all names as specified in the Contract.) ' 4. Consignee and delivery point. 5. State Contract number. 6. Point from which shipped. ' 7. Quantity contained. 8. Size. (Height, runner length, caliper, etc. as required.) ' 9. Signature of shipper by authorized representative. ' To acclimate plant materials to Northwest conditions, all plant materials used on a project shall be grown continuously outdoors north of the 42nd Latitude (Oregon - California border) from not later than August 1 of the year prior to the time of planting. ' All container grown plants shall be handled by the container. All balled and burlapped plants shall be handled by the ball. Plant material shall be packed for shipment in accordance with prevailing practice for the type of plant being shipped, and shall be protected at all times against drying, sun, wind, heat, freezing, and similar detrimental conditions both during shipment and during related 2 Avenue Rail Removal 53 1 handling. Where necessary, plant material shall be temporarily heeled in. When transported in closed vehicles, plants shall receive adequate ventilation to prevent sweating. When transported in open vehicles, plants shall be protected by tarpaulins or other suitable cover material. 9- 14.6(4) Tagging Plants delivered as a single unit of 25 or less of the same size, species, and variety, shall be clearly marked and tagged. Plants delivered in large quantities of more than 25 shall be segregated as to variety, grade, and size; and one plant in each 25, or fraction thereof, of each variety, grade, and size shall be tagged. 9- 14.6(5) Inspection The Contracting Agency will make an inspection of plant material at the source when requested by the Engineer. However, such preliminary approval shall not be considered as final acceptance for payment. Final inspection and approval (or rejection) will only occur when the plant material has been delivered to the Project site. The Contractor shall notify the Engineer, not less than 48 hours in advance, of plant material delivery to the project. 9- 14.6(6) Substitution of Plants No substitution of plant material, species or variety, will be permitted unless evidence is submitted in writing to the Engineer that a specified plant cannot be obtained and has been unobtainable since the Award of the Contract. If substitution is permitted, it can be made only with written approval by the Engineer. The nearest variety, size, and grade, as approved by the Engineer, shall then be furnished. Container or balled and burlapped plant material may be substituted for bare root plant 1 material. Container grown plant material may be substituted for balled and burlapped plant materials. When substitution is allowed, use current ASNS standards to determine the correct rootball volume (container or balled and burlapped) of the substituted material that corresponds to that of the specified material. These substitutions shall be approved by the Engineer and be at no cost to the Contracting Agency. 9- 14.6(7) Temporary Storage Plants stored under temporary conditions prior to installation shall be the responsibility of the Contractor. Plants stored on the project shall be protected at all times from extreme weather conditions by insulating the roots, root balls, or containers with sawdust, soil, compost, bark or wood chips, or other approved material and shall be kept moist at all times prior to planting. Cuttings shall continually be shaded and protected from wind. Cuttings shall be protected from drying at all times and shall be heeled into moist soil or other insulating material or placed in water if not installed within eight hours of cutting. Cuttings to be stored for later installation shall be bundled, laid horizontally, and completely buried under 6 inches of water, moist soil or placed in cold storage at a temperature of 34 °F and 90 percent humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 50 °F shall not be stored for later use. Cuttings that already have developed roots shall not be used. ' I 2" Avenue Rail Removal 54 ' 1 9- 14.6(8) Sod The available grass mixtures on the current market shall be submitted to the Engineer for ' selection and approval. The sod shall be field grown one calendar year or older, have a well developed root structure, and be free of all weeds, disease, and insect damage. Prior to cutting, the sod shall be green, in an active and vigorous state of growth, and ' mowed to a height not exceeding 1 inch. The sod shall be cut with a minimum of 1 inch of soil adhering. ' 9 - 14.7 Stakes, Guys, and Wrapping Stakes shall be installed as shown in the Plans. U Commercial plant ties may be used in lieu of hose and wire guying upon approval of the Engineer. The minimum size of wire used for guying shall be 12 gauge, soft drawn. Hose for guying shall be nylon, rubber, or reinforced plastic and shall have an inside diameter of at least 1 inch. ' Tree wrap shall be a crinkled waterproof paper weighing not less than 4.0 pounds per 100 square feet and shall be made up of two sheets cemented together with asphalt. If the HECP contains cotton r o straw, the Contractor shall provide documentation that the ' material has been steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the mulch. ' The HECP 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. The HECP 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. ' The HECP shall be furnished with a Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plants, animals, and aquatic life. ' 9 14.4(2)A HECP Type 1 Mulch HECP Type 1 Mulch shall demonstrate the ability to adhere to the soil and create a blanket - like mass within two hours of application and shall bond with the soil surface to create a 1 continuous, porous, absorbent, and flexible erosion resistant blanket that allows for seed germination and plant growth and conforms to the requirements in Table 1 HECP Type 1 Mulch Test Requirements. 2 "d Avenue Rail Removal 55 I The Contractor shall provide test results documenting the mulch meets the requirements in I Table 1 HECP Type 1 Mulch Test Requirements. Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results I from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) I Utah State University's Utah Water Research Laboratory Texas Transportation Institute I San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the I National Transportation Product Evaluation Program (NTPEP). Table' HECP Type 1 Mulch Test Requirements I Properties Test Method Requirements Performance in ASTM D 6459 - Test in one C Factor = 0.01 maximum using Protecting soil type. Soil tested shall be Revised Universal Soil Loss Slopes from sandy loam as defined by the Equation (RUSLE) Rainfall- NRCS Soil Texture Triangle Induced I Erosion 9- 14.4(2)B HECP Type 2 Mulch I Within 48 hours of application, the HECP Type 2 Mulch shall bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for seed germination and plant growth and conform to the requirements in Table 2 HECP Type 2 Mulch Test Requirements. I The Contractor shall provide test results documenting the mulch meets the requirements in Table 2 HECP Type 2 Mulch Test Requirements. I Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: I National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc I Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Ill Table 2 HECP Type 2 Mulch Test Requirements Properties Test Method Requirements Performance in ASTM D 6459 - Test in one C Factor = 0.05 maximum using Protecting soil type. Soil tested shall be Revised Universal Soil Loss Slopes from sandy loam as defined by the Equation (RUSLE) 2 " Avenue Rail Removal 56 I 1 Rainfall- NRCS Soil Texture Triangle Induced Erosion 9 14.4(2)C HECP Type 3 Mulch ' The Contractor shall provide test results documenting the mulch meets the requirements in Table 3 HECP Type 3 Mulch Test Requirements. ' Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the ' National Transportation Product Evaluation Program (NTPEP). Table 3 HECP Type 3 Mulch Test Requirements Properties Test Method Requirements Performance in ASTM D 6459 - Test in one C Factor = 0.15 maximum using Protecting Slopes soil type. Soil tested shall be Revised Universal Soil Loss from Rainfall- sandy loam as defined by the Equation (RUSLE) Induced Erosion National Resources Conservation Service (NRCS) ' Soil Texture Triangle 9 14.4(3) Bark or Wood Chips Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species. It ' shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. Bark or wood chips, when tested, shall be according to WSDOT Test Method T 123 prior to placement and shall meet the following loose volume gradation: Percent Passing Sieve Size Minimum Maximum 2" 95 100 No. 4 0 _ 30 9 14.4(4) Wood Strand Mulch Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are frayed, with a high length -to -width ratio and shall be derived from native conifer or deciduous trees. A minimum of 95 percent of the wood strand shall have lengths between 2 and 10 inches. At least 50 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 1/2 inch. I 2 Avenue Rail Removal 57 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 will not be acceptable. Products shall be tested according to WSDOT Test Method 125 prior to acceptance. 9- 14.4(5) Lime Agriculture lime shall be of standard manufacture, flour grade or in pelletized form, meeting the requirements of ASTM C 602. 9- 14.4(6) Gypsum ' 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 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 and conform to the requirements in Table 4 Tackifier Test Requirements. The Contractor shall provide test results documenting the tackifier meets the requirements in Table 4 Tackifier Test Requirements. Before January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results I from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) I Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table 4 Tackifier Test Requirements Properties Test Method Requirements Heavy Metals Test at manufacturer's See Table in Section 9- Solvents recommended application rate 14.4(2) Acute Toxicity Performance in Modified ASTM D 6459 on C Factor = 0.15 maximum Protecting Slopes 3(H):1(V) slope with 2 inches of using Revised Universal from Rainfall- rainfall evenly distributed over a Soil Loss Equation Induced Erosion period of 100 minutes. Test in one (RUSLE) soil type. Soil tested shall be sandy loam as defined by the National Resources Conservation Service (NRCS) Soil Texture Triangle ' M 2 " Avenue Rail Removal 58 r 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 ' Compost products shall be the result of the biological degradation and transformation of plant- derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173 -350 WAC. ' Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02 -B, "Sample Sieving for Aggregate Size Classification ". ' Fine compost shall meet the following gradation: Percent Passing Sieve Size Minimum Maximum 2" 100 1" 95 100 5/8" 90 100 1/4" 75 100 Maximum particle length of 6 inches. Medium compost shall meet the following gradation: Percent Passing Sieve Size Minimum Maximum 2" 100 1" 95 100 5/8" 90 100 1 /4" 75 85 Maximum particle length of 6 inches. Medium compost shall have a carbon to nitrogen ratio (C:N) between 18:1 and 30:1. The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic r 2 Avenue Rail Removal 59 Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 1 04.02D. Coarse compost shall meet the following gradation: Percent Passing Sieve Size Minimum Maximum 3" 100 1" 90 100 3/4" 70 100 1/4" 40 60 Maximum particle length of 6 inches. 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11 -A, "1:5 Slurry pH ". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size ". ' 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On- Ignition Organic Matter Method (LOI) ". , 5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity ". 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting Council TMECC 05.05 -A, "Germination and Root Elongation ". 111 7. Stability shall be 7 mg CO2 —C /g OM /day or below in accordance with U.S. Composting Council TMECC 05.08 -B "Carbon Dioxide Evolution Rate ". 8. The compost product shall originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173 -350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of "Type 2 Feedstocks," source - separated food waste, and /or biosolids may be substituted for recycled plant waste. The Contractor shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may evaluate compost for maturity using U.S. Composting Council ' TMECC 05.08 -E "Solvita® Maturity Index ". Fine compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Coarse compost shall score a 5 or above on the Solvita® Compost Maturity Test. 9 14.4(8)A Compost Submittal Requirements The Contractor shall submit the following information to the Engineer for approval: 1. The Qualified Products List printed page or a Request for Approval of Material(DOT Form 350 -071 EF). I I 2 "' Avenue Rail Removal 60 1 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). 3. The Contractor shall verify in writing, and provide lab analyses, that the material complies with the processes, testing, and standards specified in WAC 173 -350 and these Specifications. An independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the analysis. ' 4. A copy of the manufacturer's Seal of Testing Assurance (STA) certification as issued by the U.S. Composting Council. ' 9 14.4(8)B Compost Acceptance 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, 1 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) Vacant 9- 14.4(10) Vacant 9 -14.5 Erosion Control Devices 9- 14.5(1) Polyacrylamide (PAM) Polyacrylamide (PAM) products shall meet ANSI /NSF Standard 60 for drinking water ' treatment with an AMD content not to exceed 0.05 percent. PAM shall be anionic, linear, and not cross - linked. 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. PAM shall be delivered in a dry granular or powder form. 9 14.5(2) Erosion Control Blanket Temporary erosion control blanket shall be made of natural plant fibers. The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the requirements in the following table: ' Properties ASTM Test Method Requirements Protecting Slopes D 6459 - Test in one soil Maximum C factor of ' from Rainfall- Induced Erosion type. Soil tested shall be 0.15 using Revised sandy loam as defined Universal Soil Loss by the NRCS Soil Equation (RUSLE) Texture Triangle Dry Weight per Unit D 6475 0.36 lb /sq. yd. Area minimum Performance in D 6460 Test in one soil 1.0 lb /sq. ft. 2 " Avenue Rail Removal 61 I Protecting Earthen type. Soil tested shall be minimum Channels from loam as defined by the Stormwater- NRCS Soil Texture Induced Erosion Triangle Seed Germination D 7322 200 percent Enhancement minimum Netting, if present, shall be biodegradable with a life span not to exceed one year. Permanent erosion control blanket shall meet the following requirements: Properties ASTM Test Method Requirements UV Stability D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc device Protecting Slopes D 6459 with 0.12 inch Maximum C factor of 0.15 from Rainfall- average raindrop size.* using Revised Universal Induced Erosion Test in one soil type. Soil Loss Equation Soil tested shall be (RUSLE) loam as defined by the NRCS Soil Texture Triangle ** Dry Weight per D 6475 0.50 lb /sq. yd. minimum Unit Area Performance in D 6460 Test in one soil 2.0 lb /sq. ft. minimum Protecting type. Soil tested shall Earthen Channels be loam as defined by from Stormwater- the NRCS Soil Texture Induced Erosion Triangle ** Seed D 7322 200 percent minimum Germination Enhancement 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 www.ectc.org /qdor 1 9 14.5(3) Clear Plastic Covering Clear plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting having a minimum thickness of 6 mils. 9 14.5(4) Geotextile Encased Check Dam The geotextile- encased check dam shall be a urethane foam core encased in geotextile material. The minimum length of the unit shall be 7 feet. The foam core shall be a minimum of 8 inches in height, and have a minimum base width I of 16 inches. The geotextile material shall overhang the foam by at least 6 inches at each I 2 " Avenue Rail Removal 62 ' 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 in Section 9 -33. ' 9 14.5(5) Wattles Wattles shall consist of cylinders of biodegradable plant material such as weed -free straw, ' coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5 inches in diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete or other contaminating ' materials such as preservatives. Netting material shall be free from cuts, tears, or weak places and shall have a minimum lifespan of 6 months. Compost filler shall be coarse compost and shall meet the material requirements as ' specified in Section 9- 14.4(8). If wood chips are used they shall meet the material requirements as specified in Section 9- 14.4(3). If wood shavings are used, 80 percent of the fibers shall have a minimum length of 6 inches between 0.030 and 0.50 inches wide, 1 and between 0.017 and 0.13 inches thick. Wood stakes for wattles 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(6) Compost Socks ' 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 Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted within woven netting made of bristle coir twine with minimum strength of 80 lbs tensile ' strength. The netting shall have nominal 2 inch by 2 inch openings. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a minimum density of 7 lbs/cf. Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall have a notch to secure the rope ties. Rope ties shall be of 1/4 inch diameter commercially ' available hemp rope. 9 14.5(8) High Visibility Fencing High visibility fence shall be UV stabilized, orange, high- density polyethylene or polypropylene mesh, and shall be at least 4 -feet in height. 1 ' 2' Avenue Rail Removal 63 Support posts shall be wood or steel in accordance with Standard Plan 1- 10.10 -00. The posts shall have sufficient strength and durability to support the fence through the life of the project. 9 -14.6 Plant Materials 9- 14.6(1) Description ' Bareroot plants are grown in the ground and harvested without soil or growing medium around their roots. Container plants are grown in pots or flats that prevent root growth beyond the sides and bottom of the container. Balled and burlapped plants are grown in the ground and harvested with soil around a core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire basket or other supportive structure. , Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken and all cuts shall be made with a sharp instrument. Cuttings may be collected. If cuttings are collected, the requirement to be nursery grown or held in nursery conditions does not apply. Written permission shall be obtained from property owners and provided to the Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with applicable sensitive area ordinances. Cuttings shall meet the following requirements: A. Live branch cuttings shall have flexible top growth with terminal buds and may have side branches. The rooting end shall be cut at an approximate 45 degree angle. B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes are cut from one to two year old wood. Live stake cuttings shall be cut and installed with the bark intact with no branches or stems attached, and be 'A to 1 inch in diameter. C. Live pole cuttings shall have a minimum 2 inch diameter and no more than three branches which shall be pruned back to the first bud from the main stem. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and becoming erect at the apex. Rhizomes shall have a minimum of two growth points. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. 9- 14.6(2) Quality At the time of delivery all plant material furnished shall meet the grades established by the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and shall conform to the size and acceptable conditions as listed in the Contract, and shall be free of all foreign plant material. All plant material shall comply with State and Federal laws with respect to inspection for plant diseases and insect infestation. 2 " Avenue Rail Removal 64 I I I All plant material shall be purchased from a nursery licensed to sell plants in Washington ' State. Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall be ' vigorous, well formed, with well developed fibrous root systems, free from dead branches, and from damage caused by an absence or an excess of heat or moisture, insects, disease, mechanical or other causes detrimental to good plant development. Evergreen plants shall be well foliated and of good color. Deciduous trees that have solitary leaders ' shall have only the lateral branches thinned by pruning. All conifer trees shall have only one leader (growing apex) and one terminal bud, and shall not be sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- crotches shall be rejected. Root balls of plant materials shall be solidly held together by a fibrous root system and shall be composed only of the soil in which the plant has been actually growing. Balled and ' burlapped rootballs shall be securely wrapped with jute burlap or other packing material not injurious to the plant life. Root balls shall be free of weed or foreign plant growth. Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings, gathered from native stands shall be held under nursery conditions for a minimum of one full growing season, shall be free of all foreign plant material, and meet all of the requirements of these Specifications, the Plans, and the Special Provisions. Container grown plants shall be plants transplanted into a container and grown in that container sufficiently long for new fibrous roots to have developed so that the root mass will ' retain its shape and hold together when removed from the container, without having roots that circle the pot. Plant material which is root bound, as determined by the Engineer, shall be rejected. Container plants shall be free of weed or foreign plant growth. Container sizes for plant material of a larger grade than provided for in the container grown Specifications of the ASNS shall be determined by the volume of the root ball specified in ' the ASNS for the same size plant material. All bare root plant materials shall have a heavy fibrous root system and be dormant at the ' time of planting. Average height to spread proportions and branching shall be in accordance with the applicable sections, illustrations, and accompanying notes of the ASNS. Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, full and symmetrical branching, central leader, and be developed, grown, and propagated with a full branching crown. A "Street Tree Grade" designation requires the highest grade of nursery shade or ornamental tree production which shall be supplied. Street trees with improperly pruned, broken, or damaged branches, trunk, or root structure shall be rejected. In all cases, whether supplied balled and burlapped or in a container, the root crown (top of root structure) of the tree shall be at the top of the finish soil level. Trees supplied and delivered in a nursery fabric bag will not be accepted. Plants which have been determined by the Engineer to have suffered damage for the following reasons will be rejected: ' 2 " Avenue Rail Removal 65 1. Girdling of the roots, stem, or a major branch. 2. Deformities of the stem or major branches. 3. Lack of symmetry. 111 4. Dead or defoliated tops or branches. 5. Defects, injury, and condition which renders the plant unsuitable for its intended use. Plants that are grafted shall have roots of the same genus as the specified plant. 9- 14.6(3) Handling and Shipping Handling and shipping shall be done in a manner that is not detrimental to the plants. The nursery shall furnish a notice of shipment in triplicate at the time of shipment of each truck load or other lot of plant material. The original copy shall be delivered to the Project Engineer, the duplicate to the consignee and the triplicate shall accompany the shipment to be furnished to the Inspector at the job site. The notice shall contain the following information: 1. Name of shipper. r 2. Date of shipment. 3. Name of commodity. (Including all names as specified in the Contract.) 4. Consignee and delivery point. ' 5. State Contract number. 6. Point from which shipped. 7. Quantity contained. 8. Size. (Height, runner length, caliper, etc. as required.) 9. Signature of shipper by authorized representative. ' To acclimate plant materials to Northwest conditions, all plant materials used on a project shall be grown continuously outdoors north of the 42nd Latitude (Oregon - California border) from not later than August 1 of the year prior to the time of planting. All container grown plants shall be handled by the container. ' All balled and burlapped plants shall be handled by the ball. Plant material shall be packed for shipment in accordance with prevailing practice for the type of plant being shipped, and shall be protected at all times against drying, sun, wind, heat, freezing, and similar detrimental conditions both during shipment and during related 2 Avenue Rail Removal 66 1 handling. Where necessary, plant material shall be temporarily heeled in. When transported in closed vehicles, plants shall receive adequate ventilation to prevent sweating. When ' transported in open vehicles, plants shall be protected by tarpaulins or other suitable cover material. ' 9 14.6(4) Tagging Plants delivered as a single unit of 25 or less of the same size, species, and variety, shall be clearly marked and tagged. Plants delivered in large quantities of more than 25 shall be segregated as to variety, grade, and size; and one plant in each 25, or fraction thereof, of each variety, grade, and size shall be tagged. t 9 14.6(5) Inspection The Contracting Agency will make an inspection of plant material at the source when requested by the Engineer. However, such preliminary approval shall not be considered as final acceptance for payment. Final inspection and approval (or rejection) will only occur when the plant material has been delivered to the Project site. The Contractor shall notify the Engineer, not less than 48 hours in advance, of plant material delivery to the project. 9 14.6(6) Substitution of Plants No substitution of plant material, species or variety, will be permitted unless evidence is submitted in writing to the Engineer that a specified plant cannot be obtained and has been ' unobtainable since the Award of the Contract. If substitution is permitted, it can be made only with written approval by the Engineer. The nearest variety, size, and grade, as approved by the Engineer, shall then be furnished. ' Container or balled and burlapped plant material may be substituted for bare root plant material. Container grown plant material may be substituted for balled and burlapped plant ' materials. When substitution is allowed, use current ASNS standards to determine the correct rootball volume (container or balled and burlapped) of the substituted material that corresponds to that of the specified material. These substitutions shall be approved by the ' Engineer and be at no cost to the Contracting Agency. 9 14.6(7) Temporary Storage Plants stored under temporary conditions prior to installation shall be the responsibility of ' the Contractor. Plants stored on the project shall be protected at all times from extreme weather conditions by insulating the roots, root balls, or containers with sawdust, soil, compost, bark or wood chips, or other approved material and shall be kept moist at all times prior to planting. ' Cuttings shall continually be shaded and protected from wind. Cuttings shall be protected from drying at all times and shall be heeled into moist soil or other insulating material or placed in water if not installed within eight hours of cutting. Cuttings to be stored for later t installation shall be bundled, laid horizontally, and completely buried under 6 inches of water, moist soil or placed in cold storage at a temperature of 34 °F and 90 percent humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in water ' for 24 hours prior to planting. Cuttings taken when the temperature is higher than 50 °F shall not be stored for later use. Cuttings that already have developed roots shall not be used. ' 2 " Avenue Rail Removal 67 9- 14.6(8) Sod The available grass mixtures on the current market shall be submitted to the Engineer for selection and approval. ' The sod shall be field grown one calendar year or older, have a well developed root structure, and be free of all weeds, disease, and insect damage. Prior to cutting, the sod shall be green, in an active and vigorous state of growth, and mowed to a height not exceeding 1 inch. The sod shall be cut with a minimum of 1 inch of soil adhering. 9 -14.7 Stakes, Guys, and Wrapping ' Stakes shall be installed as shown in the Plans. Commercial plant ties may be used in lieu of hose and wire guying upon approval of the Engineer. The minimum size of wire used for guying shall be 12 gauge, soft drawn. Hose for guying shall be nylon, rubber, or reinforced plastic and shall have an inside diameter of at least 1 inch. Tree wrap shall be a crinkled waterproof paper weighing not less than 4.0 pounds per 100 square feet and shall be made up of two sheets cemented together with asphalt. 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. t 2 " Avenue Rail Removal 68 I I 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 I 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, I 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. I 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. I 9 - 15.4 Irrigation Heads This section is supplemented with the following new paragraph: I All instructions, special wrenches, clamps, tools, and equipment supplied by the manufacturer necessary for the installation and maintenance of the irrigation heads shall be I turned over to the Engineer upon completion and acceptance of the project. 9 - 15.5 Valve Boxes and Protective Sleeves I This section including title is revised to read: 9 - 15.5 Valve Boxes I Valve boxes shall conform to the Plans and be extendible to obtain the depth required. All manual drain valves and manual control valves shall be installed in valve box with a vandal resistant lid as shown in the Plans. I 9 - 15.7(1) Manual Control Valves The third and fourth sentences are revised to read: I The Contractor shall furnish three suitable operating keys. Valves shall have removable bonnet and stem assemblies with adjustable packing glands and shall house long acme threaded stems to ensure full opening and closing. I 9 - 15.7(2) Automatic Control Valves In the second paragraph, the first and second sentences are revised to read: I Valves shall be of a normally closed design and shall be operated by an electronic solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic solenoids shall I have a stainless steel plunger and be directly attached to the valve bonnets or body with all control parts fully encapsulated. I In the fifth sentence of the second paragraph, "electric" is revised to read "electrical ". 9 15.7(3) Automatic Control Valves With Pressure Regulator This section is revised to read: 1 I 2 " Avenue Rail Removal 69 I Automatic control valves with pressure regulators shall be similar to automatic control valves described in Section 9- 15.7(2) and shall reduce the inlet pressure to a constant pressure regardless of supply fluctuations. The regulator must be fully adjustable. I 9 -15.8 Quick Coupling Equipment In the first paragraph, the first and second sentences are revised to read: I Quick coupler valves shall have a service rating of not less than 125 -psi for non -shock cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded Semi -Red I Brass conforming to ASTM B 584. In the fifth sentence of the first paragraph, "will" is revised to read "shall ". 9 -15.9 Drain Valves 1 This section is revised to read: Drain valves may be a 1 A -inch or 3 / -inch PVC or metal gate valve manufactured for I irrigation systems. Valves shall be designed for underground installation with suitable cross wheel for operation with a standard key, and shall have a service rating of not less than III 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. I Drain valves on potable water systems shall only be allowed on the downstream side of approved cross connection control devices. I 9 -15.10 Hose Bibs The first sentence is revised to read: I 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 I This section is revised to read: Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker assemblies I (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 I Washington State Department of Health, Olympia, Washington or a Department of Health certified agency. 9 -15.12 Check Valves I The last sentence is revised to read: Valves shall have angled seats, Buna -N seals and threaded connections, and shall be I installed in 8 -inch round plastic valve boxes with vandal resistant lids. 9 -15.14 Three -Way Valves I The last sentence is revised to read: I 2 " Avenue Rail Removal 70 I When handles are included as an integral part of the valves, the Contractor shall remove the handles and give them to the Engineer for ultimate distribution to the Maintenance ' Division. 9 - 15.15 Flow Control Valves The third sentence is revised to read: Valves shall be factory set to the flows as shown in the Plans. 9 - 15.17 Electrical Wire and Splices This section is revised to read: ' Electrical wire used between the automatic controller and automatic control valves shall be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National recognized Testing ' Laboratory. Each conductor shall be color coded and marked at each end and at all splices with zone or station number identification. ' Low voltage splices shall be made with a direct bury splice kit using a twist -on wire connector and inserted in a waterproof polypropylene tube filled with a silicone electrical insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall ' consist of a mastic lined heavy wall polyolefin cable sleeve. 9 - 15.18 Detectable Marking Tape ' The first paragraph is revised to read: Detectable marking tape shall consist of inert polyethylene plastic that is impervious to all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the soil, ' with a metallic foil core to provide for the most positive detection and pipeline location. In the second paragraph, the first and second sentences are revised to read: ' The tape shall be color coded and shall be imprinted continuously over its entire length in permanent black ink indicating the type of line buried below and shall also have the word "Caution" prominently shown. The last paragraph is revised to read: ' The width of the tape shall be as recommended by the manufacturer based on depth of installation. SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES January 3, 2011 ' 9 -23.1 Sheet Materials for Curing Concrete In the first paragraph, "AASHTO M 171" is revised to read "ASTM C 171 ". 2 Avenue Rail Removal 71 9 -23.2 Liquid Membrane Forming Concrete Curing Compounds The first paragraph is revised to read: Liquid membrane - forming compounds for curing concrete shall conform to the requirements of ASTM C 309 Type 1 or 2, Class A or B, except that the water retention when tested in accordance with WSDOT Test Method 814 shall be 2.50 grams for all applications. Section 9 -23 is supplemented with the following new sub - sections: 9 -23.12 Metakaolin Metakaolin shall conform to the requirements of AASHTO M 295 Class N including optional chemical requirements as set forth in Table 2 and with a further limitation that the loss on ignition shall be a maximum of 1.5 percent. 9 -23.13 Blended Supplementary Cementitious Material ' Blended Supplementary Cementitious Material (SCM) shall meet the requirements of ASTM C1697. Blended SCMs shall be limited to binary or ternary blends of fly ash, ground granulated blast furnace slag, microsilica fume, and metakaolin. Fly ash shall meet the requirements of Section 9 -23.9. Ground granulated blast furnace slag shall meet the requirements of Section 9- 23.10. Microsilica fume shall meet the requirements of Section 9- 23.11. Metakaolin shall meet the requirements of Section 9- 23.12. The individual SCMs composing the blended SCM shall be individually listed on the WSDOT QPL. SECTION 9 -34, PAVEMENT MARKING MATERIAL ' January 3, 2011 9 -34.1 General ' The item 'High VOC Solvent Based Paint' is deleted. 9 -34.2 Paint ' In the first paragraph, the first sentence is revised to read: White and yellow paint shall comply with the Specifications for low VOC solvent based ' paint or low VOC waterborne paint. 9- 34.2(1) High VOC Solvent Based Paint ' This section is including title is revised to read: 9- 34.2(1) Vacant , SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS January 4, 2010 ' 9 -35.0 General Requirements In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable Attenuator". In the second paragraph, the third sentence is revised to read: ' 2 Avenue Rail Removal 72 Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified Products ' List (QPL) submittals are not required. 9 - 35.12 Truck - Mounted Attenuator This section including title is revised to read: 9 - 35.12 Transportable Attenuator ' Transportable attenuators are Truck - Mounted Attenuators (TMA) or Trailer- Mounted Attenuators (TMA - trailer). The transportable attenuator shall be mounted on, or attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum weight in ' accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 3 ' requirements. Lighter host vehicles proposed by the Contractor are subject to the approval of the Engineer. The Contractor shall provide the Engineer with roll -ahead distance calculations and crash test reports illustrating that the proposed host vehicle is appropriate t for the attenuator and the site conditions. The transportable attenuator shall have a chevron pattern on the rear of the unit. The ' standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non - reflective black and retro - reflective yellow sheeting, slanted at 45 degrees in an inverted "V" with the "V" at the center of the unit. ' This section is supplemented with the following new sub - sections: 9 35.12(1) Truck - Mounted Attenuator ' The TMA may be selected from the approved units listed on the QPL or submitted using a RAM. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9 35.12(2) Trailer Mounted Attenuator The TMA - trailer may be selected from the approved units listed on the QPL or submitted ' using a RAM. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9 35.12(3) Submittal Requirements ' For transportable attenuators listed on the QPL, the Contractor shall submit the QPL printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350 -071 EF) for the product proposed for use to the Engineer for approval. The Contractor shall submit a RAM for transportable attenuators not listed on the QPL. 2 Avenue Rail Removal 73 ' 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 2 Avenue Rail Removal 75 1 DIVISION 1 I GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for the improvement of * ** 2nd Avenue by removing existing concrete pavement, trolley rail, ties and other related items, placing cement concrete pavement and ADA ramps, constructing planter islands with trees and irrigation, * ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -01 DEFINITIONS AND TERMS 1 -01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. I 2 Avenue Rail Removal 76 1 I Dates ' Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date ' The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use ' and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished ' by the Contractor by this date. 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. 2 Avenue Rail Removal 77 I 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 I (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum ' qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1 -02.2 Plans and Specifications (October 1, 2005 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") N/A Furnished automatically and Contract Provisions upon award. Large plans (e.g., 22" x 10 Furnished only upon 34 ") and Contract request. Provisions Additional lans and Contract Provisions may be purchased by the Contractor by payment P Y p Y YP Y of the cost stated in the Call for Bids. 1 -02.5 Proposal Forms (October 1, 2005 APWA GSP) Delete this section and replace it with the following: At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a 2 " Avenue Rail Removal 78 1 ' Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part ' of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). ' A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. i A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. 1 - 02.6 Preparation of Proposal (October 10, 2008 APWA GSP) ' Supplement the second paragraph with the following: 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; 1 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; 1 2" Avenue Rail Removal 79 1 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the ' Contract Provisions. 1 - 02.9 Delivery of Proposal , (January 24, 2011 APWA GSP) Delete this section and replace it with the following: ' Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the I envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not consider Proposals it receives after the time fixed for 1 opening Bids in the call for Bids. 1 - 02.13 Irregular Proposals 1 (March 25, 2009 APWA GSP) Revise item 1 to read: 1 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1 -02.6; The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.15 Pre Award Information 111 (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 2 " Avenue Rail Removal 80 I I 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, I 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, I 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county U where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder I is the lowest responsible bidder. I AWARD AND EXECUTION OF CONTRACT 1 -03.1 Consideration of Bids I (January 23, 2006 APWA GSP) Revise the first paragraph to read: I After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists I between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and t recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix I the Awarded Contract Price amount and the amount of the contract bond. 1 -03.3 Execution of Contract I (October 1, 2005 APWA GSP) Revise this section to read: I Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number I of copies to be executed by the Contractor will be determined by the Contracting Agency. Within Ten (10) calendar days after the award date, the successful bidder shall return the I signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. I 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- , I 2 nd Avenue Rail Removal 81 furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the ' contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: I 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: I a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the ' Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, materialperson, or any other person who provides supplies or provisions for carrying out the work; , 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole ' proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice - president). 1 -03.7 Judicial Review Revise the last sentence to read: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. 2 Avenue Rail Removal 82 ' SCOPE OF THE WORK ' 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 APWA GSP) A Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, ' 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and ' 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 -04.11 Final Cleanup ' This section is supplemented with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the ' opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall e done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1 - 05 CONTROL OF WORK ' 1 -05.1 Authority of the Engineer This section is supplemented with the following: ' Unless otherwise expressly provided in the Contract Drawings, Specifications and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. ' The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue ' hazard to the public, property of the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions. 2"d Avenue Rail Removal 83 I I 1 -05.4 Conformity With And Deviations From Plans And Stakes This section is supplemented with the following: I The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction. If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to the other bid items of the project. I 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) I Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a I 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 I 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 I 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. I 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 I performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting I Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. I I 2" Avenue Rail Removal 84 I ' 1 -05.11 Final Inspection ' Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing ' (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date ' When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in ' order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. ' If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the ' Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. ' Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The ' Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. ' The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. ' 1- 05.11(2) Final Inspection and Physical Completion Date ' When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption ' until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to ' Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. 2 Avenue Rail Removal 85 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 r 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. 1 - 05.15 Method of Serving Notices (March 25, 2009 APWA GSP) ' Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered 2 Avenue Rail Removal 86 I ' copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: ' 1 -05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and ' water necessary for the performance of the work, unless the contract includes power and water as a pay item. CONTROL OF MATERIAL ' 1 -06.2 Acceptance of Materials 1- 06.2(1) Samples and Tests for Acceptance ' This section is supplemented with the following: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and /or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, ' Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. The sampling frequency is as follows: Trench Backfillinq ' Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing. At ' alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade. Compaction shall conform to Section 7- 08.3(3) or 7- 10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction 2 " Avenue Rail Removal 87 Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2- 03.3(14). Subgrade Preparation r Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2- 06.3(2). Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4- 04.3(5). Asphalt Concrete Pavement 1 Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. I Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10) B of these Special Provisions. Cement Concrete Curb, Gutter and Sidewalk One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. The concrete shall be tested for temperature, air content, slump and 111 compressive strength. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC , 1 - 07.1 Laws to be Observed (October 1, 2005 APWA GSP) I Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. 1 2 " Avenue Rail Removal 88 The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington ' Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the ' project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been ' injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. ' The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and ' completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to ' conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1 -07.2 State Sales Tax Delete this section, including its sub - sections, in its entirety and replace it with the following: ' 1 -07.2 State Sales Tax (October 1, 2005 APWA GSP) 1- 07.2(1) General ' 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 t . 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. 2nd Avenue Rail Removal 89 1- 07.2(2) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1 07.2(3) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. , Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1 07.2(4) Services ' The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). The work on this contract is to be performed upon lands whose ownership obligates ' the Contractor to pay Sales tax. The provisions of Section 1- 07.2(2) apply. 1- 07.5(4) Air Quality This section is supplemented with the following: The local air pollution authority is the Yakima Regional Clean Air Authority, (509) 574 -1410. 2 " Avenue Rail Removal 90 ' Permits And Licenses Section 1 -07.6 is supplemented with the following: The Contractor shall have or obtain a valid City of Yakima Business license for the duration of this project. ' Temporary Water Pollution /Erosion Control ' Spill Prevention, Control and Countermeasures Plan Section 1- 07.15(1) is supplemented with the following: ' (August 3, 2009) The Contractor shall address the following items in the SPCC Plan in addition to the requirements of Section 1- 07.15(1 ' Mixing, Transfers, & Storage 1. All oil, fuel or chemical storage tanks or containers shall be diked and located on impervious surfaces so as to prevent spill from escaping. 2. All liquid products shall be stored and mixed on impervious surfaces in a ' secure water tight environment and provide containment to handle the maximum volume of liquid products on site at any given time. ' 3. Proper security shall be maintained to prevent vandalism. 4. Drip pans or other protective devices shall be required for all transfer ' operations. Spills Paint and solvent spills shall be treated as oil spills and shall be prevented from ' reaching storm drains or other discharges. No cleaning solvents or chemicals used for tool or equipment cleaning may be discharged to the ground or water. ' Maintenance of Equipment Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc, shall be checked regularly for drips or leaks and shall be maintained and stored properly to prevent ' spills into State waters. Disposal ' Spilled waste, chemicals or petroleum products shall be transported off site for disposal at a facility approved by the Department of Ecology. The materials shall not be discharged to any sanitary sewer without approval of the local sewer t authority. Reporting and Cleanup ' The Contractor's designated person for managing and implementing the SPCC Plan shall report hazardous material spills as follows: 2 " Avenue Rail Removal 91 Spills into State water (including ponds, ditches, seasonally dry streams, and wetlands) — Immediately call all of the following: National Response Center 1- 800 - 424 -8802 t WA State Div. of Emergency Management (24 hr) 1- 800 - 258 -5990 Ecology Central Regional Office 509 - 575 -2490 Spill to Soil (Including encounters of pre- existing contamination): Ecology Central Regional Office 509 - 575 -2490 ' Report immediately if threatening to health or environment (i.e., explosive, flammable, toxic vapors, shallow groundwater, nearby creek), otherwise within 90 days ' Underground Storage Tank (confirmed release of material) Ecology Central Regional Office 509 - 575 -2490 Report within 24 hours Utilities and Similar Facilities ' Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. 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. 2 Ave., Room 304, Yakima, WA 98902 509 - 575 -7183 1 Charter Communications 1005 N. 16 Ave., Yakima, WA 98902 509 - 575 -1697 City of Yakima Water Div. 2301 Fruitvale Blvd., Yakima, WA 98902 509 - 575 -6154 City of Yakima Wastewater Div. 2220 E. Viola, Yakima, WA 98901 509 - 575 -6077 Cascade Natural Gas Corp. 401 N. 1 Street, Yakima, WA 98901 509 - 457 -5905 Pacific Power PO Box 1729, Yakima, WA 98907 509 - 575 -3146 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1- 800 - 553 -4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. 2nd Avenue Rail Removal 92 1 Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. ' The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be ' doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. ' The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1 -07.18 Public Liability and Property Damage Insurance ' Delete this section in its entirety, and replace it with the following: ' 1 -07.18 Insurance (January 24, 2011 APWA GSP) ' 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be ' provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or ' reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. ' B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). ' C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form ' coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of t coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. ' D. The insurance policies shall contain a "cross liability" provision. ' E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. ' F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. ' 2 " Avenue Rail Removal 93 1 G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been ' obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. ' J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. ' 1 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • appointed officials The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(3) describes limits lower than those maintained by the Contractor. ' 1 07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, 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. 2 Avenue Rail Removal 94 ' 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed ' and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. ' 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: ' Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the ' work. Personal /Advertising Injury Contractual Liability ' Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: ' $1, 000,000 Each Occurrence $2,000,000 General Aggregate ' $1, 000,000 $1,000,000 Products & Completed Operations Aggregate Personal & Advertising Injury, each offence ' Stop Gap / Employers' Liability $1,000,000 Each Accident ' $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee ' 1- 07.18(5)B Automobile Liability Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such ' policy(ies) must provide the following minimum limit: $1,000,000 combined single limit ' 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. ' Public Convenience and Safety 2 " Avenue Rail Removal 95 Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (April 2, 2007) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ ' unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. ' During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: ' Postetl'Speed � ': Distance�From�Y��af 1 k Traveled'Way, ' , y r „ Zdwwsx chi} ' RxMe'a`, 35 mph or less 10 * 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance , 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) , Delete this section in its entirety, and replace it with the following: 1 2nd Avenue Rail Removal 96 Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, ' unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. ' Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. ' Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. ' Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the t work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on ' the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. ' Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. ' The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire ' for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, ' and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority ' acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The ' statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 2 Avenue Rail Removal 97 1 -08 PROSECUTION AND PROGRESS Add the following new section: ' 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) ' Add the following new section: 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: , 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or ' affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: ' 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: ' 1- 08.0(2) Hours of Work (May 25, 2006 APWA GSP) ' Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than an 8 -hour period between 7:00 a.m. and 6:00 p.m. is not required. Such requests shall be 2 " Avenue Rail Removal 98 ' submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. t Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also ' be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. ' Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These ' conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work; requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time ' costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple ' work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period. Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. Add the following new section: 1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ' (May 25, 2006 APWA GSP; may not be used on FHWA- funded projects) Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion ' of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. ' The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1 -08.1 Subcontracting - D /M/WBE Reporting (October 10, 2008 APWA GSP; may not be used on FHWA- funded projects) ' Revise the eighth paragraph to read: On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that 2 " Avenue Rail Removal 99 were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the contract. This certification shall be submitted to the Engineer, on the form provided by the Engineer 20 calendar days after physical completion of the contract, whichever comes first. 1 - 08.3 Progress Schedule This section is supplemented with the following: The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling. Copies (2 prints or 1 reproducible of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing form the which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1 - 08.4 Prosecution of Work 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 This section is supplemented with the following: , (March 13, 1995) This project shall be physically completed within * ** 30 * ** working days. 111 (June 28, 2007 APWA GSP, Option B) Revise the third and fourth paragraphs to read: 2 Avenue Rail Removal 100 ' 1 Contract time shall begin on the first working day following the 60 calendar day after the Notice to Proceed date. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. Each working day shall be charged to the contract as it occurs, until the contract work is ' physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall ' file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor ' shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day, then the fifth day ' of that week will be charged as a working day whether or not the Contractor works on that day. ' Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: ' 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal -aid Projects) ' b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. ' d. Final Contract Voucher Certification e. Property owner releases per Section 1 -07.24 1 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) ' Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the ' construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. 2" Avenue Rail Removal 101 1 MEASUREMENT AND PAYMENT I 1 -09.6 Force Account ' (October 10, 2008 APWA GSP) Supplement this section with the following: I The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting I Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 1 - 09.9 Payments (October 10, 2008 APWA GSP) I Revise the first paragraph to read: The basis of payment will be the actual quantities of Work performed according to the I 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 I 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: I Progress payments for completed work and material on hand will be based upon progress I 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 1 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 I 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: I 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, I 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. I 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. 1 2" Avenue Rail Removal 102 1 1 1 Progress payments will be made in accordance with the progress estimate less: 1 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 1 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 TEMPORARY TRAFFIC CONTROL Traffic Control Management 1 General Section 1- 10.2(1) is supplemented with the following: 1 (December 1, 2008) Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers - Employers Training Trust 1 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 1 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 1 Measurement (August 2, 2004) Section 1- 10.4(2) is supplemented with the following: 2 " Avenue Rail Removal 103 1 1 The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(2) shall apply. DIVISION 2 EARTHWORK 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 1 2 -02.1 Description This section is supplemented with the following: This work consists of removing the existing trolley rail and ties located within 2nd Avenue between Walnut Avenue and Yakima Avenue, along with sections of curb and gutter, sidewalk and pavement removal. It is estimated that there is approximately 1,770 linear feet of rail, approximately 445 railroad ties and approximately 36 cubic yards of sidewalk, curbing and pavement to be removed. These quantities are only listed for the convenience of the Contractor and are not guaranteed to be accurate. 2 - 02.3 Construction Requirements This section is supplemented with the following: Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of 1 pavement removal from those areas that pavement is to remain. Concrete curb, gutter and sidewalks shall be removed to the nearest convenient joint if practical. If not practical to remove to the nearest joint, the Contractor shall saw cut these structures I a neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. Prior to hauling off the removed rail and ties, the Contractor shall contact Ed Neel at (509) 965 -5234 or (509) 961 -6585 to determine if any of the material is salvageable. Any portions that Mr. Neel deems salvageable shall be hauled to the trolley barn site located at the southwest corner of 3rd Avenue and Pine Street. The remainder of the materials to be removed under this section shall become the property of the Contractor, and shall be removed and disposed of outside the project limits Any damage caused to the pavement, curb, gutter or sidewalk that is scheduled to remain, due to the Contractor's operation, shall be repaired by the Contractor to the satisfaction of the Engineer at no expense to the Contracting Agency. 2 02.3(3) Removal of Pavements, Sidewalks, Curbs, and Gutters 1 This section is supplemented with the following: Item 1 is revised to read: Haul all broken pieces to an off - project site to be obtained by the Contractor. 1 2" Avenue Rail Removal 104 1 1 Item 3 is revised by adding the following to the end of the first sentence: ' "or remove to the nearest joint as directed." 2 -02.4 Measurement ' This section is supplemented with the following: Where saw cutting is necessary, the Contractor shall be paid by the linear foot, per inch depth, which includes all labor and equipment required to do the cut. ' 2 -02.5 Payment This section is supplemented by adding the following pay item: ' "Saw Cut, Per Inch Depth ", per linear foot. 1 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 1 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. The Contractor shall furnish all equipment and tools, except the metered hydrant ' connection, that may be necessary to meet the requirements of the water distribution agency pertaining to hydrant us. Violation of these requirements will result in fines and will lay the Contractor liable for damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2 -07.4 Measurement This section is revised to read: 2 Avenue Rail Removal 105 1 1 Water will be measured with the metered hydrant connection. 2 - 07.5 Payment I This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall convey 1 the water from the nearest convenient hydrant or other source at his expense. 1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 1 5 -05 CEMENT CONCRETE PAVEMENT I 5 -05.3 Construction Requirements 5- 05.3(1) Concrete Mix Design for Paving 1 When combined aggregate concrete gradation is used, item 3 in Section 5- 05.3(1) is revised to read as follows: I (April 3, 2006) 3. Mix Design Modifications. The Contractor may initiate minor adjustments to the I approved mix proportions. The combined aggregate gradation may be adjusted provided it remains with the specifications limits detailed above. The mix design will not be required to be resubmitted as long as the water cementitious ratio does not change. I Utilizing admixtures to accelerate the set or to increase workability will be permitted only when approved by the Engineer. Only non - chloride accelerating admixtures that meet the requirements of Section 9 -23.6 Admixture for Concrete, shall be used. 1 The Contractor shall notify the Engineer in writing of any proposed modification. A new mix design will designate a new lot. 1 1 1 1 1 1 2 " Avenue Rail Removal 106 I 1 1 DIVISION 8 MISCELLANEOUS CONSTRUCTION 1 EROSION CONTROL AND WATER POLLUTION CONTROL ' Construction Requirements General The tenth paragraph of Section 8- 01.3(1) is revised to read: ' (January 25, 2010) Erodible Soil Eastern Washington Erodible soil not being worked whether at final grade or not, shall be covered within the ' following time period using an approved soil cover practice: July 1 through September 30 30 days October 1 through June 30 15 days 8 -02 ROADSIDE RESTORATION 8 -02.1 Description This section is supplemented with the following: The work shall consist of preparing sub - grade, topsoil, installing tree root control provisions, fine grading and planting trees and sod installation in accordance with these Specifications and as shown in the Plans or as directed by the Engineer. Work shall include all materials, labor, and equipment necessary for finish testing, grading, ' spreading, imported topsoil, topsoil preparation, amendments and installation; planting of trees, protection, maintenance, guarantee, and replacement of plants; and related items necessary to complete the work indicated. Work includes providing all necessary equipment for watering until final acceptance and for establishing all plantings. ' 8 -02.3 Construction Requirements 1 8 -02.3 (1) Responsibility During Construction Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. Throughout planting operations, the Contractor shall keep the premises clean, free of excess ' soils, plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the ' Engineer. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 1 2 "' Avenue Rail Removal 107 1 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 1 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 1 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 shall be planted as detailed on the Plans. Protect trees during transport by tying in branches and covering all exposed branches. Deliver all trees with legible identification nursery labels. 1 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. When performing the following work, do not injure the root system. Do not over - excavate planting pit depth; however, over - excavation of planting pit width is desirable. 1 2" Avenue Rail Removal 108 1 1 Trees shall be handled by the rootball, not by the trunk. Plant trees upright; rotate to give the best appearance. Hold tree rigidly in position until topsoil has been backfilled and tamped firmly around the ball or roots. When pit is backfilled halfway, place the specified quantity of fertilizer plant tablets and stakes, if ' necessary, as shown on the Plans. Evenly space the fertilizer tablets around the perimeter of and immediately adjacent to the root system. Carefully place, water, and compact planting topsoil, and fill all voids. When planting pit is three - quarters (3/4) backfilled, fill with water and allow water to soak away. Fill pits with additional topsoil to finish grade, and continue backfilling as detailed on the Plans. Water immediately after planting. 8- 02.3(9) Pruning, Staking, Guying & Wrapping ' Contractor shall verify location of underground utilities prior to installation of tree stakes, and shall avoid and protect underground utilities as required. The cost for tree staking shall be considered incidental to and included in the unit contract price per each for "PSIPE 1 8- 02.3(10) Fertilizer 1 Fertilizer shall be added to topsoil as defined in Section 9- 14.1(1), Topsoil Type "A" of the Special Provisions. The cost of fertilizer soil amendments shall be considered incidental to and included in the unit contract price for Topsoil Type "A ". ' Fertilizer for trees shall be brands acceptable to the City of Yakima Arborist and conforms to applicable State fertilizer laws. Fertilizer tablets, 21 -gram size, as manufactured by Agriform International Chemicals, Inc. 20 -1 -5 analysis shall be applied at a rate of 4 tablets /every foot of ball diameter, applied per manufacturer's recommendations and shall be considered incidental to and included in the unit contract price per each for "PSIPE 1 8- 02.3(11) Bark or Wood Chip Mulch ' Mulch for trees planted in grass or existing planter areas shall be composted yard waste — medium grade material, screened and conditioned in storage piles for a least three months prior to use. Material as supplied by Cedar Grove Compost Company (206) 763 -2700 or approved equal. None of following content permitted: Resin, tannin, wood fiber, salts, or other compounds detrimental to plant life. Size range shall be 7/16" to 3/4" with maximum of 30% passing a 1/2" screen. 8- 02.3(12) Completion of Initial Planting When the Contractor feels that the initial planting is complete, the Contractor shall notify the Engineer and request an inspection, after which the Engineer will make an inspection and prepare a list of all planting items that remain to be completed. The Contractor shall then complete or correct all items identified by the Engineer within five (5) working days and request another inspection. The Engineer shall then provide the Contractor with written notification of 1 2 " Avenue Rail Removal 109 1 acceptance of initial planting, at which point the plant establishment period shall begin. The I Contractor shall continue to maintain all plantings until such notification has been provided. Completion of initial planting includes the following: 1 1. Installation of all required planting materials (trees and groundcovers). I 2. Planting area cleanup. 3. Full operation of the irrigation system, complete mulch coverage, and all planting areas 1 in a weed free condition. 8- 02.3(19) Root Barrier I New Section 8- 02.3(19) is added: Contractor shall provide and install root barrier as shown on Drawings and as I recommended by the manufacturer. Root Barrier shall be "BioBarrier "TM Root Control Systems, supplied by BioGuard R &D Inc., Richland, WA; (509) 375 -3289 or approved equal. i .8 02.3(20) Tree Anchor Stakes New Section 8- 02.3(20) is added: I 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. I 8 - 02.4 Measurement Section 8 -02.4 is supplemented with the following: 1 Root Barrier will be measured by the linear foot not including the required overlap lengths recommended by the manufacturer. 1 No measurement will be made for Topsoil Type "A ", Potting Soil and Topsoil Blend soil mixes (see Drawings for installation locations), fertilizer, mulch, soil amendments, backfill I for sand drain, geotextile fabric, and Gravel Backfill for Drains required for planter planting or drywells. 8 - 02.5 Payment r Section 8 -02.5 is supplemented with the following: "Root Barrier," per linear foot. 1 The unit contract price per linear foot for "Root Barrier" shall be full pay for all costs 111 necessary for furnishing and installing root barrier as detailed in the plans, miscellaneous hardware and other related items or work. 1 1 2 " Avenue Rail Removal 110 I 1 8 -03 IRRIGATION SYSTEMS 8 -03.2 Materials This section is supplemented with the following: ' To maintain uniformity with other areas in the City of Yakima, and the convenience of storage, maintenance, operation, repair and interchangeability of parts, the sprinklers to be installed for the lawn in the median of 2 Avenue shall be manufactured by either HUNTER or TORO and be non - impact as detailed in Section 9 -15.4. ' 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. The sizing and spacing of mains and laterals as well as the selection of the type of sprinkler head and appurtenances shall be the responsibility of the Contractor. The Contractor shall obtain all information necessary to properly layout, design and construct 1 the new irrigation system by the use of existing record maps, if appropriate, or by field measurement if required. 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 1 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. 1 1 2 "d Avenue Rail Removal 111 1 8 -14 CEMENT CONCRETE SIDEWALKS 8 -14.3 Construction Requirements 8- 14.3(3) Placing and Finishing Concrete This section is supplemented with the following: All sidewalks not located within driveway approach areas shall be four -inch thick cement concrete over a two -inch base of crushed surfacing top course. All sidewalks located within a driveway approach area shall be six -inch thick cement concrete over a two -inch base of crushed surfacing top course. See City of Yakima Standard Detail R -5. 8 - 14.4 Payment This section is supplemented with the following: All costs required to furnish, place and compact the Crushed Surfacing Top Course beneath the cement concrete shall be incidental to, and included in the per square yard unit contract prices for "Cement Concrete Sidewalk" and "Cement Concrete Residential Driveway Approach" and the per each unit contract price for "Commercial Driveway Approach ". 111 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, reconnection or realignment of side services to the new sanitary sewer 1 trunkline, 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. 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 for street trees shall be "Topsoil Blend" supplied by Morton & Sons, Yakima, WA (509) 575 -8886 or approved equal. B. Contractor shall send minimum on one (1) representative sample of "Topsoil Blend" to an approved soil- testing laboratory (state or commercial laboratory) to determine FERTILITY ANALYSIS (to determine magnesium, nitrogen, potassium, phosphorus 2 " Avenue Rail Removal 112 levels, calcium, minor elements, soluble salts /conductivity and pH). The results shall be submitted to the Engineer (WITH TEST RESULTS AND LABORATORY RECOMMENDATIONS FOR ORNAMENTAL PLANT GROWTH) for approval prior to use on the project site. The Contractor shall be responsible for whatever soil 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. 1 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. The controller for the lawn area with the 2" Avenue median shall be a TORO XF -416 Series or approved equal, with capacity large enough to meet the needs of the system to be installed. The box for the controller shall be a metal box of weatherproof design with a hasp for locking. The box shall be as manufactured by Haffman and have a catalog number of A- 1 18R186 9 -15.5 Valve Boxes and Protective Sleeves This section shall be supplemented with the following: 2 Avenue Rail Removal 113 1 1 All valve boxes, Junction Boxes Type 1 and 2, and other access boxes 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 "Irrigation" on it. Boxes shall be supplied by the Strongwell Corp., TN (800) 346 -062. 9- 15.7(2) Automatic Control Valves 1 This section is supplemented with the following: Control valves for the three stations required on this project shall be 1" PGV flow control valves with solenoids. Each valve shall be labeled as to which station it serves. STANDARD PLANS January 3, 2011 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 transmitted under Publications Transmittal No. PT 09 -013, effective January 3, 2011 is made a part of this contract. 1 The Standard Plans are revised as follows: B -10.20 and B10.40 Substitute "step" in lieu of "handhold" on plan CC 1 Note 6 is revised as follows: Type 1 -_ is replaced with a blank (fill -in) following Type _- C -1 b 1 Note 5 is revised as follows: Type 1 -_ is replaced with a blank (fill -in) following Type C -3, C -3B, C -3C 1 Note 1 is revised as follows: replace reference F -2b with F -10.42 C-5 Note 1. Attach guardrail to bridge rail or concrete barrier with 7/8" diameter high strength bolts Standard Spec. 9- 06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. 1 Is revised as follows: Attach guardrail to bridge rail or concrete barrier with 7/8" diameter bolts per Standard ' Spec. 9- 06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. CC = 7 Note 2. Attach guardrail to bridge rail or concrete barrier with 7/8" diameter high strength bolts (Standard Spec. 9- 06.5(4)), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. 1 2" Avenue Rail Removal 114 1 1 Is revised as follows: Attach guardrail to bridge rail or concrete barrier with 7/8" diameter bolts (5 MIN.) per Standard Spec. 9- 06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. 1 C -7a Note 1. Attach guardrail to bridge rail or concrete barrier with 7/8" diameter high strength bolts (Standard Spec. 9- 06.5(4)), with thin slab ferrule inserts or resin bonded anchors. See 1 Contract Plans. Is revised as follows: t Attach guardrail to bridge rail or concrete barrier with 7/8" diameter bolts (5 MIN.) per Standard Spec. 9- 06.5(4), with thin slab ferrule inserts or resin bonded anchors. See Contract Plans. 1 C -14a SECTION B, callout - 1 PVC CONDUIT (TYP.) is revised to read: 1W PVC CONDUIT (TYP.) callout (mark) 8 #9 36" (TYP.) is revised to read: callout (mark) 8 #8 - 36" (TYP.) EPDXY BAR EXPANSION JOINT DETAIL, callout (mark) W #9 (epoxy coated symbol) -- 36" (TYP.) is revised to read: callout (mark) 8 #8 (epoxy coated symbol) - 36" (TYP.) 1 C20.40 Plan View, Remove (Cases 19A & B -31) (Case 20 -31) (case 21 -31) from the span dimension ' D -3 Sheet 1, Key Note 1, the term "Low Survivability" is revised to "Moderate Survivability" 1 D -3b Key Note 7,reference D -3a is revised to D -3.10 1 TYPICAL SECTION, lower left corner, reference D -3a is revised to D -3.10 D -3c ' Key Note 7,reference D -3a is revised to D -3.10 TYPICAL SECTION, lower left corner, references (2x) D -3a are revised to D -3.10 ' G -24.40 Existing callout - CORNER BOLT (TYP.) New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) 1 G -24.60 ELEVATION, upper left corner, callout W6x12 STEEL SIGN POST (TYP.) is revised to read: STEEL SIGN POST (TYP.) -(See Contract Plans for Post Sizes) ELEVATION, upper center, ' callout Steel Sign Post- (W6x12 through W10x26 -See Contract) is revised to read: Steel Sign Post (Typ.) -(See Contract Plans for Post Sizes) 1 Both Elevations, dimension for "post height" should be to the top of the post not the sign J -1f Note 2, reference to J -7d is revised to J -15.15 2 Avenue Rail Removal 115 1 1 J -3b Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J- 6C..." is revised to read: "SEE STANDARD PLAN J- 10.10..." J -7c Note 3, reference to J -7d is revised to J -15.15 J -10.10 Sheet 1,PIan Note 11. If the slope is 3H:1V or steeper, special considerations may be necessary for safety reasons. Easier access using a stairway may be used. See Plan Sheet Library RD -15 for details. Coordinate with Maintenance and Project Engineer. Is revised to read as follows: If the slope is 3H:1V or steeper, special considerations may be necessary for safety reasons. Easier access using a stairway may be prudent. Contact WSDOT Bridge and Structures office for stairway design. 1 J -16b Key Note 1, reference to J -16a is revised to J -40.36 J -16c Key Note 1, reference to J -16a is revised to J -40.36 J -20.10 Sheet 2, 2 -Way Mounting Angle Detail, Dimension 1.625" is revised to 1.8125" Dimension 2.375" is revised to 2.1875" J -21.10 Sheet 1, Detail C, callout 4 -3/4" x 2' -6" Anchor Bolt (Typ.)-ASTM A -307 or F 1554 GR 36 (See Note 4) is revised to 3/4" x 2' -6" Anchor Bolt (Typ. of 4) -ASTM A -307 or F 1554 GR 36 (See Note 4) 1 Sheet 2, Detail F, callout 3 -3/4" x 2' -6 "x4" Anchor Bolt (Typ.) -ASTM A -307 or F 1554 GR 36 (See Note 4) is revised to 3/4" x 2' -6" Anchor Bolt (Typ. of 3) -ASTM A -307 or F 1554 GR 36 (See Note 4) K -80.30 In the NARROW BASE, END view, the reference to Std. Plan C -8e is revised to Std. Plan K -80.35 L- 20.10, Sheet 1 Delete all references to tension cable and substitute tension wire. Add knuckled selvage is required on the top edge of the fence fabric. L- 20.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. 2" Avenue Rail Removal 116 1 1 L- 30.10, Sheet 1 1 Delete all references to tension cable and substitute tension wire. L- 30.10, Sheet 2 Delete all references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required. M -1.60 1 COLLECTOR DISTRIBUTOR ROAD OFF- CONNECTION, taper dimensions of 225' MIN. is changed to 300' MIN. 1 M -65.10 PERSPECTIVE VIEW, add dim. "SEE NOTE 1" to right side of PERSPECTIVE VIEW. To clarify that the requirement must be met on both sides of the roadway 1 The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower 1 right -hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. 1 A- 10.10 -00 8/07/07 A- 30.35 -00 10/12/07 A- 50.20- 01.......9/22/09 A- 10.20 -00 10/05/07 A- 40.00 -00 8/11/09 A-50.30-00.....11/17/08 A- 10.30 -00 10/05/07 A- 40.10 -01 8/11/09 A-50.40-00.....11/17/08 A- 20.10 -00 8/31/07 A- 40.15 -00 8/11/09 A- 60.10 -01 10/14/09 1 A- 30.10 -00 11/08/07 A- 40.20- 00.... _...9/20/07 A- 60.20 -01 8/11/09 A- 30.15 -00 11/08/07 A- 40.50 -00 11/08/07 A- 60.30 -00 11/08/07 A- 30.30 -00 11/08/07 A- 50.10 -00 11/17/08 A- 60.40 -00 8/31/07 1 B- 5.20 -00 6/01/06 B- 30.50 -00 6/01/06 B- 75.20 -01 6/10/08 B- 5.40 -00 6/01/06 B- 30.70 -01 8/31/07 B- 75.50 -01 6/10/08 1 B- 5.60 -00 6/01/06 B- 30.80 -00 6/08/06 B- 75.60 -00 6/08/06 B- 10.20 -00 6/01/06 B- 30.90 -01 9/20/07 B- 80.20 -00 6/08/06 B- 10.40 -00 6/01/06 B- 35.20 -00 6/08/06 B- 80.40 -00 6/01/06 1 B- 10.60 -00 6/08/06 B- 35.40 -00 6/08/06 B- 82.20 -00 6/01/06 B- 15.20 -00 6/01/06 B- 40.20 -00 6/01/06 B- 85.10 -01 6/10/08 B- 15.40 -00 6/01/06 B- 40.40 -01 6/16/10 B- 85.20 -00 6/01/06 B- 15.60 -00 6/01/06 B- 45.20 -00 6/01/06 B- 85.30 -00 6/01/06 B- 20.20 -01 11/21/06 B- 45.40 -00 6/01/06 B- 85.40 -00 6/08/06 B- 20.40 -02 6/10/08 B- 50.20 -00 6/01/06 B- 85.50 -01 6/10/08 B- 20.60 -02 6/10/08 B- 55.20 -00 6/01/06 B- 90.10 -00 6/08/06 1 B- 25.20 -00 6/08/06 B- 60.20 -00 6/08/06 B- 90.20 -00 6/08/06 B- 25.60 -00 6/01/06 B- 60.40 -00 6/01/06 B- 90.30 -00 6/08/06 B- 30.10 -00 6/08/06 B- 65.20 -00 6/01/06 B- 90.40 -00 6/08/06 B- 30.20 -01 11/21/06 B- 65.40 -00 6/01/06 B- 90.50 -00 6/08/06 B- 30.30 -00 6/01/06 B- 70.20 -00 6/01/06 B- 95.20 -01 2/03/09 B- 30.40 -00 6/01/06 B- 70.60 -00 6/01/06 B- 95.40 -00 6/08/06 1 0-1 2/10/09 C -4e 2/20/03 C -14i 2/10/09 C-la 10/14/09 C -4f 6/30/04 C -14j 12/02/03 C-lb 6/3/10 C -5 10/14/09 C -14k 2/10/09 1 2 Avenue Rail Removal 117 1 C-lc 5/30/97 C -6 5/30/97 C -15a 7/3/08 I C -1d 10/31/03 C -6a 10/14/09 C -15b 7/3/08 C -2 1/06/00 C -6c 1/06/00 C -16a 6/3/10 I C -2a 6/21/06 C -6d 5/30/97 C -16b 6/3/10 C -2b 6/21/06 C -6f 7/25/97 0- 20.14 -01 10/14/09 C -2c 6/21/06 0-7 10/31/03 C- 20.15 -00 10/14/09 C -2d 6/21/06 C -7a 10/31/03 0- 20.18 -00 10/14/09 C -2e 6/21/06 0-8 2/10/09 0- 20.19 -00 10/14/09 C -2f 3/14/97 C -8a 7/25/97 0- 20.40 -01 10/14/09 I C -2g 7/27/01 C -8b 2/10/09 0- 20.42 -01 10/14/09 C -2h 3/28/97 C -8e 2/21/07 0- 22.14 -01 6/3/10 0-21 3/28/97 C -8f 6/30/04 0- 22.16 -01 6/3/10 C -2j 6/12/98 0-10 6/3/10 0- 22.40 -02 6/16/10 C -2k 7/27/01 0-13 7/3/08 0- 23.60 -01 10/14/09 C -2n 7/27/01 C -13a 7/3/08 0- 25.18 -01 9/20/07 C -2o 7/13/01 C -13b 7/3/08 0- 25.20 -04 10/14/09 t 0-2p 10/31/03 C -13c 7/3/08 0- 25.22 -03 10/14/09 0-3 10/04/05 C -14a 7/3/08 0- 25.26 -01 10/14/09 0-3a 10/04/05 C -14b 7/26/02 0- 25.80 -01 7/3/08 I C -3b 10/04/05 C -14c 7/3/08 0- 28.40 -00 2/06/07 C -3c 6/21/06 C -14d 7/3/08 0- 40.14 -01 6/3/10 C -4b 6/08/06 C -14e 7/3/08 C- 40.16 -01 6/3/10 I C -4b 6/08/06 C -14h 2/10/09 0- 40.18 -01 10/14/09 C- 90.10 -00 7/3/08 0- 2.02 -00 11/10/05 D- 2.44 -00 11/10/05 D- 3.11 -00 6/16/10 1 D- 2.04 -00 11/10/05 D- 2.46 -00 11/10/05 D -3b 6/30/04 0- 2.06 -01 1/06/09 D- 2.48 -00 11/10/05 D -3c 6/30/04 0- 2.08 -00 11/10/05 D- 2.60 -00 11/10/05 0-4 12/11/98 I D- 2.10 -00 11/10/05 D- 2.62 -00 11/10/05 0-6 6/19/98 D- 2.12 -00 11/10/05 0- 2.64 -01 1/06/09 D- 10.10 -01 12/02/08 0- 2.14 -00 11/10/05 D- 2.66 -00 11/10/05 0- 10.15 -01 12/02/08 I D- 2.16 -00 11/10/05 0- 2.68 -00 11/10/05 0- 10.20 -00 7/8/08 0- 2.18 -00 11/10/05 0- 2.78 -00 11/10/05 0- 10.25 -00 7/8/08 0- 2.20 -00 11/10/05 0- 2.80 -00 11/10/05 0- 10.30 -00 7/8/08 I 0- 2.30 -00 11/10/05 0- 2.82 -00 11/10/05 0- 10.35 -00 7/8/08 D- 2.32 -00 11/10/05 D- 2.84 -00 11/10/05 0- 10.40 -01 12/02/08 0- 2.34 -01 1/06/09 D- 2.86 -00 11/10/05 D- 10.45 -01 12/02/08 I D- 2.36 -02 1/06/09 D- 2.88 -00 11/10/05 0- 15.10 -01 12/02/08 0- 2.38 -00 11/10/05 D- 2.92 -00 11/10/05 0- 15.20 -01 1/06/09 0- 2.40 -00 11/10/05 D -3 6/16/10 D- 15.30 -01 12/02/08 0- 2.42 -00 11/10/05 D- 3.10 -00 6/16/10 1 E -1 2/21/07 E -4 8/27/03 E -2 5/29/98 E -4a 8/27/03 1 F- 10.12 -01 6/3/10 F- 10.62 -01 9/05/07 F- 40.14 -01 6/3/10 F- 10.16 -00 12/20/06 F- 10.64 -02 7/3/08 F- 40.15 -01 6/3/10 F- 10.40 -01 7/3/08 F- 30.10 -01 6/3/10 F- 40.16 -01 6/3/10 F- 10.42 -00 1/23/07 F- 40.12 -01 6/3/10 F- 45.10 -00 6/3/10 F- 80.10 -01 6/3/10 1 2 " Avenue Rail Removal 118 1 1 1 G- 10.10 -00 9/20/07 G- 24.60 -00 11/08/07 G- 70.20 -00 10/5/07 ' G- 20.10 -00 9/20/07 G- 25.10 -01 1/06/09 G- 70.30 -00 10/5/07 G- 22.10 -01 7/3/08 G- 30.10 -00 11/08/07 G- 90.10 -00 1/06/09 G- 24.10 -00 11/08/07 G- 50.10 -00 11/08/07 G-90.20-00.....1/06/09 ' G- 24.20 -00 11/08/07 G- 60.10 -00 8/31/07 G-90.30-00.....1/06/09 G- 24.30 -00 11/08/07 G- 60.20 -00 8/31/07 G- 90.40 -01 10/14/09 G- 24.40 -01 12/02/08 G- 60.30 -00 8/31/07 G- 95.10 -00 11/08/07 ' G- 24.50 -00 11/08/07 G- 70.10 -00 10/5/07 G- 95.20 -01 7/10/08 G- 95.30 -01 7/10/08 H- 10.10 -00 7/3/08 H- 32.10 -00 9/20/07 H- 70.10 -00 9/05/07 ' H- 10.15 -00 7/3/08 H- 60.10 -01 7/3/08 H- 70.20 -00 9/05/07 H- 30.10 -00 10/12/07 H- 60.20 -01 7/3/08 H- 70.30 -01 11/17/08 ' 1- 10.10 -01 8/11/09 1- 30.40 -00 10/12/07 1- 50.20 -00 8/31/07 1- 30.10 -01 8/11/09 1- 30.50 -00 11/14/07 1- 60.10 -00 8/31/07 1- 30.15 -00 8/11/09 1- 40.10 -00 9/20/07 1- 60.20 -00 8/31/07 1- 30.20 -00 9/20/07 1- 40.20 -00 9/20/07 1- 80.10 -01 8/11/09 1- 30.30 -00 9/20/07 1- 50.10 -00 9/20/07 ' J -1f J -3 6/23/00 J -20 9/02/05 J- 28.40 -01 10/14/09 8/01/97 J- 20.10 -00 10/14/09 J- 28.42 -00 8/07/07 J -3b 3/04/05 J- 20.15 -00 10/14/09 J- 28.45 -00 8/07/07 J -3c 6/24/02 J- 20.16 -00 10/14/09 J- 28.50 -01 6/16/10 J -3d 11/05/03 J- 20.20 -00 10/14/09 J- 28.60 -00 8/07/07 J -7c 6/19/98 J- 20.26 -00 10/14/09 J- 28.70 -00 11/08/07 J -8a 5/20/04 J- 21.10 -01 6/3/10 J- 40.10 -01 10/14/09 J -8b 5/20/04 J- 21.15 -00 10/14/09 J- 40.30 -01 6/3/10 J -8c 5/20/04 J- 21.16 -00 10/14/09 J- 40.36 -00 . 6/3/10 J -8d 5/20/04 J- 21.17 -00 10/14/09 J- 40.37 -00 6/3/10 t J -9a J -10 4/24/98 J- 21.20 -00 10/14/09 J- 60.13 -00 6/16/10 7/18/97 J- 22.15 -00 10/14/09 J- 60.14 -00 6/16/10 J- 10.10 -00 6/16/10 J- 22.16 -01 6/3/10 J- 75.10 -00 2/10/09 ' J -11 b J -12 9/02/05 J- 26.10 - 00.....6/16/10 J- 75.20 -00 2/10/09 2/10/09 J- 26.15- 00.....6/16/10 J- 75.30 -00 2/10/09 J- 15.15 -00 6/16/10 J- 28.10 -00 8/07/07 J- 75.40 -00 10/14/09 ' J -16b J -16c 2/10/09 J- 28.22 -00 8/07/07 J- 75.45 -00 10/14/09 2/10/09 J- 28.24 -00 8/07/07 J- 90.10 -00 2/10/09 J -18 2/10/09 J- 28.26 -01 12/02/08 J- 90.20 -00 2/10/09 J -19 2/10/09 J- 28.30 -01 10/14/09 K- 10.20 -01 10/12/07 K- 26.40 -01 10/12/07 K- 40.60 -00 2/15/07 K- 10.40 -00 2/15/07 K- 30.20 -00 2/15/07 K- 40.80 -00 2/15/07 ' K- 20.20 -01 10/12/07 K- 30.40 -01 10/12/07 K- 55.20 -00 2/15/07 K- 20.40 -00 2/15/07 K- 32.20 -00 2/15/07 K- 60.20 -02 7/3/08 K- 20.60 -00 2/15/07 K- 32.40 -00 2/15/07 K- 60.40 -00 2/15/07 K- 22.20 -01 10/12/07 K- 32.60 -00 2/15/07 K- 70.20 -00 2/15/07 K- 24.20 -00 2/15/07 K- 32.80 -00 2/15/07 K- 80.10 -00 2/21/07 K- 24.40 -01 10/12/07 K- 34.20 -00 2/15/07 K- 80.20 -00 12/20/06 K- 24.60 -00 2/15/07 K- 36.20 -00 2/15/07 K- 80.30 -00 2/21/07 1 2" Avenue Rail Removal 119 1 K- 24.80 -01 10/12/07 K- 40.20 -00 2/15/07 K- 80.35 -00 2/21/07 K- 26.20 -00 2/15/07 K- 40.40 -00 2/15/07 K- 80.37 -00 2/21/07 L- 10.10 -00 2/21/07 L- 40.10 -00 2/21/07 L- 70.10 -01 5/21/08 1 L- 20.10 -00 2/07/07 L- 40.15 -00 2/21/07 L- 70.20 -01 5/21/08 L- 30.10 -00 2/07/07 L- 40.20 -00 2/21/07 M- 1.20 -01 1/30/07 M- 7.50 -01 1/30/07 M- 24.60 -02 2/06/07 M- 1.40 -01 1/30/07 M- 9.50 -01 1/30/07 M- 40.10 -01 6/3/10 M- 1.60 -01 1/30/07 M- 9.60 -00 2/10/09 M- 40.20- 00...10/12/07 M- 1.80 -02 8/31/07 M- 11.10 -01 1/30/07 M- 40.30 -00 9/20/07 M- 2.20 -01 1/30/07 M- 15.10 -01 2/06/07 M- 40.40 -00 9/20/07 M- 2.40 -01 1/30/07 M- 17.10 -02 7/3/08 M- 40.50 -00 9/20/07 1 M- 2.60 -01 1/30/07 M- 20.10 -01 1/30/07 M- 40.60 -00 9/20/07 M- 3.10 -02 2/10/09 M- 20.20 -01 1/30/07 M- 60.10 -00 9/05/07 M- 3.20 -01 1/30/07 M- 20.30 -02 10/14/09 M- 60.20 -01 2/03/09 M- 3.30 -02 2/10/09 M- 20.40 -01 1/30/07 M- 65.10 -01 5/21/08 M- 3.40 -02 2/10/09 M- 20.50 -01 1/30/07 M- 80.10 -00 6/10/08 M- 3.50 -01 1/30/07 M- 24.20 -01 5/31/06 M- 80.20 -00 6/10/08 M- 5.10 -01 1/30/07 M- 24.40 -01 5/31/06 M- 80.30 -00 6/10/08 1 1 1 1 1 1 1 1 1 1 2 Avenue Rail Removal 120 CONTRACT I THIS AGREEMENT, made and entered into in triplicate, thisq, day of Al. tt 2014), by and between the City of Yakima, hereinafter called the Owner, and M. Seviony Construction Inc.. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: I That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF: $149.280.40, for S. 2 "d Avenue Track Removal and Improvements, Project No. 2286, 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. I Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Thirty (30) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 1 1 th day after I 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. I 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. I 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 I 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 I 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 I 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. I IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this /l day of /6141/ 14 m Sv /i J a t,J�Ps Corporation �,,J Contractor '-'1 1 0 " By: /4 A I City Manager `4' Attest: AA !. it. - . ., /r , (Print Name) * ♦ � � ``'�Ee,; .Jerk -IiMA `*1 Its \/ 1 C.¢. encS\6.e■I'v •• e, x,4 I t (President, Owner, etc.) 1 5�n S 1 * ;; Address: 2lS C,u� 1 • ',A..... . ,gyp ; , I � t.J`A `WIS '3 � t ` _ r _ 2, 1 h , s I 2 nd Avenue Rail Removal 121 1 PERFORMANCE BOND 1 Bond #: 105627545 BOND TO CITY OF YAKIMA I KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, M. Sevigny Construction, Inc. 1 Washington Travelers Casualty and Surety a g Corporation as Principal and Company of America a corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and I qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 14.9,280.40 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. I This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinances of the CITY OF YAKIMA. DATED at Yakima, Washington, this day of July 20 1 1 1 Never - the -less, the conditions of the above obligations are such that: WHEREAS, pursuant to action taken by the Yakima City Council on July 19 20 1 1, the City Manager and City Clerk of the CITY OF YAKIMA has let or is about to let to the said M. Sevigny Construction, Inc. , the above I bounded Principal, a certain contract, the said contract being numbered 2286 , and providing for South 2nd Ave Rail Removal & (which contract is referred to herein and is made a part hereof as though attached hereto), and, Improvements I 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 M. Sevigny Construction, Inc. I 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 shah hold said CITY OF YAKIMA, I 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 I 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. M. Sevigny Construction, Inc. (Contractor) 1 By. l 1/114 ge4. n r � g � � I Approved a to form: Its: VI GC_ (Print Na P (06) - 6, " N ` (President, Owner, etc...) . ; ; . Travelers Casualty and Surety Company of America i ( C Att 6fney) t (Surety) / By: ---- I Kenneth J. Frick (Print Name) Its: Attorney —in —Fact -. I 2 nd Avenue Rail Removal 123 II WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 4110■ POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Mercury Insurance Company I Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company 1 Attorney -In Fact No. 223473 Certificate No. UJ 0 4 f � .7 3 0 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance I 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 I (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint Donna S. Martinez, Kenneth J. Frick, Alex B. Hodge, and Rodney C. Lewis 1 ' of the City of Yakima . State of Washington , their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of I contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. I IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this day of April 2011 5th Farmington Casualty Company St. Paul Mercury Insurance Company I Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company I _ St. Paul Guardian Insurance Company — 6ws rt G 1.5V.�1 -g4 ` . ,,s1.,,,,,, E \0.E 6 x' ..... N ,SG .pj SUw Jp �tY 4Np� IY�O ...y `Y'Y N. T`�t � a a 9 �I� >F�•i4:4p O FAl. f1^i �y�• 0 9 8 2� 0 DDRATED , ,. 0. s .g; m f _ P t W HARTFORD, " HIRIFORO, 1 < t V1977 � .• n [ � : . o i HARTFORD, o max £ N c 1951 SE AL.oI S y .EC, i' . - . o . tea•. ' a : SEAL: n e ° '-.Y • Lai .{ _ ♦ b t G y ... L v . d -,.. 4 �` t ��n " rs \t .. *P o MlWfi`" f*/ 1 State of Connecticut By: City of Hartford ss. Georg Thompson. senior ice President On this the 5th day of April 2011 . 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, I 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. I G In Witness Whereof, I hereunto set my hand and official seal. ' `TA w" C . V My Commission expires the 30th day of June, 2011. O /two * Marie C. Tetreault, Notary Public . I s I 58440 -4 -09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company. Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States I Fidelity and Guaranty Company. which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President. any Senior Vice President. any Vice President, any Second Vice President. the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking. and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond. recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance. or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President. any Senior Vice President or any Vice President, any Second Vice President. the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is I FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of July 20 11 I Kori M. Johans Assistant Secretary I 1 O�SU� . 1'l I. ,,, o Othi", 6 * N �N N P tV 4 N0 ��3tY 2 OPPONI fI. , ' P �\ �...... , J p + , N gJ dL �•�!'1�EIIRfl/ t u 9 8 2 S O 2 19 77 t N��oRourD , ,. g j '� °N ... - - gy m `,- -- �. T E . ' ' 4 1 ^ 4 11 - i 4® Z S F : ; ° t W RD < J Tk < ' £ 9 ` c4 i _ 1 7. 1 951 , /k SEAL o"i t`' O 1 CONN. n t 1 ¢ p 1896 .v � A'a . Ad i .0, ti 42;:p c o.'-.........'grl o: .., c 40 fi`" A1N To verify the authenticity of this Power of Attorney, call 1- 800 -421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the I above -named individuals and the details of the bond to which the power is attached. 1 1 1 1 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I i aoRO EARTf F I CAT E.: O F 4 L IA B.I L I TY INSURANCE N S U RA N C E DATE (MMIDDIYYYY) �u £ 7/22/2011 a "` THIS; CERTIFICATE IS ISSUES AS MATTER OF, INFORMATION'. ONLY AND CONFERS NO RIGHTS '.UPON THE CERTIFICATE HOLDER. THI'S�`'� r gf2 "; : CERTIFICATE>DOES NOT4FFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES- '; I BELOW. THIS CERTIFICATE= OF INSLRANCE_DOES NOT .CONSTITUTE A CONTRACT. BETWEEN THE ISSUING INSURER(S), AUTHORIZED'`; REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the I certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Donna Martinez Terril Lewis & Wilke Ins (A/C. No. Extl: (509) 248 -3515 (A FAX /C . No): (509) 248 -3673 E -MAIL dmartinez @tlwins.com ' P 0 Box 1789 ADDRESS: 112 S 4th Street PRODUCER 00009063 CUSTOMER ID #: Yakima WA 98907 INSURER(S) AFFORDING COVERAGE NAIC # INSURED INSURER A :North Pacific Insurance Company I INSURER B : M Sevigny Construction, Inc. INSURERC: 1251 Lucy Lane INSURER D : I INSURER E : . Zillah WA 98953 INSURERF: COVERAGES CERTIFICATE NUMBER:9 /12/2010 GAS REVISION NUMBER: - THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD I INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I LTR I TYPE OF INSURANCE A I SR WVD I POLICY NUMBER I (MMIDD I (MMIDD/YYYY) I LIMITS I GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 100 000 DAMAGETORENTED X COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence) $ A CLAIMS -MADE X OCCUR 04170122 9/12/2010 9/12/2011 MEDEXP(Anyoneperson) $ 5,000 I - PERSONAL 8 ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ : ' 2,000,000 I POLICY 1 X I E I I LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) $ 1,000,000 X ANY AUTO BODILY INJURY (Per person) $ A ALL OWNED AUTOS C04170122 9/12/2010 9/12/2011 BODILY INJURY (Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ • HIRED AUTOS (Per accident) " NON -OWNED AUTOS Undennsured motorist $ 1,000;000 ' I I Medical payments $ 5,000 UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS - MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ I $ A WORKERS COMPENSATION I WC STATU- OTH- AND EMPLOYERS' LIABILITY . YIN I TORY I IMITS I I FR ANY PROPRIETOR/PARTNER /EXECUTIVE STOP GAP E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A I 004170122 9/12/2010 9/12/2011 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT I $ 1,000,000 I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedul if more space is required) City of Yakima their agents, employees and elected and appointed officials are named as additional insureds as per CG8416(12/03) form attached as respects work performed by the named insured Project: South 2nd Ave Rail Removal & I Improvements #2286 CERTIFICATE HOLDER CANCELLATION I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Yakima ACCORDANCE WITH THE POLICY PROVISIONS. Yakima County AUTHORIZED REPRESENTATIVE I ATTN: Sue Ownby, Purchasing Mgr 129 2nd St. 4th Floor - Courthouse Yakima," _WA 989'01 Kenneth Frick /DONNA - � ,, - .. G2 r - ---" = ACORD 25 (2009/09) _ ' © 1988 -2009 ACORD CORPORATION. All rights reserved.- INS025 ( ; The ACORD name andtlogo are registered marks of ACORD . ri:• g..,:% ,T, ! i.` ' `S_ .... : _... ,.. 4:6 ;.1N: .. .. _ ,ji . . X4 ..1• :' 4,1,,, y1 ; COMMERCIAL GENERAL LIABILITY ' - , CG84161203 . THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 GENERAL LIABILITY MASTER PAK PLUS® FOR CONSTRUCTION 1 This endorsement .modifies- inSurance_ provided under.the.following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX Subject Page Blanket Additional Insured (Owners, Lessees or Contractors) 2 • Fire, Lightning, Explosion and Sprinkler Leakage Damage to Premises You Rent 3 I Non -Owned Watercraft 4 Supplementary Payments (Bail Bonds) 4 Personal And Advertising Injury - Electronic Publication Extension 5 Aggregate Limits (Per Location) 5 Aggregate Limits (Per Project) 5 1 Voluntary Property Damage Coverage 6 Off Premises Care, Custody or Control Coverage 6 • 1 Newly Formed or Acquired Organizations Duties in the Event of Occurrence, Offense, Claim or Suit. 7 I Bodily Injury (Mental Anguish) 8 Waiver of Transfer of Rights of Recovery Against Others 8 Medical Payments 8 Broad Named Insured 8. Broadened Mobile Equipment 8 1 Incidental Malpractice Liability 8 Non- Owned_Aircraft 9 I Property Damage - Elevators 9 1 I CG 8416 12 03 Includes copyrighted material of ISO Properties, Inc - , with its permission.. Page 1 of ':9, , i • • 1 1. BLANKET ADDITIONAL INSURED (Owners, Lessees Or Contractors) 1 (Includes a Primary/Non - Contributory provision) Section II - Who Is An Insured is amended to include as an insured any person or organization whom you are required to name as an additional insured on this policy in a written contract or written agreement. The written contract or written agreement must be currently in effect or becoming effective during the term of this policy and executed prior to the "bodily injury," "property damage" or "personal and advertising injury. ". The insurance provided the additional insured is limited as follows: A. The person or organization is only an additional insured with respect to liability: 1 1. Arising out of real property, as described in a written contract or written agreement, that you own, rent, lease or occupy; or 2. Caused by your ongoing operations performed for the additional insured. 1 The insurance provided the additional insured in 1.A.2. above does not apply to: a. Coverage A - Bodily Injury and Property Damage Liability, Coverage B - Personal and Advertising Injury Liability or defense coverage under the Supplementary Payments • arising out of an architects, engineer's or surveyor's rendering of or failure to render any professional services including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. u. "Bodily injury Or "property damage' occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) that was performed by or on behalf of the additional insured(s) at the site where the covered operations have been completed; or 1 . _ . - (2) 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 subcontractor engaged in performing operations for a principal as part of the same project. B. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of Insurance as stated in the Declarations of this policy and defined in Section III - Limits Of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. C. The insurance provided the additional insured does not apply to the liability resulting from the sole negligence of the additional insured. • 1 CG 8416 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 2 of 9 E 601 00 . 1 I D. As respects the coverage provided to the additional insured under this endorsement, Section IV- I Conditions is amended as follows: 1. The following is added to Condition 2. Duties in The Event Of Occurrence, Offense, Claim, or Suit: 1 An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense, that may result in a claim or "suit" I under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. 2. The following is added to Condition 3. Legal Action Against Us: We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. 3. The following is added to Paragraph a., Primary insurance of Condition 4. Other Insurance: If the additional insured's policy has an Other Insurance provision making its policy excess, and a Named Insured has agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. 4. The following is added to Paragraph b., Excess Insurance of Condition 4. Other Insurance: I Except as provided in Paragraph 4.a. Primary Insurance as amended above, any coverage provided hereunder shall be excess over any other valid and collectible insurance available to the additional insured whether primary, excess, contingent or on any other basis. In the event an additional insured has other coverage available for an "occurrence" by virtue of also being an I additional insured on other policies, this insurance is excess over those other policies. 2. FIRE, LIGHTNING, EXPLOSION AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT I If Damage To Premises Rented To You under Coverage A is not otherwise excluded from this policy, the following applies: A. The last paragraph of 2. Exclusions of Section I - Coverage A is replaced by the following: ' If Damage To Premises Rented To You is not otherwise excluded, Exclusions c. through n. do not apply to damage by fire, lightning, "explosion'' or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance 1 applies to this coverage as described in Section III - Limits Of Insurance. B. Paragraph 6. of Section III - Limits Of Insurance is replaced by the following: I 6. ' Subject to 5. above, the higher of $300,000 or the Damage To Premises Rented To You Limit shown in the Summary of Limits and Charges section of this policy is the most we will pay under Coverage A for damages because of "property damage" to premises rented to you or temporarily occupied by you with the permission of the owner arising out of any one fire, 1 lightning, "explosion" or sprinkler leakage incident. 1 CG 8416 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 3 of 9 :' E 602 00 1 C. Paragraph b.(1)(b) of Condition 4. Other insurance (Section IV — Conditions) is replaced by the following: (1) That is Fire, Lightning, Explosion or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; 1 D. Paragraph 9.a. of the definition of "insured contract" in Section V- Definitions is replaced by the following: 9. "insured contract" means: a. A contract for the lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damages by fire, lightning, "explosion" or sprinkler leakage to premises while rented to you or temporarily occupied by you with the permission of the owner is not an "insured contract "; E. The following definition is added to Section V - Definitions: "Explosion" means a sudden release of expanding pressure accompanied by a noise, a bursting forth of material and evidence of the scattering of debris to locations further than would have resulted by gravity alone. "Explosion" does not include any of the following: 1. Artificially generated electrical current including electrical arcing that disturbs electrical devices, appliances or wires; 1 2. Rupture or bursting of water pipes; 3. Explosion of steam boilers, steam pipes, steam engines or steam turbines owned or leased by you, or operated under your control; or 4. R nr bursting cal cari by centrifugal fnrre • 3. NON -OWNED WATERCRAFT Subparagraph g.(2) of Paragraph 2., Exclusions of Section I - Coverage A is replaced by the following: • (2) A watercraft you do not own that is: 1 (a) Less than 51 feet long; and (b) Not being used to carry persons or property for a charge; 1 4. SUPPLEMENTARY PAYMENTS In the Supplementary Payments - Coverages A and B provision: The limit for the cost of bail bonds in Paragraph 1.b. is changed from $250 to $1000. 1 1 CG 8416 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 4 of 9 E 603 00 • • i 5. PERSONAL AND ADVERTISING INJURY - ELECTRONIC PUBLICATION EXTENSION 1 ' Paragraphs 14.b., d. and e. of Section V - Definitions are replaced by the following: b. Malicious prosecution or abuse of process; d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a ' person or organization or disparages a person's or organization's goods, products or services; e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; The following is added to Paragraph 14. "Personal and Advertising Injury" of Section V - Definitions: h. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person, 'i but only if such discrimination or humiliation is: (1) Not done intentionally by or at the direction of: 1 (a) An insured; or (b) Any "executive officer" director, stockholder, partner or member of the insured; and ' (2) Not directly or indirectly related to the employment, prospective employment or termination of employment of any person or persons by any insured. Subparagraphs b. and c. of 2., Exclusions of Section I - Coverage B - Personal And Advertising Injury Liability are replaced by the following: b. Material Published With Knowledge Of Falsity Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material, if done by or at the direction of the insured with knowledge of its falsity; c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication of material whose first publication took place before the beginning of the policy period; " 6. AGGREGATE LIMITS" OF INSURANCE (PER LOCATION) The General Aggregate Limit under Section III Limits Of Insurance applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting lots, or premises whose connection is 1 interrupted only by a street, roadway, waterway or right -of -way of a railroad. 7. AGGREGATE LIMITS OF INSURANCE (PER PROJECT) The General Aggregate Limit under Section 111 Limits Of Insurance applies separately to each of your projects away from premises owned by or rented to you. 1 1 1 1 CG 8416 12 03 . . Includes copyrighted material of ISO Properties, Inc., with its permission. Page 5 of 9 E60400.. • 8.. VOLUNTARY PROPERTY DAMAGE COVERAGE At your request, we will pay for "loss" to property of others caused by your business operations. The most we will pay for this coverage is $500 each "occurrence." The "loss" must occur during the policy period. The "occurrence" must take place in the "coverage territory". "Loss" means unintended damage or destruction. "Loss" does not mean disappearance, abstraction or theft. This coverage does not apply to: 1 1. Damage arising out of the use of any "auto "; 2. Property you own, occupy, rent or lease from others; or 1 3. Property on your premises for sale, service, repair or storage. None of the other policy exclusions apply to this coverage. If the policy to which this endorsement is attached is written with a property damage liability deductible, the deductible shall apply to Voluntary Property Damage. The limit of coverage stated above shall not be reduced by the amount of this deductible. 9. OFF PREMISES CARE, CUSTODY OR CONTROL COVERAGE A. We will pay those sums that you become legally obligated to pay as damages because of "property damage" to personal property of others while in your or your "employees" care, custody or control or real property of others over which you or your "employees" are exercising physical control if the "property damage" arises out of your business operations. This Coverage is subject to sections B., C., D. and E. below. B. Exclusions This insurance shall not apply to: 1. "Property damage" of property at premises owned, rented, leased, operated or used by you; 2. "Property damage" of property while in transit; 3. The cost of repairing or replacing: 1 (a) Any of your work defectively or incorrectly done by you or by others on your behalf; or (b) Any product manufactured, sold or supplied by you, unless the "property damage" is caused directly by you after delivery of the product or completion of the work and resulting from a subsequent undertaking; or 4. "Property damage" of property caused by or arising out of the "products- completed operations hazard ". C. Limits Of Insurance - The most we will pay for "property damage" under this Section 9. is $25,000 for each "occurrence ". The most we will pay for the sum of all damages covered under this Section 9. because of "property damage" is an annual aggregate limit of $25,000.. The Limits Of Insurance provided under this Section 9. are inclusive of and not in addition to any other limits provided in the policy or endorsements attached to it. D. Deductible - We will not pay for "property damage" in any one "occurrence" until the amount of "property damage" exceeds $250. If the policy to which this endorsement is attached contains a "property damage" deductible, that deductible shall apply if it is greater than $250. E. In the event of "property damage" covered by this endorsement, you shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. CG 8416 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 6 of 9 E 605 00 i 1 i 10. NEWLY FORMED OR ACQUIRED ORGANIZATIONS ' 1 A. Paragraph 4. of Section II - Who Is An Insured is deleted and replaced by the following: 4. Any business entity acquired by you or incorporated or organized by you under the laws of any ' individual state of the United States of America over which you maintain majority ownership interest exceeding fifty percent. Such acquired or newly formed organization will qualify as a Named Insured .if there is no similar insurance available to that entity. However ;,__ „_ t a. Coverage under this provision applies only until the expiration of the policy period in which the entity was acquired or incorporated or organized by you. b. Coverage A does not apply to "bodily injury” or "property damage" that occurred before the ' entity was acquired or incorporated or organized by you. c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before the entity was acquired or incorporated or organized by you. d. Records and descriptions of operations must be maintained by the first Named Insured. B. This Section 10. does not apply to newly formed or acquired organizations if coverage is excluded either by provisions of the Coverage Part or by other endorsement(s) attached to it. 1 11. DUTIES IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT A. The requirements in Section IV - Conditions, Paragraph 2.a., that you must see to it that we are ' notified of an "occurrence" applies only when the "occurrence" is known to: 1. You, if you are an individual; 2_ A partner, if yOU are a partnership; t 3. A member or manager, if you are a limited liability company; 4. An executive officer or designee, if you are a corporation; ' 5. A trustee, if you are a trust; or 6. A designee, if you are any other type,oforganization. , " ... B. The requirements in Section IV - Conditions Paragraph 2:b. that you must see to it that we receive written notice of a claim or "suit" will not be considered breached unless the breach occurs after such claim or "suit" is known to: 1. You, if you are an individual; ' 2. A partner, if you are a partnership; 3. A member or manager if you are a limited liability company; 1 4. An executive officer or designee, if you are a corporation; 5. A trustee, if you are a trust; or 1 6. A designee, if you are.any other type of organization. Knowledge of an "occurrence," claim or "suit" by the agent, servant or "employee" of any insured shah not in itself constitute knowledge of the insured unless an officer or designee shall have 1 received notice from its agent, servant or "employee ". 12. BODILY INJURY Paragraph 3. of the definition of "bodily injury" in the Section V - Definitions is replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. CG 8416 12 03 Includes copyrighted materiai of ISO Properties, Inc., with its permission. Page 7 of 9 E 606 0D • • 13. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS , We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against any person or organization for whom you perform work under a written contract that requires you to obtain this agreement from us. , This agreement shall not operate directly or indirectly to benefit anyone not named in the agreement. 14. MEDICAL PAYMENTS If Coverage C Medical Payments is not otherwise excluded, the Medical Expense Limit provided by this policy shall be the greater of: A. $10,000; or ' • B. The amount shown in the Declarations. 15. BROAD NAMED INSURED • Paragraph 2.a.(1)(d) of Section II - Who Is An Insured is replaced by the following: (d) Arising out of his or her providing or failing to provide professional health care services. However, this exclusion does not apply to nurses, emergency medical technicians or paramedics who are • employed by you to provide medical or paramedical services to your employees. 16. BROADENED MOBILE EQUIPMENT • Paragraph 12.f.(1) of Section V - Definitions is replaced by the following: ' (1) Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing; or (c) Street cleaning provided that vehicles have a Gross Vehicle Weight of 1,000 pounds or greater; 17. INCIDENTAL MALPRACTICE LIABILITY Paragraph 3. of Section V - Definitions is replaced by the following: 3. "Bodily injury" means bodily injury, sickness, disease or "incidental medical malpractice" sustained ' _•• , •._ by a person, including- mental anguish•or death - resulting from any of these at any time. . The following is added to Section V - Definitions: 23. "Incidental medical malpractice" means injury arising out of the negligent rendering or failure to render medical or paramedical services to persons by any physician, dentist, nurse, emergency medical technician or paramedic who is employed by you to provide such services to your employees, provided you are not engaged in the business or occupation of providing any services referred to in this definition. 18. NON -OWNED AIRCRAFT The following is added to Subparagraph g. of 2., Exclusions of Section I - Coverage A Bodily Injury And Property Damage Liability: (6) An aircraft with a paid crew, that is hired, chartered or loaned but is not owned by any insured. • 1 i CG 8416 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 8 of 9 E 607 00 r I ' - ',:' , :g; 19. PROPERTY DAMAGE - ELEVATORS 1 The following is added to Subparagraph j. of 2., Exclusions of Section 1- Coverage A Bodily Injury - And Property Damage Liability: Paragraphs (3) and (4) of this exclusion do not apply to damages that result from the use of elevators. All other terms and conditions of your policy remain unchanged. II_ 1 1 1 1 1 1 1 1 1 • 1 l • i . : . . CG 8416 12 03 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 9 of 9 E 608 00 1 MINIMUM WAGE AFFIDAVIT STATE OF WASHINGTON) I.. ) ss COUNTY OF YAKIMA I . ..m 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 I 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 I above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. /L %/ Contractor ' Subscribed and sworn to before me on this /4day of , 201/ Notary Pr. is in and for the St.1of • . ° e • Washington residing at oe:t4 47Cp; • (d(''' • SOO • • 2 "' Avenue Rail Removal 129 1 PREVAILING WAGE RATES The revailin rate of wages to be paid to all workmen, laborers, or mechanics employed in the P 9 9 P performance of any part of this contract shall be in accordance with the provisions of Chapter 1 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. 1 Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined 1 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. 1 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 1 Telephone: 360- 902 -5335 1 1 1 1 2" Avenue Rail Removal 131 Page 1of16 1 1 State of Washington Department of Labor & Industries 1 Prevailing Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 1 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate I of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. I Journey Level Prevailing Wage Rates for the Effective Date: 1 7/1/2011 County Trade Job Classification Wage Holiday Overtime Note I Yakima Asbestos Abatement Workers Journey Level $17.83 1 Yakima Boilermakers Journey Level $59.69 5N 1C Yakima Brick Mason Journey Level $40.03 5A 1M I Yakima Building Service Employees Janitor $8.67 1 Yakima Building Service Employees Shampooer $11.14 1 I Yakima Building Service Employees Waxer $8.67 1 Yakima Building Service Employees Window Cleaner $9.14 1 Yakima Cabinet Makers (In Shop) Journey Level $16.35 1 1 Yakima Carpenters Journey Level $29.72 1 Yakima Cement Masons Journey Level $35.85 7B 1N 1 Yakima Divers Et Tenders Diver $100.28 5D 1M 8A Yakima Divers Et Tenders Diver On Standby $56.68 5D 1M Yakima Divers Et Tenders Diver Tender $52.23 5D 1M I Yakima Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M Yakima Divers Et Tenders Surface Rcv Et Rov Operator $48.67 5A 1B Tender 1 Yakima Dredge Workers Assistant Engineer $49.57 5D 1T 8L Yakima Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L Yakima Dredge Workers Engineer Welder $49.62 5D 1T 8L I Yakima Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L 'Yakima Dredge Workers Maintenance $49.06 5D 1T 8L I Yakima Dredge Workers Mates And Boatmen $49.57 5D 1T 8L Yakima Dredge Workers Oiler $49.19 5D 1T 8L Yakima Drywall Applicator Journey Level $37.70 5D 1M I I 'Yakima Drywall Tapers Journey Level $31.79 7E 1P Yakima Electrical Fixture Maintenance Journey Level $43.32 1 Workers I Yakima Electricians - Inside Cable Splicer $52.41 5A 1E I htt s: / /fortress.wa. ov /lni /wa elooku / rvWa el k p g g p p g oo up.aspx 7/1/2011 Page 2 of 16 III , Yakima Electricians - Inside Journey Level $50.60 5A 1E :Yakima Electricians - Inside Welder $54.75 5A 1 E ; Yakima Electricians - Motor Shop Craftsman $15.37 1 Yakima Electricians - Motor Shop Journey Level $14.69 1 II lYakima Electricians - Powerline Cable Splicer $63.04 5A 4A Construction lYakima Electricians - Powerline Certified Line Welder $57.61 5A 4A 1 Construction Yakima Electricians - Powerline Groundperson $41.06 5A 4A Construction Yakima Electricians - Powerline Head Groundperson $43.33 5A 4A Construction Yakima Electricians - Powerline Heavy Line Equipment $57.61 5A 4A r Construction Operator l Yakima Electricians - Powerline Jackhammer Operator $43.33 5A 4A € II 1 Construction Yakima Electricians - Powerline Journey Level Lineperson $57.61 5A 4A Construction Yakima Electricians - Powerline Line Equipment Operator $48.64 5A 4A 1 Construction ;Yakima Electricians - Powerline Pole Sprayer $57.61 5A 4A 1 Construction 'Yakima Electricians - Powerline Powderperson $43.33 5A Construction !Yakima Electronic Technicians Journey Level $23.40 1 I l Yakima Elevator Constructors Mechanic $67.91 7D - Yakima Elevator Constructors Mechanic In Charge $73.87 7D lYakima Fabricated Precast Concrete Craftsman - In- Factory Work $8.72 1 1 Products Only 5 Yakima Fabricated Precast Concrete Journey Level - In- Factory $8.67 ! Products Work Only lYakima Fence Erectors Fence Erector $13.79 Yakima Flaggers Journey Level $24.62 1 1 Yakima Glaziers Journey Level $22.43 61 1B lYakima Heat a Frost Insulators And Journey Level $25.32 Asbestos Workers 1 Yakima Heating Equipment Mechanics Journey Level $34.85 1 Yakima Hod Carriers Et Mason Tenders Journey Level $32.80 7A 1H Yakima Industrial Engine And Machine Journey Level $15.65 1 Mechanics Yakima Industrial Power Vacuum Journey Level $9.24 1 Cleaner Yakima Inland Boatmen Journey Level $8.67 1 ;Yakima Inspection /Cleaning /Sealing Of Cleaner Operator, Foamer $9.73 1 Sewer Et Water Systems By Operator t Remote Control !Yakima Inspection /Cleaning /Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By I htt s: / /fortress.wa.gov /lni /wa elook 2 1 p � g up /prvWagelookup.aspx 7/1/_011 I Page 3 of 16 111 i Remote Control Yakima Inspection /Cleaning /Sealing Of Head Operator $12.78 1 Sewer Et Water Systems By I Remote Control Yakima Inspection /Cleaning /Sealing Of Technician $8.67 1 { Sewer Et Water Systems By Remote Control I 1Yakima Inspection /Cleaning /Sealing Of Tv Truck Operator $10.53 1 Sewer Et Water Systems By Remote Control Yakima Insulation Applicators Journey Level $37.70 5D 1M Yakima Ironworkers Journeyman $50.94 7N 10 I Yakima Laborers Air, Gas Or Electric Vibrating $31.86 7A 1H Screed Yakima Laborers Airtrac Drill Operator $32.80 7A 1H I Yakima Laborers Ballast Regular Machine $31.86 7A 1H Yakima Laborers Batch Weighman $29.90 7A 1H Yakima Laborers Brick Pavers $31.86 7A 1H I iYakima Laborers Brush Cutter $31.86 7A 1H Yakima Laborers Brush Hog Feeder $31.86 7A 111 Yakima Laborers Burner $31.86 7A 1H Yakima Laborers Caisson Worker $32.80 7A 1H IYakima Laborers Carpenter Tender $31.86 7A 1H !Yakima Laborers Cement Dumper - paving $32.41 7A 1H !Yakima Laborers Cement Finisher Tender $31.86 7A 1H jYakima Laborers Change House Or Dry Shack $31.86 7A 1H 1 IYakima Laborers Chipping Gun (under 30 Lbs.) $31.86 7A 1H Yakima Laborers Chipping Gun(30 Lbs. And $32.41 7A 111 Over) I iYakima Laborers Choker Setter $31.86 7A 111 Yakima Laborers Chuck Tender $31.86 7A 1H I 1 'Yakima Laborers Clary Power Spreader $32.41 7A 1 H Yakima Laborers Clean -up Laborer $31.86 7A 11-1 Yakima Laborers Concrete Dumper /chute $32.41 7A 111 I Operator Yakima Laborers Concrete Form Stripper $31.86 7A 1H Yakima Laborers Concrete Placement Crew $32.41 7A 1H I Yakima Laborers Concrete Saw Operator /core $32.41 7A 1H Driller I Yakima Laborers Crusher Feeder $29.90 7A 111 ‘Yakima Laborers Curing Laborer $31.86 7A 1H `Yakima Laborers Demolition: Wrecking Et Moving $31.86 7A 11-I I (incl. Charred Material) ;Yakima Laborers Ditch Digger $31.86 7A 11-I Yakima Laborers Diver $32.80 7A 1H I Yakima Laborers Drill Operator $32.41 7A 1H I - (hydraulic,diamond) 8 htt s: / /fortress.wa. ov /lni /wa elooku / rvWa el k P � � p p � oo up.aspx 7/1/2011 Page 4 of 16 1 Yakima Laborers Dry Stack Walls $31.86 7A 1H ;Yakima Laborers Dump Person $31.86 7A 111 a Yakima Laborers Epoxy Technician $31.86 7A 11-1 Yakima Laborers Erosion Control Worker $31.86 7A 1F1 Yakima Laborers Faller a Bucker Chain Saw $32.41 7A 1H ;Yakima Laborers Fine Graders $31.86 7A 1H Yakima Laborers Firewatch $29.90 7A 1H j I Yakima Laborers Form Setter $31.86 7A 1H Yakima Laborers Gabian Basket Builders $31.86 7A 1H Yakima Laborers General Laborer $31.86 7A 1H Yakima Laborers Grade Checker Et Transit $32.80 7A 1H Person gYakima Laborers Grinders $31.86 7A 1H Yakima Laborers Grout Machine Tender $31.86 7A 111 5Yakima Laborers Groutmen (pressure)including $32.41 7A 1H s Post Tension Beams • Yakima Laborers Guage and Lock Tender $32.90 7A 1H iYakima Laborers Guardrail Erector $31.86 7A 1H 9 , Yakima Laborers Hazardous Waste Worker (level $32.80 7A 1 H A) ;Yakima Laborers Hazardous Waste Worker (level $32.41 7A 1H t B) `Yakima Laborers Hazardous Waste Worker (level $31.86 7A 1H C) I 'Yakima Laborers High Scaler $32.80 7A 11-1 ;Yakima Laborers Jackhammer $32.41 7A 1H :Yakima Laborers Laserbeam Operator $32.41 7A 1H Yakima Laborers Maintenance Person $31.86 7A 1H Yakima Laborers Manhole Builder - mudman $32.41 7A 1H "Yakima Laborers Material Yard Person $31.86 7A 1H Yakima Laborers Miner $32.80 7A 11-I ;Yakima Laborers Motorman -dinky Locomotive $32.41 7A 11-1 Yakima Laborers Nozzleman (concrete Pump, $32.41 7A 1H Green Cutter When Using Combination Of High Pressure • Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla :Yakima Laborers Pavement Breaker $32.41 7A 1H t ;Yakima Laborers Pilot Car $29.90 7A 1H Yakima Laborers Pipe Layer(lead) $32.80 7A 11-I i I Yakima Laborers Pipe Layer /tailor $32.41 7A 1F1 Yakima Laborers Pipe Pot Tender $32.41 7A 1H Yakima Laborers Pipe Reliner $32.41 7A 1H ;Yakima Laborers Pipe Wrapper $32.41 7A 1H Yakima Laborers Pot Tender $31.86 7A 1H 1 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 7/1/2011 i Page 5 of 16 I Yakima Laborers Powderman $32.80 7A 11-1 :Yakima Laborers Powderman's Helper $31.86 7A 1H Yakima Laborers Power Jacks $32.41 7A 1H Yakima Laborers Railroad Spike Puller - Power $32.41 7A 1H �' E `Yakima Laborers Raker - Asphalt $32.80 7A 11-1 iYakima Laborers Re- timberman $32.80 7A 11-1 ;I ;Yakima Laborers Remote Equipment Operator $32.41 7A 11-1 IYakima Laborers Rigger /signal Person $32.41 7A 1H I !Yakima Laborers Rip Rap Person $31.86 7A 1H Yakima Laborers Rivet Buster $32.41 7A 1H iYakima Laborers Rodder $32.41 7A 1H I 'Yakima Laborers Scaffold Erector $31.86 7A 1H Yakima Laborers Scale Person $31.86 7A 1H I Yakima Laborers Sloper (over 20 ") $32.41 7A 11-1 Yakima Laborers Sloper Sprayer $31.86 7A 11-1 1 Yakima Laborers Spreader (concrete) $32.41 7A 1H I Yakima Laborers Stake Hopper $31.86 7A 1H Yakima Laborers Stock Piler $31.86 7A 1H Yakima Laborers Tamper Et Similar Electric, Air $32.41 7A 11-1 Et Gas Operated Tools Yakima Laborers Tamper (multiple Et Self- $32.41 7A 1H propelled) I ' Yakima Laborers Timber Person - Sewer (lagger, $32.41 7A 1H ! Shorer Et Cribber) !Yakima Laborers Toolroom Person (at Jobsite) $31.86 7A 1H 1 Yakima Laborers Topper $31.86 7A 1H Yakima Laborers Track Laborer $31.86 7A 1H Yakima Laborers Track Liner (power) $32.41 7A 1H ;Yakima Laborers Truck Spotter $31.86 7A 1H Yakima Laborers Tugger Operator $32.41 7A 1H I Yakima Laborers Tunnel Work -Miner $32.90 7A 1H ;Yakima Laborers Vibrator $32.41 7A 1H JYakima Laborers Vinyl Seamer $31.86 7A 11-1 I ;Yakima Laborers Watchman $27.27 7A 1H I Yakima Laborers Welder $32.41 7,4 1H ;Yakima Laborers Well Point Laborer $32.41 7A 1H 1 Yakima Laborers Window Washer /cleaner $27.27 7A 1H t Yakima Laborers - Underground Sewer General Laborer Et Topman $31.86 7A 1H 1 b &Water ;Yakima Laborers - Underground Sewer Pipe Layer $32.41 7A 1H Et Water !Yakima Landscape Construction Irrigation Or Lawn Sprinkler $9.00 1 Installers Yakima Landscape Construction Landscape Equipment $15.45 1 '' Operators Or Truck Drivers g Yakima Landscape Construction Landscaping Or Planting $9.00 1 htt s: / /fortress.wa. ov /lni /wa elooku / rvWa elooku .as x 7/1/2011 P g g PP g P P Page 6 of 16 1 Laborers [Yakima Lathers Journey Level $37.70 5D 1M Yakima Marble Setters Journey Level $40.03 5A 1M ;Yakima Metal Fabrication (In Shop) Fitter $12.00 1 f 1 [Yakima Metal Fabrication (In Shop) Laborer $10.31 1 ,Yakima Metal Fabrication (In Shop) Machine Operator $11.32 1 Yakima Metal Fabrication (In Shop) Painter $12.00 1 1 } }Yakima Metal Fabrication (In Shop) Welder $11.32 1 'Yakima Millwright Journey Level $26.05 1 ' 1 [Yakima Modular Buildings Journey Level $14.11 1 Yakima Painters Journeyman $28.12 6Z 1W ;Yakima Pile Driver Journey Level $48.04 5A 1M f M [Yakima Plasterers Journey Level $46.63 7D 1R Yakima Playground Et Park Equipment Journey Level $8.67 k Installers g }Yakima Plumbers Et Pipefitters Journey Level $28.75 Yakima Power Equipment Operators Asphalt Plant Operators $50.39 7A 1T 8P ;Yakima Power Equipment Operators Assistant Engineer $47.12 7A 1T 8P 'Yakima Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P ,Yakima Power Equipment Operators Batch Plant Operator, $49.90 7A 1T 8P 1 ` Concrete ;Yakima Power Equipment Operators Bobcat $47.12 7A 1T 8P Yakima Power Equipment Operators Brokk - Remote Demolition $47.12 7A 1T 8P 1 Equipment [Yakima Power Equipment Operators Brooms $47.12 7A 1T 8P 'Yakima Power Equipment Operators Bump Cutter $49.90 7A 1T 8P 1 'Yakima Power Equipment Operators Cableways $50.39 7A 1T 8P Yakima Power Equipment Operators Chipper $49.90 7A 1T 8P Yakima Power Equipment Operators Compressor $47.12 7A 1T 8P Yakima Power Equipment Operators Concrete Pump: • $50.39 7A 1T 8P With Boom Attachment Over 42 I ;Yakima Power Equipment Operators Concrete Finish Machine -laser $47.12 7A 1T 8P Screed ;Yakima Power Equipment Operators Concrete Pump - Mounted Or $49.48 7A 1T 8P Trailer High Pressure Line a Pump, Pump High Pressure. Yakima Power Equipment Operators Concrete Pump: Truck Mount $49.90 7A 1T 8P With Boom Attachment Up To 42m :Yakima Power Equipment Operators Conveyors $49.48 7A 1T 8P `Yakima Power Equipment Operators Cranes: 20 Tons Through 44 $49.90 7A 1T 8P Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons ;Yakima Power Equipment Operators Cranes: 100 Tons Through 199 $50.94 7A 1T 8P Tons, or 150' of boom (including jib with 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 7/1/2011 Page 7 of 16 I attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. 1 !Yakima Power Equipment Operators Cranes: 200 Tons To 300 Tons, $51.51 7,4 1T 8P Or 250' Of Boom (including Jib With Attachments) Yakima Power Equipment Operators Cranes: 45 Tons Through 99 $50.39 7A 1T 8P Tons, Under 150' Of Boom (including Jib With I f Attachments) 'Yakima Power Equipment Operators Cranes: A -frame - 10 Tons And $47.12 7A 1T 8P Under I Yakima Power Equipment Operators Cranes: Friction 100 Tons $51.51 7A 1T 8P Through 199 Tons Yakima Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A 1T 8P I Yakima Power Equipment Operators Cranes: Over 300 Tons Or 300' $52.07 7A 1T 8P ' Of Boom (including Jib With Attachments) I 'Yakima Power Equipment Operators Cranes: Through 19 Tons With $49.48 7A 1T 8P Attachments A -frame Over 10 E Tons 1 !Yakima Power Equipment Operators Crusher $49.90 7A 1T 8P }Yakima Power Equipment Operators Deck Engineer /deck Winches $49.90 7A 1T 8P (power) I ;Yakima Power Equipment Operators Derricks, On Building Work $50.39 7A 1T 8P Yakima Power Equipment Operators Dozer Quad 9, HD 41, D10 and $50.39 7A 1T 8P Over Yakima Power Equipment Operators Dozers D -9 & Under $49.48 7A 1T 8P Yakima Power Equipment Operators Drill Oilers: Auger Type, Truck $49.48 7A 1T 8P Or Crane Mount 1 1Yakima Power Equipment Operators Drilling Machine $49.90 7A 1T 8P .Yakima Power Equipment Operators Elevator And Man -lift: $47.12 7A 1T 8P Permanent And Shaft Type II i Yakima Power Equipment Operators Finishing Machine, Bidwell And $49.90 7A 1T 8P Gamaco & Similar Equipment 8 Yakima Power Equipment Operators Forklift: 3000 Lbs And Over $49.48 7A 1T 8P I With Attachments 1Yakima Power Equipment Operators Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8P Attachments 'Yakima Power Equipment Operators Grade Engineer: Using Blue $49.90 7A 1T 8P Prints, Cut Sheets, Etc E (Yakima Power Equipment Operators Gradechecker /stakeman $47.12 1T 8P 1 : 1 Yakima Power Equipment Operators Guardrail Punch /Auger $49.90 7A 1T 8P Yakima Power Equipment Operators Hard Tail End Dump $50.39 7A 1T 8P Articulating Off- Road I Equipment 45 Yards. & Over Yakima Power Equipment Operators Hard Tail End Dump $49.90 q P 7A 1T $ _ _ 8P Articulating Off -road I Equipment Under 45 Yards https : / /fortress.wa.gov /1ni /waelooku / rvWa elooku .as x >; p p � p p 7/1/2011 Page 8 of 16 1 ;Yakima Power Equipment Operators Horizontal /directional Drill $49.48 7A 1T 8P I g Locator Yakima Power Equipment Operators Horizontal /directional Drill $49.90 7A 1T 8P i Operator Yakima Power Equipment Operators Hydralifts /boom Trucks Over $49.48 7A 1T 8P 10 Tons !Yakima Power Equipment Operators Hydralifts /boom Trucks, 10 $47.12 7A 1T 8P 1 Tons And Under 1Yakima Power Equipment Operators Loader, Overhead 8 Yards. a* $50.94 7A 1T 8P i Over IYakima Power Equipment Operators Loader, Overhead, 6 Yards. But $50.39 7A 1T 8P Not Including 8 Yards Yakima Power Equipment Operators Loaders, Overhead Under 6 $49.90 7A 1T 8P Yards Yakima Power Equipment Operators Loaders, Plant Feed $49.90 7A 1T 8P ;Yakima Power Equipment Operators Loaders: Elevating Type Belt $49.48 7A 1T 8P #Yakima Power Equipment Operators Locomotives, All $49.90 7A 1T 8P Yakima Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P Yakima Power Equipment Operators Mechanics, All (leadmen - $50.94 7A 1T 8P I $0.50 Per Hour Over Mechanic) ;Yakima Power Equipment Operators Mixers: Asphalt Plant $49.90 7A 1T 8P !Yakima Power Equipment Operators Motor Patrol Grader - Non- $49.48 7A 1T 8P finishing ;Yakima Power Equipment Operators Motor Patrol Graders, Finishing $50.39 7A 1T 8P N - Yakima Power Equipment Operators Mucking Machine, Mole, Tunnel $50.39 7A 1T 8P Drill, Boring, Road Header And /or Shield '.Yakima Power Equipment Operators Oil Distributors, Blower $47.12 7A 1T 8P Distribution a Mulch Seeding Operator Yakima Power Equipment Operators Outside Hoists (elevators And $49.48 7A 1T 8P Manlifts), Air Tuggers,strato ! Yakima Power Equipment Operators Overhead, Bridge Type: 45 $50.39 7A 1T 8P Tons Through 99 Tons li Y ill akima Power Equipment Operators Pavement Breaker $47.12 7A 1T 8P Yakima Power Equipment Operators Pile Driver (other Than Crane $49.90 7A 1T 8P Mount) 1 Yakima Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P :Yakima Power Equipment Operators Posthole Digger, Mechanical $47.12 7A 1T 8P `Yakima Power Equipment Operators Power Plant $47.12 7A 1T 8P ? r Yakima Power Equipment Operators Pumps - Water $47.12 7A 1T 8P 'Yakima Power Equipment Operators Quick Tower - No Cab, Under $47.12 7A 1T 8P s 100 Feet In Height Based To Boom Yakima Power Equipment Operators Remote Control Operator On $50.39 7A 1T 8P Rubber Tired Earth Moving Equipment ,Yakima Power Equipment Operators Rigger And Bellman $47.12 7A 1T 8P 1Yakima Power Equipment Operators Rollagon $50.39 7A 1T 8P https: / /fortress.wa. gov /lni /waaelookun /nrvWaaelookup. aspx 7/1/2011 1 Page 9 of 16 I lYakima Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A 1T 8P i 'Yakima Power Equipment Operators Roller, Plant Mix Or Multi -lift $49.48 7A 1T 8P € Materials A, l Yakima Power Equipment Operators Roto -mill, Roto - grinder $49.90 7A 1T 8P I Yakima Power Equipment Operators Saws - Concrete $49.48 7A 1T 8P Yakima Power Equipment Operators Scraper, Self Propelled Under $49.90 7A 1T 8P I t 45 Yards Yakima Power Equipment Operators Scrapers - Concrete Carry All $49.48 7A 1T 8P Yakima Power Equipment Operators Scrapers, Self-propelled: 45 $50.39 7A 1T 8P I , Yards And Over Yakima Power Equipment Operators Service Engineers - Equipment $49.48 7A 1T 8P Yakima Power Equipment Operators Shotcrete /gunite Equipment $47.12 7A 1T 8P 't I' `Yakima Power Equipment Operators Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Tractors Under 15 Metric Tons. I Yakima Power Equipment Operators Shovel, Excavator, Backhoe: $50.39 7A 1T 8P Over 30 Metric Tons To 50 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes, $49.90 7A 1T 8P I Tractors: 15 To 30 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes: $50.94 7A 1T 8P Over 50 Metric Tons To 90 1 Metric Tons Yakima Power Equipment Operators Shovel, Excavator, Backhoes: $51.51 7A 1T 8P Over 90 Metric Tons Yakima Power Equipment Operators Slipform Pavers $50.39 7A 1T 8P Yakima Power Equipment Operators Spreader, Topsider Et $50.39 7A 1T 8P Screedman 'Yakima Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P !Yakima Power Equipment Operators Tower Bucket Elevators $49.48 7A 1T 8P ' Yakima Power Equipment Operators Tower Crane Over 175'in $51.51 7A 1T 8P Height, Base To Boom Yakima Power Equipment Operators Tower Crane Up To 175' In $50.94 7A 1T 8P Height Base To Boom l Yakima Power Equipment Operators Transporters, All Track Or $50.39 7A 1T 8P i Truck Type r !Yakima Power Equipment Operators Trenching Machines $49.48 7A 1T 8P Yakima Power Equipment Operators Truck Crane Oiler /driver 100 $49.90 7A 1T 8P i Tons And Over I ;Yakima Power Equipment Operators Truck Crane Oiler /driver Under $49.48 7A 1T 8P s 100 Tons Yakima Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A 1T 8P III [Yakima Power Equipment Operators Welder $50.39 7A 1T 8P Yakima Power Equipment Operators Wheel Tractors, Farman Type $47.12 7A 1T 8P Yakima Power Equipment Operators Yo Yo Pay Dozer $49.90 7A 1T 8P I ) Yakima Power Equipment Operators- Asphalt Plant Operators $50.39 7A 1T 8P i t Underground Sewer Et Water `Yakima Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P 1 ! Underground Sewer Et Water htt s: / /fortress.wa. ov /lni /wa el ku p � � oo p /prvWagelookup.aspx 7/1/2011 Page l0 of 16 1 ;Yakima Power Equipment Operators- Barrier Machine (zipper) $49.90 7A 1T 8P i Underground Sewer & Water Yakima Power Equipment Operators- Batch Plant Operator, $49.90 7A 1T 8P Underground Sewer Et Water Concrete 'Yakima Power Equipment Operators- Bobcat $47.12 7A 1T 8P s Underground Sewer Et Water Yakima Power Equipment Operators- Brokk - Remote Demolition $47.12 7A 1T 8P I Underground Sewer Et Water Equipment Yakima Power Equipment Operators- Brooms $47.12 7A 1T 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Bump Cutter $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Cableways $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Chipper $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Compressor p $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Concrete Pump: Truck Mount $50.39 7A 1T 8P Underground Sewer & Water With Boom Attachment Over 42 M `Yakima Power Equipment Operators- Concrete Finish Machine -laser $47.12 7A 1T 8P Underground Sewer & Water Screed Yakima Power Equipment Operators- Concrete Pump - Mounted Or $49.48 7A 1T 8P Underground Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. I Yakima Power Equipment Operators- Concrete Pump: Truck Mount $49.90 7A 1T 8P Underground Sewer & Water With Boom Attachment Up To 42m 1 Yakima Power Equipment Operators- Conveyors $49.48 7A 1T 8P Underground Sewer & Water ;Yakima Power Equipment Operators- Cranes: 20 Tons Through 44 $49.90 7A 1T 8P 1 Underground Sewer & Water Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons 1 ; Yakima Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $51.51 7A 1T 8P Underground Sewer & Water Or 250' Of Boom (including Jib With Attachments) 4 ;� , Yakima Power Equipment Operators- Cranes: 45 Tons Through 99 $50.39 7A 1T 8P Underground Sewer & Water Tons, Under 150' Of Boom (including Jib With I Attachments) ?Yakima Power Equipment Operators- Cranes: A -frame - 10 Tons And $47.12 7A 1T 8P ' Underground Sewer & Water Under Yakima Power Equipment Operators- Cranes: Friction 100 Tons $51.51 7A 1T 8P Underground Sewer & Water Through 199 Tons Yakima Power Equipment Operators- Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Cranes: Over 300 Tons Or 300' $52.07 7A 1T 8P Underground Sewer & Water Of Boom (including Jib With Attachments) , 1 https: // fortress. wa. gov/ lni /wa2elookun /prvWa 7/1/2011 Page 11 of 16 'Yakima Power Equipment Operators- Cranes: Through 19 Tons With $49.48 7,4 1T 8P I . Underground Sewer & Water Attachments A -frame Over 10 Tons Yakima Power Equipment Operators- Crusher $49.90 7A 1T 8P Underground Sewer a Water Yakima Power Equipment Operators- Deck Engineer /deck Winches $49.90 7A 1T 8P Underground Sewer a Water (power) I 'Yakima Power Equipment Operators- Derricks, On Building Work $50.39 7A 1T 8P Underground Sewer & Water I Yakima Power Equipment Operators Dozer Quad 9, HD 41, D10 and $50.39 7A 1T 8P Underground Sewer & Water Over Yakima Power Equipment Operators- Dozers D -9 & Under $49.48 7A 1T 8P Underground Sewer Et Water I ` Yakima Power Equipment Operators- Drill Oilers: Auger Type, Truck $49.48 7A 1T 8P Underground Sewer & Water Or Crane Mount I Yakima Power Equipment Operators- Drilling Machine $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Elevator And Man -lift: $47.12 7A 1T 8P Underground Sewer & Water Permanent And Shaft Type I Yakima Power Equipment Operators- Finishing Machine, Bidwell And $49.90 7A 1T 8P Underground Sewer & Water Gamaco & Similar Equipment I Yakima Power Equipment Operators- Forklift: 3000 Lbs And Over $49.48 7A 1T 8P Underground Sewer & Water With Attachments Yakima Power Equipment Operators- Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8P Underground Sewer & Water Attachments I Yakima Power Equipment Operators- Grade Engineer: Using Blue $49.90 7A 1T 8P Underground Sewer & Water Prints, Cut Sheets, Etc I Yakima Power Equipment Operators- Gradechecker /stakeman $47.12 7A 1T 8P Underground Sewer & Water 'Yakima Power Equipment Operators- Guardrail Punch /Auger $49.90 7A 1T 8P I Underground Sewer & Water Yakima Power Equipment Operators- Hard Tail End Dump $50.39 7A 1T 8P Underground Sewer & Water Articulating Off- Road Equipment 45 Yards. & Over I Yakima Power Equipment Operators- Hard Tail End Dump $49.90 7A 1T 8P Underground Sewer & Water Articulating Off -road Equipment Under 45 Yards Yakima Power Equipment Operators- Horizontal /directional Drill $49.48 7A 1T 8P Underground Sewer & Water Locator Yakima Power Equipment Operators- Horizontal /directional Drill $49.90 7A 1T 8P Underground Sewer & Water Operator Yakima Power Equipment Operators- Hydralifts /boom Trucks Over $49.48 7A 1T 8P Underground Sewer & Water 10 Tons I ', Yakima Power Equipment Operators- Hydralifts /boom Trucks, 10 $47.12 7A 1T 8P Underground Sewer & Water Tons And Under Yakima Power Equipment Operators- Loader, Overhead 8 Yards. & $50.94 7A 1T 8P I Underground Sewer & Water Over Yakima Power Equipment Operators- Loader, Overhead, 6 Yards. But $50.39 7A 1T 8P Underground Sewer a Water Not Including 8 Yards 111 i 1Yakima Power Equipment Operators- Loaders, Overhead Under 6 $49.90 7A 1T 8P htt s: / /fortress.wa. ov /lni /wa elooku / rvWa elooku .as x p g g p D >; p p 7/1/2011 Page 12 of 16 1 Underground Sewer & Water Yards Yakima Power Equipment Operators- Loaders, Plant Feed $49.90 7A 1T 8P 6 Underground Sewer & Water Yakima Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P I Underground Sewer & Water Yakima Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Mechanics, All (leadmen - $50.94 7A 1T 8P III Underground Sewer & Water $0.50 Per Hour Over Mechanic) Yakima Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P 4 Underground Sewer & Water Yakima Power Equipment Operators- Motor Patrol Grader - Non- $49.48 7A 1T 8P Underground Sewer & Water finishing Yakima Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Mucking Machine, Mole, Tunnel $50.39 7A 1T 8P Underground Sewer & Water Drill, Boring, Road Header And /or Shield Yakima Power Equipment Operators- Oil Distributors, Blower $47.12 7A 1T 8P Underground Sewer & Water Distribution & Mulch Seeding Operator 'Yakima Power Equipment Operators- Outside Hoists (elevators And $49.48 7A 1T 8P Underground Sewer & Water Manlifts), Air Tuggers,strato Yakima Power Equipment Operators- Overhead, Bridge Type: 45 $50.39 7A 1T 8P I Underground Sewer & Water Tons Through 99 Tons Yakima Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P I Underground Sewer & Water Yakima Power Equipment Operators- Pile Driver (other Than Crane $49.90 7A 1T 8P Underground Sewer & Water Mount) I Yakima Power Equipment Operators- Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P Underground Sewer & Water r Yakima Power Equipment Operators- Power Plant $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Pumps - Water $47.12 7A 1T 8P = ' Underground Sewer & Water Yakima Power Equipment Operators- Quick Tower - No Cab, Under $47.12 7A 1T 8P Underground Sewer & Water 100 Feet In Height Based To s. II Boom Yakima Power Equipment Operators- Remote Control Operator On $50.39 7A 1T 8P Underground Sewer & Water Rubber Tired Earth Moving Equipment Yakima Power Equipment Operators- Rigger And Bellman $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Rollagon $50.39 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A 1T 8P 1 I https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 7/1/2011 Page 13 of 16 1 I Underground Sewer & Water Yakima Power Equipment Operators- Roller, Plant Mix Or Multi -lift $49.48 7A 1T 8P Underground Sewer & Water Materials I Yakima Power Equipment Operators- Roto -mill, Roto - grinder $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Saws - Concrete $49.48 7A 1T 8P I Underground Sewer & Water Yakima Power Equipment Operators- Scraper, Self Propelled Under $49.90 7A 1T 8P Underground Sewer & Water 45 Yards I Yakima Power Equipment Operators- Scrapers - Concrete & Carry All $49.48 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Scrapers, Self - propelled: 45 $50.39 7A 1T 8P I Underground Sewer & Water Yards And Over Yakima Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 8P Underground Sewer & Water I Yakima Power Equipment Operators- Shotcrete /gunite Equipment $47.12 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Shovel , Excavator, Backhoe, $49.48 7A 1T 8P I Underground Sewer Et Water Tractors Under 15 Metric Tons. Yakima Power Equipment Operators- Shovel, Excavator, Backhoe: $50.39 7A 1T 8P Underground Sewer & Water Over 30 Metric Tons To 50 I Metric Tons Yakima Power Equipment Operators- Shovel, Excavator, Backhoes, $49.90 7A 1T 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons I Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $50.94 7A 1T 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons I Yakima Power Equipment Operators- Shovel, Excavator, Backhoes: $51.51 7A 1T 8P Underground Sewer Et Water Over 90 Metric Tons Yakima Power Equipment Operators- Stipform Pavers $50.39 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Spreader, Topsider Et $50.39 7A 1T 8P Underground Sewer Et Water Screedman I Yakima Power Equipment Operators- Subgrader Trimmer $49.90 7A 1T 8P Underground Sewer & Water Yakima Power Equipment Operators- Tower Bucket Elevators $49.48 7A 1T 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Tower Crane Over 175'in $51.51 7A 1T 8P Underground Sewer & Water Height, Base To Boom I Yakima Power Equipment Operators- Tower Crane Up To 175' In $50.94 7A 1T 8P Underground Sewer & Water Height Base To Boom Yakima Power Equipment Operators- Transporters, All Track Or $50.39 7A 1T 8P Underground Sewer & Water Truck Type I Yakima Power Equipment Operators- Trenching Machines $49.48 7A 1T 8P Underground Sewer Et Water I Yakima Power Equipment Operators- Truck Crane Oiler /driver - 100 $49.90 7A 1T 8P Underground Sewer & Water Tons And Over Yakima Power Equipment Operators- Truck Crane Oiler /driver Under $49.48 7A 1T 8P I Underground Sewer & Water 100 Tons 'Yakima Power Equipment Operators- Truck.Mount Portable Conveyor $49.90 7A 1T 8P htt s: / /fortress.wa. ov /lni /wa elooku / rvWa elooku .as x p g >; p p p p 7/1/2011 Page 14 of 16 1 Underground Sewer Et Water Yakima Power Equipment Operators- Welder $50.39 7A 1T 8P Underground Sewer Et Water Yakima Power Equipment Operators- Wheel Tractors, Farmall Type $47.12 7A 1T 8P I Underground Sewer Et Water Yakima Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 8P Underground Sewer Et Water Yakima Power Line Clearance Tree Journey Level In Charge $41.04 5A 4A Trimmers !Yakima Power Line Clearance Tree Spray Person $38.98 5A 4A 8 Trimmers (Yakima Power Line Clearance Tree Tree Equipment Operator $41.04 5A 4A Trimmers Yakima Power Line Clearance Tree Tree Trimmer $36.75 5A 4A I Trimmers !Yakima Power Line Clearance Tree Tree Trimmer Groundperson $27.80 5A 4A I Trimmers Yakima Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics 111 !Yakima Residential Brick Mason Journey Level $29.00 1 Yakima Residential Carpenters Journey Level $17.14 1 'Yakima Residential Cement Masons Journey Level $11.86 1 1 Yakima Residential Drywall Applicators Journey Level $18.00 1 (Yakima Residential Drywall Tapers Journey Level $17.00 1 ; Yakima Residential Electricians Journey Level $21.98 1 I Yakima Residential Glaziers Journey Level $22.43 61 1B Yakima Residential Insulation Journey Level $14.38 1 1 Applicators Yakima Residential Laborers Journey Level $11.02 1 !Yakima Residential Marble Setters Journey Level $29.00 1 - 1 !Yakima Residential Painters Journey Level $16.32 1 ! Yakima Residential Plumbers Et Journey Level $20.55 1 Pipefitters f 1 Yakima Residential Refrigeration Et Air Journey Level $28.11 1 Conditioning Mechanics Yakima Residential Sheet Metal Journey Level $35.30 5A 1X 1 Workers Yakima Residential Soft Floor Layers Journey Level $17.55 1 Yakima Residential Sprinkler Fitters Journey Level $8.67 1 I (Fire Protection) Yakima Residential Stone Masons Journey Level $16.00 1 Yakima Residential Terrazzo Workers Journey Level $8.67 1 III Yakima Residential Terrazzo /Tile Journey Level $17.00 1 1 Finishers 1 1 Yakima Residential Tile Setters Journey Level $16.78 1 !Yakima Roofers Journey Level $12.00 1 Yakima Sheet Metal Workers Journey Level $48.61 5A 1X 1 Yakima Shipbuilding Et Ship Repair Journey Level $8.67 1 1 I p https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.as x 7/1/2011 Page 15 of 16 1 I Yakima Sign Makers Et Installers Journey Level $14.65 1 (Electrical) Yakima Sign Makers a Installers (Non- Journey Level $14.65 1 I Electrical) Yakima Soft Floor Lavers Journey Level $23.11 5A 1 N Yakima Solar Controls For Windows Journey Level $8.67 1 t! Yakima Sprinkler Fitters (Fire Journey Level $26.36 1 Protection) Yakima Stage Rigging Mechanics (Non Journey Level $13.23 1 I Structural) Yakima Stone Masons Journey Level $40.03 5A 1M Yakima Street And Parking Lot Journey Level $8.67 1 I Sweeper Workers Yakima Surveyors Assistant Construction Site $49.48 7A 1T 8P Surveyor 1 Yakima Surveyors Chainman $48.96 7A 1T 8P Yakima Surveyors Construction Site Surveyor $50.39 7A 1T 8P Yakima Telecommunication Journey Level $20.00 1 I Technicians Yakima Telephone Line Construction - Cable Splicer $32.27 5A 2B Outside I : Yakima Telephone Line Construction - Hole Digger /Ground Person $18.10 5A 2B Outside Yakima Telephone Line Construction - Installer (Repairer) $30.94 5A 2B 1 Outside Yakima Telephone Line Construction - Special Aparatus Installer I $32.27 5A 2B Outside I Yakima Telephone Line Construction - Special Apparatus Installer II $31.62 5A 2B Outside Yakima Telephone Line Construction - Telephone Equipment Operator $32.27 5A 2B I Outside (Heavy) Yakima Telephone Line Construction - Telephone Equipment Operator $30.02 5A 2B Outside (Light) I Yakima Telephone Line Construction - Telephone Lineperson $30.02 5A 2B Outside Yakima Telephone Line Construction - Television Groundperson $17.18 5A 2B Outside Yakima Telephone Line Construction - Television Lineperson /Installer $22.73 5A 2B Outside 'Yakima Telephone Line Construction - Television System Technician $27.09 5A 2B Outside 'Yakima Telephone Line Construction - Television Technician $24.35 5A 2B '` ) Outside "Yakima Telephone Line Construction - Tree Trimmer $30.02 5A 2B Outside Yakima Terrazzo Workers Journey Level $31.90 5A 1M !Yakima Tile Setters Journey Level $31.90 5A 1M I Yakima Tile, Marble Et Terrazzo Journey Level $27.82 5A 1M Finishers i htt s: / /fortress.wa. ov /lni /wa elooku / rvWa elooku .as x 7/1/2011 P g � pp i; p p Page 16 of 16 I Yakima Traffic Control Stripers Journey Level $39.40 7A 1K I Yakima Truck Drivers Asphalt Mix $14.19 1 Yakima Truck Drivers Dump Truck Et Trailer(c.wa- $36.10 61 2G f 760) I Yakima Truck Drivers Dump Truck(c.wa -760) $36.10 61 2G Yakima Truck Drivers Mixer Trucks $36.10 61 2G Yakima Truck Drivers Other Trucks(c.wa -760) $36.10 61 2G Yakima Well Drillers Et Irrigation Pump Irrigation Pump Installer $25.44 1 Installers Yakima Well Drillers Et Irrigation Pump Oiler $9.20 1 I Installers Yakima Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers 1 1 1 1 1 1 1 1 1 1 1 1 htt s: / /fortress.wa. ov /lni /wa elooku / rvWa elooku .as x 2 I P g g P P g P P 7/1/_011 1 BENEFIT CODE KEY - EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE I HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. I , B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT I DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER I WORKWEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I F. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY 1 RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH I CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF I WAGE. I. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND DOUBLE THE I J. HOURLY RATE OF WAGE. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS 1 SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE -HALF _.„__ TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 BENEFIT CODE KEY - EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 -2- 0. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE 111 HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1. 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) I -LOURS 3 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 1 -TOURS 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 1 THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE TI -IE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5:00 PM (OR SUCH OTI -TER 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 FLOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY T1- TROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE TI -IE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 -3 - I 1. 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. I 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. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 1 C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS ' WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ' ADDITION TO THE HOLIDAY PAY. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. I 2. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY. ' U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' W. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR -DAY, TEN- ' HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL I BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF ' WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY. FOR SUCH OCCUPIED, COMMERCIAL BUILDINGS; THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6:00 PM TO 6:00 AM MONDAY THROUGH SATURDAY MORNING AT 6:00 AM AT AN OVERTIME PAY RATE OF 10% OVER THE STRAIGHT TIME ' RATE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 1 -4 4. 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. 1 A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 1 HOLIDAY CODES 1 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER 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). 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 1 DAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, TI IANKSGIVING 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. R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). 5. S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID I- IOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. BENEFIT CODE KEY - EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 - Z. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 1 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEARS DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, 1 CHRISTMAS DAY, AND A HALF -DAY ON CHRISTMAS EVE DAY. (9 1/2). F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (11). ' G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). 1 H. PAID HOLIDAYS: NEW YEARS DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). I 6. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). 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. I 7. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. IF ANY OF THE ' LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. B. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. C. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. ' D. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). UNPAID HOLIDAYS: PRESIDENT'S DAY. ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A t HOLIDAY ON THE FOLLOWING MONDAY. ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, t THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. BENEFIT CODE KEY - EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 1 -6- F. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY. INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SI -IALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. G. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, TI IANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WI -IICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. 1. HOLIDAYS: NEW YEARS DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, TI- IANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. 1 J. HOLIDAYS: NEW YEAR'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY (6). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A I- IOLIDAY ON THE PRECEDING FRIDAY. K. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, LABOR DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SI -IALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SI -IALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. 7. M. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY. 10). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. N. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, 111 THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. WHEN CHRISTMAS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY. 0. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER OR BEFORE CHRISTMAS DAY, AND THE EMPLOYEES BIRTHDAY. 11). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY. P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. Q. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8). ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY. IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY. BENEFIT CODE KEY - EFFECTIVE 03 -03 -2011 THRU 08 -31 -2011 -7- 1 NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO ' DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' - $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET ' OVER 220' - $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: 1 OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. 1 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 8. P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT: ' $2.00, CLASS B SUIT: $1.50, CLASS C SUIT: $1.00, AND CLASS D SUIT $0.50. Q. THE HIGHEST PRESSURE REGISTERED ON THE GAUGE FOR AN ACCUMULATED TIME OF MORE THAN FIFTEEN (15) MINUTES DURING THE SHIFT SHALL BE USED IN DETERMINING THE SCALE PAID. 1 1 1 1 1 1 1 1 1 1 1 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a 1 prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 1 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 1 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 1 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 1 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. 1 1 1 1 Supplemental to Wage Rates 1 1 03/03/2011 Edition, Published February, 2011 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to ' Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ' ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin 1 Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans X 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, X Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans j 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. X 4. Concrete Pipe - Plain Concrete pipe and reinforced 1 concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. X 5. Concrete Pipe - Plain Concrete pipe and reinforced 1 concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch 1 to 120 inches in diameter. May also be treated, 1 thru 5. X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in X diameter. May also be treated, #5. 1 1 1 1 Supplemental to Wage Rates 2 03/03/2011 Edition, Published February, 2011 1 WSDOT's 1 Predetermined List for Suppliers - Manufactures - Fabricator ' ITEM DESCRIPTION YES NO 1 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail 1 conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9- 28.14(3). 1 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or X boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing I conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in X 111 accordance with Section 9- 28.14(3). 13. Concrete Piling -- Precast - Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to I Section 9 -19.1 of Std. Spec.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X I sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment I Sections. X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 1 With adjustment sections. See Std. Plans. X 1 1 Supplemental to Wage Rates 3 1 03/03/2011 Edition, Published February, 2011 1 1 I � ����s Predetermined List for Suppliers - Manufactures - Fabricator UTER&[�ES��F�|PT|��P� YES NO • 17. Precast Concrete |n�d - wd n� with adjustment sections, | • 1 ^^ See Std. Plans �� �� • 18. Precast Drop |n�dType 1 and 2vv�hnneta| grate ouppo�o. | See Std. Plans. } 1 N, i ! � __ � 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X I __ 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans 1 X | 1 �� 21. Precast Concrete Utility Vaults ' Precast Concrete utility vaults of ! 1 various sizes. Used for in ground storage of utility facilities and • • controls. See Contract Plans for size and construction | I requirements. Shop dnavvingaare tobe provided for approval | ^~ prior to casting • | 22. VauKRisers - For use w�kVakmVau�mand UU|biee I Vou|Vaults. �__- ` � | X ! .. 23. \/a�eVau�- For use w�hunderground ud|�es ' I � �� See Contract Plans • ' / _ —_-_ 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 I parnnanentbarrier. 25. Reinforced Earth Wall Panels — Reinforced Earth Wall Panels in i I size and shape as shown in the Plans. Fabrication plant has | annual approval for methods and materials to be uoed. | See Shop Drawing. �� i Fabrication at other |000bonemay be approved, a�erfacilities i • I inapeotion.contactHO.Lob. ! | ! 26. PrecoetCononateVVa||o - Precast Concrete VVo||a-ti|�upwall I pane||n size and ohepaae shown |nPlans i � �� | FabhmaUonplant has annual approval for nnedhodsand nnoterio|e ~~ to be used . 1 --------------- -- ---- --------- --____-''___--_____�___. | 1 N� Supplemental hoVVagaRo�s 4 �� 03/03/2011 Edition, Pubished February, 2011 1 WSDOT's 1 Predetermined List for Suppliers - Manufactures - Fabricator I ITEM DESCRIPTION YES NO 1 27. Precast Railroad Crossings Concrete Crossing Structure Slabs. 1 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to . be used. Shop Drawing to be provided for approval prior to X I casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval • of methods and materials to be used. Shop Drawing to be X I provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)A • 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for I use in structures. Fabricator plant has annual approval of • methods and materials to be used. Shop Drawing to be provided 1 X • for approval prior to casting girders. I See Std. Spec. Section 6- 02.3(25)A • 31. Prestressed Precast Hollow Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual : 1 approval of methods and materials to be used. Shop Drawing to : X be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A. • 3 1 2. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided 1 X I for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover X 1 See Std. Plan. 1 1 1 Supplemental to Wage Rates 5 1 03/03/2011 Edition, Published February, 2011 1 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator 1 I ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure • I 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 I AASHTO -M -111. • • • • 35. Mono -tube Sign Structures -Mono -tube Si e n Brid . 9 9 g fabricated to details shown in the Plans. Shop drawings for x 1 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 1 with AASHTO -M -111. • • 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std . I Plans. Shop drawings for approval are to be provided prior to x fabrication 38. Light Standard - Prestressed - Spun, prestressed, hollow concrete poles. X • I 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with • I methods and materials as specified on Std. Plans. See Specia x Provisions for pre- approved drawings. • 40. Traffic Signal Standards - Traffic Signal Standards for use on I 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 __ • I 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) x See Std. Plans. • 1 1 1 1 Supplemental to Wage Rates 6 03/03/2011 Edition, Published February, 2011 1 WSDOT's ' Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO ' 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. X X NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Std Message Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X 1 ----- - - - - -- ---------- - - - - -- - - - -- -- - - - - -- - - - -- Custom Standard End Sec Sec 45. Aggregates /Concrete mixes Covered by WAC 296 - 127 -018 46. Asphalt Covered by . WAC 296 -127 -018 47. Fiber fabrics X 48. Electrical wiring /components X 49. treated or untreated timber pile X 1 50. Girder pads (elastomeric bearing) X 51. Standard Dimension lumber X 52. Irrigation components X 1 1 1 1 1 Supplemental to Wage Rates 7 1 03/03/2011 Edition, Published February, 2011 WSDOT's ~~ Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 53. Fencing materials � X 54. Guide Posts ! ~^ Traffic 1 55 � � �� _- ~. -- 56. Epoxy � �/ -' �� N� 57. Cribbing • X 58. Water distribution materials ~^ --------------- -- - --- ----'--- -- -------� —~ 59. Steel "H" piles --- ---- -- --�-----� ----- -- ---- 7 --- Steel 60. �� 1 0O / ^^ �� 61. Steel pile tips, standard .~ 1 O2. Steel pile tips, custom -------- ----- ---- -- ---� 1 1 1 1 1 1 1 N� Supp|en�anto|toVVaoe Rates 8 1 03/O3/2O11 Editinn, Published February, 2011 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2011 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS FITTER $12.76 1 LABORER $8.67 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 Counties Covered: ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER $12.76 1 LABORER $8.67 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $12.76 1 Counties Covered: BENTON MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 1 Supplemental to Wage Rates 9 ' 03/03/2011 Edition, Published February, 2011 1 1 METAL FABRICATION (IN SHOP) I EFFECTIVE 03/03/2011 (See Benefit Code Key) I Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: C LALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 I PAINTER $11.41 1 t Counties Covered: CLARK I FITTER $30.19 1E 6H LABORER $21.90 1E 6H LAYEROUT $31.47 1E 6H I MACHINE OPERATOR $31.47 1 E 6H PAINTER $28.01 1E 6H WELDER $29.59 1E 6H I Counties Covered: COWLITZ MACHINE OPERATOR $25.33 1B 2S I FITTER $25.33 1B 2S WELDER $25.33 1B 2S I Counties Covered: GRANT FITTER/WELDER $10.79 1 PAINTER $8.67 1 • Counties Covered: I KING FITTER $15.86 1 LABORER $9.78 1 I MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 I Supplemental to Wage Rates 10 03/03/2011 Edition, Published February, 2011 1 1 METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2011 I ********************************************************************* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Classification Code Prevailing Overtime Holiday 1 Wage Code Code Counties Covered: I KITSAP FITTER $26.96 1 I LABORER $8.67 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Counties Covered: I KLICKITAT, SKAMANIA, WAHKIAKUM FITTER $16.99 1 LABORER $10.44 1 I MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 WELDER $16.99 1 1 Counties Covered: PIERCE I FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 I WELDER $13.98 1 Counties Covered: SNOHOMISH I FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $8.84 1 PAINTER $9.98 1 111 Counties Covered: I SPOKANE FITTER $12.59 1 LABORER $8.67 1 I MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 1 1 Supplemental to Wage Rates 11 1 03/03/2011 Edition, Published February, 2011 1 1 1 I METAL FABRICATION (IN SHOP) EFFECTIVE 03/03/2011 I (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code • 1 Counties Covered: THURSTON I FITTER $27.10 2U 6T LABORER $16.91 2U 6T LAYEROUT $30.63 2U 6T MACHINE OPERATOR $20.86 2U 6T WELDER $24.74 2U 6T Counties Covered: I WHATCOM FITTER/WELDER $13.81 1 LABORER $9.00 1 I MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA I FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 1 1 1 1 1 1 Supplemental to Wage Rates 12 03/03/2011 Edition, Published February, 2011 1 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03/03/2011 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN JOURNEY LEVEL $9.96 1 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA JOURNEY LEVEL 8.67 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM JOURNEY LEVEL $13.50 1 1 Counties Covered: FRANKLIN JOURNEY LEVEL $11.50 1 Counties Covered: 1 KING JOURNEY LEVEL $13.60 2K 5B Counties Covered: PIERCE JOURNEY LEVEL $9.28 1 Counties Covered: 1 SPOKANE JOURNEY LEVEL $20.23 1 1 Counties Covered: WHATCOM JOURNEY LEVEL $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $8.72 1 JOURNEY LEVEL $8.67 1 1 Supplemental to Wage Rates 13 ' 03/03/2011 Edition, Published February, 2011 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 1 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 1 • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners t • 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) 1 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. 1 1 1 Supplemental to Wage Rates 14 03/03/2011 Edition, Published February, 2011 1 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296- 127 -018 Agency filings affecting this section ' Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: 1 (a) They deliver or discharge any of the above - listed materials to a public works project site: 1 (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. 1 (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean -up materials, etc.). 1 (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of 1 incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. 1 1 1 Supplemental to Wage Rates 15 1 03/03/2011 Edition, Published February, 2011 1 1 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to Toad, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed ' to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. 1 (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for ' the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is 1 located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, § 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] 1 1 1 1 Supplemental to Wage Rates 16 03/03/2011 Edition, Published February, 2011 1 PROPOSAL 1 To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima 1 S. 2 Avenue 1 Track Removal and Improvements W. Walnut Street to W. Yakima Avenue 1 City Project No. 2286 1 ' and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this ' improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. 1 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 1 1 2 Avenue Rail Removal 133 M Sevigny Construction Inca 1251 Lucy Lane Zillah, WA 98953 1 ITEM PROPOSAL BID SHEET '_ City of Yakima S. 2 Avenue Rail Removal and Improvements W. Walnut Street to W. Yakima Avenue IF City Project No. 2286 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 S PLAN 07 15 1 LS S-6257 oD 61,067 • 00 it MOBILIZATION ` 1 I S O I.D 1 1 130.00 2 1 -09 1 LS I J� .3� 3 PROJECT TEMPORARY TRAFFIC CONTROL / �� 1 -10.5 1 LS S i 60.00 5, (,s d. bD S SAW-CUT, 02 PER INCH DEPTH 16,250 LF S-, 9 Z 2.50 E REMOVAL OF STRUCTURE AND OBSTRUCTIONS 5 202.5 1 LS � I OD ` b6 ROADWAY EXCAVATION INCL. HAUL 8 CRUSHED 460 CY 1 D5 -- I D p 7 SURFACING BASE COURSE 200 TON Oa . lob �- II 4-04.5 L� (... ,00 s CONC. PAVEMENT 5-05.5 150 CY 'D . v -. 2.(..i � (4--1 5 -05.5 9 CORROSION RESISTANT DOWELL BAR I 660 EA 5-05.5 1 q 1 1 1 • ` ` ` 1 � j TIE BAR WITH DRILL HOLE 10 5 -05.5 590 EA ` .S10 T 000 • L I TOP SOIL TYPE A 8 -02.5 80 CY S L4,52_0 ,Ob _ 1 9 10 ROOT BARRIER 2,875 LF / / ' II 8 -02.5 a . a l0 / , "1 i l .5 11 PSIPE CHANTICLEER FLOWERING PEAR 19 EA a� DO 1O I �� .0 0R 8 -02.5 ESC LEAD c I I )) _1 t 1 2 8 -02.5 5 DAY 0 b DID ate; a0 7 S: 13 IRRIGATION SYSTEM 1 LS p, I 8 -03.5 3 t� D.0c 1 - , )0.00 14 CEMENT CONC. TRAFFIC CURB AND GUTTER la, 8 v 8-04.5 1150 LF 1 La. - 9 1 S� j . 15 CEMENT CONC. SIDEWALK, 8 =14.5 5° SY �� 1-kA -1 3- • b0 16 7 09 ME. CONC. CURB RAMP, TYPE PERPENDICULAR A 4 r A • �.O "% O0 - 1 9 17 PLASTIC CROSSWALK LINE 200 SF LJ1c Op • 8 -22.5 18 REPAIR OR REPLACEMENT 1 FA 8 -30.5 $10,000 $10,000 1 TOTAL \ , l�� I / 4- 1 9 Z 8 • VO R D 2 Avenue Rail Removal 135 . . i — 7/ BA) r BID BOND FORM ' 111;::-.. o a form certified a or ca - find deposit in the form of a certified check, cashier's check o� cash in the amount of __ S which amount is not less than five percent of the total bid. I Sign Here t ? . 'BID BOND r_.. KNOW ALL MEN BY THESE PRESENTS: 111 ` P "` That w�, M Sevigny Construction, Inc. as princi al , and "I veless Casualty and of Aieiica as Surety are held and firmly bound unto the City of Yakima as Obligee, in the penal sum of Five L rb of total artrxrit bid Dollars, for the :payment of which the Principal and the Surety bind themselves, their heirs. executors, administrator, ` 3successor s and assians, jointly and severally by these presents. ?TT condition of this obligation is such that if the Obligee Shall make any v ✓^ the r'^ r. _ = "" Sa th 2nd AAE — Try Raiural and 9 Y award to the Fin cipa. :,ror Itts , according to the terms of '. or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Oblioes in accordance vviih the terms 0f saio proposal Or 01d and award and small give bond - for the faithful performance thereof, with Surety or Sureties approved by the Obligee: or if the njDri 1 case G pay e C G G I e P ,; rmcipa� shall, in case of raiiur., so to do N ay and to the Obligee the penal amount of th,. deposit specified in the call for bids then this Obligation shall be null and void; otherV✓ISe it shall be and remain in uil force and effect and the Surely shall forthwith Gay and forfeit to the Obligee as penalty and iioucated ' i :damages, the amount of this bond , Sl: !NTD„.::S`AL ED AND" DATED THIS 11th DAY OF July . 20 11 r:-:=: Principal Y{ £ i. -- ; - ,. „;.:,. Surety •?-” "" Kenneth J. Frick, Attorney —in —Fact • 11,- - t :-,. . ,: - , 20 u _ Received return of deposit in the sum of I tii s; y 3uY - t - fl - AagikY It ,....„ - - Avenue Pail Removal 137 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER . 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 i St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company 1 i l Attorney -In Fact No. 223473 Certificate No. j 1 3 ��1 530 1 1 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 1 II 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 1 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 S 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 i (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint i Donna S. Martinez, Kenneth J. Frick, Alex B. Hodge, and Rodney C. Lewis 1 ti l 1 I 1 Y akima Washington of the City of , State o g , 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 r 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. i 5th 1 IN WITNESS WW the Compa2 Lll1l }cave caused this instrument to be signed and their corporate seals to be hereto affixed, this t day of prL , I 1 Farmington Casualty Company ' St. Paul Mercury Insurance Company l 1 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 i . AU 1`l l•,,r ; �y. j �� �s /- - --- [Y �O�TY )r ( L pW 7 - '; ns o L � f % 4f 1 k s.«'� 6 / "' � ; I: f_ : 0= a P HARTFORD, a 3 ' HARrF 10x0.r F , �tsEAL.o' ;�:, oI ; coNN. n � N• f2 �N 1 896 ��: SEAL,'a€ w o h i .�f µm t s.' j, \° . 5 ... ;'' s F�� ` •. ;1..4 � 4 ') AtN i fp*, I State of Connecticut By: - City of Hartford ss. Georg- Thompson, 'enior ice President ' I 5th April 2011 On this the day of , , 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. z In Witness Whereof, I hereunto set my hand and official seal. TAR W w" 1. t My Commission expires the 30th day of June, 2011. P wo * ` Marie C. Tetreault, Notary Public • 58440 -4 -09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 NON - COLLUSION DECLARATION 1 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 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 1 have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS 1 To report bid rigging activities call: I - 800 - 424 -9071 1 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 1 possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 1 1 1 1 1 1 1 2 Avenue Rail Removal 139 i NON- DISCRIMINATION PROVISION 1 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." 1 2 " Avenue Rail Removal 141 1 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the Y Y p maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. 1 In order to enhance opportunities for women and minority businesses to participate in certain 1 contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities ' through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10 %) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished. This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans /specifications, bid forms, and invitations to bid are as widely distributed as possible. 1 1 1 1 1 1 1 2 " Avenue Rail Removal 143 1 1 RESOLUTION NO. D ' 1 6 ' A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for. the City of Yakima. 1 WHEREAS, the City of Yakima is the recipient of federal ' and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that ' Women And Minority Business Enterprises shall have the maximum practicable opportunity to participate in the performance of ' such public works, and WHEREAS, the City of Yakima is determined to maximize ' Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, ' BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy ", a copy of which is attached hereto ' and by reference made a part hereof. ADOPTED BY THE CITY COUNCIL this .�3d, day of 9 , ' 1983, 4 1 A OrotAiwutlilad r ANN Mayor 1 ATTEST: • 1 City Clerk 1 2 " Avenue Rail Removal 145 1 AFFIRMATIVE ACTION PLAN ' The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of ' minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. ' However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of ' Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be ' determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the ' terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. ' Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, t and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. ' c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by ' the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. 1 d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in ' any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. 1 f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. 1 2 " Avenue Rail Removal 147 1 g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation 1 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. 1 1 1 2" Avenue Rail Removal 148 i_ . I. 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: 111,... M Sevigny Construction Inc. certifies that: (BIDDER) 1. It intends to use the following listed construction trades in the work under the contract Excavation, Concrete Finishing, Landscaping, Traffic Control I ._ .. and; as to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the i . Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. I . (Signature of Authorized resentative of Bidder) 1 I 2 nd Avenue Rail Removal 149 • 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 t 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. 1 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 ' 2 Avenue Rail Removal 151 1 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. 1 It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. 1 The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. 1 1 1 1 1 2" Avenue Rail Removal 152 1- PROPOSAL S. 2 " Avenue Rail Removal and Improvements W. Walnut Street to W. Yakima Avenue City Project No. 2286 The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: - CASH ❑ IN THE AMOUNT OF CASHIER'S CHECK ❑ DOLLARS CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND IN THE AMOUNT OF 5% OF THE BID ** Receipt is hereby acknowledged of addendum(s) No.(s) & - SIGNATURE OF AUT.ORIZED OFFICIAL(s) ' spQOpL � M Sevigny Construction Inc ? l FIRM NAME y (ADDRESS) 1251 Lucy Lane 509 - 949 -3547 Zillah WA 98953 PHONE NUMBER 1 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER MSEVISC9320K FEDERAL ID No. 2 16 0 5 13 {3 5 f l l 6 16 l t 1 0 ( 1 WA STATE EMPLOYMENT SECURITY REFERENCE NO. 146, 747 -00 Note: (1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. 1 (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. 1 1 2n° Avenue Rail Removal 153 - 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: 1 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. BIDDER'S CERTIFICATION 1 D. PROPOSAL SIGNATURE SHEET Must be filled in and signed by the bidder. ' E. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information ' WILL NOT render the bid non - responsive. The following forms are to be executed after the contract is awarded: ' A. CONTRACT This agreement is to be executed by the successful bidder. 1 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. 1 1 2 " Avenue Rail Removal 155 MI I MN • - N ME NM = ME — ME i — — — OM UM I SAWED GROOVE - SAWED GROOVE - 1 WIDTH 3/18" MIN., 5/18' MAX WIDTH 3118' MIN., 5/18' MAX IL OVER MIDPOINT OF BAR OVER MIDPOINT OF BAR p SEE STD. SPEC. 6-06.3(8)6 SEE STD. SPEC. 6-05.3(8)6 M z Z LL }}} 0. ' • °' D.. O — F • ° O m D • D ° D ° ° ° . ° FINISH OUTER EDGE OF PCCP _ 0 SHOULDER WITH 1/2" RADIUS ° 15' 0' (lYP.) — TRANSVERSE CONTRACTION OR CONSTRUCTION JOINT (IYP.) (SEE SECTION VIEWS) TIE BAR - ✓ BAR • 30" DOWEL BAR - ON 38' CENTERS ERS 1 12" D CENT ( SECTION VIEW SECTION VIEW ON 12' CENTERS LONGITUDINAL CONTRACTION JOINT TRANSVERSE CONTRACTION JOINT PCCP SHOULDER IF REQUIRED I I I I I I I 1 I I I I 1 1 1 1 I 1 I 1 1 1 1 1 I 1 I I 1 1 1 I I 1 1 1 LONGITUDINAL CONTRACTION OR ' - SAWED GROOVE - SAWED GROOVE - w CONSTRUCTION JOINTS (TYP.) DRILL AND GROUT WHEN WIDTH 3/18' MIN.. 5/18' MAX WIDTH 3/18" MIN., 5/16' MAX ' - (SEE SECTION VIEWS) WIDENING EXISTING DEPTH V MIN DEPTH 1" MIN. - PAVEMENT WITH PCCP SEE STD. SPEC. 605.3(8)C SEE STD. SPEC. 8-06.3(8)C I I I I I I I- I 1 1 I 1 - I I 1 I 1 1 I 1 1 1 1 1 1 1 I _ 111111111111' . 0. 0 EXISTING PCCP PCCP D' 7 _ nE BARS - 06 BAR . 30' • D z w [ 1' • B" _ ON 38" CENTERS D D ? ° • ° - . _ / TYPICAL ALL LANES ° • ° � . 1+ 1 1 1 1 1 1 1 1 1 1 1 - 15' B' DOWELBAR - I 1 1 1 1 1 1 1 1 1 1 1 1 1 TIE BAR - #5 BAR . 30' ' T r 1 1 I I 1 1 I 1 ON 38" CENTERS ON 12" CENTERS b 2" SECTION VIEW SECTION VIEW 0 - DOWEL BARS - 1 1 DIAM.. 18" � ____ ON 12" CENTERS PCCP TO PCCP W b� `— TYPICAL ALLLLA LONGITUDINAL CONSTRUCTION JOINT TRANSVERSE CONSTRUCTION JOINT I _ 'r;, HMA SHOULDER I F REQURD. " , ; §.: = P p T WASy/ I a i :s�: WED G E- ROOV y� �`,CQ' '1G>, �'� .. . o;. : WIDTH 3/ ROOV ., 5I78" MAX. y _1 � , : ., ? ; ,z ' 555 ,h.a +: ; �:.?:.• o,. ,. , y . _ EDGE . (SEE SEC VIEW] SA DEPTH 1' MIN SEE STD. SPEC. 6-04.3(12)B - 5 " ! FINIS OUTER OF PCCP e4f p k g %14 p� SHOULDER WITH 1/2" RADIUS - , �o .9 21:4:S 96 O °V� [ 3 >f EXISTING PCC "', � HMA • ^'',�: ST F- G, PLAN VIEW D . • "�:s S�o NA� E � ! • it'd r"-: O '' >15 S 1$ CEMENT CONCRETE SECTION VIEW PAVEMENT JOINTS PCCP TO HMA STANDARD PLAN A- 40.10 -01 LONGITUDINAL JOINT SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION Pasco Bakotich 111 08 -11-09 AIM RAM DOWN DM.. DATE NOTES z LONGITUDINAL BUFFER SPACE = B SIGN SPACING = X in P OSTED SPEED (MPH) 25 30 35 40 45 RURAL ROADS 45/55 MPH 500' t 1. This plan is intended for use on roadways when traffic volumes create z sufficient gaps for motor vehicles to yield. m LENGTH B (FEET) 55 85 120 170 270 RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' t RURAL ROADS, URBAN ARTERIALS, 2. Steady Buming Warning Lights (Type C per MUTCD) shall be used to ,: RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH 200' t mark Channelizing Devices at night. URBAN STREETS 25 MPH OR LESS 100' t • 3. Adequate sight distance shall be provided for drivers to see opposing m ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE traffic, otherwise use flaggers and/or Temporary Signal. CHANNELIZING DEVICE SPACING ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE 4. Extend Channelizing Device taper across shoulder - recommended. o POSTED SPEED IN TAPER IN TANGENT AT -GRADE INTERSECTIONS AND DRIVEWAYS. (MPH) (FEET) (FEET) 5. Post mount signs when in place for 3 days or longer. 35 / 45 30 80 25 / 30 20 40 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. • R1 - 2 RM/ 520 8. Consider using a PCMS for additional advance warning. 4.2 ONE LANE ROAD • YIELD N20.1 AHEAD ROAD v WORK AHEAD END R1 -2a ONCOMING TG ROAD WORK, G20-2A BNV TRAFFIC B 100' MAX. i 15' X X X _ N 13 b q N 0 / , AREA // 1 p m ® — FOR LOCAL AGENCY USE ONLY ® % % %.' /'' 0 D Z NOT FOR USE ON STATE ROUTES Z —..-- EN g �E J. TRZ a �� ®�O ,t, oY WASg7' §6g a a x x .4 1 1 W20-1 W1 -3R END G20-2A 9 4, 5, �� s i ROAD ROAD WORK ) , /STC V \ WORK W20-4 F t‘ F g AHEAD ONE LANE (EXPIRES AUGUST 9, 20091 me ROAD LANE CLOSURE AHEAD WITHOUT FLAGGERS LEGEND — LOW VOLUME ROAD STANDARD PLAN K- 20.20 -01 N SIGN LOCATION SHEET 1 OF 1 SHEET 0 D 0 CHANNELIZING DEVICES APPROVED FOR PUBLICATION ® BARRICADE - TYPE 3 L Pasco Bakotich Ill 10 -12 -07 S FLASHING WARNING LIGHT Amin STA. aESwM EMUMEEF pare T wn.Mnyb. slap D.wr*M..M of Tronpw+oltwn i i i • i • • i i i • i • • i i i • • LONGITUDINAL BUFFER SPACE = B SIGN SPACING = X MINIMUM TAPER LENGTH = L (FEET) CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) 25 30 35 40 45 50 RURAL ROADS 45 / 55 MPH 500' 4 LANE WIDTH POSTED SPEED (MPH) POSTED SPEED IN TAPER IN TANGENT LENGTH B (FEET) 155 200 250 305 360 425 RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350 3 (FEET) 25 30 135 1 40 1 45 150 (MPH) (FEET) (FEET) RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 200 3 10 105 150 205 270 450 500 50 40 80 RESIDENTIAL & BUSINESS DISTRICTS ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 11 115 165 225 294 495 550 35/45 30 60 BUFFER DATA 12 125 180 245 320 540 600 25/30 20 40 TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, AND DRIVEWAYS. VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK MINIMUM WEIGHT 15000 LBS. W20-5L SERVICE TRUCK (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- W4-2R LEFT LANE FLAT BED, ETC. FACTURER RECOMMENDATION) CLOSED flOAD W20-1 O ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. AHEAD WORK (DRY PAVEMENT ASSUMED) AHEAD LANE WIDTH 10 MIN. - SEE STANDARD PLAN z U2 K -24.20 FOR ALTERNATE ENCROACHMENT 1O B L J X X X D i N C1 51 m ®° a z 0 go' D j / /j/ j / /j ® , gram � ` _ ® n _ - �, El 0 w __— � / •,/ WORK AREA /� A ® ®� ^ _? 8 0 D° a a a O a X X X L B 1 \_ LANE WIDTH 10 MIN. - SEE STANDARD PLAN K- 24.20 12 FOR LOCAL AGENCY USE ONLY FOR ALTERNATE ENCROACHMENT NOT FOR USE ON STATE ROUTES W20-1 W4-2R - COMPLIANCE DATE 1222/13 ROAD W 20-5 L I a WORK q� t J. TR AHEAD L C OSEDE 43 •. - WASP 4c `,%. g i AHEAD r� 5 p a A NOTES a l �O 5 33 5 O IV g K $. 3 1. A Protective Vehicle is recommended regardless Ka Truck Mounted Attenuator � F J , A£ C T ST E P S \ ' $ (TMA) is available; a work vehicle may be used. When no TMA is used, the S / ONAL '. SAMPLE C MESSAGE Protective Vehicle shall be strategically located to shield workers with no specific Roll -Ahead distance. i 5 g 2 e 1 2 1E %FIRES AUGUST 9, 20091 LEGEND 2. Portable Changeable Message Sign (PCMS) - recommended. LEFT AND CENTER LANE LEFT NO CLOSURE ^- TWO -WAY LANE LEFT b SIGN LOCATION 3. Prohibit turns as necessary for traffic conditions. CLOSED TURN LEFT TURN LANE 0 0 0 CHANNELIZING DEVICES 1.5 SEC 1.5 SEC 4. For signs size refer to Manual on Uniform Traffic Control Device (MUTCD) STANDARD PLAN K- 26.40 -01 MQij PROTECTIVE VEHICLE - RECOMMENDED and WSDOT Sign Fabrication Manual M55-05. FIELD LOCATE IN ADVANCE SHEET 1 OF 1 SHEET OF LANE CLOSURE SIGNING I PCMSI PORTABLE CHANGEABLE MESSAGE SIGN APPROVED FOR PUBLICATION DDD ARROW PANEL Pasco Bakotich 111 10 -12 -07 AM. STATE DESION P4OWEEN DATE Wmhinylm 5b1. D.pwenwrt of Tmmparblbn Oil .. L_ 1 City of Yakima 0.x.„. I n - i\ 1 ila _ -.op HRElimmi-rn RICIlds= =ciVAIA0V i South 2nd Avenue = -- I . � • m Track Re moval _ _ �� �__ _ ®z���� mm. _� � �� =��` & Improvements -� 1 1H55 -1-- --,. �� 0 t:Lr: "i m a tslik _ j Ind 1 . . , L 1. i H MEI ��l 1 �0 � ;�� Walnut Street to Yakima Avenue ZOO a IE T '"'"' -- !UE1 iiCP' WT`O O` m%.0 011 ! _`� Vv.t-aCO,A01*-\ � m m City of Yakima Job No. 2286 ■■ �B�IL_ IHH �� /�� ��i �U .1 . E I I ! i % % 1 4 ! EE -- L 1 COVER SHEET - [ mum _ - !II!:. :::z: II 11 - 3 - 5 I t r i lr LIII- H . . 1 � �� � � � I II I II II ICI vgl � 6 - 8 IRRIGATION PLANS VICINITY MAP NOT TO SCALE IRRIGATION LEGEND GENERAL LEGEND - - 3/4" LATERAL LINE (SCH. 40 PVC) WITH 2" MIN DIA. SCH. 40 PVC SLEEVE ci RAINBIRD TREE WELL RISER #TWR48CV01 (0.25 GPM). INSTALL FOUR EXISTING CENTERLINE EX. WATER METER RISERS PER TREE GRATE. EXISTING RIGHT OF WAY EX. U/G TELEPHONE EX. TRAFFIC SIGN TWO 12" x 12" ENCLOSURES. ONE WITH 3/4" MANUAL STOP AND DRAIN VALVE. ®� AMD SECOND WITH HUNTER 5B1 TIMER. CONNECT TO 3/4" PVC TO EACH PLANTER (0-7A-‘1 EX. U/G POWER ® EX. JUNCTION BOX AREA WITH FLEXIBLE IRRIGATION RISERS FOR TREE DRIP SYSTEM PER DETAIL. EX. WATERMAIN `n EX. CONC. STREET LIGHT POLE & FIXTURE �6 E R S ,y EX. GAS LINE Z` OF WAS8 � � Q EX. SEWER MANHOLE 4 N EX. STORM DRAIN EX. CATCH BASIN ' Ca C" EX. SAN. SEWER Cr 4.. ' r ID EX. TREE , • v ■ EX. FIRE HYDRANT l M EX. WATER VALVE 0 NEW TREE AND TREE GRATE ,c ,y 39407 Cy � r � EX. SIGNAL POLE /ARM , R EGISTE0 O .\ & LUMINAIRE SSIONAL July 2011 . t - GENERAL SITE CLEARING NOTES GENERAL SITE NOTES LANDSCAPE NOTES GENERAL PROJECT NOTES ' 1. THE CONTRACTOR SHALL OBTAIN WRITTEN PERMISSION FROM ALL 1. THE CONTRACTOR IS SPECIFICALLY CAUTIONED THAT THE 1. THIS LANDSCAPE ARCHITECTURAL SITE PLAN IS TO BE USED IN 1. ALL MATERIALS, WORKMANSHIP, AND CONSTRUCTION OF SITE IMPROVEMENTS SHALL MEET OR EXCEED THE UTILITY COMPANIES PRIOR TO ANY DEMOLITION WORK OR DISCONNECTION LOCATION AND /OR ELEVATION OF EXISTING UTILITIES, AS SHOWN ON CONJUNCTION WITH THE CIVIL, IRRIGATION, MECHANICAL, ELECTRICAL, OWNERS SITE WORK STANDARDS AND THE STANDARDS AND SPECIFICATIONS SET FORTH IN THE CITY OF YAKIMA PUBLIC OF ANY SERVICES THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING AND THESE PLANS, IS BASED ON RECORDS OF THE VARIOUS UTILITY AND ARCHITECTURAL SITE PLANS TO FORM COMPLETE INFORMATION WORKS REGULATIONS AND APPLICABLE STATE AND FEDERAL REGULATION. WHERE THERE IS CONFLICT BETWEEN THESE COMPLYING WITH ALL REQUIREMENTS OF THE RESPECTIVE UTILITY COMPANIES AND, WHERE POSSIBLE, MEASUREMENTS TAKEN IN THE REGARDING THIS NOTE. PLANS AND THE SPECIFICATIONS, OR ANY APPLICABLE STANDARDS, THE HIGHER QUALITY STANDARD SHALL APPLY. ALL COMPANIES. FIELD. THE INFORMATION IS NOT TO BE RELIED UPON AS BEING WORK WITHIN PUBIC RIGHT OF WAY OR EASEMENTS SHALL BE INSPECTED AND APPROVED BY THE CITY OF YAKIMA. ' 2 EXACT OR COMPLETE. THE CONTRACTOR MUST CALL THE LOCAL . LANDSCAPE CONSTRUCTION SHALL CONFORM TO ALL APPLICABLE 2. ALL VACATED UTILITIES INCLUDING STORM SEWER, SANITARY SEWER, UTILITY LOCATION CENTER AT LEAST 48 HOURS BEFORE ANY STATE AND LOCAL CODES AND SPECIFICATIONS. 2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL NECESSARY PERMITS FROM ALL APPLICABLE AGENCIES. AND WATER MAINS SHALL BE COMPLETELY REMOVED FROM THE GROUND EXCAVATION TO REQUEST EXACT FIELD LOCATIONS OF THE UTILITIES. THE CONTRACTOR SHALL NOTIFY THE CITY OF YAKIMA ENGINEERING DIVISION INSPECTOR AT LEAST 48 HOURS PRIOR TO UNLESS OTHERWISE SPECIFIED. PRIOR TO CONSTRUCTION, THE CONTRACTOR SHALL VERIFY 3. ALL MATERIAL AND WORKMANSHIP SHALL BE GUARANTEED FOR ONE THE START OF ANY EARTH DISTURBING ACTIVITY, OR CONSTRUCTION ON ANY AND ALL PUBLIC IMPROVEMENTS. PERTINENT LOCATIONS AND ELEVATIONS, ESPECIALLY AT THE YEAR FROM DATE OF FINAL ACCEPTANCE. 3. THE CONTRACTOR IS RESPONSIBLE FOR PROTECTING ALL EXISTING CONNECTION POINTS AND AT POTENTIAL UTILITY CONFLICTS. IT ' 3. A PRECONSTRUCTION MEETING WITH THE CITY OF YAKIMA ENGINEERING DIVISION, THE CONTRACTOR, AND INTERESTED UTILITIES WHICH ARE TO REMAIN IN SERVICE, INCLUDING BUT NOT LIMITED SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO RELOCATE 4. LANDSCAPE CONTRACTOR SHALL EXAMINE THE SITE CONDITIONS UTILITY COMPANIES SHALL BE HELD A MINIMUM OF ONE WEEK PRIOR TO BEGINNING CONSTRUCTION. CITY INSPECTOR TO, GAS, ELECTRIC, AND TELEPHONE LINES, CABLE TV, AND WATER, ALL EXISTING UTILITIES THAT CONFLICT WITH THE PROPOSED UNDER WHICH THE WORK IS TO BE PERFORMED AND NOTIFY THE SHALL BE GIVEN 48 -HOURS MINIMUM NOTICE PRIOR TO THE START OF WORK. SANITARY, AND STORM SEWER LINES. IMPROVEMENTS SHOWN ON THESE PLANS. GENERAL CONTRACTOR IN WRITING OF UNSATISFACTORY CONDITIONS. DO NOT PROCEED UNTIL CONDITIONS HAVE BEEN CORRECTED. 4. THE CONTRACTOR SHALL HAVE ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF THE APPROPRIATE 4. ALL STRUCTURES NOT DESIGNATED TO REMAIN, INCLUDING BASEMENT 2. THE CONTRACTOR SHALL COORDINATE AND COOPERATE WITH STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE JOB, I WALLS, SLABS, AND FOUNDATION, SHALL BE COMPLETELY REMOVED FROM THE CITY OF YAKIMA AND ALL UTILITY COMPANIES INVOLVED WITH 5. BEFORE COMMENCING WORK, CONTACT APPROPRIATE UTILITY ON -SITE AT ALL TIMES. THE SITE. ALL EXCAVATED AREAS SHALL BE BACKFILLED WITH CRUSHED REGARD TO RELOCATIONS OR ADJUSTMENTS OF EXISTING UTILITIES COMPANIES FOR UTILITY LOCATIONS, AND COORDINATE WITH GENERAL SURFACING TOP COURSE AND COMPACTED TO 95% OF MAXIMUM DENSITY. DURING CONSTRUCTION AND TO ASSURE THAT THE WORK IS CONTRACTOR IN REGARD TO LOCATION OF PROPOSED UTILITIES, 5. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL ASPECTS OF SAFETY INCLUDING, BUT NOT LIMITED TO, ACCOMPLISHED IN A TIMELY FASHION AND WITH A MINIMUM IRRIGATION SLEEVES, CONDUITS, ETC. EXCAVATION, TRENCHING, SHORING, TRAFFIC CONTROL, AND SECURITY. 5. NO EXISTING UTILITY, STRUCTURES, OR UNDERGROUND IMPROVEMENTS DISRUPTION OF SERVICE. THE CONTRACTOR SHALL BE RESPONSIBLE I SHALL BE ABANDONED IN PLACE WITHOUT THE WRITTEN PERMISSION OF FOR CONTACTING ALL PARTIES AFFECTED BY ANY DISRUPTION OF 6. ALL PLANT MATERIALS SHALL MEET OR EXCEED SIZE IN SCHEDULES. 6. IF WORKERS ENTER ANY TRENCH OR OTHER EXCAVATION FOUR FEET OR MORE IN DEPTH THAT DOES NOT MEET THE THE ENGINEER, OWNER, AND GOVERNING AGENCY. ANY UTILITY SERVICE. OWNER'S REPRESENTATIVE RESERVES THE RIGHT TO REFUSE PLANT OPEN PIT REQUIREMENTS OF WSDOT /APWA SECTION 2- 09.3(3)B, IT SHALL BE SHORED AND CRIBBED. THE CONTRACTOR MATERIALS WHICH DO NOT MEET THE QUALITY REQUIRED FOR THE SHALL BE SOLELY RESPONSIBLE FOR WORKER SAFETY AND THE ENGINEER ASSUMES NO RESPONSIBILITY. ALL TRENCH 6. ALL CLEARING WORK SHALL BE PERFORMED IN ACCORDANCE WITH ALL 3. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO VERIFY PROJECT PER SPECIFICATIONS. ALL DECIDUOUS TREES SHALL HAVE SAFETY SYSTEMS SHALL MEET THE REQUIREMENTS OF THE WASHINGTON INDUSTRIAL SAFETY AND HEALTH ACT, CHAPTER STATE AND LOCAL CODES AND REQUIREMENTS. THE CONTRACTOR IS PERTINENT LOCATIONS AND ELEVATIONS OF UTILITY CONNECTION FULL, WELL- SHAPED HEADS. 49.17 RCW. SOLELY RESPONSIBLE FOR COMPLIANCE WITH ALL REQUIREMENTS POINTS AND UTILITY CROSSINGS. FIELD VERIFY DEPTHS BY I INCLUDING, BUT NOT LIMITED TO, HAZARDOUS MATERIALS, DISPOSAL, AND POTHOLING PRIOR TO BEGINNING ANY NEW CONSTRUCTION TO 7. ALL TREES TO BE STAKED OR GUYED PER DETAILS AND 7. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED BY THE CONTRACTOR, HIS HOURS OF OPERATION. ALLOW FOR ADJUSTMENT IN GRADE OR ALIGNMENT. NO ADDITIONAL SPECIFICATIONS. SUBCONTRACTORS, OR OTHER AFFECTED PARTIES, WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE COMPENSATION WILL BE ALLOWED FOR POTHOLING OR ADJUSTMENT PLANS OR SPECIFICATIONS, THE CONTRACTOR SHALL CONTACT THE ENGINEER IMMEDIATELY. 7. THE CONTRACTOR IS RESPONSIBLE FOR OBTAINING ALL REQUIRED OF GRADES. NOTIFY THE ENGINEER IMMEDIATELY IF CONDITIONS ARE 8. ALL TREE AND SHRUB BED LOCATIONS ARE TO BE STAKED OUT ON PERMITS FOR SITE CLEARING. COST OF ALL PERMITS IS THE OTHER THAN DEPICTED. SITE FOR APPROVAL BY OWNER'S REPRESENTATIVE PRIOR TO 8. ALL REFERENCES TO ANY PUBLISHED STANDARDS SHALL REFER TO THE LATEST REVISION OF SAID STANDARD, UNLESS I RESPONSIBILITY OF THE CONTRACTOR AND SHALL BE INCLUDED AS PART INSTALLATION. SPECIFICALLY STATED OTHERWISE. OF THE CONTRACT. 4. ALL SITE AND UTILITY CONSTRUCTION SHALL CONFORM TO THE LATEST EDITION OF THE STANDARD SPECIFICATIONS FOR ROAD, 9. ALL B&B PLANT MATERIAL SHALL HAVE ALL WIRE, TWINE, OR OTHER 9. THE CONTRACTOR SHALL SUBMIT A TRAFFIC CONTROL PLAN, IN ACCORDANCE WITH MUTCD TO THE APPROPRIATE 8. ALL EXISTING BUSHES, TREES, AND TREE ROOTS SHALL BE REMOVED BRIDGE', AND MUNICIPAL CONSTRUCTION AS PUBLISHED BY THE CONTAINMENT MATERIAL, EXCEPT FOR 100% HEMP BURLAP, REMOVED RIGHT OF WAY AUTHORITY (CITY, COUNTY, OR STATE) FOR APPROVAL PRIOR TO ANY CONSTRUCTION ACTIVITIES WITHIN, FROM THE SITE UNLESS OTHERWISE NOTED. WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) FROM THE TRUNK AND ROOT BALL OF THE PLANT PRIOR TO PLANTING. OR AFFECTING, THE RIGHT OF WAY. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ANY AND ALL TRAFFIC AND THE AMERICAN PUBLIC WORKS ASSOCIATION (APWA) AND THE REMOVE THE TOP 2/3 OF THE BURLAP AFTER PLACING THE PLANT IN THE CONTROL DEVICES AS MAY BE REQUIRED BY THE CONSTRUCTION ACTIVITIES. I 9. ALL EROSION CONTROL MEASURES FOR THE SITE PERIMETER OR TO SPECIAL PROVISIONS OF THE CITY OF YAKIMA FOR PRIVATE PIT. PROTECT EXISTING IMPROVEMENTS SHALL BE IN PLACE PRIOR TO THE CONSTRUCTION OF PUBLIC FACILITIES. 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING ADEQUATE SAFEGUARDS, SAFETY DEVICES, PROTECTIVE START OF ANY DEMOLITION ACTIVITIES. EQUIPMENT, FLAGGERS, AND ANY OTHER NEEDED ACTIONS TO PROTECT THE LIFE, HEALTH, AND SAFETY OF THE PUBLIC, 5. UNDERGROUND POWER, TELEPHONE, AND CABLE TV SERVICE AND TO PROTECT PROPERTY IN CONNECTION WITH THE PERFORMANCE OF WORK COVERED BY THIS CONTRACT. ALL 10. THE CONTRACTOR SHALL OBTAIN AND REVIEW ENVIRONMENTAL CONDUIT LOCATIONS ARE APPROXIMATE. VERIFY STUB LOCATIONS SECTIONS OF THE WSDOT /APWA STANDARD SPECIFICATIONS SECTION 1 -10, TEMPORARY TRAFFIC CONTROL, SHALL APPLY I STUDIES PROVIDED BY THE OWNER AND TAKE ALL NECESSARY WITH SERVING UTILITY. IF WORK WITHIN THE RIGHT OF WAY WILL INTERRUPT NORMAL TRAFFIC OPERATION. PRECAUTIONS FOR ENVIRONMENTAL SAFETY DURING DEMOLITION ACTIVITIES. IT SHALL ALSO BE THE CONTRACTOR'S RESPONSIBILITY TO 6. CONTRACTOR SHALL REMOVE ALL DEBRIS FROM THE SITE. NO 11. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION INSPECT THE EXISTING STRUCTURES FOR ANY OTHER CONDITIONS WHICH BURNING WILL BE ALLOWED. THE CONTRACTOR SHALL BE REQUIRED OF THE INTENDED IMPROVEMENTS SHOWN ON THESE DRAWINGS OR DESIGNATED TO BE PROVIDED, INSTALLED, MAY AFFECT THE DEMOLITION PROCEDURES. CONFLICTS SHOULD BE TO SECURE AND OPERATE HIS OWN WASTE DISPOSAL SITE AT HIS IRRIGATION NOTES CONSTRUCTED, REMOVED, AND RELOCATED UNLESS SPECIFICALLY NOTED OTHERWISE. NOTED TO THE ENGINEER. OWN EXPENSE FOR THE DISPOSAL OF ALL UNSUITABLE MATERIAL, I ASPHALT, CONCRETE, DEBRIS, WASTE MATERIAL, AND ANY OTHER 12. THE CONTRACTOR SHALL BE RESPONSIBLE FOR KEEPING ROADWAYS FREE AND CLEAR OF ALL CONSTRUCTION 11. ANY CONDITIONS WHICH MAY BE UNCOVERED DURING THE PROCESS OBJECTIONABLE MATERIAL WHICH IS DIRECTED TO WASTE. THE 1. CONTRACTOR SHALL OBTAIN AND PAY FOR ALL LICENSES, PERMITS, DEBRIS AND DIRT TRACKED FROM THE SITE. OF DEMOLITION SHALL BE BROUGHT TO THE ATTENTION OF THE OWNER CONTRACTOR SHALL COMPLY WITH THE STATE OF WASHINGTON AND SALES TAXES APPLICABLE TO THIS PROJECT. IMMEDIATELY. ADDITIONAL EXPENSES INCURRED BY UNFORESEEN REGULATIONS REGARDING DISPOSAL OF WASTE MATERIAL AS 13. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS -BUILT INFORMATION ON A SET OF RECORD DRAWINGS CONDITIONS SHALL BE APPROVED BY THE OWNER PRIOR TO THE OUTLINED IN WAC 173 -304, SUBCHAPTER 461. 2. ALL TRENCHES TO BE PUDDLED AND COMPACTED TO THE SAME KEPT AT THE CONSTRUCTION SITE, AND AVAILABLE TO THE CITY OF YAKIMA INSPECTOR AT ALL TIMES. THE CONTRACTOR II 111 ADDITIONAL WORK BEING PERFORMED. DENSITY AS THE UNDISTURBED ADJACENT SOIL. CONTRACTOR SHALL SHALL DELIVER THESE DRAWINGS TO THE ENGINEER AT THE COMPLETION OF THE WORK. 7. MAXIMUM CROSS SLOPE ON ALL SIDEWALKS SHALL BE 2% BE RESPONSIBLE FOR DAMAGE TO UNDERGROUND UTILITIES CAUSED 12. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO INSPECT BY EXECUTION OF CONTRACT. 14. DIMENSIONS FOR LAYOUT AND CONSTRUCTION ARE NOT TO BE SCALED FROM ANY DRAWING. IF PERTINENT THE PROPERTY FOR TYPE AND QUANTITY OF CLEARING REQUIRED, PRIOR 8. AT ALL TIMES DURING CONSTRUCTION, THE CONTRACTOR SHALL DIMENSIONS ARE NOT SHOWN, CONTACT THE ENGINEER FOR CLARIFICATION, AND ANNOTATE THE DIMENSION ON THE TO SUBMISSION OF A BID. BE RESPONSIBLE FOR CONTROLLING ON -SITE EROSION DUE TO WIND 3. CONTRACTOR SHALL REFER TO AND COORDINATE IRRIGATION AS -BUILT RECORD DRAWINGS. I SYS AND RUNOFF. TEM INSTALLATION WITH LANDSCAPE PLAN AND EXISTING 13. THE CONTRACTOR SHALL PROVIDE WATER ON SITE FOR DUST LANDSCAPE. 15. ALL STRUCTURAL EROSION CONTROL MEASURES SHALL BE INSTALLED, AT THE LIMITS OF CONSTRUCTION, PRIOR TO ABATEMENT AT ALL TIMES DURING CLEARING ACTIVITIES. 9. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLIANCE WITH ANY OTHER GROUND - DISTURBING ACTIVITY. ALL EROSION CONTROL MEASURES SHALL BE MAINTAINED IN GOOD REPAIR BY THE REGULATIONS OF THE YAKIMA COUNTY CLEAN AIR AUTHORITY. A 4. ALL IRRIGATION HEADS MUST BE ADJUSTED TO PROVIDE PROPER THE CONTRACTOR, UNTIL SUCH TIME AS THE ENTIRE DISTURBED AREAS ARE STABILIZED WITH HARD SURFACE OR 14. ANY DAMAGE TO PUBLIC UTILITIES OR ADJACENT PROPERTIES AS A METHOD OF DUST CONTROL DURING CONSTRUCTION SHALL BE COVERAGE AND MINIMIZE OVERSPRAY. CONTRACTOR MUST HAVE LANDSCAPING. RESULT OF THE CLEARING ACTIVITIES SHALL BE THE RESPONSIBILITY OF SUBMITTED TO AND APPROVED BY THE YAKIMA COUNTY CLEAN AIR HEADS PROPERLY ADJUSTED BEFORE FINAL INSPECTION. I THE CONTRACTOR. REPAIRS SHALL BE THE RESPONSIBILITY OF THE AUTHORITY. A WRITTEN COPY OF THEIR APPROVAL SHALL BE 16. THE CONTRACTOR SHALL SEQUENCE INSTALLATION OF UTILITIES IN SUCH A MANNER AS TO MINIMIZE POTENTIAL CONTRACTOR. REPAIRS SHALL BE MADE IN A TIMELY MANNER TO THE PROVIDED TO THE DEVELOPER. THE CONTRACTOR SHALL DESIGNATE 5. THIS DESIGN IS DIAGRAMMATIC, ALL EQUIPMENT SHOWN IN PAVED UTILITY CONFLICTS. IN GENERAL, STORM SEWER AND SANITARY SEWER SHOULD BE CONSTRUCTED PRIOR TO SATISFACTION OF THE DAMAGED PARTY. A PROJECT COORDINATOR FOR CONTACT DURING CONSTRUCTION AREAS IS FOR DRAWING CLARIFICATION ONLY AND IS TO BE INSTALLED INSTALLATION OF WATER LINES AND DRY UTILITIES. REGARDING ALLEGED AIR QUALITY VIOLATIONS AND OTHER WITHIN PLANTING AREA AS NECESSARY. 15. DURING THE COURSE OF SITE CLEARING, CONTRACTOR SHALL PROVIDE COMPLAINTS. 17. ALL WORK WITHIN THE PUBLIC RIGHT OF WAY IS SUBJECT TO THE JURISDICTION OF THE CITY OF YAKIMA ENGINEERING ' SECURITY FENCING AND OTHER PRECAUTIONARY SAFETY MEASURES AS 6. CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING ALL EXISTING DIVISION STANDARD DETAILS AND SPECIFICATIONS. NECESSARY. 10. REFER TO SITE PLAN FOR ADDITIONAL SITE INFORMATION. UNDERGROUND UTILITIES PRIOR TO ANY EXCAVATION. 18. THE CONTRACTOR SHALL SUBMIT A PHASING PLAN FOR ALL WORK IN ALL PUBLIC ROADS AND RIGHTS OF WAY TO THE 7. CONTRACTOR SHALL INCLUDE COPIES OF DRAWING NOTES AND CITY OF YAKIMA ENGINEERING DIVISION BEFORE BEGINNING ANY WORK ON THESE STREETS. CONTRACTOR SHALL BEGIN OPERATING INSTRUCTION IN OPERATING AND MAINTENANCE MANUAL. WORK ONLY AFTER THE CITY OF YAKIMA APPROVES THE PHASING PLAN, AND A PRECONSTRUCTION MEETING IS HELD BETWEEN THE CITY, THE ENGINEER, AND THE CONTRACTOR. I PLAN DISCLAIMER 8. SYSTEM HAS BEEN DESIGNED WITH THE INTENT TO OPERATE ONE ZONE AT A TIME. IF OPERATOR SCHEDULES CONTROLLER(S) TO 19. ALL OPERATIONS CONDUCTED ON THE PREMISES, INCLUDING THE WARMING UP, REPAIR, ARRIVAL, DEPARTURE, OR UNDERGROUND FEATURES SHOWN HEREON REPRESENT BEST AVAILABLE IRRIGATE DIFFERENTLY THAN PREVIOUSLY STATED, SYSTEM PRESSURE RUNNING OF TRUCKS, EARTH MOVING EQUIPMENT, CONSTRUCTION EQUIPMENT, AND ANY OTHER ASSOCIATED EQUIPMENT INFORMATION AS OBTAINED FROM LOCAL RECORDS AND VISIBLE SURFACE WILL DECREASE AND CREATE OPERATING AND COVERAGE SHALL GENERALLY BE LIMITED TO THE PERIOD BETWEEN 6:00 A.M. AND 10:00 P.M. EVERY DAY UNLESS OTHERWISE EVIDENCE. THE CONTRACTOR IS CAUTIONED TO VERIFY THE LOCATION AND DEPTH DEFICIENCIES. APPROVED BY THE CITY. I OF ALL UNDERGROUND FACILITIES. STATE LAW REQUIRES THAT ALL EXCAVATION WORK MUST BE PROCEEDED BY NOTIFICATION TO ALL OWNERS OF UNDERGROUND 20. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO COORDINATE ALL UTILITY RELOCATIONS CONSISTENT WITH THE FACILITIES THROUGH A ONE NUMBER LOCATOR SERVICE: 1 - 800 - 553 - 4344 CONTRACTOR'S SCHEDULE FOR THIS PROJECT, WHETHER SHOWN OR NOT SHOWN AS IT RELATES TO THE CONSTRUCTION ACTIVITIES CONTEMPLATED IN THESE FLANS. 1 p o South 2nd Avenue .1 ::„ -m City Of Yakima Project Eng: RKT Drawing Scales CONSTRUCTION 2 � ' Engineering Division Track Removal & Improvements Drawn By: RKT Horizontal none � � a ___ NOTES I. DATE REVISION BY r • 129 No Second Stree ` Chkd. By: RJD Vertical = none _ 8 City o f Y P ro j ec t N 2286 111 c N. I ,/, ' A :/ I r//x ,,/>?., //,./,/,1,1 'N.‘‘‘ss ---- — — - I „ //,/,/,// 7, / / , / / , i / 1-- co // / i '' / / 67/1/ / / 7 // V / / / / ' ' / / , / ,/ / / : / , / / / / •\'‘‘‘, •\,` \\\ \\,\\,`‘ \ - \‘‘‘ • I / 1 /lc/ ,/, , / / / . / / , / / / /1 ',//, ///, ' : /, / / / / ,/ / / / , / ' // f / ,, 7 / //, / 7 ,/,- / , [ 71 /',./ ,' ,, ';'; ///:/// 1. * \\\ \‘‘\\‘‘‘,\\\ ‘‘ \\‘‘ " \\ _ ':,/./- ///'',<:// 2 ///,/ / / ,/'''.: `. \\ " \: \• ‘ \ \ \\ •\‘`.. _______ _ — --- -- 1 * 1 / / / / / / , ' / .,/ / // / / ., 1 /// .±6. ?// /7 / / //// //////`• \ \-2 \ \\\ \\‘`‘-\ ' ,./// ///// , '/////////////7///1-/ / / // i / , / \ ' \ \\' ASPHALT PARKING LOT ASPHALT 5 I 13 A F1 :../ //// // / ::// , ., , / /Import': ,-. . Digital //// / , :, . :7/, .-- /,,, ,/,, ,,/;///',/," ///',/. /),,/////:;,.'[,,,.\\,\ ,‘ „- \ c, // / / Gr aPHIc ///// " \\\\'‘ \\ (13 * ASPHAL ASPHALT ',/ /i- . . \ \N s \‘‘ „-• 7 7 / ////Label, Inc. s- I I //Parts /, / ,/,Inc.// 7z, I PARKING / .7.:Center' • :/ r .7 / ,/, , 7/1////////4/// \t ,\ \ \ Bldg s ' — — — 7 ,‘ 2-,/, \\ .,,,,, 2/2/ 7 / 7 ,/1 \\.\\\\x'‘‘,‘,"\-\\;\\\\\ — — \\‘‘,\„\\ Z I I-- LIJ . LLI .' Y / / 7 /:_/_, !z,' ZZ/ i / / ../ ./..ZI * , M — — — — — — — — — — —. — — r- CD 1 CONC. SIDEWALK CONC. WM a3 "4 DRIVEWAY CONC. SIDEWALK CONC. SIDEWALK DRIVEWAY CONC, SIDEWALK H 13 c " X i;73 AS''NLT I \ nFillW 0 E CT . , ‘, s • 1 I x °ssuri 18" S 18" S \ , , \\ ` . ' '\ \ ‘ ' Ur S s 18" 's S ' ‘ , . 18 , S , N „ . . • `, , ' ' , \ lr S , ‘ \ ' le- s ` \\ . la- S • — 18 S 0 E U) 12 w N M I 12" W 12 W 12 w 12 w le w 12 1V 12 It 12 SI 2 12 V/ CD IN i C7 CONCRETE S 2ND AVENUE P ' . AV 12 0 CONCRETE 0 1 +83.2 (0.46' RT) 10 --VIEsIMEnatiesmenemsfizz•MM.T• - v- 0 e ,It ' 2.11.'7''''' ' '''''9 F414 " 2 "'" ''' - ''' ''''' 1:, fi tAr".. mar"•*.vv'vvv . , t ':41,w .VIROLIEY...MOn'. gilMazt. diVwlaitesamergirmarramemimipirmimmilorAmwwitrk .a..„. , Aviwrifigi AvAamolaye < 1 00 11+83.18 (0.0 LT) ■1111111111W00.1111/"-- 13+06.92 (0.55' RT) 1r 13+44.23 (0.51' RT.) 0 0 3 H U) ' * 0 CONCRETE Ill CONCRETE 0 Z — 22 5 1 22 5 22 5 22 22 5 22 S Er 5 22 5 22 5 22 . 1 N . . ' \ . . ‘ ‘ .., . .. ., . .. . s s , \ , . . ... ‘ . \ . , ‘ , CONCRETE , \ 2 S . , _J 2 * • . , \ , . , 1 * > CONC. SIDEWALK PLANTER DRIVEWAY PLANTER CONC. SIDEWALK CONC. SIDEWALK (.( PLANTER DRIVEWAY 101 ( 0 SIDEWALK 7. 2_LANTER 0 _ Z ‘ — -- CONC. SIDEWALK CONC. SIDEWALK — — ,...._. ....... _. .. .—. ...... CONC. I '\ SIDEWALK —, I H > . , ' S ): . ,, \ '' , \ ASPHALT PARKING LOT PLANTER ----------- PLANTER PLANTER CONC. 1 r N • \ \ \ • \ \,,\\\\ N \\\ \\\, \ \\.' `.\\\\‘`\\ 1 m m X , .S \\\'-. \ \\ \ \ - \ -7- , - \ - \ - \ 7- :\ - 7‘ 7 , - \\ \\ • \ , \ • \ . \ • \\\ \ \ \ \ , „\ N \ „‘,\ \\\\\‘ ‘,„ \\\‘‘,\‘‘\\`\, sss, '‘‘ •,, \\\\ \'‘,\ \ \ \ \ \\\\\• \ . \ \ \ \ \ '-‘'‘‘‘‘'•‘‘'‘ \ \ ‘ ‘-‘s \ ‘‘ '‘`‘•‘\ \ ESD 105 \ \‘‘ -‘ ,\ \\‘‘\ \‘‘‘‘, \ \„\\\\\., - ., ,, [‘.\.‘‘ \'\ \\ \\,\:\ , , „‘„, \ \\.. ,,‘ , , .. \\ \ ‘. \ ‘. \ \ , \\\ ‘. \ \ \ , : : „\,\\,\;\ x \\\‘‘,-\,-.‘ \ - ,- \ - \ \ \ \ s .N - \ \ \ , \ \ ,, „‘„, „\ \ , , \ , -,,,, ‘,.,-, \\\,„ \,\,,,\ • 1 r <'' , ,,., , /. s ,, , \\\<\.\\ \-<,.\‘‘,.‘,,\,,,, \ -Ma Perez Student Success Center,,‘- , „:‘, , \ \ s \ • \ \ . i\ \ \ \‘‘‘ \\\\\ \ \\\ \\\\.\\\\\\\\\ \ \ ‘ ‘2\ s ‘,\ ' ‘ ‘ •\ \ \\ ‘ •\\ ‘ • ‘ ‘ \\\\\\\,\> . \ \ \ ‘ N • • ‘• \ • • \ \ • \ \ • ' • •, \ \ \ \\\‘‘. `‘ • \ \ • \ • \ • • • \ • • \ \ \ \ \ • s ' • \ \ •‘., \\ \ \ \\,\ \ \,•\ , \‘, \ •\‘‘, \ •:\ •,•\ \ •\\\•\-\,\ • •\\\ \\ \ •\ \ \ ‘‘, •,•‘. , ■ \\ \‘, \ \ \\ \ \ \ \ \• \. \ \ ‘ ‘, s• \ \\ ‘ s \ \ \ \\ \ , • \ \ • \ • \ \ \ ' /. • CONSTRUCTION NOTES c .• 0 REMOVE EXISTING TROLLEY RAIL, TIES AND CONCRETE PAVEMENT. ® A.. g WAsiii CEMENT CONCRETE SIDEWALK. 4 q A I ® Ca b Lk/ NEW CEMEMNT CONCRETE PAVEMENT. 0 PSIPE: CHANTICLEER FLOWERING PEAR. i■ , ` cr ... ; 4. ,..„ ® CEMENT CONCRETE SIDEWALK TRAFFIC RAMP, TYPE PERPENDICULAR A. 0 PLASTIC CROSSWALK LINE. ,. or ... • - 1 , . .„, I 0 NEW CEMENT CONCRETE TRAFFIC CURB AND GUTTER. ea 't 39407 z_ A 1 ?ecisTE10 -.`,' ® I SOD INSTALLTION. 6-10NAL Y''G 1 ov vi ...b,oikei- City Of Yakima South 2nd Avenue Project Eng: RKT Drawing Scales Roadway Plan 3 ik i sf; - — Engineering Division :.. — Track Removal & Improvements Drawn By: RKT Horizontal = 1"= 30' Sta. 10+00 to -- I Lilt. • 129 North Second Street Chkd. By: RJD Vertical = none 8 DATE REVISION BY ........ ‘ Yakima. Washoglon City of Yakima Project No. 2286 Sta. 14+00 i 1 / ; i 'i i / i / / / / // /,/,'',/,'/,'/,',/,'",/,'/1/1/771",/,,',/,, I'' / / / /. // // � ,'t / / / I 1 // //////, '/// / /' ,/ , / ,-'7/ / /' / / ' i / //,//////2///////%2‘ / co n, = / //////,/,/,/, „ ./ / ;/� I / / /// /, / ',/ / / i i Vii / „/ /2 , / / / /// /:/ // :/ // : / / ' / // ,/ /// / ::2 / / / / 77 -:/ / /// / : ' PARKING LOT ' / / /i j'7 / i /i /; %� � %�;! ; ! j; / /j ; ; i; % � ' / %, /' e Z �/ i '% / / / / / // i / / / / / /l 2////////////// /////,',///// / / , / // / / / /// / / i /2 / / / // / / / ,/,///7//,/ / o ;// / ■'/: / / i / d 1//,',/21/4 i / % / , /, / /'/ / / /' /// J / i / i / , a C Junk , 'Ha/ ; 1/://,.///////,/,/////://////////,/,/,',22://,/,./7//, //, ,/'// 0 /Dance ll ' ; / ° W D o- /, // ; %i //�' /; / //j ASPHALT / / / / / / /�; / /,/7/2/%/, '� // /% / %, VJ — — — — I 1 0 CORREGATED METAL FENCE ! /' ,///// _ / / /� /'/ / // / / 1L /� j � //' / //////' /�� // 2 /1 / /� /� /� /�% ///// // % / 0 W U CONC. SIDEWALK _ CONC. SIDEWA DRIVEWAY CONC. SIDEWALK W F.. CO I J DRIVEWAY FH . --77 • _ �WM 1 N \ DIRT @GRAV ASPHALT :: N'k1 ASPHALT r-, UPS 1' t 4 2' I I c _. Q -UP � , ip L > 01 — rt Et O NE SIDEWALK \ Q W • • a ---� • m • N Lli a8 S SSMH" 18' S — 15" 5 1a S 18• S 18 S ~ W W tx• w u• w ir w— tx• w tr w tr w tr w 12 W w. CONCRETE W Q w 1 2 W T CONCRETE 16 +59.24 (2.0' LT) 1 , O a 7 NEW IRRIGATION �� 16 », « r »�._laem,£ tnaak d a e= o:,. «:..»..,.�..��..��.�.�..,>... ,» ..=n . �m iD• --.:''''M „�F , . ' la .. .: - .;C �. t YF,7�14��� o Lo ''h€.k x, to rv .e '� 'k^ -"-_ o-?ZFI nPuzYklFm CS y a,r a..,,,i ..v. xa d\��iwn ..,r �• U + I - e.ms+srt •..a•�,mw+ rasaxvr..aveeczt: , - .•.�„4 .,uwcsam:,wwwa w4^.,.:.c.- .cam: °n r i y t x r O© \ 16 +14.4 (0.07' LT) H r Air CONCRETE 15 +31.41 (0.0' LT) Q 5 CONCRETE Q H '^ \j S. 2ND AVENUE 0 CI © 1- V/ n Q • I 22 S 2 5 22 S > 22. 2r S 22' 2 T2r 5 22 S W `\ • Z 2 \ \ Z • s • • • • wwww WM CONC. SIDEWALK 0 \ CONC. SIDEWALK CONC. SIDEWALK = • 2 -- — _ � _ � ;f ; / �/!� M fr /''�/ /,/ // / / /; ; / Q CONC. SIDEWALK i 'o- r i / �, // , �/, % i ,,, / ,/ �/ /�i /i i /'/ /% �/, , /// �/' , 1 _1 -1 11 1 ( / ////// , ; / ESD 105 Offices-7/74/777/ ' ;';'' CONC. SIDEWALK _ CONC. SIDEWALK -T_• , 7, 4 // , /,/ , /,/,//7//// - /, , ,/,/,/ / y//7/7./,',/ / / ,'/ / / , /'/ , \ \ `\ \\\\.\\<\` \ \ \` .\ \` `' \' \\ /„/ /////,////'/// / : '//// / / / // / // / / / /. /// : ESD 105 Conference Center` ,''\ ` `\ \\ \ESD 105 \ Offices \, ; � \‘; \ \'//4/4 / / /,/ \ , . , \ \' \ \\ `\ ; \ s \ \ \,\ � : / ' /' i /, / / / // 1 /: \�\ \ `. \. \ \ \ \ \ \'\ \ \ \ \\ \ \ \ \\ \ \`\ \. \. `' \ . \ / 7/7 / / /� //7'4 /: //////////////7/7 1 CONSTRUCTION NOTES -zq-11 O REMOVE EXISTING TROLLEY RAIL, TIES AND CONCRETE PAVEMENT. O CEMENT CONCRETE SIDEWALK. .g E R SA/ 1 O2 NEW CEMEMNT CONCRETE PAVEMENT. O PSIPE: CHANTICLEER FLOWERING PEAR. �� �� of wASg O3 CEMENT CONCRETE SIDEWALK TRAFFIC RAMP, TYPE PERPENDICULAR A. 08 PLASTIC CROSSWALK LINE. ' O NEW CEMENT CONCRETE TRAFFIC CURB AND GUTTER. �' A, , I z � = O 5 SOD INSTALLTION. �' 39407 AI ''' 0 A R ECISTER: 0 4 ' -cSSI ONAL V,4 1 1 - i - lr - 3 - t- South 2nd Avenue R oadwa Plan '.� City Of Yakima Project Eng: RKT Drawing Scales Y 4 3 Track Removal & Improvements Engineering Division _ Drawn By: RKT Horizontal =1 "= 30' ' ' • 129 NOM Second Street Sta. 14 +00 to '\ DATE REVISION BY ."..41X. N Yakima, Washington City of Yakima Project No. 2286 Chkd. B RJD Vertical = none Sta. 17 +50 8 l I r i \\ ▪ \ • \ f a. \ . \ \ \ \ \ \ \\ \ \ \�` \`. \\ ` \ \. \ \\ \ \ \ . \ \ \ \ \ \ \ \ \\ \ \ r . "' >y a ( � \\ \\ . \ \ \\ \ \ \�. \,,,,, , \ \ \ \ \\ \\ \\ \`, \` \` \`\` \'\`, , � I 1(/ \ � \\ \ \ ` \� \ \ \� \ \ \� . \ \ \� \\ \ \ \ \ \` \ \\ \\` . ■ /�, \\` west � \ \`;\ \ ; \ US Bank \\ / 1w � \ \ \ \ \' \.+( \`\ \ \\ \ .�'N\ \ \ \ \ \ W P LALL ./ EY ' \ \ \� \� \ \� \ . \ \ \ \� \\ \ \ X\ \ \ \ \ \� \ \� \ \: \ ▪ ` ` \ \ \ \ 1M9I = 1 P co • L_LA D CONC. SIDEWALK lilli m / m O DRIVEWAY .li F . \ `\ -- I E W '\ O O \ • .\ ` \ \� , \ I _ `� 2" DIA. LODGEPOLE PINE d W 18 S I TEL 0 — .lb STAKES - TYP. .. I W SSMH CONCRETE MH N OTE: 12 w 14• w i-----1 g+ I PLANT TREES 1" HIGHER THAN DEPTH GROWN IN H 1 �,.. .,..«...... - -.., " W 12' w 12 w ■ � l) — _ NURSERY TREE PIT SHALL NOT BE LESS THAN (2) TIMES m } - IX] ROOT BALL DIAMETER Q 1 _. x '' -C AtS? v'§ '1y y �y�e,� ;iw: s ..:. r �.. ��• TRAC ..v3 4_M d' d�.Y L�i3.- dv {a�w 'M. ,l�_ I S 2 S 2 C 1. 6 , i�f►� �1�..�tcw.:t ASpH4LT Ell •71 TREE STAKES PERPENDICULAR TO PREVAILING WIND 12 ' + _ I• _ I _ - >L _ 6 G A. WIRE, TWIST TO TIGHTEN ti r. �I 1/2" DIA BLACK RUBBER HOSE. TYP. REMOVE BURLAP AND TWINE OFF TOP I/3 OF ROOTBALL CONCRETE ' tt .x, AS PHAL T 17 +68.24 ° � T) 2 S . 2ND AVENUE © _ S I b 2 . = 2 S • 2" MULCH LAYER I 2' 2" 2' S 22 F SSMH NEW CURB & GUTTER W I 19 +16.37 (11.7 RT) -- •\ ` TMR ` I ASPHALT \ CONCRETE REVERSE GRADE SCARIFY SIDES AND BOTTOMS . '\ \`� \ • `\ � — GUTTER PAN (TYP.) '> . T \VI . . O - -) 1 0.3' CSBC �� ROOT BARRIERS - 18" HIGH ALL 1 ALLEY 7 � 0 7 � ; � �,� AROUND. SEE SPECIAL PROVISIONS .,,, , r at .,/,/,/,„/, ,_,. , v �� PLANTING MIX AS SPECIFIED 1 z A > ` J D RECOMPACTED NATIVE SOIL co IA PO D < TREE PLANTING DETAIL _. ; m South 2nd Avenue A I 9t REMOVE CONCRETE, RAILS AND AND CONSTRUCTION NOTES .- RAILROAD TIES Za — �) 9" NEW CONCRETE ROADWAY REMOVE EXISTING TROLLEY RAIL, TIES AND CONCRETE PAVEMENT. O6 CEMENT CONCRETE SIDEWALK. ` � , g E R 6, JOINTS ARE TO BE PER WSDOT STANDARD ` ` T PLAN A- 40.10 -01 CEMENT CONCRETE O WAsi 2 NEW CEMEMNT CONCRETE PAVEMENT. O7 PSIPE: CHANTICLEER FLOWERING PEAR, r r � *� PAVEMENT JOINTS, WITH TRANSVERSE i lV' AC I g �w� ft ` " " w r JOINTS EVERY 12 FOOT MINIMUM. EXISTING �� C '�O O 3 CEMENT CONCRETE SIDEWALK TRAFFIC RAMP, TYPE PERPENDICULAR A. O8 PLASTIC CROSSWALK LINE. ®�'��� ®�`�������� CONCRETE SHALL BE DRILLED AND TIE `' y BARS INSTALLED PRIOR TO POURING NEW Cr 4 CONCRETE. O 4 NEW CEMENT CONCRETE TRAFFIC CURB AND GUTTER. ► ,� I 1 (; O SOD INSTALLTION. 6" CRUSHED SURFACING BASE COURSE (COMPACTED DEPTH) , "P 39407 44' 3 R ECISTERE O C1 TRACK REMOVAL /REPAIR SECTION �S S'ONAL E' 1 South 2nd Avenue 11 .° :N, City Of Yakima South 2nd Avenue Project Eng: RKT Drawing Scales Roadway Plan 5 Engineering Division Track Removal &Im D rawn B RKT At � a 9 9 Y Horizontal =1 "= 30' Sta. 17 +50 to '� " 129 North Y Chkd. By: RJD Vertical = none End 8 I \ DATE REVISION BY "'°' . Washington City of Yakima Project No. 2286 1 i /,' ! !/ / i / / ' /! ' \ \ •\1 \ \\ _ o f r /,/ / / ! /, '// /, /!" // , . /,' ! / /// ,' i• / ,, j /, .. \ \ \ \` , \` \\ ` , - --- --- -- - - - -- -- ' %, / /; / // / / ; ! ,/ / , , � ` ` ` \ \ \'\ „, ‘ , 4 ASPHALT PARKING LOT ASP�ALT di ' ;;''Digital''! /, /, ' // \\ \ ` :! N \ ` `ESD:. \:`` a m vImport Graphic %;'' I:,` \``\ \ 1 , Services ;'' % \105 ` \ \ 3 LI Li 8 ASPHALT % ' ) � /',' , %% ASPHALT ' / /� . / , \ \ . \ ` ,` \'` ` `� Ul P arts i/ babel Inc. ; , \ \, PARK j / / ://?///:,::////:,/,,/,,, ' : Bldg . — �� 1 , Cent / ', \ .\ , ~ I CONC. SIDEWALK (/1 CONC. SIDEWALK CONC. SIDEWALK v/ CONC. SIDEWALK e WM q�HAIT \ 1 DRIVEWAY \ 8 Wkt :: / DRIVEWAY \ DRIVEWAY 8 W 1 DI z OL ' i ° SSk H e' s e 5 le s a s` 18"'S to s te s` to s — to 5 w m Q 12" W— p4 D4 I z W W z W 1r w z w ,rw 17 15 rw 1r w : w rw 0 N 1 Z CONCRETE S. 2ND AV E N U E CONCRETE O O 12 1: +83.2< (0.46' RT) o 10 _ — — �r.� u.,, m 6 , . .o _ . �I-s� � s . w `- � u, - : vivtar.YAK fJ1CM ILi _ r t �iA•w\ ■ n � „, //Lwr :.7s+AiL \�+ .. ., - t ,- TROU.EY TRACKS sa' � . - � ,i4 ti'. .._ _ma.LE AIRACRS:M ;s' ielic �„o'��w �r,m ..l�#�m'• #rte �i - AWA_ .. r a . ILIW I .x- .:-;> ` . / 13 +06.92 (0.55' RT) , E- 4�'H4Lr CONCRETE © O © 13 +44.23 (0.51' RT.) CONCRETE Z I — : S u 5 :r S , S 22 \ 7: 6 n . ]] 3 u 5 sr 5 w ]] 5 :r S u : it f (j — z2 S J CONCRETE /11.11= AIL. U I I C ca r ■ D f / CONC. SIDEWALK P LANTER DRIVEWAY PLANTER CONC. SIDEWALK � T� CONC. SIDEWALK PLANTER I DRIVEWAY / CONC. SIDEWALK v C O r o P LANTER \ \ \l 1 Z _ CONC. SIDEWALK CONC. SIDEWALK CONC. SIDEWALK i C 1 PLANTER PLANTER — — - — -- AS 'PARKING LOT PLANTER CONC. \\ \ • \ •\ ,\, ■ , \ \ \ \\ III A \ \\�\\\:\\ \ �\\\ \ \ \ \\``\`. \\ \:~ `� \� \ \�. \ • \ \ \` \\. \ \• \ \` \ \ \ \``\� \ \` \ \\ \\\. \ \ \ \ \ \\ \ \\ \` \ ‘‘‘‘\‘‘\'\'‘2‘ \ ,\ \ E SD 105 `\`\\ \\ \ \ \` \\,\\,\., \ \ \` \ \\ I \��� \ ; ` \ `- \, \\ Perez Student Success Center.\; \ \`` \ `�`; \ \;`;\ \'\\ ; \\ \ \ `\ \ \ \` \\ � . I Irrigation Notes , gE R s,, (g-2a-�1 O NEW WATER SERVICE PROVIDED BY CITY FORCES. � `S pF WA "?'0 � T 1 O 3/4" LATERIAL LINE (SCH. 40 pvc) ��� 2 Cr O RAINBIRD TREE RISER (PER DETAIL) so >. ...4ji., 40 # � 0 r - / - I 0 12" IRRIGATION BOX (PER DETAIL) 3 9407 w� OA j?ECISTE0 � ���� ' ° � '� o City Of Yakima South 2nd Avenue Project Eng: RKT Drawing Scales Irrigation Plan I 6 � c ° Engineering Division T rac k R emova l & I mprovemen t s D rawn B RKT a •� 9 9 __ By: Horizontal = = 30 Sta. 10 +00 to I DATE REVISION BY E Yakima, North � City of Yakima Project No. 2286 Chkd B RJD Vertical = none Sta. 14 +00 8 -- -- — I I / / / /, // /'. ,,'/ • , , //', / / / ! 'i i /' ": ///,-,,, ! . / ''' / / /, ,./ !.' , / ,, i, ; /; ,7/27,/,/////,/,',////, / �j !/ / /; ' /! ' // ! ' /! to o_ • l , 2 / 2 '////,/,-,7///, r,,/,//,-.7// , ' , ;/////, ,, , , ,1 , ' / ' / , ' i, i i , /i/ , . / / ''�! /i/ 7 , ', , ,,,,' / rai I PARKING LOT g ; ,// i // � I'i ; %/ / H ° /�. � ///7 / / / /// ,/ / / ' /'// / /, / /, /// %, // N C Chi cago Junk %' / ! /;; /./ /, �, % , i% ' 1 H — —� ;;; ;Dance Hall;, /; , / '' ; 7 / /// " '; % Q west' ; ; ; % i ;' i; tli — / „ /, /, / ! , /. ASPHALT „ / % /!!!, , VJ I l 1 CORRELATED ME FENCE / / / / %'� ' % l /// / /,' /'�,,,, / //; I' / =% //,i 2 / / /i '' i '' // / %' /' / % !'i i / I" E ''/^� J L_ �! l : - �! /! < ! 1 /,, LG, / / /_.�— ..!__! l Ll�_l.- _._•— lL -..!.i .. __,. x_,111 W Y • 1 V J CONC. SIDEWALK - CONC. SIDEWALK DRIVEWAY CONC. SIDEWALK T W ` D 2 N O DRIVEWAY EH \ UP-0- C \ „�', ,, DIRT & GRAVEL B ASPHALT -0- WM ASPHALT co _._ ,._. I D \. W • ■ O z v CLW 18 S 1 s 1�• S �- S l \ NEW SIDEWALK SSMHO 18' S — 18 S 1B S \ 18 1B S W ax W A CONCRETE 1 ' tx' w tx w w t:' w- tY w tY w tY , - w 12- W N..... LT) r.a.s .un rt^. »..w -. ___ W °".. °,.° ' Q V J © CONCRETE © © 16 +59.24 (2.0' LT) i v J N NEW IRRIGATION © rn O ■ 16 _ _ Ste® » . :. . �. . _ _ £ Lr4 * ar T. ��3c w. rar r w / /t� " . 11"5-±i''''''''''--- w w�>w �! � �_ ��1� _.." U AtS._:. �"'x; , ..: Iq `Inaz.'3R . ;– ,– ,._r –u.. –.., -a –,– -- Va +— - - - --rip _ _ , = /1. - -• .' » ^ `s I caaa.�a. ..�.. I��' n...- ;:v.•.s. _ __......mss :z wers7aer-.. a i . �w xr ®Ss9 . - _ r , x r r 1 r . • -- r N. r 16 +14.4 (0.07' LT) T" H • < CONCRETE 15 +31.41(0.0'LT © © © Q 1— CONCRETE 225 225 225 22" 5 22" 5 2 2S S. 2ND AVENUE 2 2 5 2 225 1- ' w z \ \ z J 0 J = 1` -- --- -- —. \ 1 _ WM B CONC. SIDEWALK \ __ __ CONC SIDEWALK CONC. SIDEWALK / / / 1 ///;/ / / 1 • CONC. SIDEWALK - 0- / / ' ////////// / / /, / /// / / _ �. _ \ l l__ < - _ I I —^ CONC. SIDEWALK // /2/!/ / ESD 105 Offi /; ,' ' ;, ;;'i , , /, /, CONC. SIDEWALK .\\� //',/,/,///////'///,',//',/,/, ,/ ;/ , %, /' /,',/////2"//,/,/,//'/////',////' ' '/ '! \\ � .� . \ . \ � � / /' /'/ / / , /' / /' / /,/ /'''!/ / /, // / /// /' : /,! , 1 \ \ _ \.. . � \ \ . ‘‘ ‘\‘‘‘ '''.<'\ `� • .\`, . \ \.\ \; . \ , \. `‘` \ J /; //' ' /' '' ! , / ' /', / /' , ' / / •/ '/ , / • \:ESD 105 Conference Center ,\ \ \`\\\ . s ,/, /; ; / /' / / / ; , '' '/ // , �, , , `` \ . � ESD 105 Offices \� � / %' % %'� / /' /! , / ' /,'''' ! ' '/ /,' % ' / 1 Irrigation Notes aa c D L' G-2.0)- t\ O NEW WATER SERVICE PROVIDED BY CITY FORCES. � ` v L R S '7 of F .( 1 O 3/4" LATERIAL LINE (SCH. 40 pvc) c •C Q � f • C � o 4. m r O RAINBIRD TREE RISER (PER DETAIL) III CO 0 I 4 12" IRRIGATION BOX (PER DETAIL) ....o 39407 39407 'w � A R ECISTEO ) 1 -6,,c, -V, -V, 1111 ; °p "m City Of Yakima South 2nd Avenue Project Eng: RKT Drawing Scales Irrigation Plan 7 tx Engineering By: `i En Track Removal & Improvements - 9 Division Drawn By: __ Y RKT Horizontal = 1"= 30' Sta. 14 +00 to ' • . 129 North Second Street Chkd. B RJD Vertical = none 8 Ya kima, Washin S ta. 17 +50 DATE REVISION BY City o f Y P ro j ec t N 2286 J U t Imo a ai 1 //////,',/:/: . \ \ \ \\ \` \ \ • \;:` \� ` \ .``. �`��``� \�\ (4 N \ ;�.:Qwest; \;,: \ �;,; `;: � ,�:� ` :: ;; US Bank; ;��� : I I1J \ : \\ \` \\ \ \ \` \` _ _ %/ , ALLEY � \`'\ ` \ ' \ ` \' \\ \\\ ``,' I I I I 1 it 1 1 )_,.. 3/4" FLEXIBLE IRRIGATION DRIP LINE m III N. I I ( WITH (4) #TWR48CV01 (0.25 GPM) D CONC. SIDEWALK i O I DRIVEWAY , ��� f I I i �� I I ( RISERS. F CV CL E _IS H I I w 1 e s TEL .O 3/4" PVC Y I SSMH 2 W 2 W m» " CONCRETE __ MH 3/4" PVC RISER TO FLEXIBLE w (/ „ „„ W ,z' w 12 W— �� �� I IRRIGATION bf�IP LI�JE. ` 1 ; a` > c'y 7ROUEY 1'RA S�.' ` . . a s ° .,, :7?i 8' is' n44,,. ar r v:m-na e,.. ws — s . m�.ew,. :rv. ASK/N47. 9 +62.71 I l Air o f` [1 I I � � C7 . I I I 3/4" FLEXIBLE IRRIGATION DRIP LINE °- TM /QTMH N9' q� / WITH (4) #TWR48CV01 (0.25 GPM) U CONC RETE t N q�7 I I I RISERS. O DM 22 Iai.. r O© 17 +68.24 (2.0' LT) S " 2ND AVEN �'_z s �F 2 s SSM I I \ I 12" x 12" ENCLOSURE W/ 3/4" HUNTER I �/J 2 22.5 H 1 zz s 5 19 +16.37 (11.7 RT) 9v olt TIMER SB1. W ^ TMH CONCRETE I ASPHALT 3/4" PVC 12" x 12" ENCLOSURE W/ 3/4" MANUAL 0 \ \ \- I / I STOP AND DRAIN VALVE. AIL- fro pro era c� - ::� III _w w l_ i : 11 A LLEY _ � D 11 ' • II1 '_'��� 3/4" PVC I I I illnl D I I I I I I IS 1 m ■E 1 z = 1 TREE IRRIGATION DETAIL South 2nd Avenue 1 Irrigation Notes �.Z - C r -I O NEW WATER SERVICE PROVIDED BY CITY FORCES. �g E R Sh O 3/4" LATERIAL LINE (SCH. 40 pvc) \` O F WAS y T IL ���� � 1 .---- i; Gr o ff m O RAINBIRD TREE RISER (PER DETAIL) Cr .r .I ID ® 12" IRRIGATION BOX (PER DETAIL) IF , 39407 cy 0 A � EGISTER�� � � SSI ONAL .V., I °:: Y -1 < ' , City Of Yakima South 2nd Avenue Project Eng: RKT Drawing Scales Irrigation Plan 8 s Engineering Division T rac k R emova l & I mprovemen t s - D rawn By: RKT leg : 9 9 _ y Horizontal = 1' - 30' Sta. 17 +50 to • I. V • , 29 North Second Street Chkd. By: RJD Vertical = none 8 `... Yakima, Washington End DATE REVISION BY City of Yakima Project No. 2286