Loading...
HomeMy WebLinkAboutR-2002-005 Washington Avenue Road Widening Project Phase 1 - Superior Paving Company 3-53-0089-25 1 1 L TT ( 1 immismisanmmimmiamlimmilmiAlmilogiiimm, 1 C ity of a ima I Engineering Division 04 OV I I Washington Avenue Widening - Phase 1 S. 52nd Avenue to S. 24th Avenue Federal Aid Numbers: I REV# 4558(001) TIB# 8 -4- 039(019) -1 TIB# 9 -E- 039(007) -1 I FAA # AIP -3 -53- 0089 -25 I I v:i Y .,. i t I . i 3, •' r i i Construction Contract Specifications & Bid Documents City Project Numbers 1901 & 1915 s ^ 1 ...„'ti I 129 North Second Street �N Phone (509) 575 -6111 Yakima, WA 98901 y Fax (509) 576 -6314 I 1 a 0 May 2004 J I BID SUMMARY ENGINEERS SUPERIOR PAVING COLUMBIA ASPHALT APOLLO INC. MRM CONSTRUCTION MARSHBANK Washington Avenue Widening /Reconstruction ESTIMATE CO. & GRAVEL INC. CONSTRUCTION, INC. Fed Aid #s REV#4558(001), TIB#8- 4- 039(019) -1, TIB #9 -E -039(007) -1 Yakima, WA Yakima, WA Kennewick, WA Ellensburg, WA Lake Stevens, WA CITY PROJECT NOS. 1901 81915 _ I ITEM Bid Security ITEM -r 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND NO. QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Schedule 'A' .. I 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS 1,500.00 1,500.00 1 ~ 00 0 1,000.00 500.00 500.00 1.00 1.00 700.00 700.00 1,000.00 1,000.00 1. LS 2 MOBILIZATION , • _ 100,000.00 100,000.00 145,000.00 145,000.00 259,000.00 259,000.00 337,949.00 337,949.00 207,675.00 207,675.00 400,000.00 400,000.00 3 TRAFFIC CONTROL SUPERVISIOR 1,400 HR 35.00 49,000.00 34.00 47,600.00 35.70 49,980.00 37.40 52,360.00 - 37.00 51,800.00 ' 38.00 53,200.00 4 TRAFFIC CONTROL LABOR 3,200 HR - 31.00 111,600.00 33.00 118,800.00 34.65 124,740.00 36.30 130,680:00 33.00 118,800.00 33.00 118,800.00 I 5 TEMPORARY TRAFFIC CONTROL DEVICES 1 LS 5,000.00 5,000.00 2,500.00 2,500.00 2,625.00 2,625.00 2,750.00 2,750.00 6,125.00 6,125.00 20,000.00 20,000.00 - 6 ,CONSTRUCTION SIGNS CLASS 'A' 400 SF 10.00 4,000.00 6.50 2,600.00 6.85 2,740.00 7.66 3,064.00 - 7.77 3,108.00 10.00 4,000.00 . 7 ROADSIDE CLEANUP 1 FA _ 5,000.00 5,000.00 , 5,000.00 , 5,000.00 5,000.00 ' 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 I 8 ,CLEARING AND GRUBBING 9 REMOVE AND ABANDON EXISTING ROADWAY 1 LS 25,000.00 25,000.00 30,000.00 30,000.00 17,850.00 _ 17,850.00 40,844.00 40,844.00 63,000.00 63,000.00 5,000.00 5,000.00 1 LS 61,000.00 61,000.00 45,000.00 45,000.00 13,440.00 13,440.00 32,424.00 _ 32,424.00 40,325.00 40,325.00 63,000.00 63,000.00 10 SAW CUT, PER INCH DEPTH 1,000 LF 1.25 1,250.00 0.25 250.00 0.25 250.00 0.55 ' 550.00 0.61 610.00 2.00 2,000.00 11 REMOVING SIDEWALK RAMP 5 EA ' 400.00 2,000.00 ' 75.00 ' 375.00 11.00 55.00 84.20 _ • 421.00 426.00 2,130.00 250.00 ' 1,250.00. I 12 ROADWAY EXCAVATION, INCLUDING HAUL ,27,000, CY 12.00 324,000.00 5.00 135,000.00 7.80 210,600.00 , 6.57 177,390.00 7.89 213,030.00 8.00 216,000.00 13 UNSUITABLE FOUNDATION EXCAVATION, INCLUDING HAUL , 400 CY 18.00 7,200.00 15.00 6,000.00 5.25 2,100.00 17.16 6,864.00 12.09 4,836.00 r 19.00 7,600.00 14 POND RECONSTRUCTION & LINING 6,000 SF 5.00 30,000.00 1.95 11,700.00 3.20 19,200.00 2.01 12,060.00 1.78 10,680.00 3.00 18,000.00 I 15 GEOTEXTILE FOR SOIL STABILIZATION (NON - WOVEN) 12,000 SY 1.20 14,400.00 0.75 9,000.00 0.60 , 7,200.00 0.90_ 10,800.00 0.88 10,560.00 1.00 12,000.00 16 CRUSHED SURFACING BASE COURSE 60,600 TON 10.00 606,000.00 " 10.35 627,210.00 ' 9.95 602,970.00 10.13 613,878.00' 10.60 642,360.00 10.00 606,000.00 - 17 ASPHALT TREATED BASE 20,000 TON j 36.00 720,000.00 27.10 542,000.00 , 26.00 520,000.00 29.89 597,800.00 28.22 564,400.00 _ 27.50 550,000.00 18 ,HMA CL. A PG 64 -28 - . 10,000 TON , 40.00 400,000.00 33.95 339,500.00 31.60 316,000.00 37.51. 375,100.00 34.08 340,800.00 32.00 320,000.00 I 19 CONC, CL. 3000, CREEK INLET STRUCTURE 3 CY 1,500.00 4,500.00 950.00 2',850.00 1,050.00 3,150.00 1,055:67 3,167.01 1,491.00 4,473.00 1,140.00 3,420.00 20 CONC. CL. 3000, CREEK OUTLET STRUCTURE 1.1 CY 1,500.00 1,650.00 950.00 1,045.00 1,050.00 1,155.00 2,231.82 2,455.00 2,130.00 2,343.00 1,140.00 1,254.00 21. CORRUGATED POLYETHELENE PIPE (CPE) 48 IN. DIAM. 190 LF 120.00 22,800.00 100.00 19,000.00 94.50 17,955.00 87.17 16,562.30 84.40 16,036.00 57.00 10,830.00 I 22 'CL III REINF. CONC. CULV. PIPE, 30 IN. DIAM. 12 ' LF 140.00 1,680.00 - 220.00 2,640.00 .. 220.50 2,646.00 199.58 2,394.96 159.75 1,917.00 80.00 960.00 23 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. 5,700 LF 19.50 111,150.00 13.00 ' 74,100.00 13.20 75,240.00 8.39' 47,823.00 20.62 117,534.00 ' 8.00 45,600.00 24 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 18 IN. 5,600 LF 21.00 117,600.00 16.25 91,000.00 ` 15.95 89,320.00 13.90 77,840.00 25.88 144,928.00 16.00 89,800.00 25 CATCH BASIN TYPE 1 , 39 EA 700.00 27,300.00 680.00 26,520.00 682.50 • 26,617.50 503.77 ' 19,647.03 840.00 _ , 32,760.00 , 900.00 35,100.00 I 26 CATCH BASIN TYPE 2, 72 IN. DIAM. 5 EA 1,500.00 7,500.00 3,575.00 17,875.00 3,570.00 17,850.00 2,174.80 , 10,874.00 4,100.00 20,500.00 5,400.00 27,000.00 27 CATCH BASIN, TYPE 1L 23 EA 850.00 19,550.00 575.00 13,225.00 577.50 13,282.50 422.43 9,715.89 750.00 17,250.00 1,000.00 23,000.00 28 REVERSIBLE FRAME AND HERRINGBONE GRATE FOR TYPE 23 EA 400.00 9,200.00 175.00 4,025.00 173.25 3,984.75 159.17 3,660.91 173.00 3,979.00 250.00 5,750.00 29 . DRAINAGE RETENTION BASIN W /36 IN. DIAM PERF. PIPE 3,630 LF 80.00 290,400.00 60.00 217,800.00 57.75 209,632.50 53.35 193,660.50 73.17 265,607.10 62.00 225,060.00 30 ADJUST MANHOLE 13 EA 200.00 ' 2,600.00 ?.50.00 ' 3,250.00 236.25 3,071.25 224.85 ' 2,923.05 287.00 • 3,731.00 250.00 3,250.00 31 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 6,000 TON 12.50 75,000.00 10.25 ' 61,500.00 ' 10.00 60,000.00 10.53 63,180.00 13.17 79,020.00 , 13.00 78,000.00 • I 32 STRUCTURE EXCAVATION CLASS 'B' INCL. HAUL 4,450 CY , 12.00 53,400.00 2.10 9,345.00 2.10 9,345.00 17.41 77,474.50 0.82 3,649.00 50.00 222,500.00 33 SHORING OR EXTRA EXCAVATION CL. B ,17,090 LF 1.10 18,799.00 0.30 • 5,127.00 0.30 5,127.00 0.01 170.90 0.30 5,127.00 1.00 17,090.00 34 ADJUST VALVE BOX 16 EA 200.00 3,200.00 165.00 2,640.00 105.00 1,680.00 197.00 , 3,152.00 156.00 2,496.00 250.00 4,000.00 35 BUTTERFLY VALVE, 10 IN. 1 EA 1,200.00 1,200.00 1,575.00 1,575.00 1,575.00 1,575.00 2,370.00 2,370.00 2,218.00 .2,218.00 1,500.00 1,500.00 I (Schedule A items continued on page 2) ' I CITY ENGINEERS REPORT ��� �yli� ' CITY OF YAKIMA COMPETITIVE BIDS WERE OPENED' ON JULY 8, 2004. �I 1 . .. �� ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE. '' ��� Washington Avenue Widening/Reconstruction I RECOMMEND THE CONTRACT BE AWARDED TO: 1 '' 7S►•, a j` ' • J Fed Aid No REV#4558(001), TIB #8-4-039(019) -1, 1 i SUPE - V... A AWARD MADE BY CITY MANAGER TIB #9 -E -039(007) -1, FAA# AIP -3 -53- 0089 -25 I RIOR PAVING CO. t v PROJECT NOS. 1901 8 1915. 7- 12 - Z oo'� % x ���'• • , • * >'� - . DATE JULY 8, 2004 • • ' • •� ^ - \� - � - � ` z J 3--=- ....1 FILE: 1901 -1915 Washington Ave Bid Sum.pub DATE CI ENGINEER It DATE CITY MANAGER SHEET 1 Of 4 I �. , - (AJ • I BID SUMMARY ENGINEERS SUPERIOR PAVING COLUMBIA ASPHALT APOLLO INC. MRM CONSTRUCTION MARSHBANK e Washington Ave Widening /Reconstruction ESTIMATE CO. GRAVEL INC. CONSTRUCTION, INC. Fed Aid #s REV#4558(001), TIB#8- 4- 039(019) -1, TIB #9 -E -039(007) -1 Yakima, WA Yakima, WA Kennewick, WA Ellensburg, WA Lake Stevens, WA CITY PROJECT NO. 1901 & 1915 I ITEM NO. Bid Security _ 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT (schedule A continued) I 36 SEEDING, FERTILIZING, AND MULCHING 8 AC 1,000.00 8,000.00 1,025.00 8,200.00 1,023.75 8,190.00 962.50 7,700.00 1,038.00 8,304.00 1,100.00 8,800.00 37 WETLAND ENHANCEMENT 1 LS 5,000.00 5,000.00 23,000.00 23,000.00 22,575.00 22,575.00 23,650.00 23,650.00 23,000.00 23,000.00 25,000.00 25,000.00 38 CEMENT CONC. TRAFFIC CURB AND GUTTER 21,600 LF 8.00 172,800.00 5.75 124,200.00 5.75 124,200.00 6.27 135,432.00 5.80 125,280.00 6.20 133,920.00 39 COMMERCIAL DRIVEWAY APPROACH 21 EA 1,500.00 31,500.00 3,350.00 70,350.00 3,360.00 70,560.00 3,573.86 75,051.06 3,408.00 71,568.00 3,600.00 75,600.00 40 CHAIN LINK FENCE TYPE 1 500 LF 13.50 6,750.00 10.25 5,125.00 10.20 5,100.00 10.66 5,330.00 10.32 5,160.00 11.00 5,500.00 41 END, CORNER, AND PULL POST FOR CHAIN LINK FENCE 16 EA 80.00 1,280.00 250.00 4,000.00 247.90 3,966.40 259.69 4,155.04 251.00 4,016.00 270.00 4,320.00 42 WIRE FENCE TYPE 1; (Airport's side, Right side of new roadway ) 6,500 LF 10.00 65,000.00 3.60 23,400.00 3.60 23,400.00 3.75 24,375.00 3.63 23,595.00 4.00 26,000.00 43 WIRE FENCE TYPE 2; (Congdon's side, Left side of new roadway) 1,400 LF 15.00 21,000.00 2.50 3,500.00 2.55 3,570.00 2.66 3,724.00 2.58 3,612.00 3.00 4,200.00 I 44 AIRPORT FENCE, ( 7 -foot height) 1,200 LF 15.00 18,000.00 16.10 19,320.00 16.20 19,440.00 16.94 20,328.00 16.40 19,680.00 17.50 21,000.00 45 28 foot New Chain Link Gate Station 162 +15, Left 1 EA 1,500.00 1,500.00 I 1,125.00 1,125.00 1,134.00 1,134.00 1,188.00 1,188.00 1,150.00 1,150.00 1,250.00 1,250.00 46 36 foot, New Chain Link Gate; Station 164 +10, Left 1 EA 2,150.00 2,150.00 1,280.00 1,280.00 1,281.00 1,281.00 1,342.00 1,342.00 1,300.00 1,300.00 1,375.00 1,375.00 I 47 Remove and Reset 28 foot Chain Link Gate; Station 142+00, Left 1 EA 450.00 450.00 360.00 360.00 357.00 357.00 374.00 374.00 362.00 362.00 400.00 400.00 48 Remove and Reset 40 foot Chain Link Gate; Station 151+50, Left 1 EA 600.00 600.00 510.00 510.00 525.00 525.00 550.00 550.00 550.00 550.00 575.00 575.00 49 Remove and Reset 24 foot Chain Link Gate; Station 158+50, Right 1 EA 450.00 450.00 510.00 510.00 525.00 525.00 550.00 550.00 533.00 533.00 575.00 575.00 50 Remove and Reset 40 foot Chain Link Gate; Station 161+00, Left 1 EA 600.00 600.00 510.00 510.00 525.00 525.00 550.00 , 550.00 533.00 533.00 575.00 575.00 I 51 MONUMENT, MONUMET CASE AND COVER 19 EA 300.00 5,700.00 245.00 4,655.00 315.00 5,985.00 176.47 3,352.93 200.00 3,800.00 300.00 5,700.00 52 ADJUST MONUMENT CASE AND COVER 5 EA 200.00 1,000.00 215.00 1,075.00 105.00 525.00 106.60 533.00 157.00 785.00 250.00 1,250.00 53 CEMENT CONC, SIDEWALK, 4 -IN DEPTH 4,500 SY 20.00 90,000 -00 15.85 71,325.00 15.90 71,550.00 17.99 80,955.00 16.08 72,360.00 17.00 76,500.00 I 54 CEMENT CONC, SIDEWALK, 6 -IN DEPTH 100 SY - 30.00 `3;000.00 25.00 2,500.00 25.20 2,520.00 27:82 " 2;782:00 `25.56 2,556.00 27.00 2,700.00 55 CEMENT CONC. SIDEWALK RAMP, TYPE 2A 24 EA 500.00 12,000.00 785.00 18,840.00 787.50 18,900.00 825.00 19,800.00 800.00 19,200.00 850.00 20,400.00. • 56 CEMENT CONC. SIDEWALK RAMP, TYPE 4A 48 EA 500.00 24,000.00 640.00 30,720.00 596.40 28,627.20 671.00 32,208.00 650.00 31,200.00 650.00 31,200.00 57 SIGNPOST SOCKETS 30 EA 30.00 900.00 25.00 750.00 25.00 750.00 73.47 2,204.10 34.00 1,020.00 45.00 1,350.00 :. I 58 HEAVY LOOSE RIPRAP 5 CY 100.00 500.00 125.00 625.00 100.00 500.00 47.40 237.00 100.00 500.00 100.00 500.00 59 MAILBOX SUPPORT 12 EA 200.00 2,400.00 175.00 2,100.00 183.75 2,205.00 183.42 2,201.04 182.00 2,184.00 300.00 3,600.00 60 ILLUMINATION SYSTEM 1 LS 275,000.00 275,000.00 245,000.00 245,000.00 278,250.00 278,250.00 291,500.00 291,500.00 256,000.00 256,000.00 276,000.00 276,000.00 I 61 TRAFFIC SIGNAL SYSTEM 1 LS 80,000.00 80,000.00 165,000.00 165,000.00 186,900.00 186,900.00 195,800.00 195,800.00 170,500.00 170,500.00 183,000.00 183,000.00 62 REPAIR OR REPLACEMENT 1 FA 40,000.00 40,000.00 40,000.00 40,000.00 40,000.00 40,000.00 40,000.00 40,000.00 40,000.00 40,000.00 40,000.00 40,000.00 I TOTAL SCHEDULE 'A' (NO SALES TAX): 4,104,059.00 3,490,032.00 3,617,942.10 3,912,878.22 3,898,255.10 4,148,054.00 I I CITY OF YAKIMA • lie w • . •.• ' '• •. � 1 _ Washington Avenue Widening /Reconstruction i (� f Fed Aid Nos. REV#4558(001), TIB#8 -4 -039(019) -1, > ; :I 1 1 TIB #9 -E -039(007) -1, FAA# AIP -3 -53 -0089 -25 I t ■...; ".. .�7 PROJECT NOS. 1901 & 1915 4 DATE: JULY 8, 2004 \I, '• A' � . FILE: 1901-1915 Washington Ave Bid Sum.pub '�°�� SHEET 2 of 4 • e - I BID SUMMARY ENGINEERS SUPERIOR PAVING COLUMBIA ASPHALT APOLLO INC. MRM CONSTRUCTION MARSHBANK I Washington Ave Widening /Reconstruction ESTIMATE & GRAVEL INC. CONSTRUCTION, INC. Fed Ai #s REVi�4558(009), TIB#8-4-039(019) -1, TIB #9 -E -039(007) -1 Yakima, WA Yakima, WA Kennewick, WA Ellensburg, WA Lake Stevens, WA CITY PROJECT NO. 1901 81915 I ITEM Bid Security ITEM 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND NO. QTY UNIT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 30" Sewer Trunk Line: Schedule 'B' I 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS 500.00 500.00 250.00 250.00 500.00 500.00 1.00 1.00 745.50 745.50 500.00 500.00 2 MOBILIZATION 1 LS 5,000.00 5,000.00 20,000.00 20,000.00 1,000.00 1,000.00 28,367.00 28,367.00 3,700.00 3,700.00 90,000.00 90,000.00 3 TRAFFIC CONTROL SUPERVISOR 100 HR 35.00 3,500.00 . 34.00 3,400.00 34.00 3,400.00 37.40 3,740.00 37.28 3,728.00 38.00 3,800.00 I 4 TRAFFIC CONTROL LABOR 200 HR 31.00 6,200.00 33.00 6,600.00 33.00 6,600.00 36.30 7,260.00 33.00 6,600.00 35.00 7,000.00 5 CONSTRUCTION SIGNS CLASS 'A' 60 SF 10.00 600.00 6.50 390.00 390.00 23,400.00 7.15 429.00 7.77 466.20 10.00 600.00 6 SAW CUT, PER INCH DEPTH 400 LF 1.00 400.00 0.25 100.00 240.00 96,000.00 1.10 ' 440.00 0.71 284.00 2.00 800.00 I 7 MANHOLE 60 IN. DIAM. TYPE 1 10 EA 3,000.00 30,000.00 3,275.00 32,750.00 2;500.00 25,000.00 3,014.80 30,148.00 5,135.43 51,354.30 6,500.00 65,000.00 8 MANHOLE ADDITIONAL HEIGHT 60 IN. DIAM. TYPE 1 43 LF 200.00 8,600.00 160.00 6,880.00 200.00 8,600.00 154.00 6,622.00 133.13 5,724.59 225.00 9,675.00 9 REM. 48 IN. MANHOLE & REPL W/ 72 IN. DIAM MANHOLE, TYPE 2 7 -05.5 1 LS 6,000.00 6,000.00 9,500.00 9,500.00 11,000.00 11,000.00 6,095.00 6,095.00 2,453.76 2,453.76 9,800.00 9,800.00 10 TRENCH DEWATERING 1 FA _ 200,000.00 200,000.00 200,000.00_ 200,000.00 200,000.00 200,000.00 200,000.00 200,000.00 200,000.00 200,000.00 200,000.00 200,000.00 I 11 STRUCTURE EXCAVATION CLASS 'B' INCLUDING HAUL 8,380 CY ' 6.50 54,470.00 4.00 33,520.00 6.00 50,280.00 8.97 75;168.60 0.61 5,111.80 17.00 142,460.00 12 SHORING OR EXTRA EXCAVATION CLASS 'B' 3,200 LF 1.50 4,800.00 4.00 12,800.00 2.00 6,400.00 0.71 2 1.03 3,296.00 1.00 3,200.00 13 GRAVEL BACKFILL FOR FOUNDATIONS CLASS 'A' 800 CY 24.00 19,200.00 31.50 25,200.00 35.00 28,000.00 16.71 13,368.00 32.70 26,160.00 27.00 21,600.00 14 REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 1,000 CY 15.00 15,000.00 7.00 7,000.00 21.00 21,000.00 15.22 15;220.00 23.87 23,870.00 30.00 30,000.00 I 15 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 100 TON 20.00 2,000.00 31.50 , 3,150.00 11.00 1,100.00 10.64 1,064.00 13.17 1,317.00 24.00 2,400.00 16 PVC SANITARY SEWER PIPE - 30 IN. DIAM, 3,200 LF 65.00 208,000.00 74.00 236,800.00 81.00 259,200.00 .52.29 167,328.00 82.40 263,680.00 75.00 240,000.00 17 SANITARY SEWER BYPASS 1 LS 20,000.00 20,000.00 19,000.00 . 19,000.00 12,000.00 12,000.00 7,413.00 7,413.00 4,136.46 4,136.46 _ 33,000.00 33,000.00 I 18 REPAIR OR REPLACEMENT 1 FA 5,000.00 5,000.00 - 5,000.00 589,270.00 622, 5000 5,000.00 5000 5,000.00 5,000.00 - 5,000.00 5,000.00 - 5,000.00 - ;17) . 00.00 SUBTOTAL SCHEDULE'S': 340.00 758,480.00 569,935.60 607,627.61 864,835.00 STATE SALES TAX: SCHEDULE 'B' @ 7.9% : 46,552.33 i, 49,164.86 59,919.92 45,024.91 48,002.58 68,321.97 TOTAL Schedule 'B' (with SALES TAX) : 635,822.33 671,504.86 818,399.92 614,960.51 655,630.19 933,156.97 I I I I - � ' " CITY OF YAKIMA t F � '• •..,�j f Washington Avenue Widening/Reconstruction 1 1 t Fed Aid Nos. REV#4558(001), TIB#8 -4 -039(019) -1, TIB #9 -E -039(007) -1, FAA# AIP -3 -53 -0089 -25 . PROJECT NOS. 1901 & 1915 « • * > � DATE: JULY 8, 2004 I\ /, ..... • 'M ; , �� FILE: 1901 -1915 Washington Ave Bid Sum.pub I �' '� SHEET 3 of 4 I BID SUMMARY SUPERIOR PAVING COLUMBIA ASPHALT APOLLO INC. MRM CONSTRUCTION MARSHBANK I Washington Ave Widening /Reconstruction ENGINEERS CO. GRAVEL INC. CONSTRUCTION, INC. Fed Aid #s REV#4558(001), TIB ESTIMATE #8 -4- 039(019) -1, TIB #9 -E -039(007) -1 Yakima, WA Yakima, WA Kennewick, WA Ellensburg, WA Lake Stevens, WA CITY PROJECT NO. 1901 & 1915 ■ I ITEM Bid Security 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND NO. ITEM QTY UNIT UNIT PRICE AMOUNT UNIT PRICE ' AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE ' AMOUNT UNIT PRICE . AMOUNT 8 ",12" & 15" Sewer Collection Lines: Schedule 'C' I 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS 500.00 500.00 200.00 200.00 500.00 500.00 1.00 1.00 100.00 100.00 500.00 500.00 2 MOBILIZATION 1 LS 5,000.00 5,000.00 35,000.00 35,000.00 1,000.00 1,000.00_ 25,699.00 25,699.00 3,700.00 3,700.00 67,000.00 67,000.00 3 TRAFFIC CONTROL SUPERVISOR 100 HR 35.00 3,500.00 34.00 3,400.00 34.00 3,400.00 37.40 3,740.00 , 37.28 3,728.00 38.00 3,800.00 I 4 TRAFFIC CONTROL LABOR 400 HR 31.00 12,400.00 33.00 13,200.00 33.00 13,200.00 36.30 14,520.00 7.15 .429.00 33.00 13,200.00 35.00 14,000.00 _ 5 CONSTRUCTION SIGNS CLASS 'A' 60 SF 10.00 600.00 6.50 390.00 6.50 390.00 7.77 466.20 10.00 600.00 6 SAW CUT, PER INCH DEPTH 2,000 LF 1.00 2,000.00 0.25 500.00 0.20 400.00 0.55 1,100.00 I 0.71 1,420.00 2.00 4,000.00 7 MANHOLE 48 IN. DIAM. TYPE 1 15 EA 2,200.00 33,000.00 1,850.00 27,750.00 2,500.00 37,500.00 1,689.40 25,341.00 3,600.00 54,000.00 2,100.00 31,500.00 I 8 MANHOLE ADDITIONAL HEIGHT 48 IN. DIAM. TYPE 1 32 LF 150.00 4,800.00 165.00 5,280.00 _ 200.00 6,400.00 126.50 4,048.00 100.00 3,200.00 200.00 6,400.00 9 TRENCH DEWATERING 1 FA 200,000.00 200,000.00 200,000.00 200,000.00 200,000.00 200,000.00 200,000.00 200,000.00 200,000.00 200,000.00 200,000.00 200,000.00 , 10 STRUCTURE EXCAVATION CLASS 'B' INCLUDING HAUL 6,450 CY 5.00 32,250.00 4.00 25,800.00 6.00 38,700.00 15.83 102,103.50 3.22 20,769.00 30.00 193,500.00 I 11 SHORING OR EXTRA EXCAVATION CLASS 'B' 5,060 LF 1.50 7,590.00 4.00 20,240.00 2.00 10,120.00 3,592.60 1.00 5,060:00 1.00 5,060.00 . 12 GRAVEL BACKFILL FOR FOUNDATIONS, CLASS 'A' 500 CY 24.00 12,000.00 45.00 22,500.00 35.00 17,500.00 16.90 8;450.00 32.70 16,350.00 27.00 13,500.00 13 REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 1,500 CY 15.00 22,500.00 12.50 18,750.00 21.00 31,500.00 15.22 22,830.00 23.87 35,805.00 30.00 45,000.00 14 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 200 TON 20.00 4,000.00 31.50 6,300.00 11.00 2,200.00 10.24 2,048.00 13.17 2,634.00 23.00 4,600.00 I 15 PVC SANITARY SEWER PIPE - 4 IN. DIAM. 160 LF 24.00 3,840.00 52.50 8,400.00 65.00 10,400.00 4.96 793.60 36.79 5,886.40 61.00 9,760.00 16 PVC SANITARY SEWER PIPE - 8 IN. DIAM. 400 LF 25.00 10,000.00 27.00 10,800.00 24.95 9,980.00 8.97 _ 3,588.00 46.53 18,612.00 8.00 3,200.00 - 17 PVC SANITARY SEWER PIPE -12 IN. DIAM. 2,400 LF 26.00 62,400.00 30.40 72,960.00 29.70 71 280.00 12.69 30,456.00 - 40.79 97,896.00 13.00 31,200.00 - _ 1 t8 PVC SANITARY SEWER PIPE -15 IN, DIAM. - 2,100 LF 30.00 63,000.00 35:20 " ' 73,920.00 34.15 71,715.00 15:84 33,264.00 38:06 79;926:00 23.00 48,300.00 19 FURNISHING &JACKING 21 IN. O.D. STEEL CASING PIPE 50 LF 450.00 22,500.00 750.00 37,500.00_ 800.00 40,000.00 770.58 38,529.00 730.38 36,519.00 675.00 33,750.00 20 REPAIR OR REPLACEMENT 1 FA 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 5,000.00 SUBTOTAL, SCHEDULE 'C' : 506,880.00 587,890.00 571,185.00 525,532.70 604,271.60 720,670.00 I STATE SALES TAX: SCHEDULE 'C' (@ 7.90) : 40,043.52 46,443.31 45,123.62 41,517.08 47,737.46 56,932.93 TOTAL Schedule 'C' ( with SALES TAX) : 546,923.52 634,333.31 _ 616,308.62 _ 567,049.78 652,009.06 _ 777,602.93 TOTAL Schedule'B' ( with SALES TAX): 635,822.33 671,504.86 818,399.92 614,960.51 655,630.19 933,156.97 I TOTAL Schedule 'A' ( SALES TAX ): 4,104,059.00 3,490,032.00 3,617,942.10 3,912,878.22 3,898,255.10 4,148,054:00 " TOTAL ALL SCHEDULES 'A' + `B' + 'C' = 5,286,804.85 4,795,870.17 5,052,650.64 5,094,888.52 5,205,894.35 5,858,813.90 I II � - \ -' �,, CITY OF YAKIMA ,� • ' • "''! Washington Avenue Widening /Reconstruction I - ' � Alfillib■• .' y Fed Aid Nos. REV#4558 001 TIB#8 -4 -039 019 -1 . • ,� TIB #9 -E -039(007) -1, FAA# AIP -3 -53 -0089 -25 PROJECT NOS. 1901 & 1915 DATE: JULY 8, 2004 /1 • • • • M,d FILE: 1901 -1915 Washington Ave Bid Sum.pub �� , SHEET 4 of 4 1 = '" DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Engineering Division L. i 129 North Second Street r\,,)V Yakima, Washington 98901 ' ', • (509) 575 -6111 • Fax 576 -6305 K. Wendell Adams, City Engineer 1 ' July 12, 2004 Superior Paving Company ' Attention: Mr. Bill Hammett P.O. Box 10268 Yakima, WA 98909 ' Re: Washington Ave. Widening and Reconstruction, 52 Ave. to 24 Ave. City Projects: 1901 & 1915; ' REV# 4558 (001); TIB# 9 -E- 039(007) -2; FAA No. A 0089 E'- 3- .7J -uvQC 't 5 Dear Bill: ' The City Manager of the City of Yakima has authorized an award of the contract for the above referenced project to your company on the basis of your bid price of $ 4,795,870.17 for all ' Schedules, `A', `B' & `C' submitted on July 8 2004. This letter shall become a contract specification at the time of award. ' It is the policy of the United States Department of Transportation and the City of Yakima that Disadvantaged Business Enterprises (DBE), as defined in the specifications for this contract, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds. Consequently, (except as specifically provided in the specifications for this contract) the requirements. of 49 CFR 26 apply to this contract. ' As contractor, you are agreeing to ensure that DBE as defined in the specifications of this contract have the maximum opportunity to participate in the performance of this contract. In this regard, you are obliged to take all necessary and reasonable steps in accordance with 49 CFR 26 to ensure DBEs are informed of this project and given equal consideration in awarding of work. You are legally bound not to discriminate on the basis of race, color, national origin, or sex in the ' performance of this contract. The award of this contract was made with the understanding that the firms listed on the DBE ' Utilization Certification will be performing the dollar value of work as indicated. Prior to submitting the signed contract for execution, Superior Paving Company will provide the ' following two items: Yakima I I I! ' 1994 1) Breakout information for all successful DBEs as shown on the DBE Utilization Certification. ' • Correct business name, federal employer identification number (if available), and mailing address. ' • List of all bid items assigned to each DBE firm, including unit prices and extensions, indicating any anticipated sharing of resources (e.g., equipment, employees, etc.) • Indicate partial items - specify the distinct elements of work to be performed by the DBE firms and provide a complete description of these partial items. ' Note: Total amounts shown for each DBE shall not be less than the amount shown on the Utilization Certification. 2) A list of all firms who submitted a bid or quote in an attempt to participate in this contract whether they were successful or not. Include the following information: • Correct business name, federal employer identification number (optional), and mailing address. ' Please return these documents within 20 calendar days after the date of award. We have prepared and have on hand at the Yakima City Clerk's office four (4) copies of the Project Contracts. You have ten (10) days from this date to sign these documents and furnish the required Performance Bond and Certificate of Insurance. ' Enclosed is one *set of the specifications, proposal and contract documents for your information. Your attention is directed to the Public Liability and Property Damage Insurance sections of the ' Specifications for coverage limits, additional insurance requirements and special ACORD form wording. Please contact Bruce Floyd, (509) 575 -6138, within ten (10) days 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. Should you have any questions, please contact me at 575 -6228 or City Engineer, K. Wendell ' Adams, P.E. at 576 -6648. Sincerely, g ri-e-42)-447--0-14-4-11:4Robert Desgro flier ' Senior Engineer encl. ' cc: K. Wendell Adams, P.E., City Engineer Bruce Floyd, Construction Supervisor Wendy Leinan, Contract Specialist ' Roger Arms, P.E., WSDOT Highways & Local Programs Engineer Finance File i 61 , Y� `,,1 DEPAREngineeriTMng ENT OF Division COMMUNITY AND ECONOMIC DEVELOPMENT ', �. j• 3's 129 North Second Street C), ' .';1 Yakima, Washington 98901 ' °, n, ,'•, .� f . 9 � 6 (509) 575 -6111 • Fax 576 -6305 K. Wendell Adams, City Engineer ADDENDUM NO. 1 I TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA t for WASHINGTON AVENUE WIDENING - PHASE I I CITY OF YAKIMA PROJECT NUMBERS 1901 & 1915 I BID OPENING: Wednesday, June 16 2:00 p.m., City Hall Council Chambers I TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: I ITEM 1. Bid Opening: I The Bid Opening has been rescheduled to Wednesday, June 16 2:00 p.m, I ITEM 2. Standard Specifications; Amendments Section 1 -07: Section 1 -07 Legal Relations and Responsibilities to the Public, (Pages 7 -9) I 1- 07.13(4) Repair or Damage and 1 -07.18 Public Liability and Property Damage Insurance I These sections shall be deleted in their entirety from the Construction Contract Specifications and Bid Documents. I ITEM 3. Contract Provisions; Special Provisions Section 1 -07: I Section 1 -07 Legal Relations and Responsibilities to the Public, (Page 45) I 1 -07.2 State Taxes This section is supplemented with the following: I The sanitary sewer and all work included in the Addendum shall be subject to the provisions of Section 1- 07.2(2). Yakima ring r 1 Addendum 1 Page 1 of 18 6/1/04 7994 .1 ITEM 4. Contract Provisions; Special Provisions Section 1 -08: Section 1 -08 Prosecution and Progress, (Page 67 g ( g ) 1- 07.13(4) Time for Completion This section on Page 67 of the Special Provisions is deleted and replaced with the following: This project shall be physically completed in its entirety within * 200 * working days. ITEM 5. Contract Provisions; Special Provisions Section 7 -05: 1 Section 7 -05 Manholes, Inlets and Catch Basins, (Page 98) • 7 -05.3 Construction Requirements This section is modified as follows: 1 The drain rock shall meet the requirements of ASTM C -33 for #4 Drain Rock ( 1 '/2 "- 3/8 "). 1 The removal of a 48 -inch diam. manhole and replacement with a 72 -inch diam. manhole, type 2, shall coincide with the construction of a sewer bypass as detailed 1 in section 7 -17.5 of these special provisions, this addendum and as on the plans. 7 -05.4 Payment ' This section is supplemented with the following: The lump sum unit contract price for "Remove 48 -inch Manhole and Replace with a 72 -inch Diam. Manhole, Type 2," shall include all labor, equipment and materials to perform all work involved with this item. (Payment for sanitary 1 sewer bypass during removal of the existing manhole and placement of the new manhole shall be per section 7- 17.5.) • ITEM 6. Contract Provisions; Special Provisions Section 7 -08: Section 7 -08 General Pipe Installation Requirements, (Page 99) 7- 08.3(1)A Trenches 1 This section is supplemented with the following: Trench dewatering will be required for the sanitary sewer pipe installation. The q rY P P Contractor is advised that the existing water table is approximately 5 feet higher than the required grade of the sanitary sewer pipe. It will be the contractor's 1 Addendum 1 Page 2 of 18 6/1/04 1 I . responsibility to ensure that the sanitary sewer pipe is laid in the dry. The Contractor shall provide the Engineer with his proposed method of dewatering the trench, and ' shall not begin work until his method has been approved. 7 -08.5 Payment This section is supplemented with the following: ' "Trench Dewatering ", per lump sum. The lump sum contract price for "Trench Dewatering" shall be full pay for all labor, equipment and materials required to keep water out of the trench while the sanitary sewer pipe is being laid. ' ITEM 7. Contract Provisions; Special Provisions Section 7 -17: ' Section 7 -17 Sanitary Sewers, (Page 99, new Special Provision) 7 -17.1 Description This section is supplemented with the following: This work shall consist of furnishing and jacking a 21 -inch diameter steel casing ' pipe beneath Spring Creek in the location shown on the Plans. This work shall consist of the necessary bypass of the existing sewer main and ' manholes for the purpose of removing a 48" diameter manhole and replacing it with a 72" manhole, Type 2, as shown and located on the plans. The Contractor ' shall provide all materials and equipment necessary to safely and adequately bypass sections of the sanitary sewer system to allow cleaning, preparation, installation, inspection and testing of proposed improvements. 7 -17.2 Materials ' This section is supplemented with the following: The sanitary sewer pipe installed on this project shall be Solid Wall PVC Sanitary ' Sewer Pipe conforming to Section 9- 05.12(1). The 21 -inch diameter steel casing pipe shall be thick enough to withstand the forces exerted by the jacking operation. 7 -17.3 Construction Requirements ' This section is supplemented with the following: ' • The Contractor is responsible to provide a bypass schedule for approval by the Engineer a minimum of 48 hours, excluding weekends, prior to scheduling work. AT NO TIME IS THE CONTRACTOR ALLOWED TO COMPLETELY t CLOSE WEST WASHINGTON AVENUE FOR THIS BYPASS. Addendum 1 Page 3 of 18 6/1/04 .1 7- 17.3(2)H Television Inspection This section is revised as follows: Replace the word "may" in the first sentence of the first paragraph with the word "shall ". This section is supplemented with the following: 1 Television inspection shall be done by City of Yakima Wastewater forces, after the trench has been backfilled and compacted to the required density and before any repaving work. The Engineer shall do the television inspection following all repairs found necessary by air and mandrel tests. The Contractor shall make arrangements with City of Yakima Wastewater Collection at (509) 575 -6118 or (509) 952 -6077 at least 24 hours in advance of the test. 7- 17.3(3) Furnishing and Jacking 21 -inch O.D. Steel Casing (New Section) 1 Add this new section as follows: The steel casing pipe shall be installed beneath Spring Creek by jacking. All requirements listed in the HPA shall be followed. Prior to installation, the Contractor shall submit, to the Engineer, an outline of the construction procedures, including a proposed Cased Piping Plan that has been stamped and signed by a Professional Engineer, registered in the State of Washington, certifying the proposed pipe will meet the minimum specifications. The procedures shall include the following requirements for a jacking and pit plan: 1. Plan view and elevation view showing the following: a) Dimension of P it. b) Shoring, bracing, struts, walers, or sheet pile. c) Size and type of casing. 2. The proposed methods of jacking the casing shall show the following: a) The jacking system. b) A detail of the separator cushion at the end of the casing against which the jacking force will be applied. c) The support system behind the jack. d) The support system under the jack and bottom of the pit. The shoring and jacking pit plan shall be prepared by and bear the seal and signature of a licensed professional engineer. Submittal shall be made within a minimum of 15 days prior to the anticipated construction. Construction shall not begin until the Engineer has approved the construction procedures and plan drawings. Approval by the Engineer shall not relieve the Contractor of the responsibility for the sufficiency of the shoring and jacking pit plans. The Addendum 1 Page 4 of 18 6/1/04 I . Contractor alone shall be responsible for worker safety and the City assumes no responsibility. 1 Jacking, auguring and tunneling operations shall be conducted to prevent caving ahead of the pipe, which will cause voids outside of the pipe. If voids occur, the Contractor shall backpack the voids with sand and pea gravel and fill the voids with a pumped portland cement grout. The auger head shall not proceed more than four inches ahead of the pipe being jacked. If the material encountered ' • during the Contractor's operations make auguring ahead of the casing impractical, the auger shall be withdrawn into the casing and jacking operations shall precede the boring. ' Removal of the material from the pits by washing or sluicing will not be permitted. After the casing pipe is jacked in place, the inside shall be thoroughly ' cleaned free from grease, dirt, rust, moisture, or other deleterious contaminants. All welding on the steel casing pipe shall be done by a certified welder and shall meet the requirements specified in Section 6- 03.3(25) of the Standard Specifications. The new P.V.C. carrier pipeline shall be skidded into a centered position inside ' the casing pipe using suitable fiberglass or plastic skids with Stainless Steel accessories installed per manufacturer's specifications. (similar to CALPICO, ' Inc. Model PX Centering Casing Insulators). At the completion of the installation of the new P.V.C. carrier pipeline within the new Steel Casing pipe, the ends of the casing pipe shall be sealed with wrap ' around type end seals having a stainless steel fastening system (similar to CALPICO, Inc. Model W, wrap around type end seals). ' 7 -17.4 Measurement ' Replace the second paragraph with the following: No separate measurement will be made for testing sewer pipe. ' Supplement this section with the following: ' Measurement of furnishing and jacking 21 -inch outside diameter steel casing will be by the linear foot along the invert of the pipe. ' No specific unit of measurement will apply for the lump sum item of sanitary sewer bypass. 7 -17.5 Payment This section is revised as follows: ' The sentence following the bid item "Testing Sewer Pipe" is replaced with: "All costs for testing the sewer pipe as required in Section 7- 17.3(2) shall be included in the unit contract price for `PVC Sanitary Sewer Pipe In. Diam.` per linear ' foot." Addendum 1 Page 5 of 18 6/1/04 .1 This section is supplemented with the following: "Furnishing and Jacking 21 In. Outside Diam. Steel Casing," per lineal foot. Furnishing and Jacking 21 In. Outside Diam. Steel Casing, per linear foot shall be full pay for furnishing all labor, materials, tools, and equipment necessary to perform the work. Included in the work is: excavating the jacking pit; disposing of excavated materials; jacking, furnishing, hauling and placing the 21 -inch 1 outside diameter steel casing pipe; backfilling; compaction of the jacking pit; providing and installing the insulator skids and casing end seals; installing casing vents and other work necessary to complete the installation beneath Spring Creek. Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal. "Sanitary Sewer Bypass ", Lump sum 1 The lump sum contract price for "Sanitary Sewer bypass" shall be full pay for performing all work as specified and approved by the Engineer. 1 ITEM 8. Contract Provisions; Special Provisions Section 8 -20: 1 Section 8 -20 Illumination, Traffic Signal Systems and Electrical (Page 107 -109) 8 -20.2 Materials ' This section on Page 107 of the Special Provisions is deleted and replaced with the following: All conduits below grade on this project shall be: Schedule 40 PVC Underground Conduits (electrical grade - gray color) with pull rope. Additional materials to be installed on this project include, but are not limited to: junction boxes, a pulling vault, light standards, luminaires, cement concrete anchor bases, anchor bolts, 1 conductors, and complete electrical service for a complete installation of the illumination system ready for service. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051- 4 -1/8), shall be installed in each conduit run with two (2) feet doubled back at each termination. 1 Wiring for street lighting shall be per NEC code and shall include one #10 ground and two #10 conductors. I 8- 20.3(10) Service This section on Page 108 of the Special Provisions is deleted and replaced with the g p P following: Addendum 1 Page 6 of 18 6/1/04 I . The source of power to the new service shall be from a 56" x 56" x 48" transformer vault as per the details, to be installed 30 feet northeast of the service to meet PP &L requirements. The transformer vault shall have a locking steel cover type lid No. 77 -2 -332, '80 style as per the details . to meet PP &L requirements. The service shall be a Strut -mount modified type B, single -phase ' 120v/240v 100 -amp service installed as per the plans and details to meet PP &L requirements. ' 8- 20.3(13)A Light Standards This section on Page 109 of the Special Provisions is deleted and replaced with the following: Light Standards shall have square base flanges requiring four (4) anchor bolts for ' connection to the foundation. Anchor bolt nut covers shall be provided on all Light Standards. The light standard on this project shall be a Type LP light standard as shown on the plans. ' 8- 20.3(13)B Luminaires ' This section on Page 109 of the Special Provisions is deleted and replaced with the following: i Luminaires to be used on this project shall be 250 -Watt, 240 Volt, GE COBRA Head Luminaires. 1 ITEM 9. Contract Provisions; Special Provisions Section 9 -29: ' Section 9 -29 Illumination, Signals, Electrical (Pages 112 -113) 9 -29.10 Luminaires This section on Pages 112 -113 of the Special Provisions is deleted and replaced ' with the following: Luminaires shall be GE 250 watt 120 volt, high - pressure sodium cutoff type. The luminaire shall contain a removable power module ballast assembly. The luminaire optical assembly shall contain a charcoal filter. The mogul base socket shall be adjustable and set at MCIII. Luminaires shall be fused per Section 9.29.7. The luminaire on Pole #3 shown on the plans shall have a photo eye (PE) for contactor control in the service. 9- 29.13(7)D Controller Cabinets This section is supplemented with'the following: The load bay shall be configured for the eastbound left -turn head red -ball blanking during phase 7 green -arrow interval. Provide phase 2 right -turn overlap with phase 7, phase 8 right -turn overlap with phase 2, and all -red flash. Addendum 1 Page 7 of 18 6/1/04 .1 9 -29.16 Vehicular Signal Heads ' This section on Page 113 of the Special Provisions is deleted and replaced with the following: ' All signal heads shall be 12 -inch aluminum with aluminum tunnel visors. All signal displays shall be LED modules. The phase 7 left turn signal head shall have four sections including a bi -modal left (yellow arrow -green arrow) section. The phase 2 four - section signal head shall have a bi -modal right (yellow arrow - green arrow) section for overlap with phase 7. The signal heads shall be mounted ' vertically with type N mounting. Mast Arm holes for all vehicle signal heads shall be field drilled. Prior to drilling, exact locations shall be verified by the City of Yakima Traffic Signal Supervisor. 1 9 -29.19 Pedestrian Push Buttons Supplement this section with the following: The pedestrian push button assemblies and signs shall be DOT Standard PPB -M ' H- bracket with sign or equal. The assembly shall be mounted at a height of 36 inches to the center of the push button. 9 -29.20 Pedestrian Signal Supplement this section with the following: ' Pedestrian signals shall be the LED type with the Hand/Person symbols filled in. The LED display module shall fit into a 16 x 17 inch housing. The symbols shall be side by side. The surface of the lens shall have a textured surface to reduce glare. GELCOR Model PS7CFCIOIA or approved equal. "Egg crate" visors are not required. The new pedestrian signals shall be mounted as shown on the DOT ' Standard Plans, Plan J -6f, Type E, side mount. 1 ITEM 10. Proposal: Item Proposal Bid Sheets: ' Add the one (1) enclosed Proposal Bid sheet, page 10 of this Addendum No. 1 dated 6/01/04 to the pages 137 —139 of the original Proposal Bid Sheets. ** Contractor must submit a bid on the base bid AND the additional sewer bid proposal or the entire bid will be rendered non - responsive. ** 1 1 Addendum 1 Page 8 of 18 6/1/04 1. ' ITEM 11. Plans: Additional Plan Sheets: 1 Add the sixteen (16) Plan Sheets number 38 through 53 to the Base Plan Sheets Packet. ' ** Contractor must submit a bid on the base bid AND the additional sewer bid proposal or the entire bid will be rendered non- responsive. ** 1 ITEM 12. Details: Additional Detail: ' Add the seven (7) Detail Sheets numbered pages 11 through 17 of this addendum to the Construction Contract Specifications & Bid Documents. This ADDENDUM is to be considered as much a part of the contract provisions as if ' it were included in the body of the Plans and Specifications. ' All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. ' APPROVED: G' 1 1 (1 J - z-v - K. Wendell Adams, P. ' . Date City Engineer • 1 1 i . 1 Addendum 1 Page 9 of 18 6/1/04 ITEM PROPOSAL BID SHEET (Add after page 139 of the bid documents) . WASHINGTON AVENUE WIDENING - PHASE I, ADDENDUM 1 ITEM PROPOSAL ITEM UNIT PRICE AMOUNT NO. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS I 1 -07.15 2 MOBILIZATION 1 LS 1 -09.7 I 3 TRAFFIC CONTROL SUPERVISOR 200 HR 1 - 10.5 _ 4 TRAFFIC CONTROL LABOR 400 HR 1 - 10.5 5 CONSTRUCTION SIGNS CLASS 'A' 120 SF 1 - 10.5 I 6 SAW CUT, PER INCH DEPTH 2,400 LF 2 - 02.5 7 MANHOLE 48 IN. DIAM. TYPE 1 15 EA 7 -05.5 I 8 MANHOLE 60 IN. DIAM. TYPE 1 10 EA 7 - 05.5 9 MANHOLE ADDITIONAL HEIGHT 48 IN. DIAM. TYPE 1 32 LF I 7 - 05.5 10 MANHOLE ADDITIONAL HEIGHT 60 IN. DIAM. TYPE 1 43 LF 7 - 05.5 I 11 REM. 48 IN. MANHOLE & REPLACE W/ 72 IN. DIAM MANHOLE, TYPE 2 1 LS 7 - 05.5 12 TRENCH DEWATERING 1 LS 7 -08.5 I 13 STRUCTURE EXCAVATION CLASS 'B' INCLUDING HAUL 13,530 CY 7 - 08.5 14 SHORING OR EXTRA EXCAVATION CLASS 'B' 8,100 LF I 7 - 08.5 15 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 300 TON 7 - 17.5 I 16 PVC SANITARY SEWER PIPE — 4 IN. DIAM. 160 LF 17 PVC SANITARY SEWER PIPE — 8 IN. DIAM. 400 LF 18 PVC SANITARY SEWER PIPE —12 IN. DIAM. 2,400 LF I 19 PVC SANITARY SEWER PIPE —15 IN. DIAM. 2,100 LF 20 PVC SANITARY SEWER PIPE — 30 IN. DIAM. 3,200 LF I 21 FURNISHING & JACKING 21 IN. O.D. STEEL CASING PIPE 50 LF 7 - 17.5 22 SANITARY SEWER BYPASS 1 LS I 7 - 17.5 SUBTOTAL, ADDENDUM BID ITEMS THIS PAGE : $ I STATE SALES TAX ON ADDENDUM BID ITEMS, THIS PAGE ONLY (7.9 %): $ SUBTOTAL FROM BASE BID, (BID DOCUMENTS PAGE 139): $ " TOTAL ALL BID ITEMS: BASE BID + (ADDENDA with SALES TAX): $ I ** Contractor must submit a bid on the base bid AND the additional I sewer bid proposal or the entire bid will be rendered non - responsive. ** Addendum 1 Page 10 of 18 6/1/04 I r N MN OM MI NM • MO IIIIIII • MO I MI MI I a a. A Manhole ring and cover a. A!� CD x -Mt— ® —E NOTES: 0 16 "' MAX 4" MIN ®�10 � Circular adjustment section r ® I. Knockouts shall hove a wall thickness of 2" minimum .. N to 2V2" maximum. V : Eccentric cone section I 12" (TSPl --- MANHOLE DIMENSION TABLE • - 48". 54 ". or 60" MINIMUM ::: WALL BASE MAXIMUM DISTANCE BASE REINFORCING STEEL DIA KNOCKOUT 50 IN/FT EACH DIRECTION THICKNESS THICKNESS SIZE BETWEEN z x KNOCKOUTS INTEGRAL BASE SEPARATE BASE .— � f 48" 4 6 " 36" " 0.15 0.23 `'Cl Precast riser sections 54 4yZ 8 12" B" 0.19 0.19 P 60" 5" 8 48" 8" 0.25 0.25 CM co O M Steps or ladder W . (2' MAX i 11 S l o Slope --Nr— Imo • 5 Channel and shelf MANHOLE TYPE 1 Mortar ( /' Fillet Reinforcing steel • • �� `< 2 l2 " I "" MIN 16 ". 2V2" MAX SEPARATE CAST IN PLACE BASE PRECAST BASE WITH INTEGRAL RISER CS ,�. "0" Ring Grovel backfill for ° A pipe zone bedding 12 6 SEPARATE PRECAST BASE • > Manhole ring and cover fa. ■ al, 16 n i ".11 7 .... 0 !.... Circular odjustment section NOTES MIN . 1 .' I. Knockouts shall have a wall thickness of 2" minimum g • ' m t_ ' 0, ( ;p ... , to 21/2" maximum' ,:.::s. ... .0 ...;• Eccentric cone section . ...,,. . I 1 .f., ... .... - 4 .t, 48 or 54 a -.. e.: Precast riser section MANHOLE DIMENSION TABLE 't. MAXIMUM MINIMUM BASE REINFORCING STEEL • ,-., °. DIA WALL BASE DISTANCE in IN EACH DIRECTION THICKNESS THICKNESS KNOCKOUT BETWEEN SIZE KNOCKOUTS INTEGRAL BASE SEPARATE BASE 'ii •:%', ..... 4 °iJ , •:. • .,, .t . 1:':ir 72 6" 8, NO 12 0.24 0.35 , . • Flat slab top 96" 8" 12" 84" 12' 0.29 0.39 '- A 'J.,: W 1•••!i• Cr0 :.,i•°. CD 72" or 96" .-, IV •:.•';'''• e.... 00 Steps or ladder ... .7 - m IN ri- t • t:• v '.. 2411 - ''.• ,.. Slope --1.... 12" MAX . ffmiik...1 Channel and shelf MANHOLE TYPE 2 . Mortar Fillet " .. Reinforcing steel / . ; • -.. •''• ...:,. : 1" MIN 171 2'6" MAX ,:.. ,:. '.:::: Y.l. Ts" SEPARATE CAST IN PLACE BASE PRECAST BASE WITH INTEGRAL RISER cr■ "0" Ring -...., 41. Grovel bockfill for pipe zone bedding -,•••:::*.i,..::::,1•:::i.:::::':::::':'....;'.':/::::;':, I'. SEPARATE PRECAST BASE , . 111111 - MN MI ME - MN - NM - MI MI ME MN ME MI NM MN 111111 I I SEE DETAIL R24 FOR TRENCH PATCHING �'` EXCAVATION _ \" PAYMENT LINE . f FOR PIPES 15 INCHES AND UNDER I I.D. + 30 INCHES _ NATIVE MATERIAL SHALL BE USED FOR • BACKFILL UNLESS OTHERWISE DIRECTED • BY THE ENGINEER. VA G CRUSHED SURFACING TOP COURSE • I �O F, SHALL BE USED FOR BEDDING MATERIAL UNLESS OTHERWISE DIRECTED BY 1. THE ENGINEER. I .10- 4 5a � UNSUITABLE FOUNDATION MATERIAL SHALL s ��\ Z WZ !/:\!/:Z BE REPLACED WITH GRAVEL BACKFILL FOR I SUITABLE EARTH FOUNDATION FOUNDATIONS CLASS B. (SEE NOTE) I S4 TYPICAL TRENCH SECTION NTS City of Yakima — Engineering Division I • I I I APPROVED: 2.10.99 CITY OF YAKIMA.- STANDARD DETAIL I TYPICAL TRENCH DETAIL I S4 I Addendum 1 Page 13 of 18 6/1/04 I 1 SANITARY SEWER MAIN NOTES SIDE SEWER 1. TEES OR WYES SHALL BE INSTALLED IN I NEW SANITARY SEWER MAINS. WHEN D j g INSTALLING SIDE SEWERS IN EXISTING MAINS, �J CONNECTION SHALL BE MADE BY MACHINE MADE fTAP AND APPROVED SADDLE. I 2. WHERE DEPTH IS INSUFFICIENT TO ALLOW TEE -WYE (STD) CONNECTION AS SHOWN, CONNECT SERVICE AS DIRECTED BY ENGINEER. A A 3 ALL SIDE SEWER MATERIALS SHALL BE PVC TO TH SEWER PIPE 12 L____ 1 j ' � OF SECTION 7-18 2 OF THE STD. SPECS. REQUIREMENTS 4. TERMINATE SIDE SEWER AT R/W LINE UNLESS OTHERWISE DIRECTED BY THE ENGINEER OR SIDE SEWER OTHERWISE ON PLANS. 5. MINIMUM SLOPES ARE AS FOLLOWS: Lg. 4 DIA. PIPE = 0.02 ft /ft I WYE (AS REQUIRED) 6" DIA. PIPE = 0.01 ft /ft 6. BACKFILL WITHIN THE RIGHT OF WAY SHALL BE CRUSHED SURFACING TOP COURSE FULL DEPTH AS DIRECTED BY THE ENGINEER. I Ii z PLAN I u 18" #4 REBAR BURIED MIN SLOPE - SEE NOTE, `''$ 6 " -12" BELOW FINISH I L41,p °1 GRADE TIED IN MARKER , ¢s I OBSTRUCTION , I I TAPE \ IN THIS AREA 1 22 1/2' OR 45' \ 'L`E ' DETECTABLE MARKER TAPE BENDS AS REQUIRED MIN SLOPE - SEE NOTE � I f I' 1 PER STD. SPECS IVO Z PLACE 1 2" ABOVE ENTIRE LENGTH OF SIDE SEWER MIN SLOPE - SEE NOTE CONNECTION AT OBSTRUCTION 1 IIW. ■ PLUG OR CAP 45* \ AS REQUIRED `, 1 O TEE -WYE I SECTION A —A S9 SIDE SEWER CONNECTION DETAIL I NTS City of Yakima - Engineering Division I . APPROVED: 2.10.99 I CITY OF YAKIMA - STANDARD DETAIL I SIDE SEWER DETAIL S9 Addendum 1 • Page 14 of 18 6/1/04 1 1, I # 13 BARS EQUALLY SPACED • MAX. 8" O.C. WALLS & FLOOR 48" I.D. PIPE 1 I ‘e4 . it • � II �_ I I Ii ■. `� I.E. 1050.04 II I L_Lill N . , I y� 'WO I '4W; 7 f PIPE ANCHOR BOLTS EQUALLY • 3 -0" NOTES: SPACED (MAX. 24" O.C.) 6" I ELEVATION VIEW IF CONCERT PIPE IS USED, PIPE ANCHOR BOLTS MAY BE OMITTED. EPDXY COATED STEEL REINFORCING 1 BARS SHALL BE USED. CEMENT CONCRETE FOR STRUCTURES SHALL BE CLASS 4000. , ice ii 1 II f 'r 1 I III III 1 i T In 1 -.A II I IIIII I I I PLAN VIEW D6 CREEK INLET STRUCTURE NTS City of Yakima — Engineering Division I I I APPROVED: 2.17.99 CITY OF YAKIMA - PROJECT DETAIL I CREEK INLET STRUCTURE I D6 I Addendum 1 Page 15 of 18 6/1/04 • a n 6° NOTES: > IF CONCERT PIPE IS USED, PIPE ANCHOR BOLTS MAY BE OMITTED. 3 EPDXY COATED STEEL REINFORCING BARS SHALL BE USED. > CEMENT CONCRETE FOR STRUCTURES SHALL BE CLASS 4000. # 13 BARS EQUALLY SPACED MAX. 12" O.C. WALL & BASE ma O -18"h- 48" I.D. PIPE # 13 BARS EQUALLY SPACED n 1 MAX. 12" O.C. WALL &BAS r ` II a m 2 " TYP r,/""""ii■ > I c DRAINAGE GATE ATTACHMENT '� r PER MANUFACTURERS DETAIL ( ) 1 °O _ 48" I.D. PIPE j f iD n I I.E. 1049.96 j0 11 1' Et-- ;` � m • I t• 2" --1.-- TYP I I :� CO C 4' -8" PIPE ANCHOR BOLTS EQUALLY 3' -0" m SPACED (MAX. 24" O.C.) N SECTION VIEW ELEVATION VIEW -I 70 C D7 CREEK OUTLET STRUCTURE ° C NTS City of Yakima — Engineering Division : o m A P N J O i .... c0 • NM • MN MI 1111111 MN —, MI MN MIN MI M•11 IN an i i i i i i i i i i i i i i i i i i , a - • a O T ' <; D D - v RIW Rm O 30' 30' rn n 3' 2' I 18' 18 I 2' I 3' Q (IQ rTI C D O 2x 2% COMPACTED SUB GRADE Z 2' CLASS 'A' ACP (COMPACTED DEPTH) C 8 CSBC (COMPACTED DEPTH) , SPRING CREEK ROAD — TYPICAL NEW SECTION • rn 70 m A O Z cn (.1 O 1 1 1 1 1 1 1 END OF ADDENDUM NO. 1 1 i 1 1 1 1 1 Addendum 1 Page 18 of 18 6/1/04 1 I &,% \' ;j'hh,� DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT • `L �!' a Engineering Division 129 North Second Street L) i ),-,,_$,, Yakima, Washington 98901 � ` (509) 575 -6111 • Fax 576 -6305 I K. Wendell Adams, City Engineer I ADDENDUM NO. 2 TO THE BID DOCUMENTS & SPECIFICATIONS 1 FOR THE CITY OF YAKIMA, WA for ' WASHINGTON AVENUE WIDENING - PHASE I I CITY OF YAKIMA PROJECT NUMBERS 1901 & 1915 I BID OPENING: Wednesday, June 23` 2:00 p.m., City Hall Council Chambers 1 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Bid Opening: I The Bid Opening has been rescheduled to Wednesday, June 23` 2:00 p.m, 1 ITEM 2. Additional Changes: Additional project plan, specification, contract document modifications and additional I details will be sent out via U.S. Postal Service on Saturday, June 12, 2004 in ■ ADDENDUM No. 3. 1 The plan, specifications and contract document modifications in ADDENDUM No. 3 will also be sent out via FACSIMILE to all plan holders. 1 This ADDENDUM is to be considered as much a part provisions of the contract as if p 1 it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form 1 prior to bid opening. I APPROVED: 466jek — / /- Z ao- K. Wendell Ad m (o s P.E. Date City Engineer Yakima 1 • END OF ADDENDUM NO. 2 rffir 1 1441 Addendum 2 Page 1 of 1 6/1 1/04 1 c-'r``Y " DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT :. Engineering Division '" r 129 North Second Street % C ) Yakima, Washington 98901 6 )? (509) 575 -6111 • Fax 576 -6305 X1,1 • ^!.0 a 0, I K. Wendell Adams, City Engineer I ADDENDUM NO.3 TO THE BID DOCUMENTS & SPECIFICATIONS I FOR THE CITY OF YAKIMA, WA for WASHINGTON AVENUE WIDENING — PHASE I I CITY OF YAKIMA PROJECT NUMBERS 1901 & 1915 I BID OPENING: Wednesday, June 23 2:00 p.m., City Hall Council Chambers I TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: I ITEM 1. Contract Provisions; Special Provisions Section 1 -03: I Section 1 -03 Award and Execution of Contract, (Page 38) I - Add the following, section: 1 -03.2 Award of Contract I This section shall be supplemented as follows: I The city reserves the right to award any or all bid schedules to a single bidder. Some schedules may not be awarded due to budgetary constraints. I ITEM 2. Contract Provisions; Special Provisions Section 1 -05: Section 1 -05 Control of Work, (Page 38) I ( * * * * *) Licensed Surveyors, (Page 43) I . The first ara a h shall r p gr p be replaced with the following: I The Contractor shall be responsible for locating legal survey markers such as GLO monuments or property corner monuments.- The Contracting Agency will provide "rights of entry" as needed by the Contractor to perform the work. Yakima lip ' Addendum 3 Page 1 of 14 6/12/04 1994 ' ITEM 3. Contract Provisions, Special Provisions Section 1 -07: Section 1 -07 Legal Relations and Responsibilities to the Public, (Page 45) ' 1 -07.11 Requirements for Nondiscrimination, (Page 48) ' Disadvantaged Business Enterprise Condition of Award Obligation, (Page 54) This section is supplemented with the following: ' The DBE Goal established at 8% shall apply only to Schedule A of the Bid Item Proposals: Washington Avenue Widening and Reconstruction, as amended with this ADDENDUM No. 3. ' ITEM 4. Contract Provisions; Special Provisions Section 7 -08: Section 7 -08 General Pipe Installation Requirements, (Page 99) ' 7- 08.3(1)A Trenches ' This section, on page 99 of the Special Provisions as amended by Addendum No. 1, is supplemented as follows: ' The contractor shall not discharge water from the trenching operation directly into any adjacent streams. The contractor may - discharge the water onto the open pasture between existing Washington Avenue (west of the existing airport ' security fence) and 48 Avenue in flood irrigation or sprinkler discharge manner such that any suspended solids have amply settled prior to finding its way to Spring Creek. The Contractor shall provide the Engineer with his proposed ' method of water discharge, and shall not begin work until his method has been approved. (See Attached Detail) ' 7 -08.5 Payment This section, on page 99 of the Special Provisions as amended by Addendum No. 1, is modified and supplemented as follows: "Trench Dewatering ", 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 "Trench Dewatering ", ' 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 1 Addendum 3 Page 2 of 14 6/12/04 I. ITEM 5. Contract Provisions; Special Provisions Section 8 -12: ' Section 8 -12 Chain Link Fence and Wire Fence, (Page 103) 8 -12.1 Description This section is supplemented with the following: Existing gates, as noted on the plans, shall be reset. ' 8 -12.2 Materials • This section shall be modified as follows: ' The airport security fence shall meet the specifications for WSDOT Chain Link rP Y p ' Fence Type 1, seven -foot (7') in height, with 3- strand barbed wire. 8 -12.3 Construction Requirements ' This section shall be modified as follows: Existing gates shall be reset as noted on the plans unless determined by the Engineer ' to be not usable. Existing gate corner posts and related materials may be reused in the construction of resetting existing gates unless determined by the Engineer to be ' not usable. 8 -12.4 Measurement ' This section is supplemented with the following: foot New Chain Link Gate; Station + Left/Right will be measured per each for each new chain link gate completed in place. Remove and Reset foot Chain Link Gate, Station + Left/Right will be measured per each for each chain link gate removed, reset, and completed in place. 8 -12.5 Payment This section is supplemented with the following: ' " foot New Chain Link Gate; Station + Left/Right, per each. ' "Remove and Reset foot Chain Link Gate, Station +_ Left/Right", per each. ITEM 6. Contract Provisions; Special Provisions Section 8 -20: ' Section 8 -20 Illumination, Traffic Signal Systems, and Electrical, (Page 109) Addendum 3 Page 3 of 14 6/12/04 8- 20.3(13)A Light Standards ' This section, on page 109 of the Special Provisions as amended by Addendum No. 1, is deleted and replaced with the following: ' Light Standards shall have square base flanges requiring four (4) anchor bolts for connection to the foundation. Anchor bolt nut covers shall be provided on all Light Standards. The Light Standards on this project shall be as shown on the ' City of Yakima Standard Details. EXCEPT: The Light Standards mounted on the signal poles at the new signalized intersection of 40 and Washington Avenues shall be a Type LP Light Standard as shown on the plan sheets. t 8-20.3(13)B Luminaires t This section, on page 109 of the Special Provisions as amended by Addendum No. 1, is deleted and replaced with the following: ' Luminaires to be used on this project shall be 200 -Watt, 240 Volt, GE COBRA Head Luminaires. EXCEPT: The luminaires mounted on the light standards of the signal poles at the new signalized intersection of 40 and Washington ' Avenues shall be 250 watt, 240 volt, GE COBRA Head Luminaires as shown on the plan sheets. ITEM 7. Proposal: ' Item Proposal Bid Sheets: Remove all prior Item Proposal Bid Sheets and replace with the attached five (5) pages of Item Proposal Bid Sheets, labeled "Addendum No. 3 ", dated "June 12, 2004" Schedules A, B & C numbered page 6 of 14 through page 10 of 14. All of the attached Item Proposal Bid Sheets have been modified to reflect modified bid items, updated quantities and construction clarification. ' ** The contractor must submit a bid on all schedules of this project. Failure to do so shall render the entire bid to be non - responsive. ** ' ITEM 8. Plans: ' New Updated Plan Sheets: Remove the eleven (11) plan sheets 14/37 through 24/37 and replace with the ' attached eleven (11) plans sheets, labeled "Addendum No. 3 ", dated "June 12, 2004" and numbered 14/37 through 24/37. ' The eight (8) new plan sheets 14/37 through 21/37 have been updated to reflect fencing and gate construction clarification. ' The three (3) new plan sheets 22/37 through 24/3.7 have been updated to reflect the curbing replacement along the south curb line from 28 Avenue east. Addendum 3 Page 4 of 14 6/12/04 I ITEM 9. Plans: Plan Sheet Modifications: Modify the specified plans sheets as follows: ' On plan sheet numbered 34/37 add the luminaire head mounting height of pole #4 shall be twenty -eight feet (28'). ' On plan sheet numbered 35/37 add the luminaire head mounting height of pole #3 shall be twenty -five feet (25'). ITEM 10. Details: Additional Details: Add the three (3) Detail Sheets numbered pages 11 through 13 of this addendum to the Construction Contract Specifications & Bid Documents. 1 This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. ' All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: - /2 Z • K. Wendell Ad s, P.E. Date City Engineer 1 1 1 i Addendum 3 Page 5 of 14 6/12/04 I ITEM PROPOSAL BID SHEET 1/5 Addendum No. 3, June 12, 2004 I City of Yakima Washington Ave. Widening and Reconstruction; 52 Avenue to 24 Avenue I Roadway Widening and Reconstruction: Schedule `A' ITEM PROPOSAL ITEM UNIT PRICE . . AMOUNT . I No. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS 1 -07.15 2 MOBILIZATION 1 LS • I 1 -09.7 3 TRAFFIC CONTROL SUPERVISIOR • 1,400 HR 1 -10.5 I 4 TRAFFIC CONTROL LABOR 1 -10.5 3,200 HR • 5 TEMPORARY TRAFFIC CONTROL DEVICES 1 LS 1 -10.5 1 6 CONSTRUCTION SIGNS CLASS 'A' 4 1 -10.5 400 SF 7 ROADSIDE CLEANUP 1 FA $ 5,000 $ 5,000 I 2 -01.5 8 CLEARING AND GRUBBING 1 LS 2 -01.5 REMOVE AND ABANDON EXISTING ROADWAY 9 _ 1 LS I 2 -02.5 1 0 SAW CUT, PER INCH DEPTH 1,000 LF 2 -02.5 . REMOVING SIDEWALK RAMP I 11 5 EA 2 -02.5 12 ROADWAY EXCAVATION, INCLUDING HAUL 15,800 CY 2 -03.5 I 13 UNSUITABLE FOUNDATION EXCAVATION, INCLUDING HAUL 4 2 -03.5 400 CY 14 POND RECONSTRUCTION & LINING 6,000 SF 2 -03.5 I 15 GEOTEXTILE FOR SOIL STABILIZATION (NON - WOVEN) 2 -12.5 12,000 SY 16 CRUSHED SURFACING BASE COURSE 60,600 TON Il 4 -04.5 17 ASPHALT TREATED BASE 4 -06.5 20,000 TON HMA CL. A PG 64 -28 10,000 TON • I :: 5 -04.5 CONC. CL. 3000, CREEK INLET STRUCTURE 3.0 CY 6 -02.5 20 CONC. CL. 3000, CREEK OUTLET STRUCTURE 1.1 CY 6 -02.5 21 CORRUGATED POLYETHELENE PIPE (CPE) 48 IN. DIAM. 190 LF 7 -02.5 • I 22 CL III REINF. CONC. CULV. PIPE, 30 IN. DIAM. 12 LF 7 -02.5 • CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 5,700 23 LF 7 -04.5 I 24 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 18 IN. DIAM. 7 -04.5 5,600 LF I . I Addendum 3 Page 6 of 14 6/12/04 I . • ITEM PROPOSAL BID SHEET 2/5 Addendum No. 3, June 12, 2004 I . R Widening and Reconstruction: Schedule `A' continued • I ITEM No. PROPOSAL ITEM UNIT PRICE AMOUNT PAYMENT SECTION QTY UNIT DOLLARS DOLLARS CATCH BASIN TYPE 1, 36 IN. DIAM. 25 39 EA I 7 -04.5 26 CATCH BASIN TYPE 2, 72.IN. DIAM. 5 EA • 7 -05.5 • 27 CATCH BASIN, TYPE 1L 23 EA I 7 -05.5 28 REVERSIBLE FRAME AND HERRINGBONE GRATE FOR TYPE 1L 23 EA 7 -05.5 DRAINAGE RETENTION BASIN W/36 IN. DIAM PERF. PIPE I 29 3,630 LF 7 -05.5 30 ADJUST MANHOLE • 13 EA 7 -05.5 I 31 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 7 -08.5 6,000 TON 32 STRUCTURE EXCAVATION CLASS 'B' INCL. HAUL 7 -08.5 4,450 CY I 33 SHORING OR EXTRA EXCAVATION CL. B 7 -08.5 17,090 LF • ADJUST VALVE BOX 34 16 EA I 7 -09.5 35 BUTTERFLY VALVE, 10 IN. 1 EA 7 -12.5 • SEEDING, FERTILIZING, AND MULCHING 36 8 AC I 8-01.5 • WETLAND ENHANCEMENT 1 LS 8 -02.5 I 38 CEMENT CONC. TRAFFIC CURB AND GUTTER 21,600 LF • 8 -04.5 39 COMMERCIAL DRIVEWAY APPROACH - 21 EA 8 -06.5 I 40 CHAIN LINK FENCE•TYPE 1 500 LF • • • 8 -12.5 41 END, CORNER, AND PULL POST FOR CHAIN LINK FENCE 16 EA 8 -12.5 . I 42 WIRE FENCE TYPE 1; (Airport's side, Right side of new roadway) 8 -12.5 6,500 LF 43 WIRE FENCE TYPE 2; (Congdon's side, Left side of new roadway) 1,400 LF • 8 -12.5 I 44 AIRPORT FENCE, (7 -foot height) 8 -12.5 1,200 LF • 45 28 foot, New Chain Link Gate; Station 162 +15, Left 1 • I 8 -12.5 46 36 foot, New Chain Link Gate; Station 164 +10, Left 1 EA • 8 -12.5 • I 47 Remove and Reset 28 foot Chain Link Gate; Station 142+00, Left 1 EA 8 -12.5 48 Remove and Reset 40 foot Chain Link Gate; Station 151+50, Left 1 EA 8 -12.5 I 49 Remove and Reset 24 foot Chain Link Gate; Station 158+50, Right 1 EA 8 -12.5 • 50 Remove and Reset 40 foot Chain Link Gate; Station 161+00, Left 1 EA 8 -12.5 I Addendum 3 Page 7 of 14 6/12/04 I ITEM PROPOSAL BID SHEET 3/5 Addendum No. 3, June 12, 2004 I Roadway Widening and Reconstruction: Schedule `A' continued ITEM PROPOSAL ITEM UNIT PRICE AMOUNT t No. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 51 MONUMENT, MONUMET CASE AND COVER 19 EA 8 -13.5 I ADJUST MONUMENT CASE AND COVER 52 8 -13.5 5 EA 53 CEMENT CONC. SIDEWALK, 4 -IN DEPTH 4,500 SY 8 -14.5 I 54 CEMENT CONC. SIDEWALK, 6 -IN DEPTH 1 8 -14.5 100 SY 55 CEMENT CONC. SIDEWALK RAMP, TYPE 2A 24 EA 8 -14.5 I 56 CEMENT CONC. SIDEWALK RAMP, TYPE 4A 48 EA 8 -14.5 SIGNPOST SOCKETS 57 30 EA I 8-14.5 58 HEAVY LOOSE RIPRAP 5 CY 8 -15.5 t 59 MAILBOX SUPPORT 12 EA 8 -18.5 60 ILLUMINATION SYSTEM 1 LS 8 -20.5 I 61 TRAFFIC SIGNAL SYSTEM 8 -20.5 1 LS REPAIR OR REPLACEMENT 62 8-30.5 1 FA $ 40,000 $ 40,000 I TOTAL SCHEDULE `A' : I I I I I I I I I Addendum 3 Page 8 of 14 6/12/04 I - ITEM PROPOSAL BID SHEET 4/5 Addendum No. 3, June 12, 2004 I 30" Sewer Trunk Line: Schedule 'B' ' IT PROPOSAL ITEM UNIT PRICE AMOUNT . PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS I i 1 -07.15 MOBILIZATION 2 1 -09.7 1 LS TRAFFIC CONTROL SUPERVISOR I 3 100 HR 1 -10.5 4 TRAFFIC CONTROL LABOR 200 HR 1 -10.5 I 5 CONSTRUCTION SIGNS CLASS 'A' 60 SF 1 -10.5 6 SAW CUT, PER INCH DEPTH 400 LF I 2 -02.5 7 MANHOLE 60 IN. DIAM. TYPE 1 10 EA 7 -05.5 8 MANHOLE ADDITIONAL HEIGHT 60 IN. DIAM. TYPE 1 43 LF I 7 -05.5 REM. 48 IN. MANHOLE & REPL W/ 72 IN. DIAM MANHOLE, TYPE 2 9 7 -05.5 1 LS I 1 0 TRENCH DEWATERING 7 - 08.5 1 FA $ 200,000 $ 200,000 11 STRUCTURE EXCAVATION CLASS B' INCLUDING HAUL 8,380 CY 7 -08.5 . I 12 SHORING OR EXTRA EXCAVATION CLASS 'B' 3,200 LF 7 -08.5 13 GRAVEL BACKFILL FOR FOUNDATIONS, CLASS 'A' 800 CY I 7 -08.5 14 REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 1,000 CY 7 -17.5 • I 15 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 7 -17.5 100 TON 16 PVC SANITARY SEWER PIPE — 30 IN. DIAM. 3,200 LF • 7 -17.5 I 17 SANITARY SEWER BYPASS 1 LS 7 -17.5 18 REPAIR OR REPLACEMENT 1 FA 8 $ 5,000 $ 5,000 SUBTOTAL, SCHEDULE 'B' : $ I STATE SALES TAX: SCHEDULE 'B' (@ 7.9 %) : $ TOTAL Schedule `B' ( with SALES TAX) : $ I I I Addendum 3 Page 9 of 14 6/12/04 • I . ITEM PROPOSAL BID SHEET 5/5 Addendum No. 3, June 12, 2004 8", 12" & 15" Sewer Collection Lines: Schedule 'C' I ITEM PROPOSAL ITEM NIT UNIT PRICE AMOUNT No. " PAYMENT SECTION QTY U DOLLARS DOLLARS I 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS 1 -07.15 MOBILIZATION 2 1 LS I 1 -09.7 3 TRAFFIC CONTROL SUPERVISOR 100 HR 1 -10.5 4 TRAFFIC CONTROL LABOR 200 HR I 1 -10.5 5 CONSTRUCTION SIGNS CLASS `A' 60 SF 1 -10.5 I 6 SAW CUT, PER INCH DEPTH 2 -02.5 2,000 LF 7 MANHOLE 48 IN. DIAM. TYPE 1 15 EA 7 -05.5 I 8 MANHOLE ADDITIONAL HEIGHT 48 IN. DIAM. TYPE 1 32 LF 7 -05.5 TRENCH DEWATERING 9 1 FA $ 200,000 $ 200,000 7 -08.5 I 1 0 STRUCTURE EXCAVATION CLASS 'B' INCLUDING HAUL 6,450 CY 7 -08.5 SHORING OR EXTRA EXCAVATION CLASS 'B' 11 5,060 LF I 7 -08.5 12 GRAVEL BACKFILL FOR FOUNDATIONS, CLASS 'A' 500 CY 7 -08.5 13 REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 1,500 CY 1 7 -17.5 14 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 200 TON 7 -17.5 I 15 PVC SANITARY SEWER PIPE — 4 IN. DIAM. 1 7 -17.5 160 LF 16 PVC SANITARY SEWER PIPE — 8 IN. DIAM. 400 LF 7 -17.5 I 17 PVC SANITARY SEWER PIPE —12 IN. DIAM. 7 -17.5 2,400 LF 18 PVC SANITARY SEWER PIPE —15 IN. DIAM. 2,100 LF I 7 -17.5 19 FURNISHING & JACKING 21 IN. O.D. STEEL CASING PIPE 50 LF 7 -17.5 REPAIR OR REPLACEMENT 20 1 FA $ 5,000 $ 5,000 I 8 -30.5 SUBTOTAL, SCHEDULE 'C' : $ STATE SALES TAX: SCHEDULE 'C' (@ 7.9 %) : $ I TOTAL Schedule `C' ( with SALES TAX) : $ I TOTAL Schedule 'B' ( with SALES TAX): $ $ TOTAL Schedule 'A' ( SALES TAX ): I ** TOTAL ALL SCHEDULES `A' + `B' +'C' = $ I * *Contractor must submit a bid on ALL SCHEDULES or the entire bid will be rendered non - responsive ** I Addendum 3 Page 10 of 14 6/12/04 am = am a um Ns No = = No sim mu EN ow I NIN n Y � ( 0 z T D R/W R/W 30' 40' 70 m 25'± 25'± 6.5' rn D EXISTING CURB MAINTAIN EXISTING SUPERELEVATION % / I//I / FAV D v \4 , ` ,, Cn 6 " -12" i 6" (MIN) Z COMPACTED SUB GRADE 0 2" CLASS "A" ACP (COMPACTED DEPTH) O Z 4" ATB (COMPACTED DEPTH) D , m 12" CSBC (COMPACTED DEPTH) CO ROADWAY SECTION - WASHINGTON AVE STA. 172 +00 TO STA. 185 +30 � o cn o 6 NOT TO SCALE = w 0 I I ow EN me I EN Ns N ma NE I EN Nim I NE INE EN 0. a O O- T C S - W y > R / W R/W 50' I 50' O 6.5' 33' 33' 6.5' m f - 2% SUPER CD r N NWpOPPIKW 07 %� D - 6" (MIN) 12" CSBC (COMPACTED DEPTH) SUBGRADE (THIS DEPTH SHALL BE A NOMINAL DEPTH Z IN THE FILL AREAS. IN AREAS OF CUT, 2" HMA Cl. "A" (COMPACTED DEPTH) FABRIC AND EXTRA -DEPTH CSBC MAY BE O DELETED UPON REVIEW WITH THE ENGINEER.) 4" ATB (COMPACTED DEPTH) Z GEOTEXTILE FABRIC (NON- WOVEN) 12" CSBC (COMPACTED DEPTH) - rn ROADWAY SECTION — WASHINGTON AVE STA. 79 +50 TO STA. 92 +70 co NOT 'TO SCALE = > v rn D o O � I Ui . MOM NM ME 1111111 EMI — 111.11 1111111 — 1111111 ME =I Mill MN NM 111111 NMI 1111111 1 , NE 1 / 4 CORNER OF SECNON 33, 1 N TOWNSHIP 13 N, RANGE' 15 ( , W 14 • ! ' N, \ ' I J r i I, - i ., i ',, ' ,. ' '0 ( os.",,I)' •::" - ,,, , ' 1 ' - 1 „ N > , , --„-:-; f : _ . . , , N fa. h NL1 „ . __ ,..i 1-1-1 - . ) \ , ''. '' . 11011SIm mie , - .2...., / ,! , —• --(— =, o : = g , ,, •N .. . ; \,',..,\. .."■, I -., ) 1 CONTRACTOR STAGING Aft, FA‘ / ;:, , v g_P- \> v,5 0 4 „,...,,orr7 ;`, \ *"... "'N•:,," , \ --,,... ''''>,, I - V"-".■ ' ' ' , -... • „ I I '' j - •••• ,'-, ...N., , - • / ,, U) / i i 1 1 /D EWATE R-1 N G ARE : / -, A ■,.---:,, ' , , - tr1 - ' ■ '--I "...., -. ‘ ,, 1 1 ) ■ / ,, , / 7 ` N ' ‘ ' '' , ' • 1 ----- , ,- i I : / ' : ‘ , I" ' i a ? , ,, ■, •r',, "„ ..,. , - . : I •■ - - - ,,,. , _ ' - •- 1 .,. ...... i! „ I ; ' ; , r.,`• ) ! ■ I Il , „ „ - - ) i II I I . .....• .•..' - --1•447.. , 4;1 i I , '!! i ; 7 i , %., - - 11 -> _ — ____ ; ,.._,_ ' : i __ , .: ,, , , 8. ... _ , . _ __ .. . _ __ , , , _ ., _ — — ..-10 i j „ „ -- ,., , -` i' s ID , • , , „ -,, , „ ..„ , ,- , 1 „i , '- - _ • I ':2''`) ' / I . I i / / 2 ' ' ' „ __, „ 1 ' ' N ; / / i I ' ' I I I I ' ' - - / ) / - 2- - '1 : I .7" ;II I :-: / I ' / / / / 7 • '' " ' ' ----, , , .4.• 1 i . -- 7 -'; -7-,77-11;., „, „ I I - - . ,. S' ' ' , ' . ) „ / ; I I: : ;:-'' ' - I ''' . -- ... 4. ' N k, ' ' s \ -:I *1 .: ,, I I ;:•,:: - \ ' / / 7 . / „ , / ' ' ‘- „„ :, - - ' „ I =.' , < ,- ..! ■• 1 ,- , - ,', ? II ` " * I I " - ; $ I .... .: „ I I ' \ II I ' :- /./ " I „ ' I h • , , , ■ -,.._ V 1 „ K „:,..-±::,:-.] ,' , . \,,_-:,:-.:,,-;-_-_, ',.,,, ,.. , i / / ff. • t■'-- -,.., :%.1 : -; ''' ;,2 C I " ' 9 ‘‘ ‘ : --4 :"<,•>' ' ' '- `: ) '' '',;''' -.'"‘",....\ yr ''''s -, S 4 -,.. " - .... „,. \ • 1 -,,>; ,' ,;.-'....,',,,,-,-..; ! • : S ' ', / A ‘„ , , 41 4 ,--- ,....,,„.7c8 ,..=„._. :/ .■ ._ ,.... 1 ; I % I „ I I , ' P i l :;;: .,i 1 .: \k‘ -‘. L „m i l , i ' l .._: ; 17 ...",,,,: .1-7,7"ttill.Lr :::4:::;'1.';711:._,_.J:- I .,\ 42r,...,...r.„..„,..„'' 1_ 1•A 'l 2 ......,......_: __ : ,,,,. :,' - - 7 -:,-\-ih.\ •„:''' „,-;':;7 ' , .%; s . • --,. I s,s ' Al ) , If..;s1,?, ' a. *7)7C; --- "." \ ,,e' -.. I =4 " ... •'' =I: 4." . i 24 --; ; g • I ' „ '. I \ W . \ ''''. , , ' „, - ,„ SPRING CREEK RD .16 -,..,„,„-- . __„_._ rr. - • 4 '1!"." - € 4 '-' 7. - 4- "••'--=' . -- 7:I- - -...: .---,,,,-.-- ..--- - ,,..'"-- I r.' -.--,;--- . '''.— , - 41,.. - ,e'..".2 ., A,..;.-• M. APPROVED:6-11-2004 CITY OF YAKIMA - ENGINEERING DIVISION I CONTRACTOR STAGING & DEWATERING AREAS I P6 1 1 1 1 1 1 1 1 1 1 • END OF ADDENDUM NO.3 1 1 1 1 1 1 Addendum 3 Page 14 of 14 6/12/04 1 I Y ' , DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT I--Alirl � , Engineering Division 129 North Second Street s "" ', ; V coy '7 �r Yakima, Washington 98901 ' "� � 509) 575 -6111 • Fax 576 -6305 I K. Wendell Adams, City Engineer I ADDENDUM NO. 4 I TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for I WASHINGTON AVENUE WIDENING - PHASE I CITY OF YAKIMA PROJECT NUMBERS 1901 & 1915 I BID OPENING: Wednesday, June 23 2:00 p.m., City Hall Council Chambers I TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be moaifiea as follows: 1 ITEM 1. Contract Provisions, Special Provisions Section 1 -07: i Section 1 -07 Legal Relations and Responsibilities to the Public, (Page 45) I 1 -07.11 Requirements for Nondiscrimination, (Page 48) Disadvantaged Business Enterprise Condition of Award Obligation, on page 54 of the I Special Provisions as amended by Addendum No. 3, is supplemented as follows: The DBE Goal at 8% shall apply to ALL SCHEDULES. 1 ITEM 2: Proposal: I Item Proposal Bid Forms: I Add the attached Disadvantaged Business Enterprise Utilization Certification to the Proposal Form Package in the Construction Contract Specifications and Bid Documents. I The Disadvantaged Business Enterprise Utilization Certification must be completed and submitted with the bid package. I I Yakima I i9 l II J ! Addendum 4 Page 1 of 4 6/21/04 dc ITEM 3. Proposal: ' Item Proposal Bid Sheets: ' Remove the "ITEM PROPOSAL BID SHEET 1/5 Addendum No. 3, June 12, 2004" and replace with the attached Item Proposal Bid Sheet, labeled: "ITEM PROPOSAL BID SHEET 1/5 Addendum No. 4, June 21, 2004 ". ( "Item No. 12, ROADWAY EXCAVATION, INCLUDING HAUL" new quantity reflects the actual neat -line quantity of roadway excavation to be cut. The previous amount reflected the ' net neat -line excess after balance of cuts and fills with no allowance for shrinkage. ) This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowled:e receipt of th- ADDENDUM * r the proposal form prior to bid opening. APPROVED: , ' •' . - • . 67a Q �� K. ell Ad ("Cs P.E. D to ' C . " Engineer 1 1 1 1 1 1 Addendum 4 Page 2 of 4 6/21 /04 . • I . . This sheet must be submitted with the Bid Proposal - Addendum No. 4, June 21, 2004 I Agi Washington State 4 Department of Transportation Disadvantaged Business Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as pan of his/her proposal, the following certification I relating to Disadvantaged Business Enterprise (DBE) requirements. This certification shall be deemed a part of the resulting contract. Padre to fill out and submit this certification, the inclusion of a false certification, or insuffrient projected use of DBEs, shall be considered as evidence that the proposal is non-responsive to the invitation to bid. information on certified firms is available from OMINBE. phone (360) 753-9693. I Name ca eiller ' certifies that the following Disadvantaged Business Enterprise(s) (DBE) have been contacted regarding participation on this project und, if II is the successful bidder on this project, it shall award I subcontracts to or enter into supply agreements with the following DBEs as tndicated: (if necesswy. use additional sheet). ,-..-- , '•' - '14 .. : .4.. r . :•§ !• :.::::,:.._ . .::.:1: - '4, , ?',‘,..c:; : : r..T,, ,, :;; 1..44.paCjI,Y , ''t,:'. „- , 14.,, -, i..14.f -0e,t.;.P:: :.:: :,:;.; .-:::f iA.,,.- ?.±rn.....-.901414:i4 1 - ,-,,'''''' -',-''''''-' "''''il'I--'1 . '' r, .':'' bei64Piloiiof - Wraik : q'''•-iie '*iiiiikf''' I $ '..'. :'2 :q1:51?rT.:7-4P, u F',::'.;:`, :''""-'1,'"'',:2.! I 4 4 1 3:,:-4 ::,-...,,‘ „ i.,.. : :..nt.n , .,:iJ.,::1' ::::',::.,„; ,manufActurer, ,,,,, ,.,:.' , . „,,.. ,. . :4 , k. . Towar6'.]Goal:., tieii : I 2. . 1 i . i 1 . I 1 3. H 1 f .4. ' 1 f I it . i I I I 6. I 7. • - I 9 ,. . 1 1 0 , ______., • 1/7.• I Disadvantaged Business Enterprise Subcontracting Goat:. DBE Total S * Regular Dealer status must be approved by the Office of Equal Opportunity. Wash, State Dept. of Transportation. on each contract. I” See the section "Counting DBE Participation Toward Meeting the Goat" in the Contract Document. ,.- The Contracting Agency will utilize the above data to determine whether or not the bidder has met the goal or the average goal attainment of all bidders. I DDT FcrITI 72v..4A CF Peyrsee 1 2 I Addendum 4 Pane 3 of 4 6121/04 I f ITEM PROPOSAL BID SHEET - 1/5 Addendum No. 4, June 21, 2004 I City of Yakima Washington Ave. Widening and Reconstruction; 52 Avenue to 24 Avenue I Roadway Widening and Reconstruction: Schedule `A' ITEM PROPOSAL ITEM UNIT PRICE AMOUNT I No. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS 1 -07.15 I 2 MOBILIZATION 1 LS 1 -09.7 3 TRAFFIC CONTROL SUPERVISIOR 1,400 HR 1 -10.5 I 4 TRAFFIC CONTROL LABOR 1 -10.5 3,200 HR 5 TEMPORARY TRAFFIC CONTROL DEVICES 1 LS 1 -10.5 I 6 CONSTRUCTION SIGNS CLASS 'A' 4 1 -10.5 400 SF ROADSIDE CLEANUP 7 1 FA 5,000 5,000 I 8 2 -01.5 CLEARING AND GRUBBING 1 LS , 2 -01.5 REMOVE AND ABANDON EXISTING ROADWAY • 9 1 LS I 2 -02.5 10 SAW CUT, PER INCH DEPTH 1,000 LF 2 -02.5 Ill REMOVING SIDEWALK RAMP 5 2 -02.5 EA 12 ROADWAY EXCAVATION, INCLUDING HAUL 27,000 CY 2 -03.5 I 13 UNSUITABLE FOUNDATION EXCAVATION, INCLUDING HAUL 4 2 -03.5 400 CY 14 POND RECONSTRUCTION & LINING 6,000 SF 2 -03.5 I 15 GEOTEXTILE FOR SOIL STABILIZATION (NON - WOVEN) 2 -12.5 12,000 SY 16- CRUSHED SURFACING BASE COURSE - - -- - I 4 -04.5 60,600 TON 17 ASPHALT TREATED BASE 4 -06.5 20,000 TON I 18 HMA CL. A PG 64 -28 10,000 TON 5-04.5 19 CONC. CL. 3000, CREEK INLET STRUCTURE 3.0 CY 6-02.5 I 20 CONC. CL. 3000, CREEK OUTLET STRUCTURE 1.1 CY 6 -02.5 21 CORRUGATED POLYETHELENE PIPE (CPE) 48 IN. DIAM. 190 LF 7 -02.5 I 22 7 CL -0 III 2.5 REINF. CONC. CULV. PIPE, 30 IN. DIAM. 12 LF 23 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 5,700 LF 7 -04.5 I 24 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 18 IN. DIAM. 7 -04.5 5,600 LF I * END OF ADDENDUM NO. 4 Addendum 4 Page 4 of 4 6/21/04 - ,l' Y, s "'1,, DEPARTMENT OF COMMUNITY AND. ECONOMIC DEVELOPMENT , Engineering Division • • t 129 North Second Street )'•• > i /€ > � , , 1 Yakima, Washington 98901 er (509) 575 -6111 • Fax 576 -6305 I K. Wendell Adams, City Engineer I ADDENDUM NO. 5 TO THE BID DOCUMENTS & SPECIFICATIONS I FOR THE CITY OF YAKIMA, WA for WASHINGTON AVENUE WIDENING - PHASE I I CITY OF YAKIMA PROJECT NUMBERS 1901 & 1915 I BID OPENING: Friday, June 25 2:00 p.m., City Hall Council Chambers I TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: I ITEM 1. Bid : O enin p i; I The Bid Opening has been rescheduled to Friday, June 25 2:00 p.m., I ITEM 2. Scope of Work: Reduction of Scope of Work: I Schedules `B', & `C' are deleted. The new Scope of Work shall consist of the work reflected by the items listed on the I attached proposal sheets under `Roadway Widening and Reconstruction' and as shown on the plans. ** The DBE Goal established at 8% shall apply. ** I (The sanitary sewer removed from the project will be included with and bid under the next phase of the roadway project, `Washington Avenue Reconstruction, 52 " to 72 Avenues', later this year. This next phase of I the project will not be under federal funding requirements.) ITEM 3. Proposal: I Item Proposal Bid Sheets: I Remove all prior Item Proposal Bid Sheets and replace with the attached three (3) pages of Item Proposal Bid Sheets, labeled "Addendum No. 5 ", dated "June 22, 2004" numbered page 3 of 5 through page 5 of 5. Yakima (Bid item No. 25 has been corrected in name to "CATCH BASIN TYPE 1") j f I Addendum 5 Page 1 of 5 6/22/04 1994 r 1 This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. APPROVED: - Z 2 -ZOO 5�- ' . Wendell Adam., P.E. Date City Engineer i 1 1 1 i 1 ' Addendum 5 Page 2 of 5 6/22/04 I . ITEM PROPOSAL BID SHEET 1/3 Addendum No. 5, June 22, 2004 City of Yakima W ashington Ave. Widening and Reconstruction; 52 Avenue to 24 Avenue I Roadway Widening and Reconstruction ITEM PROPOSAL ITEM UNIT PRICE AMOUNT ' No. PAYMENT SECTION QTY _ UNIT DOLLARS DOLLARS SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 1 -07.15 1 LS MOBILIZATION I 2 1 LS 1 -09.7 3 TRAFFIC CONTROL SUPERVISOR 1,400 HR 1 -10.5 I 4 TRAFFIC CONTROL LABOR 1 -10.5 3,200 HR TEMPORARY TRAFFIC CONTROL DEVICES :1-10.5 1 LS CONSTRUCTION SIGNS CLASS 'A' 1 -10.5 400 SF ROADSIDE CLEANUP 7 2 -01.5 1 FA $ 5,000 $ 5,000 I 8 CLEARING AND GRUBBING 2 -01.5 1 LS REMOVE AND ABANDON EXISTING ROADWAY I 9 2 -02.5 1 LS 10 SAW CUT, PER INCH DEPTH 1,000 LF 2 -02.5 REMOVING SIDEWALK RAMP I 11 5 EA 2 -02.5 12 ROADWAY EXCAVATION, INCLUDING HAUL 27,000 CY 2 -03.5 I 13 UNSUITABLE FOUNDATION EXCAVATION, INCLUDING HAUL 4 2 -03.5 400 CY 14 POND RECONSTRUCTION & LINING 6,000 SF 2 -03.5 I 15 GEOTEXTILE FOR SOIL STABILIZATION (NON - WOVEN) 2 -12.5 12,000 SY 16 CRUSHED SURFACING BASE COURSE 60,600 TON I 4 -04.5 17 ASPHALT TREATED BASE 4 -06.5 20,000 TON 18 HMA CL. A PG 64 -28 10,000 TON I 5 -04.5 19 CONC. CL. 3000, CREEK INLET STRUCTURE 3.0 CY 6 -02.5 I 20 CONC. CL. 3000, CREEK OUTLET STRUCTURE 1.1 CY 6 -02.5 21 CORRUGATED POLYETHYLENE PIPE (CPE) 48 IN. DIAM. 190 LF 7 -02.5 I 22 CL III REINF. CONC. CULV. PIPE, 30 IN: DIAM. 12 LF 7 -02.5 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 5,700 23 7 -04.5 LF I 24 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 18 IN. DIAM. 7 -04.5 5,600 LF I Addendum 5 Page 3 of 5 6/22/04 ITEM PROPOSAL BID SHEET 2/3 Addendum No. 5, June 22, 2004 Washington Ave. Widening and Reconstruction; 52 Avenue to 24 Avenue I Roadway Widening Widenin and Reconstruction I ITEM PROPOSAL ITEM UNIT PRICE AMOUNT No. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS CATCH BASIN TYPE 1 25 39 EA I 7-04.5 26 CATCH BASIN TYPE 2, 72 IN. DIAM. 5 EA 7 -05.5 _ 27 CATCH BASIN, TYPE 1L EA 7-05.5 28 REVERSIBLE FRAME AND HERRINGBONE GRATE FOR TYPE 1L 23 EA 7 -05.5 I 29 DRAINAGE RETENTION BASIN W /36 IN, DIAM PERF. PIPE 7 -05.5 3,630 LF 30 ADJUST MANHOLE 13 EA 7 -05.5 I 31 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 7 -08.5 6,000 TON 32 STRUCTURE EXCAVATION CLASS 'B' INCL. HAUL 4,450 CY 7 -08.5 I 33 SHORING OR EXTRA EXCAVATION CL. B 17,090 LF 7 -08.5 ADJUST VALVE BOX 34 16 EA I 7-09.5 BUTTERFLY VALVE, 10 IN. 35 7 -12.5 1 EA SEEDING, FERTILIZING, AND MULCHING I 36 8 -01.5 8 AC 37 WETLAND ENHANCEMENT 1 LS 8 -02.5 I 38 CEMENT CONC. TRAFFIC CURB AND GUTTER 8 -04.5 • 21,600 LF 39 COMMERCIAL DRIVEWAY APPROACH 21 EA 8 -06.5 I 40 CHAIN LINK FENCE TYPE 1 5 8 -12.5 500 LF 41 END, CORNER, AND PULL POST FOR CHAIN LINK FENCE 16 EA 8 -12.5 42 WIRE FENCE TYPE 1; (Airport's side, Right side of new roadway) 6,500 LF 8 -12.5 43 WIRE FENCE TYPE 2; (Congdon's side, Left side of new roadway) 1,400 LF I 8-12.5 44 AIRPORT FENCE, (7 -foot height) 1,200 LF 8 -12.5 28 foot, New Chain Link Gate; Station 162 +15, Left ' 45 1 8 -12.5 EA 46 36 foot, New Chain Link Gate; Station 164 +10, Left 1 EA 8 -12.5 I 47 Remove and Reset 28 foot Chain Link Gate; Station 142+00, Left 1 EA 8 -12.5 48 Remove and Reset 40 foot Chain Link Gate; Station 151 +50, Left 1 EA 8 -12.5 I 49 Remove and Reset 24 foot Chain Link Gate; Station 158 +50, Right 1 EA 8 -12.5 50 Remove and Reset 40 foot Chain Link Gate; Station 161+00, Left 1 EA 8 -12.5 I Addendum 5 Page 4 of 5 6/22/04 r ITEM PROPOSAL BID SHEET 3/3 Addendum No. 5, June 22, 2004 Washington Ave. Widening and Reconstruction; 52 Avenue to 24 Avenue Roadway Widening and Reconstruction I ITEM PROPOSAL ITEM UNIT PRICE AMOUNT No. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS I 51 MONUMENT, MONUMET CASE AND COVER 8 -13.5 19 EA 52 ADJUST MONUMENT CASE AND COVER 5 EA 8 -13.5 I 53 CEMENT CONC. SIDEWALK, 4 -IN DEPTH 4,500 SY 8 -14.5 CEMENT CONC. SIDEWALK, 6 -IN DEPTH 54 100 SY I 8 -14.5 55 CEMENT CONC. SIDEWALK RAMP, TYPE 2A 24 EA 8 -14.5 I CEMENT CONC. SIDEWALK RAMP, TYPE 4A 56 8 -14.5 48 EA 57 SIGNPOST SOCKETS 30 EA 8 -14.5 I HEAVY LOOSE RIPRAP 58 8 -15.5 5 CY 59 MAILBOX SUPPORT 12 EA 8 -18.5 I ILLUMINATION SYSTEM 60 8-20.5 1 LS 61 TRAFFIC SIGNAL SYSTEM 1 LS 8 -20.5 I REPAIR OR REPLACEMENT 62 8 -30.5 1 FA $ 40,000 40,000 ' TOTAL BID: • 1 1 1 I. 1 • END OF ADDENDUM NO. 5 • ' Addendum 5 Page 5 of 5 6/22/04 1 f Y DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT �', 0 Engineering Division ''� 129 North Second Street 1 V ��, ••'\-1 Yakima, Washington 98901 • , h (509) 575 -6111 • Fax 576 -6305 • ` NI'F > 1 K. Wendell Adams, City Engineer I ADDENDUM NO. 6 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for I WASHINGTON AVENUE WIDENING - PHASE I CITY OF YAKIMA PROJECT NUMBERS 1901 & 1915 I BID OPENING: July 1 PENING: Thursda Jul 1 2:00 p.m., City Hall Council Chambers 1 TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: I The Bid & Contract Documents shall be modified as follows: ITEM 1. Bid Opening: I The Bid Opening has been rescheduled to Thursday July 1 2:00 p.m. I P g This ADDENDUM is to be considered as much a part of the contract provisions as if 1 it were included in the body of the Plans and Specifications. I All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form prior to bid opening. 1 APPROVED: ,_ —4 (� - Z. - Zo ne -- K. Wendell Ad. s, P.E. Date City Engineer I Of END OF ADDENDUM NO. 6 • I I I Yakima ii e 1994 Addendum 6 Page 1 of 1 6/24/04 4 l ,= Y " �� `�‘,, DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT , -'� i Engineering Division ` 129 North Second Street / 'V ' ' ,r Yakima, Washington 98901 1'' " 0 � :' _ (509) 575 -6111 • Fax 576 -6305 1 :' 4 ,::::,,,:_f I K. Wendell Adams, City Engineer I ADDENDUM NO. 7 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for I WASHINGTON AVENUE WIDENING - PHASE I CITY OF YAKIMA PROJECT NUMBERS 1901 & 1915 BID OPENING: Thursday, July 8 2:00 p.m., City Hall Council Chambers e TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Bid & Contract Documents shall be modified as follows: ITEM 1. Bid Opening: Il The Bid Opening has been rescheduled to Thursday July 8th, 2:00 p.m. II ITEM 2. Contract Provisions, Special Provisions Section 1 -07: Section 1 -07 Legal Relations and Responsibilities to the Public, (Page 45) 1 -07.11 Requirements for Nondiscrimination, (Page 48) Disadvantaged Business Enterprise Condition of Award Obligation, on page 54 of the Special Provisions as amended by Addendums No. 3 and No. 4, is replaced with the following: The project -wide DBE Goal is established at $216,000. This dollar amount may 1 be satisfied with any combination of work from any or all schedules. ITEM 3. Scope of Work: I Increase in Scope of Work: I Schedules `B', & `C' are reinstated to the project. The new Scope of Work shall consist of the work reflected by the items listed on the I attached proposal sheets under Schedules `A', `B' & `C' as shown on the plans and as vakima amended by addendums. 1� 1 U I Addendum 7 Page 1 of 7 6/30/04 1994 1 ' ITEM 4. Proposal: Item Proposal Bid Sheets: ' Remove all prior "ITEM PROPOSAL BID SHEETS" and replace with the five (5) attached Item Proposal Bid Sheets, labeled: "ITEM PROPOSAL BID SHEET /5 Addendum No. 7, June 30, 2004 ". — This ADDENDUM is to be considered as much a part of the contract provisions as if it were included in the body of the Plans and Specifications. ' All Bidders shall acknowledge receipt of the ADDENDUM on the proposal form g P P P prior to bid opening. APPROVED: �) ( —30 -- 'Lc 04- K. Wendell Ad s, P.E. Date City Engineer 1 1 1 1 1 1 1 1 ' Addendum 7 Page 2 of 7 6/30/04 '1. ITEM PROPOSAL BID SHEET 1/5 Addendum No. 7, June 30, 2004 I City of Yakima W ashington Ave. Widening and Reconstruction; 52 Avenue to 24 Avenue Roadway Widening and Reconstruction: Schedule `A' ITEM PROPOSAL ITEM UNIT PRICE AMOUNT ' No. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 1 -07.15 1 LS I 2 MOBILIZATION 1 -09.7 1 LS 3 TRAFFIC CONTROL SUPERVISOR 1,400 HR 1 -10.5 I 4 TRAFFIC CONTROL LABOR 1 -10.5 3,600 HR TEMPORARY TRAFFIC CONTROL DEVICES :1-10,5 1 LS CONSTRUCTION SIGNS CLASS 'A' 4 1 -10.5 400 SF ROADSIDE CLEANUP :2-01.5 1 FA $ 5,000 $ 5,000 CLEARING AND GRUBBING 2 -01.5 1 LS REMOVE AND ABANDON EXISTING ROADWAY I 9 2 -02.5 1 LS 10 SAW CUT, PER INCH DEPTH 1,000 LF 2 -02.5 I REMOVING SIDEWALK RAMP 11 2 -02.5 5 EA 12 ROADWAY EXCAVATION, INCLUDING HAUL 27,000 CY 2 -03.5 . 13 UNSUITABLE FOUNDATION EXCAVATION, INCLUDING HAUL 4 2 -03.5 400 CY 14 POND RECONSTRUCTION & LINING 6,000 SF 2 -03.5 ' 15 GEOTEXTILE FOR SOIL STABILIZATION (NON - WOVEN) 12,000 SY 2 -12.5 16 CRUSHED SURFACING BASE COURSE 60,600 TON 4 -04.5 17 ASPHALT TREATED BASE 20,000 TON 4 -06.5 HMA CL. A PG 64 -28 18 10,000 TON I 5 -04.5 • 19 CONC. CL. 3000, CREEK INLET STRUCTURE 3.0 CY 6 -02.5 CONC. CL. 3000, CREEK OUTLET STRUCTURE 1.1 CY I 20 6 -02.5 21 CORRUGATED POLYETHYLENE PIPE (CPE) 48 IN. DIAM. 190 LF 7 -02.5 ' 22 CL III REINF. CONC. CULV. PIPE, 30 IN. DIAM. 12 LF 7 -02.5 23 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 5,700 LF 7 -04.5 I 24 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 18 IN. DIAM. 7 -04.5 5,600 LF I I Addendum 7 Page 3 of 7 6/30/04 I. ITEM PROPOSAL BID SHEET 2/5 Addendum No. 7, June 30, 2004 Roadway Widening and Reconstruction: Schedule `A' continued I ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT No. PAYMENT SECTION DOLLARS DOLLARS 1 25 CATCH BASIN TYPE 1 39 EA 7-04.5 26 CATCH BASIN TYPE 2, 72 IN. DIAM. 5 EA 7 -05.5 27 CATCH BASIN, TYPE 1L 23 EA 7 -05.5 REVERSIBLE FRAME AND HERRINGBONE GRATE FOR TYPE 1L 28 23 EA I 7 -05.5 29 DRAINAGE RETENTION BASIN W/36 IN. DIAM PERF. PIPE 7 -05.5 3,630 LF ADJUST MANHOLE 30 13 EA I 7 -05.5 31 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 6,000 TON 7 -08.5 ' 32 STRUCTURE EXCAVATION CLASS 'B' INCL. HAUL 4,450 CY 7 -08.5 33 SHORING OR EXTRA EXCAVATION CL. B 17,090 LF 7 -08.5 34 ADJUST VALVE BOX 16 EA 7 -09.5 35 BUTTERFLY VALVE, 10 IN. 1 EA 7 -12.5 I 36 SEEDING, FERTILIZING, AND MULCHING 8 AC 8 -01.5 WETLAND ENHANCEMENT 37 1 LS 8 -02.5 I 38 CEMENT CONC. TRAFFIC CURB AND GUTTER 8 -04.5 21,600 LF COMMERCIAL DRIVEWAY APPROACH 39 21 EA I 8 -06.5 40 CHAIN LINK FENCE TYPE 1 500 LF 8 -12.5 I I8-12.5 END, CORNER, AND PULL POST FOR CHAIN LINK FENCE 16 EA WIRE FENCE TYPE 1; (Airport's side Right side of new roadway) 6,500 LF 8 -12.5 1 43 WIRE FENCE TYPE 2; (Congdon's side, Left side of new roadway) 8 -12.5 1,400 LF AIRPORT FENCE, (7 -foot height) 1,200 LF 44 8 -12.5 I 45 28 foot, New Chain Link Gate; Station 162 +15, Left 1 8 -12.5 46 36 foot, New Chain Link Gate; Station 164 +10, Left 1 EA 8-12.5 I 47 Remove and Reset 28 foot Chain Link Gate; Station 142+00, Left 1 EA 8 -12.5 48 Remove and Reset 40 foot Chain Link Gate; Station 151+50, Left 1 EA 8 -12.5 49 Remove and Reset 24 foot Chain Link Gate; Station 158+50, Right 1 EA 8 -12.5 50 Remove and Reset 40 foot Chain Link Gate; Station 161+00, Left 1 I 8-12.5 EA I Addendum 7 Page 4 of 7 6/30/04 I. ITEM PROPOSAL BID SHEET 3/5 Addendum No. 7, June 30, 2004 I Roadway Widening and Reconstruction: Schedule `A' continued I ITEM PROPOSAL ITEM UNIT PRICE AMOUNT No. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS . MONUMENT, MONUMET CASE AND COVER 51 19 EA t 8 -13.5 ADJUST MONUMENT CASE AND COVER 52 8-13.5 5 EA t 53 CEMENT CONC. SIDEWALK, 4 -IN DEPTH 4,500 SY 8 -14.5 54 CEMENT CONC. SIDEWALK, 6 -IN DEPTH 100 SY 8 -14.5 I CEMENT CONC. SIDEWALK RAMP, TYPE 2A 55 8 -14.5 24 EA 56 CEMENT CONC. SIDEWALK RAMP, TYPE 4A 48 EA 8 -14.5 I 57 SIGNPOST SOCKETS 8 -14.5 30 EA 58 HEAVY LOOSE RIPRAP 5 CY I 8 -15.5 MAILBOX SUPPORT 59 8 -18.5 12 EA 60 ILLUMINATION SYSTEM 1 LS I 8 -20.5 61 TRAFFIC SIGNAL SYSTEM 1 LS 8 -20.5 REPAIR OR REPLACEMENT I 62 8-30.5 1 FA $ 40,000 $ 40,000 TOTAL SCHEDULE `A' : • I I I I I I I I Addendum 7 Page 5 of 7 6/30/04 I. ITEM PROPOSAL BID SHEET 4/5 Addendum No. 3 June 12, 2004 I 30" Sewer Trunk Line: Schedule 'B' ITEM PROPOSAL ITEM UNIT PRICE AMOUNT I No. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 1 -07.15 1 LS I 2 MOBILIZATION 1 LS 1 -09.7 3 TRAFFIC CONTROL SUPERVISOR 100 HR 1 -10.5 I , 4 TRAFFIC CONTROL LABOR 2 1 -10.5 200 HR 5 CONSTRUCTION SIGNS CLASS 'A' 60 SF I 1 -10.5 6 SAW CUT, PER INCH DEPTH 400 LF 2 -02.5 I 7 MANHOLE 60 IN. DIAM. TYPE 1 10 EA 7 -05.5 8 MANHOLE ADDITIONAL HEIGHT 60 IN. DIAM. TYPE 1 43 LF 7 -05.5 I 9 REM. 48 IN. MANHOLE & REPL W/ 72 IN. DIAM MANHOLE, TYPE 2 1 LS 7 -05.5 TRENCH DEWATERING I 10 7 -08 5 1 FA $ 200,000 $ 200,000 11 STRUCTURE EXCAVATION CLASS 'B' INCLUDING HAUL 8,380 CY 7 -08.5 SHORING OR EXTRA EXCAVATION CLASS 'B' I 12 3,200 LF 7 -08.5 13 GRAVEL BACKFILL FOR FOUNDATIONS, CLASS 'A' 800 CY 7 -08.5 I 14 REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 7 -17.5 1,000 CY 15 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 100 TON I 7 -17.5 16 PVC SANITARY SEWER PIPE — 30 IN. DIAM. 3,200 LF 7 -17.5 17 SANITARY SEWER BYPASS 1 LS 7 -17.5 18 REPAIR OR REPLACEMENT 1 8-30.5 FA $ 5,000 $ 5,000 I SUBTOTAL, SCHEDULE 'B' : $ STATE SALES TAX: SCHEDULE 'B' (@ 7.9 %) : $ I TOTAL Schedule 'B' ( with SALES TAX) : $ I I I I Addendum 7 Page 6 of 7 6/30/04 I, ITEM PROPOSAL BID SHEET 5/5 Addendum No. 3, June 12, 2004 8", 12" & 15" Sewer Collection Lines: Schedule 'C' I ITEM PROPOSAL ITEM QTY T UNIT PRICE AMOUNT No. PAYMENT SECTION DOLLARS DOLLARS SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS I 1 1 -07.15 2 MOBILIZATION 1 LS 1 -09.7 I 3 TRAFFIC CONTROL SUPERVISOR 1 1 -10.5 100 HR 4 TRAFFIC CONTROL LABOR 400 HR 1 -10.5 5 CONSTRUCTION SIGNS CLASS 'A' 60 SF 1 -10.5 I 6 SAW CUT, PER INCH DEPTH 2,000 LF 2 -02.5 7 MANHOLE 48 IN. DIAM. TYPE 1 15 EA 7 -05.5 8 MANHOLE ADDITIONAL HEIGHT 48 IN. DIAM. TYPE 1 32 LF 7 -05.5 TRENCH DEWATERING 9 7-08.5 1 FA $ 200,000 $ 200,000 I 1 0 STRUCTURE EXCAVATION CLASS 'B' INCLUDING HAUL 6,450 CY 7 -08.5 11 SHORING OR EXTRA EXCAVATION CLASS 'B' 5,060 LF 7 -08.5 I 12 GRAVEL BACKFILL FOR FOUNDATIONS, CLASS 'A' 5 7 -08.5 500 CY 13 REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 1,500 CY 7 -17.5 I 14 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 7 -17.5 200 TON I 15 PVC SANITARY SEWER PIPE -4 IN. DIAM. 160 LF 7 -17.5 16 PVC SANITARY SEWER PIPE — 8 IN. DIAM. 400 LF 7 -17.5 PVC SANITARY SEWER PIPE —12 IN. DIAM. I 17 2,400 LF 7 -17.5 18 PVC SANITARY SEWER PIPE —15 IN. DIAM. 2,100 LF 7 -17.5 I 19 FURNISHING & JACKING 21 IN. O.D. STEEL CASING PIPE 50 LF 7 -17.5 20 REPAIR OR REPLACEMENT 8 -30.5 1 FA $ 5,000 $ 5,000 I SUBTOTAL, SCHEDULE 'C' : $ STATE SALES TAX: SCHEDULE 'C' (@ 7.9 %) : $ I TOTAL Schedule 'C' ( with SALES TAX) : $ TOTAL Schedule 'B' ( with SALES TAX): $ I TOTAL Schedule 'A' ( SALES TAX ): $ ** TOTAL ALL SCHEDULES 'A' + 'B' + 'C' = $ I * *Contractor must submit a bid on ALL SCHEDULES or the entire bid will be rendered non - responsive ** I * END OF ADDENDUM NO. 7 • I Addendum 7 Page 7 of 7 6/30/04 4 I I WASHINGTON AVE WIDENING AND RECONSTRUCTION PROJECT 1901 JUNE 22, 2004 KNOBEL'S ELECTRIC INC. MARSHBANK CONSTRUCTION INC. I 801 Tennant Lane PO Box 97 Yakima, Washington 98901 Lake Stevens, Washington 98258 I (509)- 452 -9157 (425) 377 -9708 FAX (509) 453 -1460 FAX (425) 377 -0709 I SUPERIOR PAVING, INC. ICON MATERIALS PO Box 10268 PO Box 88050 I Yakima, Washington 98901 Tukwila, Washington 98138 -2050 (509) 248 -6823 (206) 575 -3200 FAX (509) 248 -9877 FAX (206) 575 -3207 I COLUMBIA ASPHALT SHAWN HYATT EXCAVATING I PO Box 9337 1420 Gilbert Road Yakima, Washington 98908 Zillah, Washington 98953 (509) 453 -2063 (509) 829 -5405 I FAX (509) 877 -6963 FAX (509) 829 -0761 I LEINGANG EXCAVATING ADVANCED TRAFFIC PRODUCTS /3M 1117 North 27 Ave. 909 SE Everett Mall Way B 280 Yakima, Washington 98902 Everett, Washington 98208 I (509) 575 -5507 (425) 347 -6208 FAX (509) 457 -3297 FAX (425) 347 -6308 I PIPKIN CONSTRUCTION MUFFETT & SONS CONST, LLC PO Box 3181 7506 Yakima Valley Highway I Wenatchee, Washington 98807 -3181 Zillah, Washington 98953 (509) 884 -2400 (509) 877 -2489 FAX (509) 884 -7099 FAX (509) 877 -2621 1 CENTRAL CONCRETE & UTILITIES PAVEMENT SURFACE CONTROL I PO Box 8356 307 North Dayton #2 Yakima, Washington 98908 Kennewick, Washington 99336 (509) 248 -1213 (509) 586 -1969 I FAX (509) 248 -1199 FAX (509) 585 -8297 I I ' NORTHWEST SIGNAL SUPPLY UNITED PIPE & SUPPLY 12965 SW Herman Road 1100 Walla Walla t Tualatin, Oregon 97062 Wenatchee, Washington 98801 (503) 635 -4351 (509) 662 -7128 FAX (503) 635 -4341 FAX (509) 662 -0639 1 ' APOLLO, INC. GRAY SURVEYING 1133 W. Columbia Dr. 2706 River Road Kennewick, Washington 99336 Yakima, Washington 98902 (509) 586 -1104 (509) 575 -6434 FAX (509) 586 -9202 FAX (509) 575 -1294 I HOLT DRILLING INC. MCCANDLISH ELECTRIC PO Box 1890 3014 G.S. Center Rd Suite D Milton, Washington Wenatchee, Washington 98801 I (253) 845 -7448 (509) 662 -3508 FAX (253) 770 -1420 FAX (509) 662 -5952 I PDS CONSTRUCTION GOODMAN & MEHLENBACKER ENT. INC. 1511 Bennett Ave. PO Box 5949 ' Prosser, Washington 99350 Kennewick, Washington 99336 (509) - 788 -0718 (509) - 737 -1951 FAX (509) 788 -0719 FAX (509) 737 -8231 1 MRM CONSTUCTION t 503 South Water Ellensburg, Washington 98926 (509) 925 -6000 ' FAX (509) 925 -6180 1 I 1 1 City Of Yakima • 1 Washington Ave. Widening and Reconstruction 52 nd Ave. to 24 th Ave. Cit y Project Nos. 1901 & 1915 Federal Aid Numbers: ' REV# 4558 (001) TIB# 8 -4- 039(019) -1 TIB# 9 -E- 039(007) -1 FAA No.: AIP -3 -53- 0089 -25 1 i r fr . 296 19 'W GI Y11 \` y JO. \.aL li E\F'IRES , , 1 1 I 1 1 I I CONTENTS I CITY OF YAKIMA Washington Ave. Widening and Reconstruction 52 Ave. to 24 Ave. 1 City Project Nos. 1901 & 1915 I Federal Aid Nos. REV -4558 (001) TIB 8-4- 039(019) -1 TIB 9 -E- 039(007) -1 SECTION PAGE I INVITATION TO BID 5 STANDARD SPECIFICATIONS I Standard Specifications 7 Amendments to the 2004 Standard Specifications 7 CONTRACT PROVISIONS I General Special Provisions 37 Project Description 37 1-02 Bid Procedures and Conditions 38 1 -03 Award and Execution of Contract 38 I 1 -04 Scope of Work 38 1 -05 Control of Work 38 1 -06 Control of Materials 44 1 -07 Legal Relations and Responsibilities to the Public 45 I 1 -08 Prosecution and Progress 66 1 -10 Temporary Traffic Control 68 1 -99 APWA Supplement 71 I 2 -01 Clearing, Grubbing, and Roadside Cleanup 73 2 -02 Removal of Structures and Obstructions 73 2 -03 Roadway Excavation and Embankment 74 2 -07 Watering 75 I 2-09 Structure Excavation 76 4 -06 Asphalt Treated Base 76 5-04 Asphalt Concrete Pavement 77 6 -02 Concrete Structures 97 I 7 -05 Manholes, Inlets, Catch Basins, and Drywells 98 7 -08 General Pipe Installation Requirements 99 8 Erosion Control and Water Pollution Control 100 8 -02 Roadside Planting 100 • I 8 -06 Cement Concrete Driveway Entrances 103 8 -12 Chain Link Fence and Wire Fence 103 8-13 Monument Cases 105 8 -14 Cement Concrete Sidewalks 106 I 8 -20 Illumination, Traffic Signal Systems, and Electrical 107 8 -30 Repair or Replacement (New Section) 109 9-03 Aggregates 110 9 -05 Drainage Structures, Culverts, and Conduits 110 I 9 -29 Illumination, signals, Electrical 110 STANDARD PLANS 115 Federal Aviation Administration Advisory Circular (Attached as a Supplement) 119 Required Contract Provisions FHWA Form 1273 (Attached as a Supplement) 121 I Contract Form 123 Performance Bond Form 125 Informational Certificate of Insurance 127 I Informational Additional Insured Endorsement 129 Minimum Wage Affidavit Form 131 . 3 1 PREVAILING WAGE RATES Prevailing Wage Rates 133 (State Wage and Federal Wage Rates attached as Supplements) PROPOSAL Proposal Form 135 Item Proposal Bid Sheet 137 Bid Bond Form 141 Non - Collusion Declaration 143 Non - Discrimination Provision 145 Subcontractor List 147 Women and Minority Business Enterprise Policy 149 Council Resolution 151 Affirmative Action Plan 153 Bidders Certification 155 DOT Form 420 -004EF (Attachment) 157 Materially and Responsiveness 159 Proposal Signature Sheet 161 Bidders Check List 163 111 PLANS & DETAILS Project Details Standard Details Traffic Control Plan Construction Plans 1 1 1 •1 • 1 1 1 I 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 of Yakima, until 2:00 pm on June 8, 2004 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Washington Ave. Widening and Reconstruction City Project Nos. 1901 & 1915 Federal Aid Nos. REV -4558 (001) TIB 8-4 -039(019) -1 TIB 9 -E -039(007) -1 This contract provides for the reconstruction, widening and realignment of 2.1 miles of a 2 -lane roadway into a 4 and 5 lane wide arterial street. The work on Washington Avenue, from 52 Avenue to 24 Avenue includes the approximate quantities of: clearing and grubbing; 9,000 CY roadway excavation; 3,000 CY common borrow; 55,000 ton CSBC; 6,000 ton CSTC; 20,000 ton ' ATB; 10,000 ton Hot Mix Asphalt; 11,000' of 12" & 18" storm sewer pipe; 3,600 LF of 36" drainage retention pert pipe; 20,000 LF curb & gutter; 14,600 SY concrete sidewalk; 9,000 LF field and airport security fencing; an illumination system; traffic signal; and other miscellaneous items, all in accordance with the Contract Plans, Contract Provisions, and the Standard ' Specifications as prepared by the City Engineer of the City of Yakima. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, 1 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 $75.00 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. ' A pre -bid conference will be held at Yakima City Hall CED Conference Room, Second Floor, 129 North 2nd Street, Yakima, Washington at 10:00 am on June 1, 2004. The conference will feature project discussion, DBE Contractor participation, and the Affirmative Action Plan. ' The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000 -4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. 1 The City reserves the right to reject any or all bids and proposals. DATED this 14 day of May, 2004 (SEAL) KAREN ROBERTS CITY CLERK PUBLISH: May 18, 2004 May 25,2004 . ' 5 . STANDARD SPECIFICATIONS The 2004 Standard Specifications for Road, Bridge, and Municipal Construction published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, by this reference, are made a part of these Contract Documents. Except as may be amended, modified, or supplemented hereinafter, each section of the Standard Specifications shall be considered as much a part of these Contract Documents as if they were actually set forth herein. The APWA Supplement to Division 1 (Division 1 -99) of the 2004 Standard Specifications for Road, Bridge, and Municipal Construction will apply to this Contract. 1 INTRODUCTION ' The following Amendments and Special Provisions shall be used in conjunction with the 2004 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS U 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 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC April 5, 2004 1 1- 07.13(4) Repair of Damage This section is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2) or 1- 07.13(3), payment will be made in accordance with Section 1 -04.4 using the estimated bid item "Reimbursement for Third Party Damage ". In the event the Contracting Agency pays for damage to the Contractor's work or for damage to the Contractor's equipment caused by third parties, any claim the Contractor had or may ' have had against the third party shall be deemed assigned to the Contracting Agency, to the extent of the Contracting Agency's payment for such damage. ' Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 7 For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Reimbursement For Third Party Damage" in the proposal to become a part of the total bid by the Contractor. 1 -07.18 Public Liability and Property Damage Insurance I This section is revised to read: The Contractor shall obtain and keep in force the following policies of insurance. The I 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 Insurance providing bodily injury and property damage liability coverage with limits of $3,000,000 per occurrence and in the aggregate for each policy period, written on Insurance Services Office (ISO) form CG0009 together with Washington State Department of Transportation Amendatory Endorsement No. CG 29 08, specifying the State of Washington as a named insured. The Contractor may choose to terminate this insurance after the date of Substantial Completion as determined by the Engineer or, should Substantial Completion not be achieved, after the date of Physical Completion as determined by the Engineer. In the event the Contractor elects to terminate this coverage, prior to acceptance of the contract, the Contractor shall first obtain an endorsement to the Commercial General Liability Insurance described below that establishes the Contracting Agency on that policy as an additional insured. 2. Commercial General Liability Insurance written under ISO Form CG0001 or its equivalent with minimum limits of $3,000,000 per occurrence and in the aggregate for each policy period. This protection may be a CGL policy or any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000. Products and completed operations coverage shall be provided for a period of one year following final acceptance of the work. 3. Commercial Automobile Liability Insurance providing bodily injury and property 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 with the State named as an additional insured in connection with the Contractor's Performance of the contract. 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. 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. All insurance policies and Certificates of Insurance shall include a requirement providing for ' a minimum of 45 days prior written notice to the Contracting Agency of any cancellation or reduction of coverage. All insurance coverage required by this section shall be written and provided by "occurrence- based" policy forms rather than by "claims made" forms. I 8 ' 1 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 working 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 -09, MEASUREMENT AND PAYMENT April 5, 2004 1 -09.6 Force Account On page 1 -91, under "For Labor ", the fourth and fifth sentences in the second paragraph are deleted. • 1 -09.7 Mobilization Under the second paragraph, item 3 is revised to read: • When the substantial completion date has been established for the project, payment of any amount bid for mobilization in excess of 10 percent of the total original contract amount will be paid. SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS April 5, 2004 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs The section title is revised to read: 2- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters The first sentence is revised to read: ' In removing pavement, sidewalks, curbs, and gutters, the Contractor shall: Item 3 is revised to read: ' 3. Make a vertical saw cut between any existing pavement, sidewalk, curb, or gutter that is to remain and the portion to be removed. 2 -02.5 Payment ' The second paragraph is revised to read: If pavements, sidewalks, curbs, or gutters lie within an excavation area, their removal will be paid for as part of the quantity removed in excavation. 1 9 1 SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT ' January 5, 2004 2- 03.3(14)D Compaction *and Moisture Control Tests 1 This section is revised to read: Maximum density and optimum moisture content shall be determined by one of the following methods: 1. Materials with less than 30 percent by weight retained on the U.S. No. 4 sieve shall be determined using FOP for AASHTO T 99 Method A. 1 2. Materials with 30 percent or more by weight retained on the U.S. No. 4 sieve and less than 30 percent retained on the 3/4 inch sieve shall be determined by WSDOT Test Method No. 606 or FOP for AASHTO T 180 Method D. The determination of which test procedure to use will be made solely by the Contracting Agency. 3. Materials with 30 percent or more retained on the 3/4 inch sieve shall be determined by WSDOT Test Method No. 606. In place density will be determined using Test Methods WSDOT FOP for AASHTO T 310 and I WSDOT SOP for T 615. SECTION 2-09, STRUCTURE EXCAVATION April 5, 2004 • 2 -09.4 Measurement In the third paragraph, the width for pipes 18 inches and over is revised to (1.5 x I.D.) + 18 inches. I SECTION 2 -10, DITCH EXCAVATION April 5, 2004 2 -10.1 Description The second paragraph is supplemented with the following: 1 Ditches 8 or more feet wide at the bottom shall be constructed in accordance with the requirements of Section 2- 03.3(14)M. SECTION 4 -04, BALLAST AND CRUSHED SURFACING January 5, 2004 ' 4- 04.3(5) Shaping and Compaction In the first paragraph, the first sentence is revised to read: I Immediately following spreading and final shaping, each layer of surfacing shall be compacted to at least 95 percent of the standard density determined by the requirements of , • Section 2- 03.3(14)D before the next succeeding layer of surfacing or pavement is placed. 10 • 1 SECTION 5 -04, HOT MIX ASPHALT January 5, 2004 5- 04.3(8)A Acceptance Sampling and Testing - HMA Mixture Item 3, D. (Test Methods) is revised to read: ' D. Test Methods Testing of HMA for compliance of volumetric properties (VMA, VFA and Va) will be by WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of ' gradation will be by WAQTC FOP for AASHTO T 27/T 11. 5- 04.3(13) Surface Smoothness In the first paragraph, the second sentence is revised to read: The completed surface of the wearing course shall not vary more than 1/8 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. 5-04.4 Measurement The first sentence is revised to read: t HMA CL. _ PG _, HMA for _ CL. _ PG _, and Commercial HMA will be measured by the ton in accordance with Section 1 -09.2, with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the mixture. ' SECTION 6-02, CONCRETE STRUCTURES April 5, 2004 1 6- 02.3(5)A General In the fourth paragraph, item 2 is revised to read: 2. An individual strength test averaged with the two preceding individual strength tests ' meets or exceeds specified strength (for the same class and exact mix I.D. of concrete on the same contract). 6- 02.3(17)K Concrete Forms on Steel Spans The following new paragraph is inserted between the second and third paragraphs: The compression member or bottom connection of cantilever formwork support brackets shall bear either within six inches maximum vertically of the bottom flange or within six inches maximum horizontally of a vertical web stiffener. The Contractor shall also furnish and install temporary struts and ties to prevent rotation of the steel girder. Partial depth ' cantilever formwork support brackets that do not conform to the above requirements shall not be used, unless the Contractor submits details showing the additional formwork struts and ties used to brace the steel girder against web distortion caused by the partial depth bracket, and receives the Engineer's approval of the submittal. 6- 02.3(24)E Welding Reinforcing Steel The ninth paragraph is revised to read: The minimum preheat and interpass temperature for welding Grade 60 reinforcing bars shall be in accordance with AWS D1.4 Table 5.2 and mill certification of carbon equivalence, per lot of reinforcing. Preheating shall be applied to the reinforcing bars and other splice I 1 11 members within 6 inches of the weld, unless limited by the available lengths of the bars or splice member. The twelfth paragraph is revised to read: Under supervision of the State Materials and Fabrication Inspector, the welder shall weld three test joints of the largest size reinforcing bar to be weld spliced, per type of joint shown in the Plans. Two of the test welds shall be test loaded to no less than 125 percent of the minimum specified yield . strength of the bar. The remaining test weld shall be mechanically cut perpendicular to the direction of the welding and macroetched. The macroetch specimen for Flare V groove welds will be inspected for the weld size and effective throat as shown in the Plans. Indirect butt splices shall be cut mechanically at two locations to provide a transverse cross - section of each of the bars spliced in the test assembly. The sections shall show the full cross - section of the weldment, the root of the weld, and any reinforcement. The etched cross - section shall have complete penetration and complete fusion with the base metal and between successive passes in the weld. Groove welds of direct butt splices and flare - groove welds shall not have reinforcement exceeding 1/8 inch in height measured from the main body of the bar and shall have a gradual transition to the base metal surface. No cracks will be allowed in either the weld metal or heat - affected zone. All craters shall be filled to the full cross - section of the weld. Weld metal shall be free from overlay. Undercutting deeper than 1/32 inch will not be allowed except at points where welds intersect the raised pattern of deformations where undercutting less than 1/16 inch deep will be acceptable. The sum of diameters of piping porosity in groove welds shall not exceed 1/8 inch in any linear inch of weld or exceed 9/16 inch in any 6 -inch length of weld. Corrections to welds with shielded metal arc, gas metal arc, or flux -cored arc welding processes shall be made in accordance with Engineer's approval. • 6 -02.3(27) Concrete for Precast Units This section is supplemented with the following: 1 Self compacting concrete (SCC) may be used for precast concrete barrier covered under section 6 -10 and drainage items covered under section 9 -12. If self compacting concrete has been approved for use the requirements of section 6- 02.3(4)C consistency shall not apply. Self compacting concrete is concrete that is able to flow under its own weight and completely fill the formwork, even in the presence of dense reinforcement, without the need of any vibration, while maintaining homogeneity. When using SCC modified testing procedures for air content and compressive strength will be used. The modification shall be that molds will be filled completely in one continuous lift without any rodding, vibration, tamping or other consolidation methods other than lightly taping around the exterior of the mold with a rubber mallet to allow entrapped air bubbles to escape. In addition the fabricators QC testing shall include Slump Flow Test results, which do not indicate segregation. As part of the plants approval for use of SCC the plant fabricator shall cast one barrier, or drainage item and have that barrier or drainage item sawed in half for examination by the Contracting Agency to determine that segregation has not occurred. SECTION 7 -12, VALVES FOR WATER MAINS ' April 5, 2004 7 -12.3 Construction Requirements 1 In the third paragraph the reference to Section 7 -10 is revised to Section 7 -09. In the fourth paragraph the reference to Section 7 -11 is revised to Section 7 -09. 1 1 12 SECTION 7 -14, HYDRANTS April 5, 2004 7- 14.3(1) Setting Hydrants In the third paragraph the reference to Section 7 -11 is revised to Section 7 -09. 7- 14.3(6) Hydrant Extensions The reference to Section 7 -11 is revised to Section 7 -09. I SECTION 7 -15, SERVICE CONNECTIONS April 5, 2004 7 -15.3 Construction Requirements In the second paragraph the reference to Section 7 -10 is revised to Section 7 -09. SECTION 8 -07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB April 5, 2004 1 8- 07.3(2) Painting of Curbs The first sentence is revised to read: Concrete curbing shall be painted with two full coats of paint conforming to Section 9 -34.2, as shown in the Plans or as designated by the Engineer. SECTION 8 -15, RIPRAP April 5, 2004 8- 15.3(6) Quarry Spalls The second sentence is revised to read: ' After placement, the quarry spalls shall be compacted to be uniformly dense and unyielding. 8 -15.5 Payment I In the second paragraph, the first sentence is revised to read: The unit contract price per ton or per cubic yard for the class or kind of riprap specified above shall be full pay for furnishing all labor, tools, equipment, and materials required to construct the riprap protection, except for excavation. SECTION 8- 20,ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL April 5, 2004 • 8- 20.3(5) Conduit The third sentence in the seventeenth paragraph is revised to read: Grout shall obtain a minimum of 4000 psi compressive strength at 7 days. 1 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull boxes This section is supplemented with the following: '1 13 Where conduit and junction boxes are placed in barrier, the Prime Contractor shall coordinate the work of the Contractor constructing the barrier and the electrical Contractor so that each junction box placed in the barrier is placed in correct alignment with respect to the barrier, with the face of the box flush or uniformly chamfered within Yz inch of the barrier surface. If any point on the surface of the junction box placed in barrier is recessed more than 1/2 inch from the surface of the barrier, the Contractor shall install a box extension meeting the Engineer's approval and grout around the extension or remove and replace the entire section of barrier. 8- 20.3(9) Bonding, Grounding The first paragraph is revised to read: All metallic appurtenances containing electrical conductors (luminaires, light standards, cabinets, metallic conduit, non - metallic conduit, etc.) shall be made mechanically and electrically secure to form a continuous systems which shall be effectively grounded. Where metallic conduit systems are employed, the conduit system constitutes the equipment grounding conductor. Where nonmetallic conduit is installed, the installation shall include an equipment ground conductor, in addition to the conductors noted in the contract. Bonding jumpers and equipment grounding conductors shall be installed in accordance with Section 9 -29.3. The equipment ground conductor between the isolation switch and the sign lighter fixtures may be No. 14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment grounding conductor shall be sized by the rating of the largest overcurrent device serving any circuit contained within the conduit. 8- 20.3(11) Testing 1 The fourth paragraph is revised to read: When the project includes a traffic signal system, the Contractor shall conduct tests noted in Section 8- 20.3(14)D. The Contractor shall provide the Engineer a minimum of five days advance written notice of the proposed traffic signal turn -on date and time. The traffic signal turn -on procedure shall not begin until all required channelization, pavement markings, illumination, signs, and sign lights are substantially complete and operational unless otherwise allowed by the Engineer. The Contractor shall provide traffic control to stop all traffic from entering the intersection. The Contracting Agency electronics technician will program the controller and enter the timing. data, then turn the traffic signal system to its flash mode to verify proper flash indications. The Contracting Agency electronics technician will then conduct functional tests to demonstrate that each part of the traffic signal system functions as specified. The Contractor shall conduct functional tests to demonstrate that each part of the illumination system, or other electrical system, functions as specified. These demonstration shall be conducted in the presence of a Contracting Agency electronic technician, the Contracting Agency electrical inspector, and Regional Traffic Engineer or his /her designee. The Contracting Agency electronics technician will then turn the traffic signal to stop- and -go operation for no less than one full cycle. Based on the results of the turn -on, the Engineer will direct the Contracting Agency electronics technician to either turn the traffic signal on to normal stop- and -go operation, to turn the signal to flash mode for a 111 period not to exceed five calendar days, or to turn the signal off and require the Contractor to cover all signal displays and correct all deficiencies. SECTION 9 -02, BITUMINOUS MATERIALS April 5, 2004 9- 02.1(3) Rapid- Curing (RC) Liquid Asphalt The column headings MC -70, MC -250, MC -800, and MC -3000 are revised to RC -70, RC -250, RC -800, and RC -3000 respectively. 14 1 I I The RC -250 requirement for "Residue of 680 °F distillation % volumn by difference" is revised from 67 to 65. I 9- 02.1(4)A Performance Grade (PG) Asphalt Cement This chart is revised to read: PG 58 PG 64 PG 70 PG 76 I PERFORMANCE GRADE -221- 281 -34 -221 - 281 -34 -221 -281 -34 - 221 -28 ORIGINAL BINDER I Flash Point Temp., T48 MIN C° 230 Rotational Viscosity T316 Maximum 3 Pa•s, Test Temp C° 135 I Dynamic Shear, T315: G * /sin0Min., 1.00 kPa Test Temp @ 10 rad/s, C° 58 64 70 76 I ROLLING THIN FILM OVEN RESIDUE (T240) I Mass Loss, Maximum, percent 1.00 Dynamic Shear, T315: G* /sin❑ Min., 2.20 kPa 1 Test Temp @ 10 rad /s, C° 58 64 70 76 PRESSURE AGING VESSEL RESIDUE I (R28) PAV Aging Temperature C° 100 Dynamic Shear, T315: I G*sinD Maximum, 5000 kPa Test Temp @ 10 rad/s, C° 22 19 16 25 22 19 28 25 22 31 28 Creep Stiffness, T313 I S, Maximum, 300 Mpa - - m- value, Minimum, 0.300 Test Temp @ 60s, C° -12 -18 -24 -12 -18 -24 -12 -18 -24 -12 -18 I All Performance Graded Binders not included in this chart shall be determined by Table 1 "Performance Graded Asphalt Specification Chart in AASHTO M320. I SECTION 9 -03, AGGREGATES I April 5, 2004 9 -03.14 Borrow • 1 This section is supplemented with the following: 9- 03.14(4) Gravel Borrow for Geosynthetic Retaining Wall All backfill material used in the reinforced soil zone of the geosynthetic retaining wall shall I conform to requirements of Section 9- 03.14(1) and shall be free draining, free from organic or otherwise deleterious material. The material shall be substantially free of shale or other soft, poor durability particles, and shall not contain recycled materials, such as glass, I shredded tires, portland cement concrete rubble, or asphaltic concrete rubble. The backfill material shall meet the following requirements: 1 15 Property Test Method Allowable Test Value Los Angeles Wear, 500 rev. AASHTO T 96 35 percent max. Degradation WSDOT Test Method 113 15 min. pH AASHTO T 289 -91 ** ** 4.5 to 9 for permanent walls and 3 to 10 for temporary walls 1 Wall backfill material satisfying these gradation, durability and chemical requirements shall be classified as nonaggressive. I 9- 03.21(2) Recycled Hot Mix Asphalt The Maximum Bitumen Content (Percent) for Gravel Borrow is revised from "0" to "1.2 ". SECTION 9-04, JOINT AND CRACK SEALING MATERIALS April 5, 2004 1 9- 04.2(2) Two Component Poured Rubber Joint Sealer The section title is revised to read: 9- 04.2(2) Poured Rubber Joint Sealer SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS April 5, 2004 I 9- 05.4(3) Protective Treatment Treatments 3, 4, and 6 are revised to read: ' This treatment is no longer available. 9- 05.4(4) Asphalt Coatings and Paved Inverts The second paragraph under item 2 is revised to read: The paved invert for Treatment 2 shall consist of bituminous material applied in such a manner that one or more smooth pavements will be formed in the invert filling the corrugations for at least 40 percent of the circumference. The pavement shall have a minimum thickness of 1/8 inch above the crest of the corrugations except where the upper edges intercept the corrugation. The pavements shall be applied following the coating with asphalt . Treatment 5 may be substituted for Treatment 2, at the option of the Contractor. 9 -05.10 Steel Storm Sewer Pipe The first sentence is revised to read: Steel storm sewer pipe shall conform to the requirements of Section 9 -05.4 for steel culvert pipe, except that protective coating shall be Treatment 1 or 5, and be constructed of either helically corrugated lock seam or helically corrugated continuous welded steel pipe. 9 -05.11 Aluminum Storm Sewer Pipe The first sentence is revised to read: 16 1 Aluminum storm sewer pipe shall conform to the requirements of Section 9 -05.5 for aluminum culvert pipe, except that the protective coating shall be Treatment 1 or 5, and the pipe shall be constructed of helically corrugated lock seam aluminum pipe. ' 9 -05.16 Grate Inlets and Drop Inlets The first and second paragraphs are revised to read: ' Steel in grates, angles, and anchors for grate inlets shall conform to •ASTM A 36, except structural tube shall conform to ASTM A 500, Grade B, and structural shapes may conform to ASTM A 992. After fabrication, the steel shall be galvanized in accordance with AASHTO M 111, or galvanized with a hot - sprayed (plasma flame applied) 6 mil minimum thickness plasma coating. Steel grating shall be fabricated by weld connections. Welds, welding procedures, and welding materials shall conform with the AWS D1.1/D1.1M, latest edition, Structural Welding Code. SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS January 5, 2004 • 9 -06.16 Roadside Sign Structures The third paragraph is revised to read: Posts for multiple post sign structures shall conform to either ASTM A 36 or ASTM A 992. ' Posts conforming to either ASTM A 588 or ASTM A 572 Grade 50 may be used as an acceptable alternate to the ASTM A 36 and ASTM A 992 posts. All steel not otherwise specified shall conform to either ASTM A 36 or ASTM A 992. 9 -06.18 Metal Railings The first paragraph is revised to read: Metal bridge railing shall conform to the type and material specifications set forth in the Plans and Special Provisions. Steel used for metal railings, when galvanized after fabrication in accordance with AASHTO M 111, shall have a controlled silicon content of ' either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon content of the steel shall be submitted to both the galvanizer and the Engineer prior to beginning galvanizing operations. SECTION 9-08, PAINTS April 5, 2004 9 -08.2 Paint Formulas — General The following paint formulas and associate specifications are deleted: Formula A -6 -86 Zinc Dust Zinc Oxide Primer Formula H -2 -83 -White Masonry Paint for Precast Curbs Formula H -3 -83 Yellow Masonry Paint for Precast Curbs SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING January 5, 2004 9- 14.4(8) Compost Under the fifth paragraph, item 1 is revised to read: 17 1 1. Compost material shall be tested in accordance with AASHTO Test Method T87 and I Section 7 of AASHTO T88. Compost Type 1 shall meet the following: 1 100% shall pass through a 2" sieve 90% to 100% shall pass through a 1" sieve. 70% to 100% shall pass through a 3 /4" sieve. 40% to 75% shall pass through a 1 /4" sieve. Maximum particle length of 6 inches. Compost Type 2 shall meet the following: , 100% shall pass through a 3" sieve 90% to 100% shall pass through a 1" sieve. 70% to 100% shall pass through a 3 /4' sieve. 40% to 60% shall pass through a %" sieve. Maximum particle length of 6 inches. 1 In the seventh paragraph, the first sentence is revised to read: Approval of sources for composted products shall be based on the following submittals by the Contractor: This section is supplemented with the following: 1 Acceptance will be based upon a satisfactory Test Report from the State Materials Lab indicating that the lot (or lots) of compost meets the specification requirements. SECTION 9 -16, FENCE AND GUARDRAIL '. January 5, 2004 9- 16.3(1) Rail Element The third paragraph is revised to read: The 6 -inch channel rails and splice plates shall conform to ASTM A 36, except that the channel rails may conform to ASTM A 992. All fabrication shall be complete before galvanizing. 9- 16.3(2) Posts and Blocks The fourth paragraph is revised to read: Steel posts, blocks, and base plates, where used, shall conform to either ASTM A 36 or ASTM A 992, and shall be galvanized in accordance with AASHTO M 111. Welding shall conform to Section 6- 03.3(25). All fabrication shall be completed prior to galvanizing. 9- 16.3(5) Anchors The sixth paragraph is revised to read: The anchor plate, W200 x 27 and metal plates shall be fabricated of steel conforming to the , specifications of ASTM A 36, except that the W200 x 27 may conform to ASTM A 992. I I 18 1 1 SECTION 9 -17, FLEXIBLE GUIDE POSTS January 5, 2004 1 9 -17.3 Field Tests In the last paragraph, the last' sentence is revised to read: ' At least 70 percent of the guide posts must pass each criteria in the 55 miles per hour series of impacts to be acceptable SECTION 9 -28, SIGNING MATERIALS AND FABRICATION. April 5, 2004 9 -28.8 Sheet Aluminum Signs The sheet thickness chart is revised to read: Maximum Horizontal Dimension Sheet Aluminum Thickness Overlay panels 0.050 inch Up to 20 inches 0.063 inch 20 inches to 36 inches, inclusive 0.080 inch ' Over 36 inches (Construction Signs) 0.080 -0.125 inch Over 36 inches (Permanent Signs) 0.125 inch • The fourth paragraph is revised to read: Before placing aluminum in contact with untreated steel, the steel surfaces shall be protected by proper cleaning and painting with one coat of Zinc Primer A -9 -73 or A -11 -99 and two coats of aluminum paint D -1 -57. 9 -28.11 Hardware The entry for hardware item "Angle and "Z" Bar" in the table in this section is revised to read: ' Angle and "Z" Bar ASTM B 221 6061 -T6 Aluminum ASTM A 36 or ASTM A 992 Steel ' 9- 28.14(2) Steel Structures and Posts This section is revised to read: 1 Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as shown in the Plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 992. Truss member connection hardware shall conform to Section 9- 06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for bridge mounted sign brackets shall conform to either ASTM A 36 or ASTM A 992. U bolts, and associated nuts and washers, shall be stainless steel conforming to Section 9- 28.11, and shall be fabricated hot. • Anchor rods for sign bridge and cantilever sign structure foundations shall conform to ASTM F 1554 Grade 104, including Supplemental Requirements S2, S3, and S5. Nuts and washers for sign bridge and cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. I I 19 1 Steel sign structures and posts shall be galvanized after fabrication in accordance with 1 AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the Plans or Special Provisions, metal surfaces shall not be painted. 1 Except as otherwise noted, steel used for sign structures and posts shall have a controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. If the Plans or Special Provisions specify painting of the galvanized steel surfaces, then the controlled silicon content requirement does not apply for those steel members.. Mill test certificates verifying the silicon content of the steel shall be submitted to both the galvanizer and the Engineer prior to beginning galvanizing operations. I Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval, six copies of the proposed modifications, prior to fabrication. SECTION 9 -29, ILLUMINATION, SIGNALS, ELECTRICAL 1 April 5, 2004 9 -29.3 Conductors, Cable Under the second paragraph, item 5 is revised to read: 5. Pole and bracket cable shall be a two- conductor cable rated for 600 volts. The individual conductors shall be one red and one black 19- strand No. 10 AWG copper, assembled parallel. The conductor insulation shall be 45 mil polyvinyl chloride or a 600 volt rated cross - linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not less than 45 mils thick. If luminaires with remote ballasts are specified in the contract, this same cable shall be used between luminaire and ballast for both timber and ornamental pole construction. If the luminaire requires fixture wire temperatures greater than 75 °C, the outer jacket shall be stripped for that portion of the cable inside the luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving of the temperature rating recommended by the luminaire manufacturer. 1 9- 29.6(1) Light and Signal Standards This section including title is revised to read: 9- 29.6(1) Steel Light and Signal Standards Steel plates and shapes for light and signal standards shall conform to ASTM A 36, except that structural shapes may conform to ASTM A 992. Shafts for light and signal standards, except Type PPB signal standards, shall conform to ASTM A 572 Grade 50. Shafts and caps for Type PPB signal standards, slipfitters for type PS I, FB, and RM signal standards, and all pipes shall conform to ASTM A 53 Grade B. Base plates for light standards shall conform to ASTM A 572, Grade 50, except as otherwise noted in the Standard plans for fixed base light standards. Base plates for signal standards shall conform to ASTM A 36. Connecting bolts shall conform to AASHTO M 164. Fasteners for handhole covers, bands on lighting brackets, and connector attachment brackets shall conform to ASTM F 593. Light and signal standards shall be hot - dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. Steel used for light and signal standards shall have a controlled silicon content of either 0.00 to 0.04 percent or 0.15 to 0.25 percent. Mill test certificates verifying the silicon content of the steel shall be submitted to both the galvanizer and the Engineer prior to beginning galvanizing operations. 20 1 • 1 9 -29.10 Luminaires Under the first paragraph, the third sentence in item D is revised to read: All internal luminaire assemblies shall be assembled on or fabricated from either stainless steel or galvanized steel. ' 9- 29.13(6) Radio Interference Suppressers In the first paragraph, the second sentence is revised to read: ' Interference suppressers shall be of a design which will minimize interference in .both broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 decibels over a frequency range of 200 kilohertz to 75 megahertz when used in connection with normal installations 9- 29.13(7) Traffic- Actuated Controllers In the first paragraph, item 3 is revised to read: . 1 3. A minimum of four overlaps. 9- 29.13(7)B Auxiliary Equipment for NEMA Controllers ' Under the first paragraph, item 2 is supplemented with the following: The controller cabinet shall have all cabinet wiring installed for eight vehicle phases, four pedestrian phases, four emergency pre - empts, four overlaps.(OL A, B, C, D). Under the first paragraph, item 7 is revised to read: 7. A "Display Panel" when noted in the contract. The display panel shall depict a generic eight -phase operation. The panel shall be mounted on the inside of the front cabinet door and the mounting shall be of a design that allows positioning of the panel in four orientations 90 degrees from each other. The mounting shall be removable without use of any tools. Incandescent red, yellow, green, walk and don't walk indicator lights shall be provided for each phase. The indicator lights shall be connected to the associated field terminals. The connecting cable shall be long enough to allow for any mounting orientation. No diodes will be allowed in the display panel. A means of disconnecting all wiring entering the panel shall be provided. Switches shall be provided on the panel with labels and functions as follows: ' a. Display On — Signal indicator lamps will display the operation of the intersection. b. Test — All indicator lamps shall be energized. c. Display Off — all signal indicator lamps shall be de- energized. A "Detector Panel ", as specified in Standard Specification Section 9- 29.12(7)D, shall be installed. The panel shall be mounted on the inside of the front cabinet door. The detector panel shall be constructed as a single unit. Detector switches with separate operate, test, and off positions shall be provided for each field detector input circuit. A high intensity light emitting diode (LED) shall be provided for each switch. The lamp shall energize upon vehicle, pedestrian or test switch actuation. The test switch shall 1 provide a spring loaded momentary contact that will place a call into the controller. When in the OFF position, respective detector circuits will be disconnected. In the operate position, each respective detector circuit shall operate normally. Switches shall be provided on the panel with labels and functions as follows: ' 21 1 a. Display On — Detector indicator lights shall operate consistent with their 1 respective switches. b. Display Off — detector indicator lights shall be de- energized. A means of disconnecting all wiring entering the panel shall be provided. The disconnect shall include a means to jumper detection calls when the display panel is disconnected. All switches on the panel shall be marked with its associated plan detector number. All markers shall be permanent. 9- 29.13(7)D NEMA Controller Cabinets This section is revised to read: Each traffic - actuated NEMA controller shall be housed in a weatherproof cabinet conforming to the following requirements: 1. Construction shall be of 0.073 -inch minimum thickness series 300 stainless steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The stainless steel shall be annealed or one - quarter- hardness complying with ASTM A666 stainless steel sheet. Cabinets may be finished inside with an approved finish coat of exterior white enamel. If no other coating is specified in the contract • provisions the exterior of all cabinets shall be bare metal. All controller cabinets shall be furnished with front and rear doors. 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. A 24. slot rack or racks shall be installed. The rack(s) shall be wired for 2 channel loop detectors and as follows. Slots 1 & 2 phase 1 loop detectors. Slots 3, 4, & 5 phase 2 loop detectors. Slots 6 & 7 phase 3 loop detectors. Slots 8, 9, & 10 phase 4 loop detectors. Slots 11 & 12 phase 5 loop deterctors. Slots 13, 14, & 15 phase 6 loop detectors. Slots 16 & 17 phase 7 loop detectors. Slots 18, 19 & 20 phase 8 loop detectors. Slot 21 upper phase 1 loop detector. Slot 21 lower phase 5 detector. Slot 22 wired for a 2 channel discriminator channels A, C. Slot 23 wired for a 2 channel discriminator, channels B, D. Slot 24 wired for a 4 channel discriminator, wired for channel A, B, C, D. All loop detector slots shall be wired for presence/ pulse detection/ extension. If an external power supply is required in order for the entire racks(s) to be powered it shall be installed. All rack(s) slots shall be labeled with engraved identification strips. 3. Additional detection utilizing the "D" connector shall be installed in accordance with the contract. The cabinet shall be of adequate size to properly house the controller and all required appurtenances and auxiliary equipment in an upright position with a clearance of at least 3 inches from the vent fan and filter to allow for proper air flow. In no case shall more than 70 percent of the cabinet volume be used. There shall be at least a 2 -inch clearance between shelf mounted equipment and the cabinet wall or equipment mounted on the cabinet wall. 4. The cabinet.shall have an air intake vent on the lower half of the front door, with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in place with a spring - loaded framework. 5. The cabinet door(s) shall be provided with: . I a. Spring loaded construction core locks capable of accepting a Best type CX series six segment (core installed by others) shall be installed in • 22 1 ' each door with the exception of the police panel door. Cabinet doors shall each have a three point latch system. 1 b. A police panel assembly shall be installed in the front door and shall have a stainless steel hinge pin and a police panel lock. Two police keys with shafts a minimum of 1 3/4 inches long shall be provided with each cabinet. c. All doors and police panel door shall have one piece closed cell, neoprene gaskets. 1 d. A two position doorstop assembly. Front and rear interior light control switches. ' 9- 29.13(7)E Type 170E, 170E- HC -11, 2070, 2070 Lite, ATC Controller Cabinets This section is revised to read: The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303 ITS /ATC cabinets, or as specified in the contract.. Each door shall be furnished with a construction core lock conforming to 9 -29.13 (7)D 5a, b and c above. A police panel with door, stainless steel hinge pin and lock shall be provided. Two police keys with shafts a minimum of 1 3/4" long shall be provided with each cabinet. Each of these cabinets shall be furnished with auxiliary equipment described in 9- 29.13(7)C. Type 334 cabinets for traffic data station controller furnished shall meet current Caltrans 170E specifications, as stated in ' Standard Specifications 9- 29.13(7) and as follows. Camera control and DMS local control cabinets shall contain the equipment shown in the Plans. The cabinet shall have the same external physical dimensions and appearance of Model 334 cabinets. ' 1. The cabinet shall be fabricated of stainless steel or sheet aluminum in accordance with Section 9- 29.13(7)D, Item number 1. Painted steel, painted or anodized aluminum is not allowed. 2. Cabinet doors shall have a three -point latch and two- position stop assembly with spring loaded construction core lock capable of accepting a Best lock company type, with 6 -pin CX series core. The Contractor shall supply construction cores. 1 Upon contract completion, the Contractor shall deliver two master keys to the Engineer. 3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. 4. A shatterproof fluorescent interior cabinet lights with self- starting ballast shall be furnished, one fixture mounted on the rear rack near the top and the second ' mounted at the top of the front rack. Door switches shall automatically turn on both lights when either door is opened. 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall be provided in lieu of the two controller unit support angles. The shelf shall be fabricated from aluminum and shall be installed such that it does not interfere with access to any terminal block. The shelf shall contain a rollout flip -top drawer for 1 storage of wiring diagrams and manuals. A disposable paper filter element of at least 180. square inches shall be provided in lieu of a ' metal filter. All traffic data and ramp meter cabinets shall include the following accessories: 1 23 1 1. Each cabinet shall be equipped with a fully operable controller equipped as specified in the Contract Provisions. 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each using 133 millimeters of rack height. 3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989 CALTRANS 170 specification, with all current amendments. The PDA #3 shall contain three Model 200 Load Switches. A transient voltage protection device shall be provided, which plugs into the 1 controller unit receptacle and in turn accepts the controller plug and meets the electrical requirements of Section 9- 29.13(7)B(3) item e. A second transfer relay, Model 430, shall be mounted on the rear of the PDA #3 and wired as shown in the Plans. 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be ' labeled POLICE CONTROL, ON -OFF. 5. Display Panel 1 A. General • Each cabinet shall be furnished with a display panel. The panel shall be mounted, showing and providing detection for inputs and specified controller outputs, at the top of the front rack above the controller unit. The display panel shall be fabricated from brushed aluminum and constructed according to the detail in the Plans. B. Text All text on the display panel shall be black in color and silk screened directly to the panel except the Phenolic detector and cabinet nameplates. A nameplate for each loop shall be engraved with a 1/4 inch nominal text according to the ITS Field Wiring Charts. The nameplates shall be permanently affixed to the display panel. C. LEDs The LEDs for the display panel shall meet the following specifications: Case size T 1 -3/4 Viewing angle 50° minimum Brightness 8 Milli candelas LEDs with RED, YELLOW or GREEN as part of their labels shall be red, yellow or green in color. All other LEDs shall be red. All LEDs shall have tinted diffused lenses. D. Detector Display Control Switch Each display panel shall be equipped with one detector display control switch on the panel with labels and functions as follows: ON Detector display LEDs shall operate consistent with their separate switches. OFF ' 24 ' 1 All detector indicator LEDs shall be de- energized. Detector calls shall continue to reach the controller. TEST All detector indicator LEDs shall illuminate and no calls shall be placed to the controller. E. Advance Warning Sign Control Switch Each display panel shall be equipped with one advance warning sign control switch on the panel with labels and functions as follows: 1 AUTOMATIC Sign Relay shall energize upon ground true call from controller. SIGN OFF Sign Relay shall de- energize. SIGN ON Sign Relay shall energize. F. Sign Relay ' The sign relay shall be plugged into a socket installed on the rear of the display panel. The relay shall be wired as shown in the Plans. The relay coil shall draw (or sink) 50 milliamperes ± 10% from the 170E controller and have a DPDT contact rating not less than 10 amperes. A 1N4004 diode shall be placed across the relay coil to suppress voltage spikes. The anode terminal shall be connected to terminal #7 of the relay as labeled in the Plans. The relay shall energize when the METERING indicator LED is lit. G. Detector Input Indicators One display LED and one spring - loaded two- position SPST toggle switch ' shall be provided for each of the 40 detection inputs. These LEDs and switches shall function as follows: TEST 1 When the switch is in the test position, a call shall be placed to the controller and energize the associated LED. The switch shall automatically return to the run position when it is released. RUN In the run position the LEDs shall illuminate for the duration of each call to the controller. H. Controller Output Indicators The display panel shall contain a series of output indicator LEDs mounted ' below the detection indicators. The layout shall be according to the detail in the Plans. These LEDs shall illuminate upon a ground true output from the controller via the C5 connector. ' The output indicator LEDs shall have resistors in series to drop the voltage from 24 volts DC to their rated voltage and limit current below their rated current. The anode connection of each LED to +24 VDC shall be wired . through the resistor. I. Connectors Connection to the display panel shall be made by three connectors, one pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 and 25 1 P2 connectors shall be 50 -pin cannon D series, or equivalent 50 pin I connectors and shall be compatible such that the two connectors can be connected directly to one another to bypass the input detection. Wiring for the P1, P2 and C5 connectors shall be as shown in the Plans. The Contractor shall install wire connectors P1, P2, Cl P, C2, C4, C5 and C6 according to the pin assignments shown in the Plans. 6. Model 204 Flasher Unit Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign flasher unit mounted on the right rear side panel. The flasher shall be powered from T1 -2. The outputs from the flasher shall be wired to T1 -5 and T1 -6. 7. Fiber Optic Patch Panel The Contractor shall provide and install a rack - mounted fiber optic patch panel as identified in the Plans. Cabinet Wiring 1. Terminal blocks TB1 through TB9 shall be installed on the Input Panel. 111 Layout and position assignment of the terminal blocks shall be as noted in the Plans. Terminals for field wiring in traffic data and /or ramp metering controller cabinet shall be labeled, numbered and connected in accordance with the following: ' Terminal Terminal and Connection Block Pos. Wire Numbers Identification TBS 501 -502 AC Power, Neutral T1 -2 641 Sign on T1 -4 643 Sign off T1 -5 644 Flasher Output NC T1 -6 645 Flasher Output NO T4 -1 631 Lane 3 - Red T4 -2 632 Lane 3 - Yellow T4 -3 633 Lane 3 - Green T4-4 621 Lane 2 - Red T4 -5 622 Lane 2 - Yellow T4 -6 623 Lane 2 - Green T4 -7 611 Lane 1 - Red T4 -8 612 Lane 1 - Yellow T4 -9 613 Lane 1 - Green Loop lead -in cables shall be labeled and connected to cabinet terminals according to the ITS Field Wiring Chart. This chart will be provided by the Engineer within 20 days of the Contractor's request. 111 9- 29.16(2)A Optical Units Under the first paragraph, number 4 (warranty) is deleted. 9 -29.19 Pedestrian Push Buttons • The third paragraph is deleted 9 -29.21 Flashing Beacon ' This section is revised to read: 1 26 1 1 ' Flashing beacons shall be installed as detailed in the Plans, as specified in the Special Provisions, and as described below: ' Controllers for flashing beacons shall be as specified in Section 9- 29.15. Beacons shall consist of single section, 8 -inch or 12 -inch traffic signal heads, three or four -way adjustable, meeting all of the applicable requirements of Section 9- 29.16. Displays (red or yellow) may be either LED type or incandescent. 12 inch yellow displays shall be dimmed 50% after dark. ' Mounting brackets, mountings, and installation shall meet all applicable requirements of Section 9- 29.17. I Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans or as determined by the Engineer. 9 -29.24 Service Cabinets Under the first paragraph, item F is revised to read: F. The minimum size of control circuit conductors used in service cabinets shall be No. 14 AWG stranded copper. All electrical contactors shall have the loadside terminals toward the front (door side) of the service cabinet. • Under the first paragraph, the fourth sentence of item I is revised to read:.._. No electrical devices shall be connected to the dead front panel. 1 9 -29.25 Amplifier, Transformer, and Terminal Cabinets Under the first paragraph, the fourth sentence of item 3 is revised to read: ' The Contractor shall supply construction cores with two master keys. The keys shall be delivered to the Engineer. SECTION 9 -33, CONSTRUCTION GEOTEXTILE April 5, 2004 • This section including title is revised to read: SECTION 9 -33, CONSTRUCTION GEOSYNTHETIC April 5, 2004 ' 9 -33.1 Geosynthetic Material Requirements The term geosynthetic shall be considered to be inclusive of geotextiles, geogrids, and prefabricated drainage mats. Geotextiles, including geotextiles attached to prefabricated drainage core to form a prefabricated drainage mat, shall consist only of long chain polymeric fibers or yarns formed into a stable network such that the fibers or yarns retain their position relative to each other ' during handling, placement, and design service life. At least 95 percent by weight of the material shall be polyolefins or polyesters. The material shall be free from defects or tears. The geotextile shall also be free of any treatment or coating which might adversely alter its hydraulic or physical properties after installation. 1 27 1 Geogrids shall consist of a regular network of integrally connected polymer tensile elements 1 with an aperture geometry sufficient to permit mechanical interlock with the surrounding backfill. The long chain polymers in the geogrid tensile elements, not including coatings, shall consist of at least 95 percent by mass of the material of polyolefins or polyesters. The material shall be free of defects, cuts, and tears. Prefabricated drainage core shall consist of a three dimensional polymeric material with a structure that permits flow along the core laterally, and which provides support to the geotextiles attached to it. • The geosynthetic shall conform to the properties as indicated in Tables 1 through 8 in Section 9 -33.2, and additional tables as required in the Special Provisions for each use specified in the Plans. Specifically, the geosynthetic uses included in this section and their associated tables of properties are as follows: Applicable Geotextile Application Property Tables Underground Drainage, Low Survivability, Classes A, B, and C Tables 1 and 2 Underground Drainage, Moderate Survivability, Classes A, B, and C Tables 1 and 2 Separation Table 3 Soil Stabilization Table 3 Permanent Erosion Control, Moderate Survivability, Classes A, B, and C Tables 4 and 5 1 Permanent Erosion Control, High Survivability Classes A, B, and C Tables 4 and 5 1 Ditch Lining Table 4 Temporary Silt Fence Table 6 1 Permanent Geosynthetic Retaining Wall Tables 7 and 9 Temporary Geosynthetic Retaining Wall . Tables 7 and 10 1 Prefabricated Drainage Mat Table 8 Tables 9 and 10 will be included in the Special Provisions. Geogrid and geotextile reinforcement in geosynthetic retaining walls shall conform to the properties specified in Table 9 for permanent walls, and Table 10 for temporary walls. For geosynthetic retaining walls that use geogrid reinforcement, the geotextile material placed at the wall face to retain the backfill material as shown in the Plans shall conform to the properties for Construction Geotextile for Underground Drainage, Moderate Survivability, Class A. Thread used for sewing geotextiles shall consist of high strength polypropylene, polyester, or polyamide. Nylon threads will not be allowed. The thread used to sew permanent erosion control geotextiles, and to sew geotextile seams in exposed faces • of temporary or 28 1 I I permanent geosynthetic retaining walls, shall also be resistant to ultraviolet radiation. The thread shall be of contrasting color to that of the geotextile itself. 1 9 -33.2 Geosynthetic Properties • 9- 33.2(1) Geotextile Properties 1 Table 1: Geotextile for underground drainage strength properties for survivability. l Geotextile Property Requirements' Low Moderate Survivability , • Survivability I Geotextile Property Test Method 2 Woven /Nonwoven Woven /Nonwovan Grab Tensile Strength, ASTM D4632 180 lbs. /115 lbs. min. 250 lbs. /160 lbs. min. min. in machine and x- machine direction , I Grab Failure Strain, in • ASTM D4632 <50 %/ >50% <50 %/ >50% machine and x- machine I direction Seam Breaking Strength ASTM D4632 160 lbs. /100 lbs. min. 220 lbs. /140 lbs. min. I Puncture Resistance ASTM D4833 67 lbs. /40 lbs. min. 80 lbs. /50 lbs. min. Tear Strength, min. in ASTM D4533 67 lbs /40 lbs. min. 80 lbs. /50 lbs. min. I machine and x- machine direction • Ultraviolet (UV) ASTM D4355 50% strength 50% strength I Rediation stability retained min., retained min., after 500 hrs. in after 500 hrs. in weatherometer weatherometer 1 Table 2: Geotextile for underground drainage filtration properties. I Geotextile Property R Geotextile Property Test Method Class A Class B Class C AOS ASTM D4751 .43 mm max. .25 mm max. .18 mm max. 1 (#40 sieve) ( #60 sieve) ( #80 sieve) Water Permittivity ASTM D4491 .5 sec min. .4 se' min. .3 se' mi c c c n. I Table 3: Geotextile for separation or soil stabilization. l Geotextile Property Requirements' Separation Soil Stabilization Geotextile Property Test Method 2 Woven /Nonwoven Woven /Nonwovan AOS ASTM D4751 .60 mm max. .43 mm max. ( #30 sieve) (#40 sieve) Water Permittivity ASTM D4491 .02 sec' min. -1 se min. I I 29 I Grab Tensile Strength, ASTM D4632 250 lbs. /160 lbs. min. 315 lbs. /200 lbs. min. I min. in machine and x- machine direction Grab Failure Strain, in ASTM D4632 <50 %/ >50% <50 %/ >50% I machine and x- machine direction I Seam Breaking Strength ASTM D4632 220 - lbs. /140 lbs. min. 270 lbs. /180 lbs. min. Puncture Resistance ASTM D4833 80 lbs. /50 lbs. min. 112 lbs. /79 lbs. min. I Tear Strength, min. in ASTM D4533 80 lbs/50 lbs. min. 112 lbs. /79 lbs. min. machine and x- machine I direction Ultraviolet (UV) ASTM D4355 50% strength 50% strength Rediation stability retained min., retained min., after 500 hrs. in after 500 hrs. in weatherometer weatherometer Table 4: Geotextile for permanent erosion control and ditch lining. 1 • Geotextile Property Requirements' Permanent Erosion Control Ditch Lining Moderate High Servicability Servicability Geotextile Property Test Method 2 Woven/Nonwoven Woven/Nonwovan Woven/Nonwovan AOS ASTM D4751 See Table 5 See Table 5 .60 mm max ( #30 sieve) Water Permittivity ASTM D4491 See Table 5 See Table 5 .02 sec min. Grab Tensile Strength, ASTM D4632 250 lbs. /160 lbs. min. 315 lbs./200 lbs. min. 250 lbs. /160 lbs. min. min. in machine and x- machine direction Grab Failure Strain, in ASTM D4632 15 %- 50 %/ >50% 15 %- 50 %/ >50% <50 %/ >50% machine and x- machine direction Seam Breaking Strength ASTM D4632 220 lbs. /140 lbs. min. 270 lbs. /180 lbs. min. 220 lbs. /140 lbs. min. , 1 Burst Strength ASTM D3785 400 pse /190 psi min. 500 psi /320 psi min. Puncture Resistance ASTM D4833 80 lbs. /50 lbs. min. 112 lbs./79 lbs. min. 80 lbs. /50 lbs. min. Tear Strength, min. in ASTM D4533 80 lbs/50 lbs. min. 112 lbs./79 lbs. min. 80 Ibs. /50 lbs. min. machine and x- machine direction Ultraviolet (UV) ASTM D4355 70% strength 70% strength 70% strength 1 Rediation stability retained min., retained min., retained min., after 500 hrs. in after 500 hrs. in after 500 hrs. in weatherometer weatherometer weatherometer Table 5: Filtration properties for geotextile for permanent erosion control. Geotextile Property Requirements 1 Geotextile Property Test Method Class A Class B Class C AOS ASTM D4751 .43 mm max. .25 mm max. .22 mm max. (#40 sieve) ( #60 sieve) ( #70 sieve) 30 I I Water Permittivity ASTM D4491 .7 sec' min. .4 sec' min. .2 sec' min. I Table 6: Geotextile for temporary silt fence. Geotextile Property Requirements' Supported Between Unsupported Posts with Wire or Geotextile Property Test Method 2 Between Posts Polymeric Mesh I AOS ASTM D4751 .60 mm max. for slit .60 mm max. for slit film wovens film wovens ( #30 sieve) ( #30 sieve) .30 mm max. for all . .30 mm max. for all I other geotextile other geotextile types ( #50 sieve) types ( #50 sieve) .15 mm min. .15 mm min. I ( #100 sieve) ( #100 sieve) Water Permittivity ASTM D4491 .02 sec' min. .02 sec' min. I Grab Tensile Strength, ASTM D4632 180 lbs. min. in 100 lbs. min. min. in machine and machine direction, x- machine direction 100 lbs. min. in I x- machine direction Grab Failure Strain, in ASTM D4632 30% max. at 180 lbs. machine and x- machine or more I direction Ultraviolet (UV) ASTM D4355 70% strength 70% strength I Rediation stability retained min., retained min., after 500 hrs. in after 500 hrs. in weatherometer weatherometer I 'All geotextile properties in Tables 1 through 6 are minimum average roll values (i.e., the test result for any sampled roll in a lot shall meet or exceed the values shown in the table). I 2 The test procedures used are essentially in conformance with the most recently approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods 914 and 915, respectively. Copies of these test methods are available at the State Materials Laboratory in Tumwater. I 3 With seam located in the center of 8 -inch long specimen oriented parallel to grip faces. I 9- 33.2(2) Geosynthetic Properties For Retaining Walls and Reinforced Slopes All geotextile properties provided in Table 7 are minimum average roll values. The average - test results for any sampled roll in a lot shall meet or exceed the values shown in the table. The test procedures specified in the Table are in conformance with the most recently I approved ASTM geotextile test procedures, except for geotextile sampling and specimen conditioning, which are in accordance with WSDOT Test Methods 914 and 915, respectively. . . I Table 7: Minimum properties required for geotextile reinforcement used in geosynthetic reinforced slopes and retaining walls. I I 31 I Geotextile Property I Requirements Geotextile Property Test Method Woven /Nonwoven I Water Permittivity ASTM D4491 .02 sec. min. AOS ASTM D4751 .84 mm max. (No. 20 Sieve) Grab Tensile Strength, min. in ASTM D4632 200 lbs/120 lbs min. machine and x- machine ' direction Grab Failure Strain, ASTM D4632 < 50% / > 50% in machine and x- machine direction Seam Breaking Strengthl ASTM D4632 160 lbs/100 lbs min. I Puncture Resistance ASTM D4833 63 lbs/50 lbs min. Tear Strength, min. ASTM D4533 63 lbs/50 lbs min. I in machine and x- machine direction Ultraviolet (UV) Radiation ASTM D4355 70% (for polypropylene 1 Stability and polyethyelene) and 50% (for polyester) Strength Retained min., after 500 Hr. in weatherometer 1 Applies only to seams perpendicular to the wall face. 1 The ultraviolet (UV) radiation stability, ASTM D4355, shall be a minimum of 70% strength I retained after 500 hours in the weatherometer for polypropylene and polyethylene geogrids and geotextiles, and 50% strength retained after 500 hours in the weatherometer for polyester geogrids and geotextiles. I 9- 33.2(3) Prefabricated Drainage Mat Prefabricated drainage mat shall .have a single or double dimpled polymeric core with a geotextile attached and shall meet the following requirements: I Table 8: Minimum properties required for prefabricated drainage mats. Property Test Method Prefabricated Drainage I Material /Geotextile Property Requirements Width 12 inches min. 1 Thickness ASTM D 5199 0.4 inches min. .Compressive Strength at • I Yield ASTM D 1621 100 psi min. In Plan Flow Rate ASTM D 4716 1 32 I ' Gradient = 0.1, Pressure = 5.5 psi 5.0 gal. /min. /ft. Gradient = 1.0, Pressure = 14.5 psi 15.0 gal. /min. /ft. Geotextile - AOS ASTM D 4751 #60 US Sieve max. Geotextile - Permittivity ASTM D 4491 > 0.4 SEC -1 ' Geotextile - Grab Strength ASTM D 4632 Nonwoven - 110 lb. min. Prefabricated drainage mats will be accepted based on the manufacturer's certificate of ' compliance that the material furnished conforms to these specifications. The Contractor shall submit the manufacturer's certificate of compliance to the Engineer in accordance with Section 1 -06.3. 9 -33.3 Aggregate Cushion of Permanent Erosion Control Geotextile Aggregate cushion for permanent erosion control geotextile, Class A shall meet the requirements of Section 9- 03.9(2). Aggregate cushion for permanent erosion control geotextile, Class B. or C shall meet the requirements of Section 9- 03.9(3) and 9- 03.9(2). 9 -33.4 Geosynthetic Approval and Acceptance ' 9- 33.4(1) Source Approval The Contractor shall submit to the Engineer the following information regarding each geosynthetic proposed for use: ' Manufacturer's name and current address, • Full product name, Geotextile structure, including fiber /yarn type, • ' Geosynthetic polymer type(s) (for temporary and permanent geosynthetic retaining walls), and Proposed geotextile use(s). ' If the geosynthetic source has not been previously evaluated, or is not listed in the current WSDOT Qualified Products List (QPL), a sample of each proposed geosynthetic shall be submitted to the State Materials Laboratory in Tumwater for evaluation. After the sample ' and required information for each geosynthetic type have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. Source approval will be based on conformance to the applicable values from Tables 1 through 8 in Section 9 -33.2 and additional tables as specified in the Special Provisions. ' Source approval shall not be the basis of acceptance of specific lots of material unless the lot sampled can be clearly identified and the number of samples tested and approved meet • the requirements of WSDOT Test Method 914. ' Geogrid and geotextile products that are qualified for use in permanent geosynthetic retaining walls and reinforced slopes (Classes 1, 2, or both) are listed in the current WSDOT ' QPL. For geogrid and geotextile products proposed for use in permanent geosynthetic retaining walls or reinforced slopes that are not listed in the current QPL, the Contractor shall submit test information and the calculations used in the determination of T performed in accordance with WSDOT Standard Practice T925 to the State Materials Laboratory in Tumwater for evaluation. The Contracting Agency will require up to 30 calendar days after receipt of the information to complete the evaluation. • ' 33 9- 33.4(3) Acceptance Samples ' Samples will be randomly taken by the Engineer at the job site to confirm that the geosynthetic meets the property values specified. Approval will be based on testing of samples from each lot. Al "lot" shall be defined for the ' purposes of this specification as all geosynthetic rolls within the consignment (i.e., all rolls sent the project site) that were produced by the same manufacturer during a continuous period of production at the same manufacturing plant and have the same product name. After the samples have arrived at the State Materials Laboratory in Tumwater, a maximum of 14 calendar days will be required for this testing. If the results of the testing show that a geosynthetic lot, as defined, does not meet the 1 properties required for the specified use as indicated in Tables 1 through 8 in Section 9 -33.2, and additional tables as specified in the Special Provisions, the roll or rolls which were sampled will be rejected. Geogrids and geotextiles for temporary geosynthetic retaining walls shall meet the requirements of Table 7, and Table 10 in the Special Provisions. Geogrids and geotextiles for permanent geosynthetic retaining wall shall meet the requirements of Table 7, and Table 9 in the Special Provisions, and both geotextile and geogrid acceptance testing shall meet the required ultimate tensile strength T,,, as provided in the current QPL for the selected product(s). If the selected product(s) are not listed in the current QPL, the result of the testing for T uft shall be greater than or equal to T as determined from the product data submitted and approved by the State Materials Laboratory during source approval. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the required properties, the entire lot will be rejected. If the test results from all the rolls retested meet the required properties, the entire lot minus the roll(s) that failed will be accepted. All geosynthetic that has defects, deterioration, or damage, as determined by the Engineer, will also be rejected. All rejected geosynthetic shall be replaced at no additional expense to the Contracting Agency. 9- 33.4(4) Acceptance by Certificate of Compliance 1 When the quantities of geosynthetic proposed for use in each geosynthetic application are less than or equal to the following amounts, acceptance shall be by Manufacturer's Certificate of Compliance: Application S S Geotextile Quantity Underground Drainage 600 sq. yards Soil Stabilization and Separation 1,800 sq. yards Permanent Erosion Control 1,200 sq. yards Temporary Silt Fence All quantities Temp. or Perm. Geosynthetic Retaining Wall Not required Prefabricated Drainage Mat All quantities The Manufacturer's Certificate of Compliance shall include the following information about each geosynthetic roll to be used: Manufacturer's name and current address, Full product name, Geosynthetic structure, including fiber /yarn type, Polymer type (for all temporary and permanent geosynthetic retaining walls only), Geosynthetic roll number, Proposed geosynthetic use(s), and Certified test results. 1 34 ' ' 9- 33.4(5) Approval of Seams If the geotextile seams are to be sewn in the field, the Contractor shall provide a section of sewn seam which can be sampled by the Engineer before the geotextile is installed. The seam sewn for sampling shall be sewn using the same equipment and procedures as will be used to sew the production seams. If production seams will be sewn in both the machine and cross - machine directions, the Contractor must provide sewn seams for sampling which are oriented in both the machine and cross - machine directions. The seams sewn for sampling must be at least 2 yards in length in each geotextile direction. If the seams are sewn in the factory, the Engineer will obtain samples of the factory seam at random from any of the rolls to be used. The ' seam assembly description shall be submitted by the Contractor to the Engineer and will be included with the seam sample obtained for testing. This description shall include the seam type, stitch type, sewing thread type(s), and stitch density. • • 1 I 1 1 1 1 1 1 I I 1 35 SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2004 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 ' (Regions' date) Provision. Special Provision (BSP date) Bridges and Structures Special Provision • General Special Provisions are commonly applicable statewide. 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 SWR South Central Region Southwest Region WSF Washington State Ferries Division ' Bridges and Structures Special Provisions are commonly applicable statewide. ' Project Specific Special Provisions normally appear only in the contract for which they were developed. DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK This contract provides for the reconstruction, widening and realignment of 2.1 miles of a 2 -lane roadway into a 4 and 5 lane wide arterial street. The work on Washington Avenue, from 52 Avenue to 24 Avenue includes the approximate quantities of: clearing and grubbing; 9,000 CY roadway excavation; 3,000 CY common borrow; 55,000 ton CSBC; 6,000 ton CSTC; 20,000 ton ATB; 10,000 ton Hot Mix Asphalt; 11,000' of 12" & 18" storm sewer pipe; 3,600 LF of 36" drainage retention pert pipe; 20,000 LF curb & gutter; 14,600 SY concrete sidewalk; 9,000 LF field and airport security fencing; an illumination system; traffic signal; and other miscellaneous items, all in accordance with the Contract Plans, Contract Provisions, and the Standard Specifications as prepared by the City Engineer of the City of Yakima. 1 37 I 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.4 Examination Of Plans, Specifications And Site Of Work 1- 02.4(1) General i Section 1 -02.4 is supplemented with the following: A pre -bid conference will be held in the Yakima City Hall CED Conference room, second floor, 129 N. 2 Street, Yakima, WA at the time and date stated in the "Invitation to Bid." The conference will include project discussion, DBE Contractor participation, and the Affirmative Action Plan. 1 -02.12 Public Opening Of Proposal Section 1 -02.12 is supplemented with the following: Date Of Opening Bids Sealed bids are to be received at the following location prior to the time Specified: At the City Clerk's Office, City of Yakima, 129 N. 2 Street, Yakima, WA 98903. The bid opening date for this project is listed in the "Invitation to Bid." Bids received will be publicly opened and read after 2:00 p.m. on this date. 1 -03 AWARD AND EXECUTION OF CONTRACT 1 -03.4 Contract Bond 1 This section is supplemented with the following: The bond shall further indemnify and hold the City of Yakima, Yakima Air Terminal, and Yakima County, their employees, agents, and elected or appointed officials, harmless from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after final acceptance by the City. 1 1-04 SCOPE OF WORK 1 -04.11 Final Cleanup , This section is supplemented with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is completed. 1 -05 CONTROL OF WORK 1 -05.4 Conformity With And Deviations From Plans And Stakes Section 1 -05.4 is supplemented with the following: (, «) Contractor Surveying - Structure 1 Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, and retaining walls. Except for the survey control data to be furnished by the Contracting 38 Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. ' Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work by the Contractor shall include but not be limited to the following: 1 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. 2. Establish, by placing hubs and /or marked stakes, the location with offsets of ' foundation shafts and piles. 3. Establish offsets to footing centerline of bearing for structure excavation. 1 . 4. Establish offsets to footing centerline of bearing for footing forms. 5. Establish wing wall, retaining wall, and noise wall horizontal alignment. 1 6. Establish retaining wall top of wall profile grade. 7. Establish elevation benchmarks for all substructure formwork. ' 8. Check elevations at top of footing concrete line inside footing formwork immediately prior to concrete placement. ' 9. Check column location and pier centerline of bearing at top of footing immediately prior to concrete placement. 10. Establish location and plumbness of column forms, and monitor column plumbness during concrete placement. 11. Establish pier cap and crossbeam top and bottom elevations and centerline of 1 bearing. 12. Check pier cap and crossbeam top and bottom elevations and centerline of bearing prior to and during concrete placement. 13. Establish grout pad locations and elevations. ' 14. Establish structure bearing locations and elevations, including locations of anchor bolt assemblies. 1 15. Establish box girder bottom slab grades and locations. 16. Establish girder and /or web wall profiles and locations. 17. Establish diaphragm locations and centerline of bearing. 1 39 - 1 • 18. Establish roadway slab grades and provide dimensions from top of girder to top of roadway slab. Set elevations for deck paving machine rails. 19. Establish traffic barrier and curb profile and alignment on roadway slab. 1 20. Profile all girders prior to the placement of any deadload or construction live load that may affect the girder's profile. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. 1 To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with the following primary survey and control information: 1. Descriptions of two primary control points used for the horizontal and vertical control. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. 2. Horizontal coordinates for the centerline of each bridge pier. 3. Computed elevations at top of bridge roadway decks at one -tenth points along centerline of each girder web. All form grades and other working grades shall be calculated by the Contractor. The Contractor shall give the Contracting Agency three weeks notification to allow adequate time to provide the data outlined in Items 2 and 3 above. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal 1 1. Stationing on structures ±0.02 feet 2. Alignment on structures ±0.02 feet 3. Superstructure elevations ±0.01 feet variation from plan elevation 4. Substructure ±0.02 feet ' variation from Plan grades. The Contracting Agency may spot -check the Contractor's surveying. These spot- checks will t not change the requirements for normal checking by the Contractor. When staking the following items, the Contractor shall perform independent checks from different secondary control to ensure that the points staked for these items are within the specified survey accuracy tolerances: Piles • Shafts Footings columns 1 The Contractor shall calculate coordinates for the points associated with piles, shafts, footings and columns. The Contracting Agency will verify these coordinates prior to issuing 40 II approval to the Contractor for commencing with the survey work. The Contracting Agency will require up to seven calendar days from the date the data is received to issuing approval. 'I Contract work to be performed using contractor - provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Payment No additional payment will be made for Contractor Surveying — Structure. Payment will be incidental to other items contained in the contract. Contractor Surveying - Roadway Copies of the Contracting Agency provided primary survey control data are available for the ' bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment ' stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and ;signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and ' maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. • ' The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. ' The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. 1 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on - centerline or on offsets to centerline at all curve points (PCs, PTs, and Pls) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. 1 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. 1 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. ' 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 -foot ' 41 1 intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. 7. Establish intermediate elevation benchmarks as needed to check work throughout 1 the project. 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not 1 limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. I To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting 111 Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: I Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for • surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot -check the Contractor's surveying. These spot- checks will not change the requirements for normal checking by the Contractor. I When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. 42 1 1 The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the ' work. The Contracting Agency will require up to seven calendar days from the date the data is received. ' Contract work to be performed using contractor - provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. 1 Stakes shall be marked in accordance with Standard Plan H -14. When stakes are needed that are not described in the Plans, then those stakes shall be marked as directed by the Engineer. ' Payment No additional payment will be made for Contractor Surveying — Roadway. Payment will be incidental to other items contained in the contract. I (**** *) Licensed Surveyors The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right -of -way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide ' "rights of entry" as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right -of -way lines as designated by the Engineer. ' When required, the Contractor shall prepare and file a Record of Survey map in accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting ' Agency will provide, all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and /or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish I Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. ' Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Project Engineer. ' The Contractor shall pert orm all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. 1 All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. I The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. Payment No additional payment will be made for Licensed Surveyors. Payment will be incidental to other items contained in the contract. 1 ' 43 1 1 -06 CONTROL OF MATERIAL i Foreign Made Materials Section 1 -06 is supplemented with the following: 1 (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00 , whichever is greater. American -made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. 1 c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. comprised A certification of materials origin will be required for any items p rised of or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350 -109. 1- 06.2(1) Samples and Tests for Acceptance 1 Section 1- 06.2(1) is supplemented with the following: 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. 44 1 1 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 1 Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. 1 Roadway embankment compaction shall be as specified in Section 2- 03.3(14). Subqrade Preparation ' Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. 1 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). 1 Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement 1 and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. 1 Compaction of asphalt concrete pavement shall be as specified in Section 5- 04.3(10) B of these Special Provisions. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.2 State Taxes 1 Section 1 -07.2 is supplemented with the following: - (March 13, 1995) 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(1) apply. 1 -07.5 Fish And Wildlife and Ecology Regulations ' 1- 07.5(1) General This section is supplemented with the following: ' A copy of the Wetland Mitigation and Monitoring .Plan must be on site at all times. Any changes to the plant composition detailed in Section 8- 02.3(13) shall be approved by the Engineer. 1 1 45 1 Any work below the Ordinary High Water line shall be permanently stabilized at the earliest 1 practicable date. 1- 07.5(2) State Departments of Fish And Wildlife Section 1- 07.5(2) is supplemented with the following: The Contracting Agency has obtained a Hydraulic Project Approval (HPA) for this project and the Contractor shall comply with all provisions of this approval. All contacts with the Department of Fish And Wildlife concerning this approval shall be through the Engineer. The Area Habitat Biologist for this project is Eric Bartrand. He shall be notified of the project a minimum of three days prior to the start of construction activities. The notification shall include the permittee's name, project location, starting date for work and the control number for this HPA. The control number is: ST- F7240 -01. The provisions of the HPA are as follows: EQUIPMENT AND WORKSITE LIMITATIONS 1. The culverts shall be installed in isolation from the flowing stream by the installation of temporary stream bypasses. 2. Culverts shall be installed by a backhoe or equivalent machinery operating from the roadway. One round trip ford crossing of the equipment for each culvert installation is authorized, if necessary, to gain working position on the opposite banks in order to install the culverts. 1 TEMPORARY STREAM BYPASS 3. A temporary pump bypass, bypass culvert, flume or channel shall be in place prior to initiation of work in the wetted perimeter. The bypass shall be only as long as necessary to prevent seepage or backwatering of the work area. 4. If temporary channels are used, all excavation of the channel shall be completed and the channel shall be lined with plastic, filter fabric or other suitable material to prevent sedimentation of the stream, prior to diverting stream flow into the temporary channel. 5. If pumps are used to bypass the stream around the work areas, the inlet hoses shall be screened to prevent entrainment of fish, and the outlets shall be equipped with diffusers or positioned in such a manner that will prevent scouring of the streambed. 6. Sandbag revetments or equivalent structures composed of clean materials (e.g. "Ecology blocks ", washed gravel berm, plastic sheeting, etc.) shall be installed at the inlets to divert the entire stream flow through the bypasses. If necessary to prevent backwater from entering the work areas, sandbag revetments or equivalent structures shall be installed at the downstream end of the bypasses. 7. Bypasses shall be of sufficient size to pass flows and debris occurring during 1 the project. 8. Upon completion of the project, all material used in the temporary bypasses (other than washed gravel) shall be removed from the sites and the sites returned to natural -like conditions. If a bypass channel was used, the bypass channel shall be filled and compacted. 1 46 1 1 ' CULVERT INSTALLATION 9. Culvert installations shall follow guidelines in WAC 220 - 110 - 070(3) for fish passage. The culverts shall be placed on a flat gradient with the bottom of ' each culvert placed below the level of the streambed such that a bed of gravel will collect and be maintained in the bottom of the culverts. The culverts shall be below the level of the streambed a minimum of 20 percent of the culvert diameter for a round culvert, and 20 percent of the culvert's rise for an elliptical or arch culvert. The 20 percent placement below the streambed shall be measured at the culvert outlet. 10. Disturbance of the streambed and banks shall be limited to that necessary to place the culverts. Affected streambed and bank areas outside the culverts and associated fill shall be restored to pre - project configuration following ' installation of the culverts. 11. The culverts shall be aligned and installed to avoid inlet scouring and to avoid erosion of stream banks downstream of the project. 1 12. The culverts shall be installed to maintain structural integrity to the 100 -year peak flow with consideration of the debris likely to be encountered. Fill associated with culvert installation shall be protected from erosion to the 100- 1 year peak flow. 13. Road approach material and fill associated with the culverts shall be ' structurally stable and be composed of material that, if eroded into the stream, shall not be toxic to fish or aquatic life. SITE RESTORATION 14. All earth areas adjacent to the watercourse which have been exposed or disturbed by this project are to be seeded with a suitable erosion control seed mix and protected from erosion with a straw mulch within seven (7) days of ' project completion. MAINTENANCE 15. The culvert facilities shall be maintained by the owner(s) per RCW 75.20.060 to ensure continued, unimpeded fish passage. If a structure becomes a hindrance to fish passage, the owner(s) shall be responsible for obtaining an HPA and providing prompt repair. Financial responsibility for maintenance and repairs shall be that of the owner(s). This Hydraulic Project Approval is not a permit for work in material sources or disposal sites not provided in the contract. 1 Work within the areas covered by this Hydraulic Project Approval shall be performed between the dates of * ** June 1, 2004 and October 31, 2004 * * *. 1 Heavy equipment working in wetlands must be placed on mats, or other measures must be taken to minimize soil disturbance. ' 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. 1 ' 47 1 1 -07.6 Permits and Licenses This section is supplemented with the following: The Contractor shall have or obtain a valid City of Yakima Business License for the duration of this project. 1 -07.9 Wages • 1- 07.9(1) General Section 1- 07.9(1) is supplemented with the following: (October 6, 2003) 1 The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA030001. 1 (January 7, 2002) Application of Wage Rates For The Occupation Of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. • In addition. Federal wage rates that are included in this contract may also include 1 occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. 1 If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. If Federal wage rates do not include any rates specified as applicable to landscaping 1 work, the Contractor shall assume the Federal wage rates did not take landscaping into consideration. In these instances the minimum wage rate shall be the State wage rate for the occupations specified as applicable to landscape construction. 1 1 -07.11 Requirements For Nondiscrimination Section 1 -07.11 is supplemented with the following: 1 (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 1 48 1 • 1 I ! 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all I construction work in the covered area, are as follows: Women - Statewide 1 Timetable Goal '`, Until further notice 6.9% I Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: I Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA I Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA I SMSA Counties: 1 Richland Kennewick, WA 5.4 WA Benton; WA Franklin. . Non -SMSA Counties 3.6 WA Walla Walla. 1 Yakima, WA: I SMSA.Counties: Yakima, WA. 9.7 WA Yakima. - Non -SMSA Counties 7.2 II WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. I Seattle, WA: , SMSA Counties: Seattle. Everett, WA 7.2 1 WA King; WA Snohomish. Tacoma, WA 6.2 I ) WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; I WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: I . SMSA Counties: Portland, OR -WA 4.5 WA Clark. I Non-SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction I workforce, regardless of whether or. not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. 1 49 1 ;a The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from 1 which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number 1 used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, • or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any 1 of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 1 50 1 1 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth ' in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan ' approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate ' their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith ' effort.to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 1 .4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing 1 construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected ' to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with .whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these • specifications, Executive Order 11246, or the regulations promulgated pursuant 1 thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have • made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training 1 programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications 1 shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: 1 a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign 1 two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation 1 ' 51 • to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. 1 c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. 'If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is • performed. 1 g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any 1 advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. 1 52 1 1 i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one ' month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, ' screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority ' persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. ' k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. • I. Conduct, at least annually, an inventory and evaluation of all minority and ' female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. 1 m.- Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel. and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and ' other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action 1 obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in ' fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are 1 reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a 1 group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment 1 53 1 opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred 1 from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). (April 7, 2003) • Disadvantaged Business Enterprise Condition of Award Obligation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. This goal is considered a condition of award. • DBE Goals The Contracting Agency has established a goal in the amount of: *. 8% * ** /e,‘C 44/ �a e, `� _ Lo ut- - 44-1 ,, ( . . 1 1 DBE Eligibility Selection of DBEs: DBEs proposed by the bidder shall be listed as DBEs on the current list of firms accepted as certified by the Office of Minority and Women's Business Enterprises (OMWBE.) In absence of being listed, the Contractor may provide written proof from OMWBE documenting that their proposed DBEs are currently certified. A list of firms accepted as certified by OMWBE is available from that office and on line ' through their website at (www.omwbe.wa.gov /directory/directory.htm) or call them at (360) 704 -1181. ' Proposed firms not meeting the specified requirements at the time fixed for the opening of bids will not be accepted by the Contracting Agency for the purpose of meeting the goals. 1 The apparent low bidder will be required to substitute a certified DBE firm in the event that the DBE firm listed is acceptable at the time of the submission of the bid but, the listed DBE firm is subsequently determined to be ineligible prior to 1 execution of the contract. The Contracting Agency's determination, prior to award, that a certified business is 1 capable of performing in the submitted North American Industry Classification System (NAICS) shall prevail in determining whether the DBE goals are met. If the Contracting Agency determines that the submitted firm is not capable, then the apparent low bidder must substitute a capable DBE firm. The presence or 1 absence of NAICS codes in the directory (available as noted previously) shall not be a basis for protest of an award. Counting DBE Participation Toward Meeting the Goal 1 When a DBE participates in a contract, only the value of the work actually performed by the DBE will be counted towards the DBE goal. ' 1. Count the_entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract, including supplies purchased or equipment ' leased by the DBE (except supplies and equipment the DBE Subcontractor purchases or leases from the Prime Contractor or its affiliate, unless the Prime Contractor is also a DBE). ' 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance, provided the fees ' are reasonable. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work may be counted toward the DBE goal only if the DBE's lower tier Subcontractor is also a DBE. Work that a DBE Subcontracts to a non -DBE firm does not count toward the DBE goal. DBE Prime Contractor t A DBE prime Contractor may only count the work performed with its own forces and the work performed by DBE Subcontractors and DBE suppliers. 1 Joint Venture When a DBE performs as a participant in a joint venture, only that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces will count toward DBE goals. 1 . 1 55 1 Commercially Useful Function 1 Expenditures to a DBE Contractor will count toward DBE goals only if the DBE is performing a commercially useful function on that contract. 1. A DBE performs a commercially useful function when it is responsible for 1 execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. 1 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which 1 funds are passed in order to obtain the appearance of DBE participation. Sharing Resources with a DBE In the event the DBE expects to share the resources of another Contractor (Prime and /or Sub.), a written plan describing the facilities, financial assistance or personnel to be shared shall be submitted by the Contractor to the Engineer and approved by the Contracting Agency prior to the DBE commencing work. Supplies and equipment the DBE Subcontractor purchases or leases from the Contractor or its affiliate are not counted. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the 1 entire trucking operation for which it is listed on a particular contract. 2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract. 3. Credit towards project goals for DBE trucking firms who do not own at least one truck will be granted only for the fees the DBE firm retains for performing their portion of the work. 4. The DBE receives credit only for the total value of the transportation services it provides on the contract using trucks it owns, insures, and operates with drivers it employs. 5. For purposes of this paragraph a lease must indicate that the DBE has 1 exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. 6. The DBE may lease trucks from another DBE firm, including an owner- operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the contract. 7. The DBE may also lease trucks from a non -DBE firm, including an owner - operator. The DBE who leases trucks from a non -DBE is entitled to credit only for the fee or commission it receives as a result of the lease 56 1 1 1 arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by a DBE. ' 8. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior ' to performing their portion of the work. 9. In order to perform a CUF, the DBE trucking firm is restricted to the same subcontracting limitation in effect for other Contractors. Based on standard ' subcontracting limitations, the DBE trucking firm shall be required to perform at least fifty percent (50 %) of the work with his /her own trucks and personnel. 1 Expenditures paid to other DBEs Expenditures paid to other DBEs for materials or supplies may be counted toward DBE goals as provided in the following: Manufacturer 1. Counting If the materials or supplies are obtained from a DBE manufacturer, count 100 ' percent of the cost of the materials or supplies toward DBE goals. 2. Definition To be a manufacturer, the firm operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. ' 3. In order to receive credit as a DBE manufacturer, the firm must have received an `on- site" review and been approved by WSDOT-0E0 to operate as a DBE Manufacturing firm prior to bid opening on any USDOT federally- assisted contract. Use of a DBE manufacturer that has not received an on- site . review and approval by WSDOT-0E0 prior to bid opening will result in the bid being .declared non - responsive (unless the contribution of the DBE manufacturer was not necessary to meet the project goal). To schedule a ' review, the manufacturing firm must submit a written request to WSDOT /OEO and may not receive credit towards DBE participation until the completion of the review. Once a firm's manufacturing process has been ' approved in writing, it is not necessary to resubmit the firm for approval unless the manufacturing process has substantially changed. Information on approved manufacturers (per contract) may be obtained from WSDOT-0E0. ' Regular Dealer 1. . Counting If the materials or supplies are purchased from a DBE regular dealer, 60 1 percent of the cost of the materials or supplies will count toward DBE goals. 2. Definition a) To be a regular dealer,.the firm must own, operate or maintain a store, ' warehouse, or other .establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. It must also be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. ' 57 1 b) A person may be a regular dealer in such bulk items as petroleum 1 products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long -term lease agreement and not on an ad hoc or contract -by- contract basis. c) . Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. 3. Regular dealer status is granted on a contract by contract basis. To obtain 1 regular dealer status, a formal written request must be made by the interested supplier (potential regular dealer) to WSDOT /OEO. OEO must be in receipt of this request at least seven (7) calendar days prior to bid opening. Included in the request shall be a full description of the project, type of business operated by the DBE, and the manner the DBE will operate as a regular dealer on the specific contract. Rules applicable to regular dealer status are contained in 49 CFR Part 26.55. 6. Once the request is reviewed by WSDOT-0E0, the DBE supplier requesting it will be notified in writing whether regular dealer status was approved. DBE firms that are approved as regular dealers for a contract (whenever possible) will be listed on the WSDOT Internet Homepage at: www.wsdot.wa.gov /fossc /cons /contaa/ prior to the time of bid opening. in addition, bidders may request confirmation of the DBE supplier's approval to operate as a regular dealer on a specific contract by writing the Office of Equal Opportunity, Washington State Department of Transportation, P.O. Box 47314, Olympia, WA 98504 -7314 or by phone at (360) 705 -7085. Use of a supplier that has not received approval as a regular dealer prior to bid opening will result in the bid being declared nonresponsive. (unless the contribution of the regular dealer was not necessary to meet the project goal). Materials or Supplies Purchased from a DBE 1 With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site may be counted toward the goal, provided the fees are reasonable and typical for the services rendered. No part of the cost of the materials and supplies themselves may be applied toward DBE goals. DBE Utilization Certification The bidder shall submit with the bid, a Disadvantaged Business Enterprise Utilization Certification which has been made a part of the proposal. The Contracting Agency shall consider as non- responsive those bids submitted which do not contain a certification that meets all contract requirements. 1 Selection of Successful Bidder /Good Faith Efforts The successful bidder shall be selected on the basis of having submitted the lowest responsive bid and demonstrates that they have made good faith efforts by doing either of the following two things: 1. Document, through the DBE utilization certification mentioned previously, that it has obtained enough DBE participation to meet the goal. The goal amount will become the condition of award (COA) amount. 1 58 1 1 2. Document that it made adequate good faith efforts to meet the contract goal, even though it did not succeed in obtaining enough DBE participation, as noted in the DBE utilization certification, to do so. In this case the goal will be ' reduced to the Contractor's partial commitment which will become the condition of award (COA) amount. ' Should the low and otherwise responsive bidder fail to attain the goal and provide adequate good faith effort documentation in the bid submittal, its bid may be rejected and the next low responsive bid accepted. Should more than one bidder fail to meet the goal, WSDOT and its • subrecipients will determine the adequacy of the low bid and otherwise responsive bidder's submission in light of DBE participation attained by all ' bidders. This will be accomplished by comparing the low bidder's submission to the average DBE participation by all bidders. When computing the average DBE participation, only the amount of the DBE attainment which does not exceed the established goal shall be used. Should the _low bidder's DBE ' participation be lower than the average, the bid shall be considered nonresponsive and shall be rejected. If the lowest bid is rejected, the next lowest bid(s) shall be examined under the forgoing criteria until the contract is awarded or all bids are rejected. ' In the event a bidder is unable to meet the assigned DBE contract goal, the bidder shall provide additional information regarding its good faith efforts to do so per the requirements of this contract. The bidder must document the steps taken to obtain participation which demonstrate good faith efforts, as follows: 1 a. Evidence the bidder attended any pre - solicitation or pre -bid meetings that were scheduled by WSDOT to inform DBEs of contracting and subcontracting or material supply opportunities available on the project; b. Evidence the bidder identified and selected specific economically ' feasible units of the project to be performed by DBEs in order to increase the likelihood of participation by DBEs; . c. Evidence the bidder advertised in general circulation, trade ' association - minority and trade oriented - women focused publications, concerning the subcontracting or supply opportunities; ' d. Evidence the bidder provided written notice to a reasonable number of specific DBEs, identified from the OMWBE Directory of Certified Firms for the selected subcontracting of material supply work, in sufficient time to allow the enterprises to participate ' effectively; e. Evidence the bidder followed -up initial solicitations of interest be contacting the DBEs to determine with certainty whether they were ' interested. This may include the information outlined below: 1. The names, addresses, telephone numbers of DBEs who were contacted, the dates of initial contact, and whether initial solicitations of interest were followed -up by contacting the DBEs to determine with certainty whether the DBEs were interested; 1 59 1 2. A description of the information provided to the DBEs 1 regarding the plans, specifications, and estimated quantities for portions of the work to be performed; 3. Documentation of each DBE contacted but rejected and 1 the reason(s) for that rejection; f. Evidence the bidder provided interested DBEs with adequate 1 information about the plans, specifications, and requirements for the selected subcontracting or material supply work; g. Evidence the bidder negotiated in good faith with the DBE firms, 1 and did not without justifiable reason, reject as unsatisfactory, bids that are prepared by any DBE; h. Evidence the bidder advertised and made efforts to obtain DBE participation were reasonably expected to produce a level of participation sufficient to meet the goal or requirements of WSDOT; i. Evidence the bidder's efforts to obtain DBE participation were reasonably expected to produce a level of participation sufficient to 1 meet the goal or requirements of WSDOT; j. Evidence the bidder used the services of minority community organizations, minority Contractor groups, local, state, and federal minority business assistance offices and other organizations identified by WSDOT, advocates for disadvantaged, minority, and women businesses that provide assistance in the recruitment and placement of disadvantaged, minority, and women business enterprises; and k. Evidence the bidder made use of DBE Supportive Services by contacting the Office of Minority and Women's Business Enterprises DBE Supportive Services Offices: Olympia: (360) 753 -9693, 1 (Fax) (360) 586 -7079 Seattle: (206) 553 -7356, (Fax) (206) 553 -0194 Wenatchee: (509) 665 -3528, (Fax) (509) 665 -3533 Administrative Reconsideration 1. A bidder has the right to reconsideration in the event that they have been found to be nonresponsive due to a failure to meet the requirements of this specification. The bidder must request reconsideration within five working days of notification of being nonresponsive or forfeit the right to reconsideration. 2. As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. 3. The Contracting Agency's decision on reconsideration shall be made by an official who did not take part in the original determination that the bidder failed to meet the goal or make adequate good faith efforts to do so. • 1 60 1 4. The bidder shall have the opportunity to meet in person with said official to discuss 1 the issue of whether it met the goal or made good faith efforts to do so. ' 5. The Contracting Agency shall send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. t The result of the reconsideration process is final and not administratively appealable to the USDOT. ' Procedures Between Award and Execution Failure to provide information meeting the DBE requirements as described shall be reason to cause forfeiture of the proposal bond or deposit of this bidder. The Contracting Agency will notify the successful bidder of the award of the contract in writing and include a request for a further breakdown of the DBE information. After award and prior to execution of the contract, the Contractor shall submit, in writing the names and addresses of all firms that submitted a bid or quote to the Contractor as part of bidding the contract. The submittal shall note which of those firms are DBE firms and which firms were successful and will participate in the contract. ' The firms may be contacted to solicit general information as follows: 1. age of the firm 1 2. average of its gross annual receipts This information is necessary to maintain a bidder's list . in compliance with the ' requirements of the CFR Title 26. It will be used by the Contracting Agency to determine who is seeking the work and what is their capacity. This will assist in performing an assessment of whether the Contracting Agency's overall goal accurately ' represents the percentage of DBEs who are ready, willing and able to perform the work. Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" on a quarterly basis for any quarter in which DBE work is accomplished or upon completion of the project, as appropriate. The quarterly reports are due on the ' 20 th of (April, July, October, January) for the four respective quarters. The dollars reported will be in accordance with the "DBE Eligibility" section of this specification. Deletion of Work • Contracting Agency Initiated Reduction of COA Related Work In the event the Contracting Agency elects to delete COA related work, the DBE goal shall be reduced by the appropriate amount committed for the deleted work. ' If the contract allows alternate work methods which reduce or eliminate COA work, then the Contractor is required to substitute other work of equivalent value • to a certified DBE or provide documentation of good faith efforts to do so. ' Contractor Initiated Reduction of COA Related Work In the event that DBE work is diminished or deleted by actions taken by the ' Contractor, the Contractor will be required to substitute other work of equivalent value to a certified DBE or provide documentation of good faith efforts to do so. 1 1 61 1 Penalties for Noncompliance 1 When a Contractor violates the DBE provisions of the contract, the Contracting Agency may incur damages. These damages consist of additional administrative costs including, but not limited to, the inspection, supervision, engineering, compliance, and legal staff time and expenses necessary for investigating, reporting, and correcting violations as well as Toss of federal funding. Damages attributable to a Contractor's violations of the DBE provisions may be deducted from progress payments due to the Contractor or from retainage withheld by the Contracting Agency as allowed by RCW 60.28.020. Before any money is withheld, the Contractor will be provided with a notice of the basis of the violations and an opportunity to respond. The Contracting Agency's decision to recover damages for a DBE violation does not 1 limit its ability to suspend or revoke the Contractor's pre - qualification status or seek other remedies as allowed by federal or state law. In appropriate circumstances, the Contracting Agency may also refer the Contractor to state or federal authorities for additional sanctions. Payment Payment for complying with the conditions of this specification and any associated DBE requirements is to be included in the incidental items of work. Further Information If further information is desired concerning Disadvantaged Business Enterprise participation, inquiry may be directed to: External Civil Rights Branch 1 Office of Equal Opportunity Washington State Department of Transportation Transportation Bldg., P.O. Box 47314 Olympia, WA 98504 -7314 or telephone. - (360) 705 -7085. Fax (360) 705 -6801 1- 07.11(10)B Required Records and Retention The first sentence of the first paragraph is revised as follows: Replace "State Department of Transportation" with "Contracting Agency." The third paragraph is revised to read as follows: 1 The Contractor and all subcontractors on this project shall submit WSDOT Form 820 -010 to the Engineer by the fifth day of each month during the term of the contract. 1 (March 13, 1995) 0 1 -07.12 Federal Agency Inspection Section 1 -07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together 62 1 1 with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The ' Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra 1 copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan Refueling operations shall be conducted at least 50 feet from an open water body in 1 accordance with the DOE 401 water quality certification. (February 5, 2001) 1 -07.17 Utilities And Similar Facilities 1 Section 1 -07.17 is supplemented with the following: Locations and dimensions. shown in the Plans for existing facilities are in accordance with ' available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or ' - these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. The following addresses and telephone numbers of utility companies known or suspected of • having facilities within the project limits are supplied for the Contractor's convenience: Qwest 8 W 2nd Ave, Room 304 Yakima, Washington 98902 509 - 575 -7183 ' Charter Cable City of Yakima Water Division 1005 N 16th Avenue Yakima, Washington 98902 509-575-1697 2301 Fruitvale Blvd. Yakima, Washington 98902 509-575-6154 City of Yakima Wastewater Division 2220 E. Viola, Yakima, Washington 98901 509 - 575 -6077 Cascade Natural Gas Corporation 401 N 1st Street, Yakima, Washington 98901 509 -457 -5905 1 Pacific Power PO Box 1729 Yakima, Washington 98907 509-575-3146 Nob Hill Water 6111 Tieton Dr. Yakima, Washington 98908 509 - 966 -0272 Congdon Orchards, Inc. 509 - 955 -4440 1 The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council - Area 5, telephone number 1 800 - 553 - 4344, at least 48 hours prior to start of excavation so that underground utilities may be marked. . 1 It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. 1 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. 1 The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. • 1 1 63 1 -07.23 Public Convenience And Safety 1- 07.23(1) Construction Under Traffic Section 1- 07.23(1) is supplemented with the following:. (April 5, 2004) The construction safety zone will be determined as follows: When the posted speed is 35 MPH or under, the safety zone will be 10 feet from the outside edge of traveled way or 2 feet beyond the outside edge of the sidewalk. 1 When the posted speed is from 40 to 55 MPH the safety zone will be 15 feet from the outside edge of traveled way. When the posted speed is 60 MPH or over the safety zone will be 30 feet from the outside edge of traveled way. During nonworking hours equipment or materials shall not be within the safety zone 1 unless it is 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 the actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the safety zone and only construction vehicles absolutely necessary to construction shall be allowed within the safety zone 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 safety zone at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has 1 requested the deviation in writing and the Engineer has provided written approval. 1 -07.28 Operations Plan — Construction Safety Plan (New Section) 1 The Operations Plan — Construction Safety Plan for work done adjacent to the airport is as follows: REFERENCE MATERIALS: Guidance in the Federal Aviation Administration Advisory 1 Circular 150/5370 -2E, Operational Safety On Airports During Construction shall be adhered to at all times. The Advisory Circular shall become a part of the contract documents. LIMITATION OF OPERATIONS: The Contractor shall control his /her operations and the operations of his /her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. 1 The work anticipated in this project will not require the contractor to conduct his /her operations within the Air Operations Area (AOA) or any navaid critical area, however, work will be required within the existing Runway Protection Zone (RPZ), Transitional Zone and Approach Zone to runway 09. Demolition work will also be conducted in the northwest corner of the Obstacle Free Zone for runway 09 that is outside of the airport's perimeter security fence. These zones are indicated on the plan sheets. 1 When the work requires the Contractor to conduct his /her operations within these zones, the work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. 64 1 1 STAGING AREAS, STOCKPILING OF MATERIALS: The contractor will be prohibited from staging equipment and stockpiling materials within the zones specified above. Staging areas will be as designated on the plan sheets. All equipment and vehicles will be removed from the approach zones and parked in the staging area at the end of each workday. ' OBSTRUCTION STANDARDS: Whenever the contractor is required to utilize equipment in excess of 15 feet in height, airport management and the Federal Contract Tower shall be notified at least 24 hours in advance of such activity. No equipment in excess of 15 feet in height will be used during periods of darkness. - • 1 NOTICE TO AIRMEN (NOTAM): Airport management shall be responsible for issuing and canceling construction NOTAMs. The contractor and engineer shall give airport ' management a work schedule prior to the beginning of construction, and, be immediately notified by either the contractor or engineer of any changes to the schedule. AIRPORT TO REMAIN OPEN AT ALL TIMES: Construction shall be carried out in a manner as not to disrupt standard procedures for aeronautical activities. All areas of the Air Operations Area shall remain open at all times for aircraft operations. In no event shall the contractor conduct his /her operations in a manner to endanger aircraft operations. 1 AIRCRAFT EMERGENCIES: At any time, for aircraft emergency operations, at the request of the Air Traffic Control Tower, the Engineer, or Airport Management, the contractor shall cease operations and vacate the work area. No additional standby times will be granted or 1 paid for this item. AIRPORT SECURITY: No gates or other access points providing direct access to the 1 Aircraft Operations Area shall be left open and unattended at any time. SITE RESTORATION: Following completion of construction, all haul routes and staging areas shall be restored by the contractor to equal or better conditions than existed at the ' beginning of construction. This restoration work may include cleaning, sweeping, paving or graveling, fence repair and seeding as necessary. All restoration work shall be considered incidental to the other work items and no additional compensation will be made to the ' contractor. ENVIRONMENTALLY CLEAN: The staging area(s) shall be kept environmentally clean during and at the completion of the construction project. This includes keeping the area clean of debris, oil spills, fuel spills and other undesirable elements. Any hazardous or regulated waste material produced by the contractor must be properly disposed of at the contractor's expense: SANITARY FACILITIES: Sanitary facilities shall be provided at appropriate locations for the contractor's employees. • AIRCRAFT NOISE: The contractor will be working in an active approach area in which jet takeoff noise can be as high as 120 decibels. Contractor shall comply with industry standards for hearing protection when working within these areas. ' AIR TRAFFIC CONTROL TOWER INSTRUCTIONS: Any instruction received from the air traffic control tower shall be immediately obeyed. ' DUST AND DEBRIS: The airport environment requires a high degree of care to control debris and dust. The contractor shall be aware that the approach areas are subject to jet blasts which are equivalent to wind velocities of 90 miles per hour or greater. Blowing dust can also impair the pilots visibility and can cause damage to aircraft engines. Therefore, 65 1 constant dust control measures will be required to prevent loose materials from blowing 1 across the airfield. EQUIPMENT MARKING AND LIGHTING: All construction equipment and vehicles in the approach areas shall be marked and lighted (amber rotating beacon or strobe). Construction personnel's personal vehicles shall be parked outside the approach zones in the designated staging areas. COORDINATION: The contractor shall assign one person the exclusive task of coordinating the contractor's activities in the approach areas with the engineer, airport personnel, and the air traffic control tower. This person shall also have the responsibility of informing and coordinating the contractor's work schedule with the engineer and airport personnel. FENCING AND SECURITY: The contractor will be responsible for maintaining site security 1 during the entire term of the contract. Traffic and personnel control measures (fencing and gates) shall be installed at the access point(s) to the work site prior to the removal of existing • fences. All fencing around the contractors work area, staging area and haul routes shall be maintained in a condition equal to or better than existing conditions at the start of construction. Any damage to existing fences or gates shall be repaired immediately. 1 -08 PROSECUTION AND PROGRESS 1 -08.1 Subcontracting Section 1 -08.1 is supplemented with the following: (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421 -012), and 1 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. The Contractor shall use the Subcontractors List and Subcontractor Certification form included within these contract documents to comply with the specifications of this section. 1 -08.3 Progress Schedule 1 The first and second paragraphs of Section 1 -08.3 are replaced with the following: 66 1 1 The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Item 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. 1 This section is supplemented with the following: • The Contractor shall submit a weekly activity schedule to the Construction Engineer before 1 9:00 a.m. on the Friday prior to the week indicated on the schedule. 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 -08.5 Time For Completion (March 13,1995) Section 1 -08.5 is supplemented with the following: This project shall be physically completed in its entirety within *' *175 "' working days. 1 -08.10 Termination of Contract 1- 08.10(1) Termination for Default 1 Revise the last sentence of the fifth paragraph of Section 1- 08.10(1) as follows: Replace "State of Washington, Department of Transportation" with "Contracting Agency." 1 1 1 1 1 1 1 - 67 1 1 -10 TEMPORARY TRAFFIC CONTROL 1 1 -10.2 Traffic Control Management 1- 10.2(1) General 1 (April 7, 2003) Section 1- 10.2(1) is supplemented with the following: The Traffic Control Manager and Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 1 (360) 297 -3035 . Evergreen Safety Council 401 Pontius Ave: N. Seattle, WA 98109 1- 800 - 521 -0778 or (206) 382 -4090 1- 10.2(1)B Traffic Control Supervisor The first sentence of Section 1- 10.2(1)B is revised to read as follows: A TCS shall be on the project whenever traffic control devices and /or flaggers are required to fulfill the requirements of the Contractor's approved Traffic Control Plan or as authorized by the Engineer. 1- 10.2(2) Traffic Control Plans (TCPs) 1 (August 5, 2002) The sixth sentence of Section 1- 10.2(2) is revised to read: The Contractor's letter designating and adopting the specific traffic control plan(s) or any 1 proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the new plan will be implemented. 1 -10.3 Flagging, Signs, And All Other Traffic Control Devices 1- 10.3(1) Traffic Control Labor (September 30, 1996) Section 1- 10.3(1) is supplemented with the following: Flaggers shall be equipped with portable two -way radios, with a range suitable for the project. The radios shall be capable of having direct contact with project management (foremen, superintendents, etc.). 1- 10.3(3) Construction Signs 1 (April 7, 2003) Section 1- 10.3(3) is revised to read as follows: All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All non - applicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall 68 1 1 1 remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. I All orange background signs shall utilize materials, and be fabricated in accordance with, Section 9 -28. All orange background signs shall be fabricated with Type X fluorescent orange sign sheeting. - . I All post mounted signs with Type X sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. I There shall be no intermixing of signs with non - fluorescent orange reflective sign sheeting and signs with fluorescent orange reflective sign sheeting on the same sign post. • Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures„ or substantial supports of a semi- permanent nature. Sign and support installation for Class A signs shall be in accordance I with the Contract Plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of 1 disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on I , ° impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Payment for setup and take down of Class B signs will be limited to the labor cost to do the 1 work described in Section 1- 10.3(1), and for transportation described in Section 1- 10.3(2). Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer I deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. (April 28, 1997) 1 Section 1- 10.3(3) is supplemented with the following: Wood Sign Posts 1 Use the below charts to determine post size for Class A construction signs. One Post Installation Post Size Min: Sign Sq. Ft. Max. Sign Sq. Ft. 4x4 16.0 4x6 17.0 20.0 I 6x6 21.0 26.0 25.0 6x8 31.0 Two Post Installation 1 (For signs 5 feet or greater in width) 4x4 - 16.0 4x6 17.0 36.0 6x6 37.0 46.0 6x8 47.0 75.0 * 1 * The Engineer shall determine post size for signs greater than 75 square feet. 1 69 1 1- 10.3(4) No Passing Zones (September 30, 1996) Section 1- 10.3(4) is revised to read: 1 The striping of no passing zones that are to be obliterated in excess of 150 feet by paving operations shall be replaced by "Do Not Pass" and "Pass With Care" signs. The signs shall be located not less than 2 feet outside the usable shoulder nor less than 7 feet above the edge of pavement. Approximately * ** 4 ' "Do Not Pass" signs and "' 0 * ** "Pass With Care" signs will be required. The Contractor shall provide the signs and posts. The signs shall be installed and maintained by the Contractor until the striping has been completed, at which time the Contractor shall remove the signs and posts. Payment to provide the signs and for installation and removal will be under the item Construction Signs Class A. 1-10.3(5) Temporary Traffic Control Devices P ora rY This section is supplemented with the following: This item shall also include furnishing and operating sequential arrow sign(s), and furnishing 1 Class B construction signs. 1 -10.4 Measurement 1 (June 3, 1996) The third paragraph of Section 1 -10.4 is revised to read: • Class A construction signs will be measured by the square foot of panel area. A Class A 1 construction sign may be used in more than one location and will be measured for payment for each new installation. Sign posts or supports will not be measured for payment. 1 -10.5 Payment (June 3, 1996) Payment for construction signs Class A in Section 1 -10.5 is revised to read: 1 "Construction Signs Class A ", per square foot of panel area. The unit contract price per square foot of panel area shall be full pay for all costs to furnish 1 and install the Class A construction signs in accordance with Sections 1- 10.3(3) and 1- 10.3(4). This payment will include all signs, labor, equipment, and vehicles necessary for the installation of Class A signs. Payment will not be made for signs delivered to the project without the approval of the Engineer. 1 1 1 1 70 1 1 -99 • APWA SUPPLEMENT 1 -02 BID PROCEDURES AND CONDITIONS (APWA Only) ' 1-02.1 Qualifications of Bidder (APWA Only) This section is supplemented with the following: Pre - qualification is not required for this project. 1 -07.18 Public Liability and Property Damage Insurance (APWA Only) 1 -07.18(1) General Requirements (APWA Only) The seventh paragraph is revised as follows: 1 Change "45 days" to "20 days." The eighth paragraph is revised by adding the following to the end of the first sentence: ' ", the City of Yakima, Yakima Valley Air Terminal, and Yakima County, their employees, agents, and elected or appointed officials." The tenth paragraph is revised to read as follows: The Contractor shall forward to the City the additional insured endorsement as requested in the Evidence of Insurance Section. 1 -07.18(2) Coverages and Limits (APWA Only) This section is revised to read as follows: All coverage's combined single limit shall be $1,000,000 per occurrence. The commercial general liability policy will contain a "per Job Aggregate" Endorsement. If this endorsement is not provided, an additional $2,000,000 umbrella limit will be required over and above the $1,000,000 underlying. A commercial general liability deductible of $5,000 or less is acceptable. The contractor will be responsible for the payment of that deductible for any losses which occur. Higher retention or deductible limits may be acceptable on prior approval by the City. Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. 1- 07.18(4) Evidence of Insurance (APWA Only) ' This section is revised to read as follows: The Contractor shall provide evidence of insurance by the following method. ' A completed ACORD form #25 (or equivalent) shall be submitted which conforms to the following requirements: ' 1. The ACORD form shall be accompanied by a completed Endorsement naming the City of Yakima, Yakima Air Terminal, and Yakima County, their agents, employees, and elected or appointed officials as an additional insured and ' containing the insured's name and policy number, and shall be signed by a duly authorized agent. 71 1 2. The wording in the CANCELLATION section "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives" shall be crossed out and initialed by the agent/broker and shall provide for a cancellation notice of at least 20 days, to the City of Yakima. 3. Add the following text in the section entitled DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ALLOWED BY ENDORSEMENT / SPECIAL PROVISIONS: The City of Yakima, Yakima Air Terminal, and Yakima County, their agents, employees, and elected or appointed officials are additional insured's for Washington Avenue Widening and Reconstruction, City Projects 1901 and 1915. 4. Contain the appropriate amount and types of coverages that are specified by the Contract. 1 111 1 1 1 . ■ 1 1 1 1 72 1 1 DIVISION 2 EARTHWORK GRUBBING AND ROADSIDE CLEANUP 2 -01 CLEARING , G U 2 -01.1 Description Section 2 -01.1 is supplemented with the following: (March 13, 1995) Clearing and grubbing on this project shall be performed within the following limits: From Station 71 +00 to 80 +00, and from Station 136 +00 to 185 +30: Between the edge of the existing roadway and the new right of way line. 1 From Station 80 +00 to 136 +00: Within the new right of way. 2 -01.2 Disposal of Useable Material and Debris Revise the third paragraph as follows: 1 Change the word "three" to "two." 2- 01.2(1) Disposal Method No. 1 — Open Burning This section is deleted. 2- 01.3(4) Roadside Cleanup This section is supplemented with the following: 1 Any temporary fills that are constructed must be removed in their entirety and the affected areas returned to their preexisting elevation and condition. 1 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS • 2 -02.1 Description Section 2 -02.1 is supplemented with the following: This work shall consist of removing the existing asphalt concrete pavement, catch basins and frames and grates, manholes, gravel surfacing, monuments and castings, and any other ' items identified to be removed within the construction limits on the Plans, and any other item identified by the Engineer to be removed. • 2-02.3 Construction Requirements 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs This section is supplemented with the following: Prior to removal, the Contractor shall use a vertical sawcut to delineate the areas of pavement removal from those areas of pavement that is to remain. Sawcuts will be measured by the linear foot per inch of depth. The materials removed shall become the property of the Contractor, and shall be removed and disposed of outside the project limits. 1 73 1 Damage done to any portion of the pavement that is scheduled to remain, due to the 1 Contractor's operation, shall be repaired by the Contractor, to the Engineer's satisfaction, at no additional cost to the City. There are approximately 14,000 square yards of asphalt concrete pavement that is about 4 inches thick to be removed, and approximately 2,400 cubic yards of roadway surfacing to be removed. These quantities are approximate. They are listed only for the convenience of the Contractor in determining the volume of work involved and are not guaranteed to be accurate. After obliterating the portion of the road that is to be abandoned, the Contractor shall return this area to its natural vegetative state. Native grasses shall be furnished and planted as detailed in the Special Provision, "Roadside Restoration ". 2 -02.5 Payment This section is supplemented with the following: Add the items: 1 "Remove and Abandon Existing Roadway ", lump sum. The lump sum contract price for "Remove and Abandon Existing Roadway", shall be full pay for all equipment and labor required to remove the listed items and haul them off the project limits. "Saw Cut, per Inch Depth ", per linear foot. "Removing Sidewalk Ramp ", per each. 2-03 ROADWAY EXCAVATION AND EMBANKMENT • 2 -03.2 Materials 1 Add the following: Pond lining materials shall be: 1 A geosynthetic reinforced clay liner consisting of a layer of sodium bentonite between a woven and nonwoven geotextiles, which are needlepunched together such as BENTOMAT ST by CETCO Lining Technologies; or approved equivalent. Or: 1 Sodium bentonite, (a hydrous silicate of alumina primarily consisting of the clay mineral montmorillonite) such as VOLCLAY SG -40, by CETCO Lining Technologies; or approved equivalent. 2- 03.3(5) Slope Treatment This section is supplemented with the following: Following construction of the roadway embankment that will constitute the new southeastern bank of the frost pond, a pond lining shall be constructed. 1 The pond lining shall be installed from one vertical foot above high water line to ten (10) feet out from the toe of the pond slope; and be incorporated ten (10) feet onto adjacent sides of the existing pond embankment as shown on the plans. 74 1 1 1 The placement of the lining materials shall meet the manufacturers recommended construction specifications. I 2 -03.4 Measurement Add the following item to this section: I "Pond Reconstruction and Lining ", will be measured by the square foot as measured along the slope of the pond face. I 2-03.5 Payment The following item is added to this section: III "Pond Reconstruction and Lining ", per square foot. The unit contract price per square foot for "Pond Reconstruction and Lining" shall be full compensation for furnishing and installing the pond liner. 1 2 -07 WATERING I 2-07.3 Construction Requirements Supplement this section with the following: . ,I 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. 1 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 I damage to the hydrant valve. A metered hydrant connection furnished by the water utility shall be used as an auxiliary valve on the outlet line for control purposes. Fire hydrant valves shall be closed slowly to avoid a surge in the system causing undue pressure on the water lines. The Contractor shall carefully note the importance of following these directions. 1 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 I 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 I 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 I ; ' damage suits because of malfunctioning of damaged fire hydrants, in the event of fire. 2 -07.4 Measuremnt I This section is revised to read: . Water will be measured with the metered hydrant connection. 1 75 1 2 -07.5 Payment 1 This section is revised to read as follows: Water will be furnished by the water utility without charge, but the Contractor shall convey the water from the nearest convenient hydrant or other source at his expense. 2 -09 STRUCTURE EXCAVATION 2 -09.4 Measurement The second paragraph, Horizontal Limits, is revised to read: The horizontal limits shall be as detailed in the Plans. The second sentence of the paragraph titled, Shoring or Extra Excavation, is revised to read: Shoring or Extra Excavation Class B will be measured by the linear foot. 1 2-09.5 Payment Revise the item: 1 "Shoring or Extra Excavation Class B ", per square foot To read: l "Shoring or Extra Excavation Class B ", per linear foot. Revise the two paragraphs immediately following the above item as follows: 1 Replace "per square foot", wherever it appears, with "per linear foot ". ;1 • DIVISION 4 BASES 4 -06 ASPHALT TREATED BASE 1 4 -06.2 Materials Section 4 -06.2 is supplemented with the following: (October 25, 1999) The grade of paving asphalt used in asphalt treated base shall be PG ' 64 -28 * ** unless otherwise ordered by the Engineer. 1 r 76 1 ' DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT 1 Section 5 - 04 is revised in its entirety to read: 5 -04.1 Description This work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross - sections shown in the Plans. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. ' HMA Class A, Class B, Class D, Class F, and Class G are designated as leveling or wearing courses. HMA Class E is designated as a,pavement base course. With the exception of HMA Class D, all mixtures are considered dense graded HMA. 5 -04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9- 02.1(4) Cationic Emulsified Asphalt 9- 02.1(6) Anti- Stripping Additive 9 -02.4 Aggregates 5- 04.3(8)A2 1 Blending Sand 9- 03.8(4) Mineral Filler 9- 03.8(5) • The contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the 1 designated mix. Mineral materials include coarse and fine aggregates, blending sand, and mineral filler. The Contractor shall have the option of utilizing recycled asphalt pavement (RAP) in the amount up to 20 percent of total aggregate weight in combination with new aggregate in the production of HMA. The RAP may be from HMA removed under the contract, if any, or old HMA from an existing stockpile. Recycled materials shall not be used in HMA Class D. ' When aggregates or a source for the production of aggregates is provided by the Contracting Agency, the approximate percentage of asphalt binder required in the mixture for the particular . class of pavement will be set forth in the special provisions. The percentage is based upon a midline gradation mix design for the source provided. The grade of asphalt binder shall be as required by the contract. Prior to the submittal of the mix design, the Contractor shall provide a written designation of the grade of PG asphalt binder to be used. The Contractor may propose the substitution of alternate grades of performance grade (PG) asphalt binder at no cost to the Contracting Agency. The proposal will be approved if the 1 proposed alternate asphalt binder has an average 7 -day maximum pavement design temperature that is equal to or higher than the specified asphalt binder and has a minimum pavement design temperature that is equal to orlower than the specified asphalt binder. The substituted alternate grade of asphalt binder shall be used in all HMA contract items of the same class and originally 1 1 77 1 specified grade of asphalt binder. Blending of asphalt binder from different sources is not 1 permitted. Production of aggregates shall comply with the requirements of Section 3 -01. 1 Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3 -02. 5 -04.3 Construction Requirements 5- 04.3(1) HMA Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder. Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment. An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by inspectors. The plant shall also be equipped with an approved dial -scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 1 3 Sampling and Testing of Mineral Materials. The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Sectionl -05.6 for crushing and screening operation. The contractor shall provide sufficient space as required for the setup and operation of the field testing facilities of the Contracting Agency. 5- 04.3(2) Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions include (or are forecast to include) during the workshift precipitation or an air temperature less than 45 ° F, the canvas cover shall be securely attached to protect the HMA. In order to prevent the HMA mixture from adhering to the hauling equipment, truck beds are to be sprayed with an environmentally benign release agent. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating materials that contaminate or alter the characteristics of the HMA shall not be used. For hopper trucks, the conveyer shall be in operation during the process of applying the release agent. 1 78 1 1 • 1 5- 04.3(3) Hot Mix Asphalt Pavers HMA pavers shall be self- contained, power - propelled units, provided with an internally - heated vibratory screed or strike -off assembly and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The screed or strike -off assembly shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed or strike off assembly. Extensions 1 without, augers, vibration and heated screeds shall not be used in the traveled way. When laying HMA, the paver shall be operated at a uniform forward speed consistent with 1 the plant production rate and roller train capacity to result in a continuous operation. The auger speed and flight gate opening shall be adjusted to coordinate with the operation. The paver shall be equipped with automatic screed controls with sensors for either or both sides of the paver. The controls shall be capable of sensing grade from an outside reference line, sensing the transverse slope of the screed, and providing automatic signals that operate the screed to maintain the desired grade and transverse slope. The sensor shall be constructed so it will operate from a reference line or a mat referencing device. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. The paver shall be equipped with automatic feeder 1 controls, properly adjusted to maintain a uniform depth of material ahead of the screed. Manual operation of the screed will be permitted in the construction of irregularly shaped and minor areas. These areas include, but are not limited to, gore areas, road approaches, 1 tapers and left -turn channelization. When specified in the contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the traveled way of each roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing 1 device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will te reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Project Engineer may suspend work as allowed by Section 1 -08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5- 04.3(4) Rollers Rollers shall be of the steel wheel, vibratory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Project Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's 79 recommendation for the use of that roller for compaction of HMA. The number and weight of a rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5- 04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results will not be used. 5- 04.3(5) Conditioning of Existing Surface When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross - section as shown on the plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. 5- 04.3(5)A Preparation of Existing Surfaces 1 Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA mix and the surface of the patched area shall be leveled and compacted thoroughly. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots. A heavy application of tack coat will be applied to all joints. For roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment. shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. Unless otherwise approved by the Engineer, the tack coat shall be CSS -1, CSS -1 h, or STE- 1 emulsified asphalt. The CSS -1 and CSS -1 h emulsified asphalt may be diluted with water at a rate not to exceed one part water to one part emulsified asphalt. The emulsified asphalt shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. • 5- 04.3(5)6 Preparation of Untreated Roadway When designated in the plans the existing roadway shall be prepared and the roadway primed as provided in Section 5- 02.3(2)A, except that only one application of asphalt and one application of aggregate, which shall conform to aggregate for HMA Class B as listed in Section 5- 04.3(8) or other granular materials approved by the Engineer, will be required. All other provisions of Section 5 -02 pertaining to bituminous surface treatment Class A shall apply, except as hereinafter modified. The prime coat shall be applied over the full length of the project, and HMA shall not be placed until the prime coat has cured for 5 days unless otherwise approved by the Engineer. 1 Should any holes, breaks, or irregularities develop in the roadway surface after the prime coat has been applied, they shall be patched with HMA, as described in Section 5- 04.3(5)A, in advance of placing the HMA. The Contractor shall maintain the completed prime coat by blading or brooming with equipment and procedures approved by the Engineer, until the HMA pavement is placed. 1 80 • 1 After the maintenance, patching or repair work has been completed and immediately prior to placing the HMA, the surface of the prime coat shall be swept clean of all dirt, dust, or other foreign matter. 1 When the prime coat application is not specified in the Special Provisions or shown in the Plans, the Contractor shall prepare the untreated roadway as described above and shall omit the prime coat treatment. The HMA shall be constructed on the prepared subgrade. In areas used as turnouts or which will receive heavy service, the Engineer may order a change in the grade to provide a greater depth of pavement. The Contractor shall prepare untreated shoulders and traffic islands by blading and compacting to provide a sound base for paving and shall omit the prime coat treatment. The HMA shall be constructed on the prepared subgrade. If the Contractor protects the completed untreated surfacing materials to the degree that the surface meets the requirements of Section 5- 02.3(2)A at the time of construction of the prime coat or the construction of the pavement if the prime coat is not required, the Contractor will not be required to perform the work specified in Section 5- 02.3(2)A but shall be compensated for the item of work preparation of untreated roadway. 5- 04.3(5)C Crack Sealing When the proposal includes a pay item for crack sealing, all cracks and joints 1 /4 -inch and greater in width shall be cleaned with a stiff- bristled broom and compressed air and then 1 shall be filled completely with sand slurry. The sand slurry shall consist of approximately 20 percent CSS -1 emulsified asphalt, ' approximately 2 percent Portland cement, water (if required), and the remainder clean U.S. No. 4 -0 paving sand. The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler 1 shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of 1 -06 will not apply to the Portland cement and paving sand used in the Sand Slurry. 1 5- 04.3(5)D Soil Residual Herbicide Where shown in the Plans, the Contractor shall apply one application of an approved soil residual herbicide. Paving shall begin within 24 hours after application of the herbicide. Any area that has not been paved within the time limit or that has been rained on, shall be treated again at the Contractor's expense. The herbicide shall be applied uniformly in accordance with the manufacturer's recommendations. ' The material to be used shall be registered with the Washington State Department of Agriculture for use under pavement. Before use, the Contractor shall receive.approval of the material to be used and the proposed rate of application, from the Engineer. The following information shall be included in the request for approval of the material: Brand name of the material, manufacturer, Environmental Protection Agency (EPA) registration number, material safety data sheet, and proposed rate of application. 5- 04.3(5)E Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as staked. 1 The actual excavation depth may vary to a maximum depth of 1 -foot maximum, depending upon where stable foundation material is encountered, as determined by the Engineer. 1 1 81 1 The minimum width of any pavement repair area shall be 3 feet unless shown otherwise in 1 the Plans. All pavement repair areas shall be sawcut before removal, or shall be removed by a pavement grinder approved by the Engineer. Asphalt for tack coat shall be required as specified in Section 5- 04.3(5)A, and shall be 1 applied to all edges of existing pavement in the pavement repair area. The Contractor shall excavate only within one lane at a time. The areas shall be excavated, 1 backfilled, and compacted within the same day's working shift, in accordance with the details shown in the Plans and to the satisfaction of the Engineer. Excavated materials will become the property of the Contractor for disposal off the right of 1 way. The Contractor shall conduct the excavation operations in a manner that will protect the pavement areas not designated to be removed. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. Placement of the HMA backfill shall be accomplished in lifts. Each lift shall not exceed 0.35 foot compacted depth. Compaction shall be accomplished by mechanical tamper or a roller as approved by the Engineer. HMA for pavement repair shall be HMA Class A, B, E, or F at the Contractor's option, unless otherwise specified in the contract. 5- 04.3(6) Heating of Asphalt Binder The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer. The asphalt binder shall be heated in a'manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. 1 5- 04.3(7) Preparation of Aggregates The aggregates shall be stockpiled according to the requirements of Section 3 -02. Sufficient storage space shall be provided for each size of aggregate. The aggregates shall be removed from stockpile(s) in a manner to ensure a minimum of segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. (** * * *) 5- 04.3(7)A Mix Design • The Contractor shall obtain representative samples from mineral aggregate stockpiles, and ' blend sand sources to be used for HMA production and submit them for development of a mix design. Sample submittal shall include asphalt binder grade and sources, production mix gradation and combining ratios of mineral aggregate stockpiles and blend sand that will be used in production. This will be the basis for the mix design. The Contractor shall provide a mix design, performed in accordance with WSDOT Method 732 to the Engineer for approval at least 5 working days prior to any paving operation. The Contractor is also advised that production of the HMA shall not commence until the job mix formula has been established. Adjustments to the job mix formula may be made per Basis of Acceptance. 1 The maximum amount of recycled materials permitted in the mix shall be 30 percent. 1 82 1 1 ' The Contractor shall obtain the Engineer's approval prior to changing the source of asphalt binder during the production of HMA. Blending of different asphalt binder grades sources will not be permitted. 1 5- 04.3(8) Mixing After the required amounts of mineral materials and asphalt binder have been introduced into the mixer the HMA shall be mixed until a complete and uniform coating of the particles and a thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the maximum temperature recommended by the asphalt binder manufacturer. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Project Engineer. Storing or holding of the HMA in approved storage facilities will be permitted during the daily operation but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. 1 5- 04.3(8)A Acceptance Sampling and Testing -HMA Mixture 1. General. Acceptance of HMA shall be as provided under statistical evaluation, nonstatistical evaluation or commercial evaluation. Determination . of statistical. evaluation, nonstatistical ' evaluation or commercial evaluation shall be based on proposal quantities and shall consider the total of all bid items involving HMA of a specific class. 1 Dense graded mixes (HMA Classes A, B, E, F, and G) will be evaluated for quality of gradation and asphalt binder content. Open graded mixes (HMA pavement Class D) will be evaluated for quality of gradation only, 1 based on samples taken from the cold feed. Nonstatistical Evaluation will be used for HMA. Statistical Evaluation procedures will apply only to contracts • that specify statistical evaluation in the contract Special Provisions. Statistical Evaluation will be administered under the provisions of Section 5- 04.5(1) for Quality Assurance Price Adjustments and evaluation of quality. Commercial Evaluation will be used for Commercial HMA and for other classes of HMA in ' the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores and other nonstructural applications as approved by the Project Engineer. The contractor shall select a class of HMA appropriate for the required use. The Project Engineer will determine anti -strip requirements for the HMA. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of statistical and nonstatistical evaluation. 1 2 Aggregates. re ates. 1 1 83 1 A. General Requirements. Aggregates for HMA shall be manufactured from ledge rock, talus, or gravel in accordance with Section 3 -01. The material from which they are made shall meet the following test requirements: Los Angeles Wear, 500 Revs 30% max 1 Degradation Factor, Wearing Course 30 min Degradation Factor, Other Courses 20 min It shall be uniform in quality, substantially free from wood, roots, bark, extraneous materials, and adherent coatings. The presence of a thin, firmly adhering film of weathered rock will not be considered as coating unless it exists on more than 50% of the surface area of any size between consecutive laboratory sieves. Aggregate removed from deposits contaminated with various types of wood waste shall be washed, processed, selected or otherwise treated to remove sufficient wood waste so that oven —dried material retained on a U.S. No. 4 sieve shall not contain more than 0.1 % by weight of material with a specific gravity less than 1.0. B. Test Requirements. Aggregate for HMA shall meet the following test 1 requirements: Class of HMA AB D E F G Fracture, by weight (See Note) 1 2 3 4 4 2 Sand Equivalent Min. 45 45 - -- 45 35 45 1 The fracture requirements are at least one fractured face on 90 percent of the material retained on each specification sieve size U.S. No. 10 and above, if that sieve retains more than 5 percent of the total sample. 2 The fracture requirements are at least one fractured face on 75 percent of the material retained on each specification sieve size U.S. No. 10 and above, if that sieve retains more than 5 percent of the total sample. 3 The fracture requirements are at least two fractured faces on 75 percent and at least one fractured face on 90 percent of the material retained on each specification sieve, U.S. No. 8 and above, if that sieve retains more than 5 percent of the total sample. 4 The fracture requirements are at least one fractured face on 50 percent of the material retained on each specification sieve size U.S. No. 10 and above, if that sieve retains more than 5 percent of the total sample. When material is being produced and stockpiled for use on a specific contract or for a future contract, the fracture and sand equivalent requirements shall apply at the time of stockpiling. When material is used from a stockpile that has not been tested as provided above, the requirements for fracture and sand equivalents shall apply at the time of its introduction to the cold feed of the mixing plant. The properties of the aggregate in a preliminary mix design for HMA shall be such 1 that, when it is combined within the limits set forth in Proportions of Materials and • mixed in the laboratory with the designated grade of asphalt binder, HMA mixtures with the following test values can be produced: Class of HMA A B D E F G Stabilometer Value Min. 37 35 - -- 35 35 35 84 1 1 Cohesiometer Value Min. 100 100 - -- 100 50 100 Percent Air Voids 2 -4.5 2 -4.5 - -- 2 -4.5 2-4.5 2 -4.5 Modified Lottman 1 Stripping Test Pass Pass Pass Pass Pass Pass C. Gradation. The materials of which HMA is composed shall be of such sizes, I gradings, and quantities that, when proportioned and mixed together, they will produce a well graded mixture within the requirements listed in the table which follows. I - The percentages of aggregate refers to completed.dry mix, and includes mineral filler when used. I Grading Requirements Class A Class D Class E Class F Class G Sieve Size and B Percent Passing 1 square - -- - -- 100 - -- - -- II 1 square - -- - -- 90 -100 - -- - -- 3 4 square 100 - -- 100 - -- 5 8 square - -- - -- 67 -86 - -- - -- 1 1 2 square 90 -100 100 60 -80 80 -100 100 3 8 square 75 -90 97 -100 - -- - -- 97 -100 U.S. No. 4 46 -66 30 -50 34 -56 38 -70 50 -78 I U.S. No. 8 - -- 5.15 - -- - -- - -- U.S. No. 10 30-42 25 -40 30 -50 32 -53 U.S. No. 40 11 -24 - -- 10 -23 - -- 11 -24 1 U.S. No. 200 3.0 -7.0 2.0 -5.0 2.0 -9.0 2.0 -8.0 3.0 -7.0 5 - 04.(8)B Basis of Acceptance . 1. HMA will be accepted based on its conformance to the project job mix formula (JMF). I For the determination of a project JMF, the Contractor shall submit to the Engineer, representative samples of the various aggregates and blend sand to be used along with the gradation data showing the various aggregate stockpile averages and the I proposed combining ratios and the average gradation of the completed mix. Based on this submittal from the Contractor, the Engineer will determine the asphalt binder content, anti -strip requirement, and ignition furnace correction factor in the mix design process. Using the representative samples submitted and proposed proportion of each, I trial mix tests will be run to determine the percentage of asphalt binder, by weight, to be added. The JMF thus established shall be changed only upon order of the Engineer. The intermingling of HMA mixtures produced from more than one JMF is prohibited. I Each strip of HMA pavement placed during a working shift shall conform to a single job mix formula established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 1 No HMA shall be produced for use on the project until the amount of asphalt binder and anti -strip additive to be added has been established. 1 2. Job Mix Formula — Statistical Acceptance The average gradation of the completed HMA mix submitted by the Contractor in the mix design proposal, as required in Gradation and the resulting Mix Design I Recommendations, shall be the JMF. Any change or adjustment of percentages in any constituent of the JMF creates a new JMF. 3. Job Mix Formula Tolerances and Adjustments 1 85 1 A. Tolerances — Statistical Acceptance. After the JMF is determined, the several 1 constituents of the mixture at the time of acceptance shall conform to the following tolerances: Constituent of Mixture Tolerance Limits The tolerance limit for each mix constituent shall not exceed the broad band specification limits specified in 5- 04.3(8)C except the tolerance limits for sieves designated as 100% passing will be 99 -100. Aggregate' passing 1", 3/4 ", Broad band specification 5/8 ", 1/2 ", and 3/8" sieves limits Section 5- 04.3(8)C Proportions of Materials Aggregate passing No. 4 sieve ± 6% Aggregate passing No. 10 sieve ± 5% Aggregate passing No. 40 sieve ± 4% Aggregate passing No. 200 sieve ± 2.0% Asphalt cement ± 0.5% For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Proportions of Materials. B. Tolerances — Nonstatistical Acceptance. After the JMF is determined, the 1 constituents the mixture at the time of acceptance shall conform to the range of the proportion specified in the broad band specifications in for gradation and the design mix asphalt binder content plus or minus 0.7 percent. C. Adjustments 1. Aggregates. Upon written request from the Contractor, the Project Engineer 1 may approve field adjustments to the JMF including the Contractor's proposed combining ratios for mineral aggregate stockpiles and blend sand. The maximum allowed gradation change shall be 2 percent for the aggregate retained on the No. 10 sieve and above, 1 percent for the aggregate passing the No. 10 and No. 40 sieves, and 0.5 percent for the aggregate passing the No. 200 sieve. Blend sand may be changed a maximum of 5 percent. The above adjustments and /or any further adjustments as ordered by the Engineer will be considered as a new JMF. Adjustments beyond these limits will require development of a new JMF. The adjusted JMF plus or minus the allowed tolerances shall be within the range of the broad band specifications. 1 2. Asphalt Binder Content. The Project Engineer may order or approve the Contractor's request to change asphalt binder content a maximum of 0.3 percent from the approved JMF. No field adjustments of the JMF relative to the asphalt binder content exceeding 0.3 percent from the initial JMF will be made without the approval of the Materials Engineer. 1 D. Commercial HMA Acceptance. The contractor shall submit a certification that the mix design submitted meets the requirements of Proportions of Materials. Verification of the mix design by the Contracting Agency is not required. The Project Engineer will determine anti -strip requirements for the HMA. 1 86 1 1 1 4. Hot Mix Asphalt Mixture A. Sampling 1 1. A sample will not be obtained from either the first or last 25 tons of mix produced in each production shift. 1 2. Samples for compliance of gradation and asphalt binder content will be obtained on a random basis from the hauling vehicle. The Contractor shall provide adequate platforms to enable samples to be obtained in accordance with WAQTC FOP for AASHTO T 168. The platforms shall allow the sample to be taken without the Engineer entering the hauling vehicle. • B. Definition of Sampling Lot and Sublot. For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF), placed and represented by randomly selected samples tested for acceptance. All of the test results obtained from the ' acceptance samples shall be evaluated collectively and shall constitute a lot. Only one lot per JMF will be expected to occur. The JMF (Job Mix Formula) is defined in Basis of Acceptance. 1 The Contractor may request a change in the JMF. If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of available tests and a new lot will begin. The quantity represented by each sample will constitute a sublot. Sampling and testing for statistical evaluation shall be performed on a random basis at the frequency of one sample per sublot, with a minimum of five sublots per class of HMA. Sublot size shall be determined to the ' nearest 100 tons to provide not less than five uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. Sampling and testing for nonstatistical evaluation shall be performed on a random basis at a minimum frequency of one sample for each sublot of 400 tons or each day's production, whichever is least. When proposal quantities exceed 1,200 tons for a class of HMA under nonstatistical evaluation, sublot size shall be determined ' to the nearest 100 tons to provide not less than three uniform sized sublots, based on proposal quantities, with a maximum sublot size of 800 tons. C. Test Results. The Engineer will furnish the Contractor with a copy of the results of 1 all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. The CPF will be ' provided by the midpoint of the next paving shift after sampling. Individual acceptance sample test results (gradation and asphalt binder content) may be challenged by the Contractor. A written challenge of the test results by the 1 Contractor shall be received by the Project Engineer within five working days after receipt of the specific test results. A split of the original acceptance sample shall be sent, for testing, to the Region Materials Lab or to State Materials Lab as 1 determined by the Engineer. The challenged sample will not be tested with the same equipment or by the same tester that ran the original acceptance sample. The challenge sample will be tested for a complete gradation analysis and asphalt binder content. 1 The results the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: 1 1 87 1 Deviation 1 No. 4 sieve and larger ±4 percent No. 6 sieve to No. 80 sieve ±2 percent No. 100 and No. 200 sieve ±0.4 percent Asphalt binder % ±0.3 percent If the deviation of the challenge sample is within each parameter established, the acceptance sample will be used to determine to composite pay factor and the cost of testing will be deducted from any monies due or that may come due the Contractor under the contract, at the rate of $250 per test. If the deviation of the challenge sample is outside of any one parameter established, the challenge sample will be used to determine the composite pay factor and the cost of testing will be the Contracting Agency's responsibility. D. Test Methods. Acceptance testing for compliance of asphalt binder content will be WSDOT FOP for AASHTO Test Method T 308. Acceptance testing for compliance of gradation will be WAQTC FOP for AASHTO 1 T 27 &T11. E. Reject Mixture 1 1. Rejection by Contractor. The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material at no expense to the Contracting Agency. Any such new material will be sampled, tested, and evaluated for acceptance. 2. Rejection Without Testing. The Engineer may, without sampling, reject any 1 batch, load, or section of roadway that appears defective in gradation or asphalt binder content. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the statistical acceptance specification. If the CPF for the rejected material is Tess than 0.75, no payment will be made for the rejected material, and in addition, the cost of sampling and testing shall be borne by the Contractor. However, if the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency and the HMA will be compensated at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than 0.75, compensation for the rejected HMA will be at the calculated CPF with an addition of 25 percent of the unit contract price added for placement and removal costs. 3. A Partial Sublot. In addition to the preceding random acceptance sampling and testing, the Engineer may also isolate from a normal subiot any material that is suspected of being defective in gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be evaluated for price adjustment in accordance with the statistical evaluation section. This material will be considered a separate lot. 1 88 1 4. An Entire Sublot. If an entire sublot is rejected in accordance with Section 1- 06.2, four additional random samples from this sublot will be obtained and the sublot evaluated as an independent lot with the original test result included as a fifth test with the new independent lot instead of with the original lot. ' 5. A Lot in Progress. The Contractor shall shut down operations and shall not resume HMA placement until such time as the Project Engineer is satisfied that specification material can, be produced: a. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or b. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or c. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 6. An Entire Lot. An entire lot with a CPF of less than 0.75 will be rejected. The designated percentage reduction as defined in Section 1- 06.2(2)B under Financial Incentive Paragraph 1, Item 3, shall be 25 percent. 5- 04.3(9) Spreading and Finishing The HMA shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5- 04.3(3) shall be used to distribute the HMA mixture. Unless otherwise directed by the Engineer or specified in the Plans or in the Special Provisions, the nominal compacted depth of any layer of any course shall not exceed the following depths: HMA Class E 0.35 foot HMA Class A and B - 0.35 foot 1 when used for Base Course HMA Class A, B, and F 0.25 foot HMA Class G . 0.10 foot HMA Class D 0.08 foot 1 On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF, shall be placed by separate spreading and compacting equipment. ' 5- 04.3(10) Compaction 5- 04.3(10)A General Immediately after the HMA mixture has been spread, struck off, and surface irregularities adjusted, it shall be thoroughly and uniformly compacted. The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, or irregularities and in conformance with the line, grade, and cross - section shown in the Plans or as established by the Engineer. If necessary, the mix design may be altered to achieve desired results. Compaction shall take place when the HMA is in the proper condition so that no undue displacement, cracking, or shoving occurs. All compaction units shall be operated at the speed, within specification limits, that will produce the required compaction. Areas inaccessible to large compaction equipment shall be compacted by mechanical or hand tampers. Any HMA that becomes loose, broken, contaminated, shows an excess or 89 1 deficiency of asphalt binder, or is in any way defective, shall be removed and replaced at no 1 additional cost with fresh HMA which shall be immediately compacted to conform with the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall 1 generally be the Contractor's option, provided specification densities are attained. An exception shall be that the pneumatic tired roller shall be used between October 1 and April 1. Coverage's with a vibratory or steel wheel roller may precede pneumatic tired rolling. When HMA Class D is being constructed, the use of pneumatic rollers will not be required. Vibratory rollers shall not be operated in the vibratory mode when the internal temperature of the HMA is less than 175 °F without permission of the Engineer. In no case shall a vibratory roller be operated in a vibratory mode when checking or cracking of the mat occurs at a greater temperature. Vibratory rollers in the vibratory mode are also prohibited on bridge decks. (**** *) 5- 04.3(10)B Control HMA Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, speed change, and left turn channelization, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a minimum of 91.0 percent of the reference maximum density as determined by WSDOT FOP for AASHTO T 209. The level of compaction attained will be determined as the average of not less than five nuclear density gauge tests taken in accordance with WAQTC FOP TM 8 and WSDOT SOP T 729 on the day the HMA is placed (after completion of the finish rolling) at locations determined by the stratified random sampling procedure conforming to WSDOT Test Method 716 within each density lot. The quantity represented by each density lot will be no greater than a single day's production or 400 tons, whichever is Tess. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material at no cost to the City. At the option of the Engineer, non - complying material may be accepted at a reduced price. 1 For compaction lots not meeting the minimum density standard, cores may used as an alternate to the nuclear density gauge tests. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after paving. The cost for the coring expenses when the core results indicate the specified level of relative density within a lot has not been achieved, will be deducted from any monies due or that may become due the Contractor under the contract at the rate of $125 per core. At the start of paving, the Contractor must demonstrate to the Engineer that the HMA is compactable by constructing compaction test section(s). Test section(s) shall be constructed using the compaction train and a variety of rolling patterns that the Contractor expects to use in the paving operation. A test section will be considered to have established compatibility, based on the results of three density determinations, when the average of the three tests exceeds 92 percent of Rice or when all three tests individually exceed 91 percent of Rice. This will require consideration of the presence of a correlation factor for the nuclear gauge and may require final resolution after the factor for the gauge is known. A minimum 1.00 compaction pay factor shall be used until a gauge correlation factor is known, and until the HMA is considered compactable. When of the test section(s) has demonstrated that the HMA is not compactable, paving must stop. To resume paving, all factors contributing to compaction shall be analyzed and Engineer approved changes made, which may require a new mix design. When paving is resumed, the Contractor must again, as previously defined, demonstrate that the HMA is compactable. If the Contractor does not construct test section(s), the HMA is considered compactable and all HMA placed will be evaluated according to Section 5- 04.3(10)B. 90 1 1 HMA Class A, B, E, F, and G constructed under conditions other than listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. The Contractor shall provide adequate platforms to enable samples to be obtained without the Engineer entering the hauling vehicle. ' Acceptance testing for compliance of asphalt content will use the Nuclear Asphalt Gauge Procedure: WSDOT Test Method 722 -T. Acceptance testing for compliance of gradation will use the Quick Determination of Aggregate Gradation Using Alternate Solvent procedure: WSDOT Test Method 723 -T. HMA Class D and preleveling HMA shall be compacted to the satisfaction of the Engineer. In addition to the randomly selected locations for tests of the density, the Engineer may also isolate from a normal lot any area that is suspected of being defective in relative density. Such isolated material will not include an original sample location. A minimum of 5 randomly located density tests will be taken. The isolated area will then be evaluated for price adjustment in accordance with the statistical evaluation section, considering it as a separate lot. 5- 04.3(11) Joints ' The Contractor shall conduct operations such that the placing of the top or wearing course is - a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid ' HMA only when the placement of the course must be discontinued for such a length of time that the HMA will cool below compaction temperature. When the work is resumed, the • previously compacted HMA shall be cut back to produce a slightly beveled edge for the full thickness of the course. Where a scheduled transverse joint or when an unscheduled joint that must be left in place after a workshift is being made in the wearing course, strips of heavy wrapping paper shall ' be used. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. When the transverse • joint will be open to traffic a temporary wedge of HMA shall be constructed 50H:1V or flatter. The material that is cut away shall be wasted and new HMA shall be laid against the fresh cut. Rollers or tamping irons shall be used to seal the joint. 1 The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the traveled way. Except, 1 on one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Project Engineer, if: 1. The ramp must remain open to traffic, or 1 2. The ramp is closed to traffic and a hot -lap joint is constructed. If a hot -lap joint is allowed, two paving machines shall be used; a minimum compacted 1 density in accordance with Section 5- 04.3(10)B shall be achieved throughout the traffic lane; and construction equipment other than rollers shall not operate on any uncompacted HMA. When HMA is placed adjacent to cement concrete pavement, the Contractor shall construct 1 longitudinal joints between the HMA and the cement concrete pavement. The joint shall be 91 1 sawed to the dimensions shown on Standard Plan A -1 and filled with joint sealant meeting the requirements of Section 9 -04.2. 5- 04.3(12) Vacant i ( **** *) 5- 04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than 1 /4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in 1 the HMA, the pavement surface shall be corrected by one of the following methods: 4. Removal of material from high places by grinding with an approved grinding machine, or 5. Removal and replacement of the wearing course of HMA, or 6. By other method approved by the Project Engineer. 111 Correction of defects shall be carried out until there are no deviations anywhere greater than • the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Project Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Project Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When Portland cement concrete pavement is to be placed on HMA, the surface tolerance of the HMA shall be such that no surface elevation lies above the plan grade minus the specified plan depth of Portland cement concrete pavement; Prior to placing the Portland cement concrete pavement, any such irregularities shall be brought to the required tolerance by grinding or other means approved by the Project Engineer. When utility appurtenances such as manhole covers and valve boxes, and monuments are encountered or are to be located within the asphalt pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new casting on all new and existing public utility structures and monument cases as shown in the Plans. 1 Utility castings shall not be adjusted to the finished grade until the pavement is completed, at which time the center of each structure and each monument shall be relocated using the references previously established by the Contractor. 1 The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete blocks or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1 -1/2" below the finished pavement surface. 1 92 1 1 On the following day, the concrete, the edges of the asphalt concrete pavement and the outer edge of the casting shall be painted with hot asphalt cement. Class G asphalt 1 concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and 1 uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. ' 5- 04.3(14) Planing Bituminous Pavement The surface of existing pavements or the top surface of subsurface courses shall be planed to remove irregularities and to produce a smooth surface. 1 Planing shall be performed in such a manner that the underlying pavement is not torn, broken, or otherwise damaged by the planing operation. The surface of the underlying pavement shall be slightly grooved or roughened sufficiently to ensure a bond when 1 overlaid. - The planings shall become the property of the Contractor and shall be removed from the right -of -way. The planings may be utilized as RAP, within the requirements of Section 5- 04.2 or 9- 03.21. The. Contractor shall dispose of all other debris resulting from the planing operation in a Contractor - provided site off the right -of -way. ' For mainline planing operations, the equipment shall have automatic controls, with sensors for either or both sides of the equipment. The controls shall be capable of sensing the proper grade from an outside reference line, or a mat - referencing device. The automatic ' controls shall also be capable of maintaining the desired transverse slope. The transverse slope controller shall - be capable of maintaining the mandrel at the desired slope (expressed as a percentage) within plus or minus 0.1 percent. ' 5- 04.3(15) HMA Road Approach HMA approaches shall be constructed or reconstructed at the locations shown in the Plans or where staked by the Project Engineer. The work shall be performed in accordance with Section 5 -04. 5- 04.3(16) Weather Limitations HMA for wearing course shall not be placed on any traveled way between October 1 of any 1 year and April 1 of the following year without written approval from the Project Engineer. Asphalt for prime coat shall not be applied when the ground temperature is lower than 50 °F, without written permission of the Engineer. HMA D shall not be placed when the air temperature is less than 60 °F. ' HMA shall not be placed on any wet surface, or when the average surface temperatures are less than those specified in the following table, or when weather conditions otherwise prevent the proper handling or finishing of the HMA mixtures: 1 1 • - 1 1 93 1 Surface Temperature Limitations 1 Compacted Thickness Sub- Surface (Feet) Surface Course Courses Lessthan0.10 55F 55F 0.10 to 0.20 45 F 35 F 0.21 to 0.35 35 F 35 F More than 0.35 DNA 25 F* *Only on dry subgrade, not frozen and when air temperature is rising. (** * * *) 5- 04.3(17) Paving Under Traffic When the roadway being paved is open to traffic, the following requirements shall apply: The Contractor shall keep on -ramps and off -ramps open to traffic at all times except 1 when paving the ramp or paving across the ramp. During such time, and provided that there has been an advance warning to the public, the ramp may be closed for the minimum time required to place and compact the HMA. In hot weather, the Project Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing a ramp, advance warning signs shall be placed and signs shall also be 1 placed marking the detour or alternate route. Ramps shall not be closed on consecutive interchanges at the same time. During paving operations, temporary pavement markings shall be maintained - 1 throughout the project. Temporary pavement markings shall be installed on the roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8 -23. All costs in connection with performing the work in accordance with these requirements, including the cost of temporary pavement markings, shall be included in the unit contract prices for the various bid items involved in the contract. 5- 04.3(18) Vacant 5- 04.3(19) Sealing of Pavement Surfaces Where shown in the Plans, the Contractor shall apply a fog seal. Before application of the fog seal all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other ' foreign matter. The fog seal shall be CSS -1 or CSS -1 h uniformly applied to the pavement free of streaks and bare spots at the rate 0.03 to 0.05 residual gallons per square yard. The emulsified asphalt shall be diluted at a rate of one part water to one part emulsified asphalt unless otherwise directed by the Engineer. The emulsified asphalt shall be applied within the temperature range specified in Section 5- 02.3(3). Unless otherwise approved by the Project Engineer, the fog seal shall be applied prior to opening to traffic. 5- 04.3(20) Anti - Stripping Additive 1 When directed by the Engineer, an anti - stripping additive shall be added to the HMA material in accordance with Section 9 -02.4. 5- 04.3(21) Asphalt Binder Revision When the Contracting Agency provides a source of aggregate, the expected percentage content of new asphalt binder in the resulting HMA will be identified in the contract documents. Should the actual percentage of new asphalt binder required by the job mix formula for HMA produced with Agency - provided aggregate vary by more than plus or minus 0.3 percent from 94 1 1 the amount shown in the documents, an adjustment in payment will be made. The adjustment in payment (plus or minus) will be based on the invoice cost to the Contractor. No adjustment will be made when the Contractor elects not to use a Contracting Agency- , provided source, or when no source is made available by the Contracting Agency.(Added for PG binders] 5 -04.4 Measurement ' HMA Cl. _ PG _ or HMA for Cl. _ PG _ or Commercial HMA will be measured by the ton in accordance with Section 1 -09.2, with no deduction being made for the weight of asphalt binder, blending sand, mineral filler, or any other component of the HMA. ' If the Contractor elects to remove and replace HMA as allowed by Section 5- 04.3(8)A, the material removed will not be measured. Preparation of Untreated Roadway will be measured by the mile once along the centerline of the main line roadway. No additional measurement will be made for ramps, auxiliary lanes, service roads, frontage roads, or shoulders. Measurement will be to the nearest 0.01 mile. ' No specific unit of measure will apply to the force account item of Crack Sealing. Soil Residual Herbicide will be measured by the mile for the stated width to the nearest .01 mile or by the square yard, whichever is designated in the proposal. Pavement Repair Excavation Incl. Haul will be measured by the square yard of surface marked ' prior to excavation. Asphalt for Prime Coat will be measured by the ton in accordance with Section 1 -09.2. ' Prime Coat Aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the proposal. ' Asphalt For Fog Seal will be measured by the ton, before dilution, in accordance with Section 1- 09.2. Longitudinal Joint Seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. • Planing Bituminous Pavement will be measured by the square yard. Temporary Pavement Marking will be measured by the linear foot as provided in Section 8 -23.4. 1 Removing Temporary Pavement Marking will be measured by the linear foot as provided in Section 8 -23.4. Water will be measured by the M gallon as provided in.Section 2 -07.4. ' No specific unit of measure will apply to the calculated item of Anti - Stripping Additive. No specific unit of measure will apply to the calculated item of Job Mix Compliance Price ' Adjustment. No specific unit of measure will apply to the calculated item of Compaction Price Adjustment. 1 1 ' 95 1 ( *****) 1 • 5 -04.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included in the proposal: 1 "HMA Cl. _ PG ", per ton. "HMA for Approach Cl. _ PG ", per ton. "HMA for Preleveling Cl. PG ", per ton. • "HMA for Pavement Repair Cl. _ PG ", per ton. "Commercial HMA ", per ton. The unit contract price per ton for "HMA Cl. _ PG ", "HMA for Approach Cl. _ PG ", "HMA for Preleveling Cl. _ PG ", "HMA for Pavement Repair Cl. _ PG ", and "Commercial HMA" shall be full compensation for all costs incurred to carry out the requirements of Section 5 -04 except for those costs included in other items which are included in this sub - section and which are included in the proposal. "Preparation of Untreated Roadway", per mile. The unit contract price per mile for "Preparation of Untreated Roadway" shall be full pay for all work described 'under Section 5- 04.3(5)B, with the exception, however, that all costs involved in patching the roadway prior to placement of HMA shall be included in the unit contract price per ton for "HMA Cl. _ PG " which was used for patching. If the proposal does not include a bid item for "Preparation of Untreated Roadway", the roadway shall be prepared as specified, but the work shall be included in the contract prices of the other items of work. All costs for asphalt tack coat shall be included in the unit contract price per ton of the HMA. 1 "Crack Sealing ", by force account. "Crack Sealing" will be paid for by force account as specified in Section 1 -09.6. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. "Soil Residual Herbicide ft. Wide," per mile, or 1 "Soil Residual Herbicide ", per square yard. The unit contract price per mile or per square yard for "Soil Residual Herbicide" shall be full payment for all costs incurred to obtain, provide and install herbicide in accordance with Section 5- 04.3(5)D. "Pavement Repair Excavation Incl. Haul ", per square yard. The unit contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be full payment for all costs incurred to perform the work described in Section 5- 04.3(5)E. "Asphalt for Prime Coat ", per ton. The unit contract price per ton for "Asphalt for Prime Coat" shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5- 04.3(5)B. "Prime Coat Aggregate ", per cubic yard, or per ton. The unit contract price per cubic yard or per ton for "Prime Coat Agg:" Shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer. "Asphalt for Fog Seal ", per ton. The unit contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs of material, labor, tools, and equipment necessary for the application of the fog seal as specified. If there is no bid item and a fog seal is required, it shall be applied and the work shall be included in the unit contract prices of the other work items. 96 1 1 1 "Longitudinal Joint Seal ", per linear foot. The unit contract price per linear foot for "Longitudinal Joint Seal" shall be full payment for all costs incurred to perform the work described in Section 5- 04.3(11). 1 "Planing Bituminous Pavement ", per square yard. The unit contract price per square yard for "Planing Bituminous Pavement" shall be full ' payment for all costs incurred to perform the work described in Section 5- 04.3(14). "Temporary Pavement Marking ", per linear foot. Payment for "Temporary Pavement Marking" is described in Section 8 -23.5. 1 "Removing Temporary Pavement Marking ", per linear foot. Payment for "Removing Temporary Pavement Marking" is described in Section 8 -23.5. ' "Water", per M gallon. Payment for "Water" is described in Section 2 -07.5. • "Anti- Stripping Additive ", by calculation. "Anti- Stripping Additive" will be paid for in accordance with Section 1 -09.6 except that no overhead, profit or other costs shall be allowed. Payment shall be made only for the invoice cost of the additive. The quantity of asphalt binder shall not be reduced by the quantity of 1 anti - stripping additive used. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. 1 "Job Mix Compliance Price Adjustment," by calculation. "Job Mix Compliance Price Adjustment" will be calculated • and paid for as described in Section 5- 04.5(1)A. ' "Compaction Price Adjustment," by calculation. "Compaction Price Adjustment" will be calculated and paid for as described in Section 5- ' 04.5(1)B. 1 DIVISION 6 CONCRETE STRUCTURES ' 6 -02 CONCRETE STRUCTURES 6 -05.5 Payment Supplement this section with the following: "Concrete Class 3000, Creek Structure ", per cubic yard. 1 1 1 1 97 1 DIVISION 7 111 DRAINAGE STRUCTURES, STORMSEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7 -05 MANHOLES, INLETS, AND CATCH BASINS 1 7 -05.3 Construction Requirements • The second paragraph of this section is supplemented with the following: 1 The term drywell shall be synonymous with the term Drainage Retention Basin. The 36 -inch diameter perforated Corrugated Polyethylene Storm Sewer Pipe (smooth interior wall) used for the laterals within the Drainage Retention Basin shall conform to Schedule A of the Storm Sewer Pipe Schedule in Section 7 -04.2 of the Standard Specifications. A 36 -inch diameter corrugated polyethylene header pipe shall be connected to the 72 -inch Diameter Type 2 Catch Basin, and laterals shall be connected to and be perpendicular to the header pipe, as detailed in the Plans. The 72 -inch Diameter Type 2 Catch Basin shall be equipped with an oil -water separator. The drain rock shall provide a minimum of 40% voids. Non- woven geotextile fabric shall be wrapped around the Drainage Retention Basin. Six -mil plastic construction sheeting shall be placed over the top of the entire basin, and the sheeting shall extend and be anchored a minimum of 18- inches beyond the excavation limits of the basin walls. 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade This section is supplemented with the following: Manholes, Catch Basins, Valve Boxes, Monument Cases and other utility castings shall be adjusted in accordance with Section 5- 04.3(13), except as specified in Section 8 -06 of these Special Provisions. 7 -05.4 .Measurement Supplement this section with the following: "Drainage Retention Basin w/36 In. Diam. Perf. Pipe" will be measured by the linear foot for 1 all laterals coming off of the header pipe. The price per linear foot of "Drainage Retention Basin w/36 In. Diam. Perf. Pipe" shall be full pay for all labor, equipment and material required for the complete construction of the retention basin including the header pipe, perforated lateral pipe, geotextile fabric, drain rock, plastic construction sheeting, connection of the header pipe to the catch basin, connection of the perforated lateral pipes to the header pipe, and all of the excavation and backfilling required to install the retention basins. 7 -05.5 Payment 1 Add the following pay items: "Drainage Retention Basin w/36 In. Diam. Perf. Pipe ", lump sum. 1 This section is supplemented with the following: All costs associated with furnishing and installing manholes and catch basins, including 1 frame and grates and adjusting them to their final grade, as described in Section 5- 04.3(13), shall be included in the unit contract price per each for the item installed. 1 98 1 1 • 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.2 Materials Add the following: Crushed Surfacing Top Course (for Trench Backfill) ' 7- 08.3(1)A Trenches Delete paragraph 8. 1 7- 08(1)C Bedding the Pipe • Supplement paragraph 2 with the following: ' All pipe shall be bedded as shown on the Typical Trench Section of the City of Yakima Standard Detail S4. ' 7- 08.3(3) Backfilling Add the following paragraph to this section: All street crossing trenches, and other areas as designated by the Engineer, shall be backfilled to their full depth with Crushed Surfacing Top Course (for Trench Backfill). 7 -08.3 Measurement The sixth paragraph of this section shall be revised to read: Shoring or extra excavation class B will be measured by the linear foot. Add the following: Crushed Surfacing Top Course (for Trench Backfill) will be measured by the Ton. ' 7 -08.5 Payment Add the following pay item: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. Revise the pay Item: "Shoring or Extra Excavation Class B ", per square foot. To read: "Shoring or Extra Excavation Class B ", per linear foot. • 1 1 1 1 99 1 DIVISION 8 1 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 111 8 -01.3 Construction Requirements 8- 01.3(1) General Section 8- 01.3(1) is supplemented with the following: Erosion control BMPs shall be installed before any earth moving activities take place. • (January 5, 2004) Erodible Soil Eastern Washington Erodible soil not being worked that could drain to surface waters, whether at final grade or not, shall be covered within the following time limitations using approved soil cover practices. July 1 through September 30 30 days October 1 through June 30 15 days 8 -02 ROADSIDE RESTORATION 1 8 -02.3 Construction Requirements 8 -02.3(2)B Weed Control 1 This section is supplemented with the following: Within the wetland mitigation area, invasive weed species shall be removed by mechanical means only (hand- pulling). 8 -02.3(13) Plant Establishment 1 This section is supplemented with the following: The following plants /cuttings shall be planted within the wetland mitigation area where shown in the Plans. Any changes to the type and number of species planted shall be approved by the Engineer. Sandbar Willow: Eighty (80) saplings /cuttings shall be planted at approximately 10 -foot 1 centers, randomly spaced, along the stream bank at the water elevation. Geyer Willow: Eighty (80) saplings /cuttings shall be planted at approximately 10 -foot centers, randomly spaced, along the stream bank at the water elevation. 1 Scouler Willow: Sixty (60) saplings /cuttings shall be planted at approximately 15 -foot centers, randomly spaced, along the stream bank above the high water elevation. Bitter Cherry: Forty (40) saplings shall be planted at approximately 20 -foot centers, randomly spaced, along the stream bank above the high water elevation. Common Camas: Plant throughout wetland area using a higher proportion farther from the stream. Plant a total of 700 container stock on 2 to 3 -foot centers, using equal proportions of 3 -inch, 6 -inch, 12 -inch, and 20 -inch container sizes, as available. 100 1 1 Burreed: Plant throughout the site using a higher proportion closer to the stream. Plant a total of 400 container stock on 2 to 3 -foot centers using equal proportions of 3 -inch, 6 -inch, 12 -inch, and 20 -inch container sizes, as available. Only plant if native plants are available. ' Arrowhead: Plant throughout the site using a higher proportion closer to the stream. Plant a total of 500 container stock on 2 to 3 -foot centers using equal proportions of 3 -inch, 6 -inch, ' 12 -inch, and 20 -inch container sizes, as available. Slender Rush: Plant throughout wetland area using a higher proportion farther from the stream. Plant a total of 600 container stock on 2 to 3 -foot centers using equal proportions of 1 3 -inch, 6 -inch, 12 -inch, and 20 -inch container sizes, as available. Jointed Rush: Plant throughout the site using a higher proportion closer to the stream. ' Plant a total of 500 container stock on 2 to 3 -foot centers using equal proportions of 3 -inch, 6 -inch, 12 -inch, and 20 -inch container sizes, as available. Baltic Rush: Plant throughout the site using a higher proportion closer to the stream. Plant a total of 500 container stock on 2 to 3 -foot centers using equal proportions of 3 -inch, 6 -inch, 12 -inch, and 20 -inch container sizes, as available. Daggerleaf Rush: Plant throughout the site using a higher proportion closer to the stream. Plant a total of 500 container stock on 2 to 3 -foot centers using equal proportions of 3 -inch, 6 -inch, 12 -inch, and 20 -inch container sizes, as available. Hardstem Bulrush: Plant throughout the site using a higher proportion closer to the stream. Plant a total of 500 container stock on 2 to 3 -foot centers using equal proportions of 3 -inch, 6 -inch, 12 -inch, and 20 -inch container sizes, as available. ' Small - fruited Bullrush: Plant throughout the site using a higher proportion closer to the stream. Plant a total of 500 container stock on 2 to 3 -foot centers using equal proportions of 3 -inch, 6 -inch, 12 -inch, and 20 -inch container sizes, as available. 1 Small - winged Sedge: Plant throughout the site, but plant most stock in drier areas farther from the stream. Plant a total of 600 container stock on 2 to 3 -foot centers using equal proportions of 3 -inch, 6 -inch, 12 -inch, and 20 -inch container sizes, as available. Bigleaf Sedge: Plant throughout the site using a higher proportion closer to the stream. Plant a total of 500 container stock on 2 to 3 -foot centers using equal proportions of 3 -inch, 6 -inch, 12 -inch, and 20 -inch container sizes, as available. ' Creeping Spikerush: Plant throughout the site using a higher proportion closer to the P 9 9 9 P P stream. Plant a total of 500 container stock on 2 to 3 -foot centers using equal proportions of 1 3 -inch, 6 -inch, 12 -inch, and 20 -inch container sizes, as available. • ' 8- 02.3(15) Erosion Control Seeding, Fertilizing, and Mulching 8- 02.3(15)B Seeding and Fertilizing This section is supplemented with the following: Seeding shall be placed between September 15 and October 1, or between February 1 15 and March 15. 1 ' 101 1 Grass seed, of the following composition, proportion, and quality shall be applied at the 1 rate of 52 pounds per acre on all areas requiring roadside seeding within the project: Grass Species Scientific Name Pounds per Acre Sandburg Bluegrass Poa Sandbergii 2 Bluebunch Wheatgrass Agropyron Spicatum 4 Indian Ricegrass Oryzopsis Hynenoides 2 Basin Wild Rye Elymus Cinereus 4 Annual rye Lolium Multiforum 40 Total Pounds per Acre 52 ( *) Sufficient quantities of fertilizer shall be applied to supply the following amounts of nutrients: Total Nitrogen as N - 80 pounds per acre. Available Phosphoric Acid as P2O5 - 40 pounds per acre. 1 Soluble Potash as K2O - 40 pounds per acre. Eighty (80) pounds of nitrogen applied per acre shall be derived from isobutylidene diurea 1 (IBDU), cyclo -di -urea (CDU), or sulfur- coated urea (SCU). The remainder may be derived from any source. The fertilizer formulation and application rate shall be approved by the Engineer before use. 8- 02.3(15)D Mulching Section 8- 02.3(15)D is supplemented with the following: (December 23, 2002) Wood cellulose fiber mulch shall be applied at a rate of 2000 pounds per acre. 8-02:3(15)E Soil Binder or Tacking Agent This section is supplemented with the following: 1 Tacking agent shall be Type A in accordance with Section 9- 14.4(7). Application rate shall be per manufacturer's written recommendations. 8 -02.5 Payment This section is supplemented with the following: The per acre price for "Seeding, Fertilizing and Mulching" shall also include furnishing and applying tacking agent. The following item is added to this section: 11 'Wetland Enhancement ", per lump sum. The lump sum contract price for "Wetland Enhancement" shall be full pay for furnishing 11 and planting all cuttings, saplings, and container stock plants in the wetland mitigation area. This payment shall also include all labor, material and ;tools necessary to remove 1 any invasive weed species within the wetland mitigation area. 1 102 1 1 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8 -06.1 Description 1 Supplement this section with the following: The work shall include the installation of commercial driveway approaches, and adjusting I utility castings within the concrete apron of the approaches. 8 -06.3 Construction Requirements Supplement this section with the following: 1 Commercial Driveway approaches. Commercial Driveway Approaches shall be constructed as shown on the City of Yakima Standard Detail for Commercial Approach. The sidewalks and the ramps shown on each side of the approach detailed on the standard detail shall be paid for under Section 8 -14 of the Standard Specifications. 8 -06.4 Measurement Supplement this section with the following: . Commercial Driveway Approaches shall be measured per each installed at the locations ' shown on the plans and in accordance with the standard detail. Adjustment of utility castings within the approaches shall be . included in the unit contract price for the "Commercial Driveway Approaches ", per each. 8 -06.5 Payment Supplement this section with the following: 1 "Commercial Driveway Approaches ", per each. The payment for "Commercial Driveway Approaches ", per each, shall be full compensation ' for all work, equipment and materials and all other items necessary for the complete installation of the approaches, including adjustment of utility castings within the approaches, at the locations shown on the plans and in accordance with the standard detail.. 8 -12 CHAIN LINK FENCE AND WIRE FENCE 8 -12.1 Description This section is supplemented with the following: This work shall consist of furnishing and installing airport fence in accordance with these ' specifications and the details in the Plans, in conformity with the lines and grades shown on the Plans or as established by the Engineer. ' 8 -12.2 Materials This section is supplemented with the following: Fabric: ' The fabric shall be woven with a 9 -guage galvanized steel wire in a 2 -inch mesh and shall meet the requirements of ASTM 392, Class 2. The fabric shall be six feet in height. ' Barbed Wire: Barbed wire shall be 3- strand 12 -1/2 gauge zinc - coated wire with 4 -point barbs and shall conform to the requirements of ASTM A 121, Class 3, Chain Link Fence Grade. 1 1 103 1 Posts, Rails and Braces: Posts, rails, and braces furnished for use in conjunction with zinc - coated, shall be of zinc - coated steel framework. Line posts, rails, and braces shall be galvanized steel pipe conforming to the requirements 1 of ASTM F 1083. Posts, rails and braces shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B 117 as follows: Exterior: 1,000 hours with a maximum of 5% red rust. Interior: 650 hours with a maximum of 5% red rust. The dimensions of the posts, rails, and braces shall be in accordance with the following tables: (Tables I through VI of Fed. Spec. RR -F- 191/3) Gates: Gate frames shall consist of galvanized steel pipe and shall conform to the specifications as described in Posts, Rails, and Braces. The fabric shall be of the same type material as described in Fabric. Wire Ties and Tension Wires: Wire ties, for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7 -guage marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A 824. All materials shall conform to Fed. Spec. RR -F- 191/4. Miscellaneous Fitting and Hardware: Miscellaneous steel fittings and hardware for use with zinc - coated, aluminum- coated, or zinc -5% aluminum mischmetal alloy- coated steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A 153. 8 - 12.3 Construction Requirements This section is supplemented with the following: Eighteen -inch brackets set at an angle of 45 degrees shall be attached to the top of each of the fence posts. Three strands of barbed wire shall be strung across these brackets as detailed in the Plans. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform too the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched thereon to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches or less. Openings below the fence may also be spanned with barbed wire fastened to stakes at 1 locations where directed by the Engineer. Tension wire shall be installed along the bottom of the chain link fence fabric. Electrical grounds shall be constructed where a power line passes over the fence at 500 foot 1 intervals. The ground shall be installed directly below the point of crossing. The ground shall be accomplished with a copper clad rod 8 feet long and a minimum of 5/8 inch in 1 diameter driven vertically until the top is 6 inches below thee ground surface. A No. 6 solid 104 1 copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. 1 8 -12.4 Measurement This section is supplemented with the following: 1 Airport fence will be measured by the linear foot of completed fence, along the ground line, exclusive of openings. 1 End, gate, corner and pull posts for airport fence will be measured per each for the posts furnished and installed complete in place. 1 8 -12.5 Payment This section is supplemented with the following: The following pay item is added: 1 "Airport Fence ", per linear foot. 8 -13 MONUMENT CASES 1 8 -13.2 Materials This section is supplemented with the following: The monument shall consist of a 2 -inch aluminum, bronze or brass survey cap attached to 1 the top of a 5/8 -inch rebar embedded into the ground a minimum of 24 inches. 8 -13.3 Construction Requirements • 1 The last paragraph of Section 8 -13.3 is revised to read: The monument shall be furnished and set by a professional surveyor, licensed in the State of Washington. 8 -13.4 Measurement Section 8 - 13.4 is deleted and replaced by the following: 1 Measurement of monument, monument case, and cover will be by the unit for each monument, monument case, and cover furnished and set. 8 -13.5 Payment 1 (April 28, 1997) Section 8 -13.5 is supplemented with the following: 1 "Monument, Monument Case and Cover" , per each. All costs associated with furnishing and installing monuments, monument cases and covers, and adjusting them to their final grade, as described in Section 5- 04.3(13), shall be included in the unit contract price per each for Monument, Monument Case and Cover. 1 1 105 1 8 -14 CEMENT CONCRETE SIDEWALKS 8 -14.1 Description Supplement this section by with the following: This work shall also include furnishing and installing new sign post sockets, at locations shown on the plans or as indicated by the Engineer. 8 -14.2 Materials Add the following: 1 Sign Post Sockets VLOC Model #23 -VR1- Concrete For use with 2 -3/8" OD sign posts 8 -14.3 Construction Requirements 8- 14.3(3) Placing and Finishing Concrete. Supplement this section by with the following: All sidewalks not located in driveway approach areas shall be four (4) inches in thickness. All sidewalks located in a driveway approach area shall be six (6) inches in thickness within the driveway throat. Existing sidewalks at match lines shall be removed to the nearest convenient existing joint or sawcut in a neat vertical, straight transverse line at locations approved by the Engineer. Joint filler material to form a new expansion joint shall be placed as indicated on the Standard Detail for Sidewalk. At all driveway and handicap ramp depressions, the back of the sidewalk grade shall be depressed to maintain a 2 percent transverse grade from back of curb to back of sidewalk, unless otherwise noted on the plans. 1 Signpost Sockets shall be set 1/2 inch above the finished sidewalk and so that the erected signs will be plumb when installed. The Contractor shall correct any misaligned sockets at his own expense. The Contractor shall adjust Domestic Water Meter Lids to the sidewalk finish grade within the limits of the new sidewalk. The City of Yakima Water Division will furnish New Water Meter Lids. The Contractor shall contact the City Water Division in advance to order the lids well in advance of the need for them. 8 -14.4 Measurement 1 Supplement this section with the following: Signpost Sockets will be measured per each in place. 1 8 -14.5 Payment Supplement this section with the following: "Cement Conc. Sidewalk _ In. Thick ", per square yard. "Signpost Sockets ", per each. 1 The unit contract price for "Signpost Sockets" shall be full compensation for furnishing the sockets, and for furnishing all labor, materials and equipment necessary for the installation of the sockets at the locations shown on the plans or as located by the Engineer. 106 1 1 1 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 1 8 -20.2 Materials Supplement the section with the following: All conduits below grade on this project shall be: Schedule 40 PVC Underground Conduits (electrical grade - gray color) with pull rope. Additional materials to be installed on this project include, but are not limited to: junction boxes, light standards, luminaries, cement concrete anchor bases, anchor bolts, conductors, and complete electrical service for a complete installation of the illumination system ready for service. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051- 4 -1/8), shall be installed in each conduit run with two (2) feet doubled back at each termination. Wiring for street lighting shall be per NEC code and shall include one #10 ground and two #6 conductors. 8- 20.2(1) Equipment List and Drawings 1 Revise Item 1 of the fourth paragraph to read: 1. Light standards with or without pre- approved plans. 1 Delete the last sentence of the section. 8 -20.3 Construction Requirements 1 8- 20.3(2) Excavating and Backfilling Revise the first paragraph to read: 1 The excavation required for the installation of conduit, cement concrete anchor bases, and pullboxes shall be performed in such a manner as to cause the least possible injury to streets, sidewalks, and other improvements. The trenches shall not be excavated wider than necessary for the proper installation of the conduit and pullboxes. Anchor base excavation shall be augered or dug by hand with proper care to avoid damage to other utilities. Excavation shall not be performed until immediately prior to installation of conduit and /or structures. The material from the excavation shall "be placed to cause the least interference to vehicular and pedestrian traffic and to surface drainage. 8- 20.3(4) Foundations Supplement this section, with the following: I • Anchor bases shall be constructed of Portland Cement Concrete - Class 3000, poured -in- place to the depths and dimensions shown on the Plans and shall be made in one pour. The top four inches of anchor bases shall be formed and finished 24 inches square with 3/4- inch chamfer edges and the top shall be at finish sidewalk grade or finished curb grade, ' depending on the location. The top four inches shall be separated from concrete surfaces by means of an expansion joint. Forms for the anchor bases shall be true to line and grade and conduit ends and anchor bolts shall be held in proper position and height by means of a temporary template. 1 1 107 8- 20.3(5) Conduits 1 Revise this section to read: Conduit runs are indicated on the Plans. Conduit bends, if other than factory bends, shall have no less than an 18 -inch radius. Runs terminating in pole bases shall extend five (5) inches above the foundation and shall be sloped toward the hand hole opening. Runs entering junction boxes shall terminate approximately two inches (2 ") above the bottom of the box and within three inches (3 ") of the box wall nearest its entry. Conduit entry into junction boxes shall terminate with a manufactured 90 degree rigid metal elbow to facilitate cable pulling. PVC conduit "push - pennys" or suitable equivalent shall be used on all terminations to keep conduits clean.. 1 Trenching across the roadway is allowed. The pull rope shall be 1/8 -inch braided nylon rope, 450 pound breaking strength (similar to King Cotton Products #5051- 4 -1/8), shall be installed in each conduit run with two (2) feet doubled back at each termination. When cable is pulled, this rope shall be re- pulled along with the cable. Elbows may be 45 or 90 degree as needed. The ten feet of rigid conduit is not required. 1 All conduit ends shall be reamed to remove burrs and rough edges. Field cuts shall be square and true so that ends will fit securely in PC couplings. 8- 20.3(6) Junction Boxes Revise the first paragraph to read: The terms "pullbox" and "junction box" are interchangeable. 1 Pullboxes shall be constructed as shown on the Plans and in accordance with the City of Yakima Standard Details. Pullboxes shall not be located in wheelchair ramps or landing areas. The pullboxes shall be installed true to line and grade. The Contractor shall provide a good, firm foundation for the bearing surface edges of the pullboxes. The low voltage cables and wires are separated and run through separate conduits. Do not install asphalt joint filler material between junction boxes and other concrete surfaces 8- 20.3(8) Wiring Supplement this section by with the following: 1 The street lighting conductors for the lights shall each run from the adjacent light or pullbox to the appropriate pullboxes where they branch to the luminaries. Conductor sizes shall be as required or as match existing conductors. A pair of in -line fuses shall be installed in each lighting standard base. The Contractor will be required to provide all conductors needed for completing the light standard installation. • Epoxy splice kits shall not be used. Wire number sleeves and cable tags are not required. Mast arms with four section signal heads are to be wired with 7 conductor cable. 8- 20:3(10) Service 1 Supplement this section as follows: The pole for the source of power is located 60 feet to the west of the new modified Type B service on Ranchrite Road. 8- 20.3(11) Field Test Supplement this section as follows: The contractor will provide 24 -hour notification of a signal turn on, giving information about location, date, and time. 108 1 1 Testing All signal control equipment shall be tested at the City of Yakima Signal Shop located in Yakima, prior to final delivery. The tests shall verify compliance with WASHDOT Standard specifications and these plans and special provisions. The test will check the operation of 1 each individual component as well as the overall operation of the traffic control cabinet. Following final approval by the City of Yakima Signal Shop, all equipment shall be available at the City Signal Shop for pickup by the contractor. ' 8- 20.3(13)A Light Standards Supplement this section with the following: ' Light Standards shall have square base flanges requiring four (4) anchor bolts for connection to the foundation. Anchor bolt nut covers shall be provided on all Light Standards. The Light Standards on this project shall be as shown on the City of Yakima Standard Details. 8- 20.3(13)B Luminaires Supplement this section with the following: 1 Luminaires to be used on this project shall be 200 -Watt, 240 Volt, GE COBRA Head Luminaires. ' 8 -20.5 Payment Revise this section to read: Payment will be made in accordance with Section 1 -04.1, for the following bid item: "Illumination System ", per lump sum. The lump sum contract price for "Illumination System ", shall be full, pay for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the complete illumination and electrical system as shown on the Plans and herein specified. This shall include, but not be limited to, excavation, backfilling, concrete foundations, light standards, luminaires, electrical service, pullboxes, conduit, wiring, restoring facilities destroyed or damaged during construction, removing or salvaging all existing equipment, and for making all required tests. All additional materials and labor ' - not shown on the Plans or called for herein and which are required to complete the various systems shall be considered as incidental to the construction and shall be included in the lump sum contract price, and no additional compensation shall be allowed. 8 -30 REPAIR OR REPLACEMENT (New Section) 8 -30.1 Description The work shall consist of repair of any incidental damages to landscaping, fencing, private irrigation, top soil, turf or other miscellaneous items within or adjacent to the project area. This includes complete replacement of items that are beyond repair as determined by the Engineer. 8 -30.5 Payment Payment will be made for the following bid items: 1 "Repair or Replacement ", by force account. For the purpose of providing a common proposal for all bidders, and for that purpose only, 1 the City has estimated the force account for "Repair or Replacement ", and has arbitrarily 1 109 entered the amount for the pay item in the proposal to become a part of the total bid by the Contractor. DIVISION 9 MATERIALS 1 9 -03 AGGREGATES 9 -03.8 Aggregates for Asphalt Concrete 1 9- 03.8(3)C Gradation -- Recycled Asphalt Pavement and Mineral Aggregate Revise the second paragraph as follows: 1 Delete the reference to Section 9- 03.8(6)A 111 9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9 -05.15 Metal Castings 1 9- 05.15(1) Manhole Ring and Cover Revise this section to read: All new manhole rings and covers shall be purchased by the Contractor from Olympic Foundry, Casting NO. MH33Y, Yakima Standard Ring and Cover. The Contractor shall also provide all labor and equipment for handling the manhole rings and covers. All used castings shall become the property of the City of Yakima and shall be delivered to the Wastewater Collection- Maintenance Facility at 204 W. Pine by the Contractor. Prior arrangements must be made to assure the facility will be open for delivery. 9 -14 EROSION CONTROL AND ROADSIDE PLANTING 9 -14.4 Mulch and Amendments 9- 14.4(1) Straw The first sentence of this section is revised to read: All straw mulch material shall be in an air dried condition certified as weed free with no materials detrimental to plant life.0. 1 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL 9 -29.1 Conduit Revise this section to read: Conduit shall Schedule 40 Polyvinyl Chloride (PVC) conforming to all NEC requirements regarding electrical grade - gray color PVC conduits. 9 -29.2 Junction Boxes Revise this section to read: 1 Junction boxes shall be Type 1, 2,or 3 as shown on the plans. They shall be constructed of polymer concrete and reinforced by a heavy -weave fiberglass similar and equal to Quazite Style PG. Boxes and covers shall be concrete gray color and rated for no less than 8,000 110 1 1 pounds over a 10" x 10" area and designed and tested to temperatures of —50 F. Heavy - duty box covers shall have service load of not Tess than 15, 000 pounds over a 10" square area. The covers shall have a minimum coefficient of friction of 0.5, and shall have the logo 1 "Traffic Signal" or "Street Lighting" as appropriate on them. Do not install felt expansion material around pull boxes when new concrete is poured. 9 -29.3 Conductors and Cable Supplement this section with the following: 1 Video camera coax cable shall be Beldon 8281. Video power shall be supplied by three - conductor cable. Three individual conductors, THWN #12 Stranded copper may be supplied in place of the three - conductor cable. ' 9 -29.6 Light and Signal Standards Add the following sentence to this section: ' NI aluminum alloys shall comply with metallurgical and mechanical properties set forth in the Aluminum Association Standards. 9- 29.6(1) Steel Light and Signal Standards ' Supplement the section with the following: Traffic signal poles shall be round or octagonal tapered steel with round or octagonal tapered steel mast arms, as per the drawing. The pole shaft shall be tapered at a consistent rate from the bottom to the top, a reducing cone shall not be used. The poles and arms shall be of sufficient design in size and material to be guaranteed by the manufacturer to perform 1 acceptably with the conditions set forth herein. The installation shall be designed to withstand AASHTO 90 -MPH wind velocity, and use 50,000 psi minimum -yield steel. Stress calculations shall be based on 40,000 psi yield steel. ' Luminaire mast arms that support video cameras shall have a free end diameter of not less than 3" and a thickness of not Tess than .188 ". The poles and arms will be hot - dipped galvanized over their entire length to ASTM 1 designation A 123. Anchor bolts shall be galvanized their entire length, per ASTM designation A 123 and their size determined by the pole manufacture and provided with two washers and two nuts each. Anchor bolts shall meet ASTM A 576 and have minimum yield strength of 55,000 psi. The base terminal compartment shall be of sufficient size to house a 24- position terminal strip with 4" x 6" hand hole opening, 48" above the base of the pole and 90 deg CW from the signal mast arm. The cover for the terminal compartment shall be gasketed, stainless steel, and shall have a built in "Best" slamming lock. A separate 4" x 6" handhole shall be, located at 12" from the pole base. Another handhole shall be located one (1) foot above the signal mast arm and shall be 3" x 5" with a removable cover and located 180 from signal arm attachment. A W NC ,ground stud shall be available inside the pole 1 base. All poles and arms shall have end caps and all bases shall have covers installed. Pole, anchor bolts, and signal mast arms will be designed to accommodate installation of signal 1 mast arms with loadings shown on the attached drawing. Poles shall be designed to ultimate arm length of 40', unless a longer arm is required. All hubs and openings in the pole will be the responsibility of the vendor to determine size, locations, and method of installation while maintaining the guaranteed structural integrity of the pole. The arm connection plate and arm connection bolt circle shall be uniform on all poles. The base plate and base plate bolt circle shall be uniform on all poles. 1 111 • 1 Pole Shaft and Mast Arm Identification 1 All removed mast arms and pole shafts shall be identified by paper identification tags recording pole number, intersection location and mast arm length. Four -inch by six -inch (minimum) tags shall be taped to corresponding pole shafts and mast arms. Information on the mast arm tag shall match the information on the corresponding pole shaft tag. Each tag shall be entirely covered with clear acetate tape. The tape shall be wrapped one full circle around the shaft or arm with a ' /2- inch ^ minimum overlap at the ends and sides. Revise the last paragraph to read: 1 Light Standards and arms shall be hot - dipped galvanized over their entire surface per ASTM A 123 •' 9- 29.6(5) Foundation Hardware Revise this section to read as follows: The anchor bolts, nuts, washers, and other foundation hardware on this project shall be supplied by the light standard manufacturer, and shall be hot - dipped galvanized over their entire length and surface per ASTM A 153. 9- 29.6(6) Aluminum Light and Signal Standards (NEW SECTION) Light standards for this project shall be as shown on the City of Yakima Standard Detail. 1 The shaft of the Aluminum Light standards and arms shall be spun tapered from all new seamless 6063 alloy aluminum tubing and shall be heat treated to T6 temper. Each shaft shall have a minimum of 6" straight length at the top to accommodate the center hub of the tapered arm. The anchored base shall be cast from A356 alloy aluminum. The anchor base shall be heat 1 treated to a T6 condition. The anchor base casting and shaft shall be joined by a continuous and circumferential weld at the outside top and inside bottom of the anchor base. The completed assembly will be heat treated to T6 temper after all structural welding is completed. A356 alloy aluminum nut covers shall be included with each anchor base unless otherwise specified. The light standard base shall be of the "fixed" type. Accessories shall include anchor bolts (each with two heavy hex nuts and washers) as sized 1 by the manufacturer, bolt templates, full base covers, and pole end caps. All light standards, arms and accessories shall be supplied by the same manufacturer. 1 Light standards have eight -foot (8') arms, and shall provide a nominal fixture mounting height of thirty feet (30'). Handholes shall be 4 inches by 6 inches and shall be located 18 inches above the base. A 1/2 -inch NC ground stud shall be located inside the handholes. Davit arm members shall be conically tapered from 6" O.D. x .188" wall 6063 alloy extruded aluminum tube. The fixture end of each arm shall be a 2 -3/8" O.D. (2" pipe size) tenon. The davit arm slip shall fit onto a specially tapered pole top tenon where it will be fastened with 2 stainless steel 5/8" — 11 UNC through bolts. 9 -29.10 Luminaires Supplement this section with the following: 1 112 1 Luminaires shall be GE 250 watt 120 volt, high - pressure sodium cutoff type. The luminaire shall contain a removable power module ballast assembly. The luminaire optical assembly shall contain a charcoal filter. The mogul base socket shall be adjustable and set at MCIII. Luminaires shall be fused per Section 9.29.7 1 9- 29.12(1) Illumination Circuit Splices Supplement the section with the following: Illumination wires shall be spliced in the pole bases or terminal compartment. The resin rigid mold splice is not allowed. 9- 29.13(7) Traffic Actuated Controllers ' Supplement the section with the following: The new controller must be a Peek LMD 9200 controller unit to be compatible with the existing CLMATS system and adjacent intersection controller. 9- 29.13(7)D Controller Cabinets Supplement this section with the following: The new cabinet shall be "P" size, 55H 44W 26D. The cabinet shall be wired for 8 phases, MDS Model 9810 spread spectrum radio, video detection, and 16 load positions. The video equipment and the MDS Model 9810 radio shall be supplied with the cabinet. The load bay ' shall be configured for permissive /protected left turn red blanking and all red flash. The door . lock shall be a Best Lock CX series cored for City of Yakima YT -1. The cabinet shall have a permanent, washable, metal, hospital grade intake filter. A CD and two Tyvek copies of the wiring diagrams and one service manual shall be provided. A display panel is not required. Detector test switches shall consist of one on /off switch and a detector actuation push button normally open switch for each phase vehicle and pedestrian input. When the switch is ON, the controller inputs will operate normally. In the Off position, the field detectors can not 1 place calls but the push button switches can still place calls. The cabinet shall have solid - state bus transfer relay. The load switches shall have input and output indicators. The load switches shall be heavy duty and use 40 amp triacs. The providing and installation of the radio antenna is included with the controller cabinet. ' 9 -29.14 Opticom Preemption Add this section: i Two 3M Opticom Model 752 selectors shall be installed in the controller cabinet and three 721 optical detectors shall be installed as shown on the plans. Mast Arm holes for Opticom detectors shall be field drilled and exact locations shall be verified by the City of Yakima ' Traffic Signal Supervisor. 9 -29.16 Vehicular Signal Heads ' Supplement the section with the following: All signal heads shall be 12 -inch aluminum with aluminum tunnel visors. All signal displays shall be LED modules. The left turn signal shall be a 4 section with a bi -modal left turn ' (yellow arrow -green arrow) section. The signal heads shall be mounted vertically with type M mounting. Mast Arm holes for all vehicle signal heads shall be field drilled and exact locations shall be verified by the City of Yakima Traffic Signal Supervisor.' 9- 29.16(2)D Back Plates Revise this section as follows: 1 • 113 1 The back shall be 5 inch painted aluminum with louvers 1 9 -29.18 Vehicle Detector Revise this section to read as follows: 1 Video Detection to be provided shall be the Iteris Vantage Plus, with 4 rack- mounted video detector modules and 8 total detector rack slots. The vehicle detection system shall consist of two main components; the video tracking and processing component and the CCD video cameras. In addition to the main components, the system shall be supplied complete with camera mounting brackets, coax/power cables, and a camera interface panel. The coax/ power cable shall be long enough to reach from the camera to the splice point at the pole base. The contractor shall supply the coax and power cables from the controller cabinet to the splice point at the pole base. The camera interface panel shall be in the controller cabinet and shall provide power filtering and grounding for proper camera operation. The Video Tracking and Processing modules shall have the following features: The video detector module system shall be able to accommodating from 1 -6 cameras, as well as be able to process up to 96 zones of detection. The system shall offer up to at least 32 vehicle detection /incident detection ground -true outputs. A minimum of 4 spare video detector modules, and one spare 9" B & W detection -zone video Monitor shall be supplied and delivered to the City of Yakima Traffic Signal Supervisor. The CCD Cameras shall have the following features: They shall be monochrome, medium resolution CCD cameras housed in a weather- 1 tight sealed anodized aluminum enclosure equipped with a sunshield. The cameras shall be field rotatable. They shall have a power zoom and /or a variable focal length lens. They shall be encased in a NEMA 4R rated housing. They shall be mounted with a camera mount sub - assembly on 23" to 74" support tube extensions banded to the mast arms with Astro -Brac clamp kits. Mast arm holes for all video detection cameras shall be field drilled with exact locations verified by the City of Yakima Traffic Signal Supervisor. 9 -29.24 Service Cabinets 1 Supplement this section as follows: The service shall be a Strut mount modified type B, single -phase 120v/240v 100 -amp service installed to meet the PP &L requirements. 1 9- 29.24(2) Electrical Circuit Breakers and Contactors Revise this section as follows: Delete the second paragraph. 1 1 1 114 1 1 I STANDARD PLANS January 5, 2004 I The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21 -01 (English) transmitted under Publications Transmittal No. PT 03 -073, effective January 5, 2004 is made a part of this contract. 1 The Standard Plans are revised as follows: C -11 b Sheet 1 I The length of the bolts as shown on the POST SLIP BASE ELEVATION DETAIL is revised from 2 1/2" to 2 ". I F -2b Sheet 2 In the detail for shoulder paving with guardrail posts, the shoulder paving shall extend only to the inside face of the guardrail post. I G8a The notes under the HINGE CONNECTION DETAIL are revised to read: I Hinge Connection Bolts shall be tightened 1/2 turn past snug tight. The hinge plate shall be of the size and type as provided by TransPo Industries. I K -1 through K -27 These plans shall not be used on projects administered by WSDOT. I The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan is the publication approval date shown in the lower right -hand corner of that plan. Standard Plans not having this date shall not be used in this contract. I A -1 5/13/02 C -8b 7/17/98 H-lb 5/05/00 A -2 5/09/02 C -8c 5/30/97 H-lc 1/10/02 A -3 5/30/02 C -8d 7/25/97 H-ld 1/10/02 A-4 3/07/97 C -8e 6/24/02 H-le 4/14/00 I A -5 2/24/03 C -10 7/31/98 H -2 5/29/02 A -6 2/24/03 C -11 5/30/97 H -3 4/14/00 C -11 a 2/19/99 H -3a 6/23/00 I B -1 7/21/03 C -11b 9/28/01 H -4 10/29/03 B-la 7/31/01 C -12 7/27/01 H -4a 3/11/03 B-lb 3/07/97 C -13 4/16/99 H -5 2/18/00 B -le 1/28/02 • C -13a 4/16/99 H -5a 2/18/00 I B-lz 5/30/97 C -13b 4/16/99 H -5b 2/18/00 B -2 6/17/02 C -14a 7/26/02 H -5c 6/24/02 B -2a 6/17/02 C -14b 7/26/02 H -5d 4/14/00 I B -2b 6/17/02 C -14c 7/26/02 H -5e 2/20/03 B -2c 6/17/02 C -14d 7/26/02 H -6 10/29/03 B -2d 6/17/02 C -14e 7/26/02 H -7 8/10/98 B -3 1/28/02 C -14f 7/26/02 . H -8 9/18/98 I B -3a 5/09/97 C -14g 10/31/03 H -9 4/18/97 B -4b 5/09/97 H -10 5/29/98 B -4c 5/09/97 D-la 1/23/02 H -12 5/09/02 I B -4d 9/16/02 D-lb 10/06/99 H -13 7/25/97 B -4f 5/09/97 D-lc 10/06/99 H -13a 7/25/97 B -4g 7/18/97 D-ld 10/06/99 H -14 4/23/99 B -4h 5/09/97 D -le 1/23/02 1 B -7 5/09/97 D-lf 10/06/99 1 -1 7/18/97 1 115 1 B -7a 6/17/02 D -2a 3/14/97 1 -2 4/23/99 B -8 5/09/97 D -2b 3/14/97 1 -3 8/20/99 B -8a 7/25/97 D -2c 3/14/97 1 -4 7/17/03 B -9 5/09/97 D -2d 3/14/97 1 -5 7/17/03 1 B -9a 5/09/97 D -2e 3/14/97 1 -6 7/17/03 B -9b 5/09/97 D -2f 3/14/97 1 -7 7/17/03 B -9c 7/18/97 D -2g 3/14/97 1 -8 7/17/03 B -9d 7/18/97 D -2h 3/14/97 1 -9 7/17/03 B -11 7/31/01 D -2i 3/14/97 1 -10 7/17/03 B -13 12/04/98 D -2j 3/14/97 1 -11 9/11/03 B -18 5/09/97 D -2k 3/14/97 1 -12 7/17/03 I B -18a 5/09/97 D -21 3/14/97 1 -13 7/17/03 B -18b 7/18/97 D -2m 3/14/97 1 -14 7/17/03 B -19 5/30/97 D -2n 3/14/97 I B -20d 7/18/97 D -2o 3/14/97 J-lb 10/08/99 B -21 7/18/97 D -2p 3/14/97 J-lc 4/24/98 B-21a 8/10/98 D -2q 3/14/97 J-le 8/01/97 B -22 7/21/03 D -2r 3/14/97 J -1f 6/23/00 B -22a 8/01/97 D -2s 3/14/97 J -3 8/01/97 B -23a 5/09/97 D -2t 3/14/97 J -3b 11/05/03 B -23b 5/09/97 D -2u 3/07/97 J -3c 6/24/02 B -23c 5/09/97 D -2v 3/07/97 J -3d 11/05/03 I B -23d 5/09/97 D -2w 3/07/97 J -5 8/01/97 B -25 5/09/97 D -2x 3/07/97 J -6c 4/24/98 B -26 7/18/97 D -2y 9/12/97 J -6f 4/24/98 I B -27 8/01/97 D -3 1/23/02 J -6g 12/12/02 B -28 10/06/99 D -4 12/11/98 J -6h 4/24/98 B -29 4/24/98 D -6 6/19/98 J -7a 9/12/01 I B -30 8/10/98 D -7 10/06/99 J -7c 6/19/98 D -7a 10/06/99 J -7d 4/24/98 C -1 10/31/03 D -9 12/11/98 J -8a 8/01/97 C-la 7/31/98 J -9a 4/24/98 C -lb 10/31/03 E -1 7/25/97 J -10 7/18/97 C-lc 5/30/97 E -2 5/29/98 J -11 a 9/12/01 C -1 d 10/31/03 E -4 8/27/03 C -2 1/06/00 E -4a 8/27/03 K -1 12/20/02 C -2a 7/17/98 E -5 5/29/98 K -2 12/20/02 C -2b 6/12/98 K -3 12/20/02 C -2c 2/20/03 F -1 12/17/02 K -4 12/20/02 I C -2d 5/22/98 F-la 12/17/02 K -5 12/20/02 C -2e 3/07/97 F -2 8/27/99 K -6 12/20/02 C -2f 3/14/97 F -2a 5/30/97 K -7 12/20/02 C -2g 7/27/01 F -2b 3/14/97* K -8 12/20/02 C -2h 3/28/97 F -3 1/13/03 K -9 - 12/20/02 C -2i 3/28/97 F -3a 1/29/03 K -10 12/20/02 C -2j 6/12/98 F -3b 1/13/03 K -11 12/20/02 I C -2k . 7/27/01 F -3c 1/13/03 K -12 12/20/02 C -2n 7/27/01 F -3d 1/29/03 K -13 12/20/02 C -2o 7/13/01 F -3e 1/13/03 K-14 12/20/02 C -2p 10/31/03 F-4 1/13/03 K -15 12/20/02 C -3 10/31/03 K-16 12/20/02 C -3a 10/31/03 G -1 9/12/01 K -17 12/20/02 C -3b 10/31/03 G -2 6/04/02 K -18 12/20/02 C -3c 10/31/03 G -2a 6/04/02 K -19 12/20/02 C -4 7/13/01 G -3 6/04/02 K -20 12/20/02 C -4a 7/13/01 G -3a 6/04/02 K -21 12/20/02 ' C -4b 6/23/00 G -4a 1/23/02 K -22 12/20/02 116 1 1 I C -4e 2/20/03 G -4b 8/12/94 K -23 12/20/02 C -4f 2/20/03 G -6 8/27/03 K -24 12/20/02 C -5 10/31/03 G -6a 8/27/03 K -25 12/20/02 I C -6 5/30/97 G -6b 8/27/03 K -26 12/20/02 C -6a 3/14/97 G -7 7/18/97 K -27 12/20/02 C -6c 1/06/00 G -8a 10/06/99 C -6d 5/30/97 G -8b 6/04/02 L -1 7/18/97 I C -6f 7/25/97 G -9a 6/25/02. L -2 7/18/97 C -7 10/31/03 G -9b 4/02/99 L -3 7/18/97 C -7a 10/31/03 L -5 7/31/98 I C -8 10/31/03 H -1 7/25/97 H-la 1/10/02 L -5a 7/31/98 C -8a 4/14/00 L -6 7/25/97 1 1 1 1 1 1 1 1 1 1 1 . 1 1 1 117 1 1 1 1 1 1 1 1 1 1 The Federal Aviation Administration Advisory Circular 1 Follows this page 1 1 1 1 1 1 119 1 1 0 U.S. Department Adviso of Transportation Federal Aviation Circular 1 Administration 1 , Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 1/17/03 AC No: 150/5370 -2E 1 DURING CONSTRUCTION Initiated by: AAS -300 Change: • I 1. THE PURPOSE OF THIS ADVISORY CIRCULAR (AC). 4. WHO THIS AC AFFECTS. . This AC assists airport operators in complying with 14 • Aviation safety is the primary consideration at airports, Code of Federal Regulations (CFR), part 139, II esp' t i ^1'_y during construction. This AC sets forth Certification and Opetaiivu: Lulu.; Airports Serving guidelines for operational safety on airports during Certain Air Carriers, and with the requirements of euisti ucliun. Il contains major changes to the following airport construction projects receiving funds under the I areas: "Runway Safety Area," paragraph 3 -2; "Taxiway Airport Improvement Program or from the Passenger Safety Areas /Object -Free Areas," paragraph 3 - 3; Facility Charge Program. While the FAA dots not "Overview," paragraph 3 -4; "Marking Guidelines for require noncertificated airports without grant Temporary Threshold," paragraph 3 -5; and "Hazard agreements to adhere to these guidelines, we I Marking and Lighting," paragraph 3 -9. recommend that they do so as it will help these airports maintain a desirable level of nperatinnal safety during 2. WHAT THIS AC CANCELS. construction. I This AC cancels AC 150/5370 -2D, Operational Safety 5. ADDITIONAL BACKGROUND on Airports During Construction, dated May 31, 2002. • INFORMATION. 3. READING MATERIAL RELATED TO THIS - Appendix 2 contains definitions of terms used in this AC. AC. Appendix 3 provides airport operators with boilerplate format and language for developing a safety Appendix 1 contains a list of reading materials on plan for an airport construction project. Appendix 4 is I airport construction, design, and potential safety a sample Notice to Airmen form. hazards during construction, as well as instructions for ordering these documents. Many of them, including 6. HAZARD LIGHTING IMPLEMENTATION this AC, are available on the Federal Aviation TIME LINE. I Administration (FAA) Web site. Supplemental hazard lighting must be red in color by October 1, 2004. See paragraph 3 -9 for more information. 1 1 6 C a______.„ 02 . DAVID L. BENNETT I Director, Office of Airport Safety and Standards 1 1/17/03 AC 150/5370 -2E CONTENTS Paragraph flat CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES 1 1 -1. Overview. 1 i 1 -2. Who Is Responsible for Safety During Construction. 1 CHAPTER 2. SAFETY PLANS 3 Section 1. Basic Safety Plan Considerations 3 2 -1. Overview. 3 2 -2. Safety Plan Checklist 3 Section 2. Safety and Security Measures 4 2-3. Overview. 4 , 2 -4. Vehicle Operation and Marking and Pedestrian Control. 4 2 -5. Construction Employee Parking Areas 5 2 -6. Construction Vehicle Equipment Parking. 5 2 -7. Radio Communication Training. 5 2 -8. Fencing and Gates. 5 Section 3. Notification of Construction Activities 5 2 -9. General.. 5 2 -10. Assuring Prompt Notifications. 6 2 -11. Notices to Airmen (NOTAMs). 6 2 -12. Aircraft Rescue and Fire Fighting (ARFF) Notification 6 ! 1 2 -13. Notification to the FAA 6 2 -14. Work Scheduling and Accomplishment. 6 CHAP I ER 3. SAFETY STANDARDS AND GUIDELINES 7 ! 1 Section 1. Runway and Taxiway Safety Areas, Obstacle -Free Zones, and Object -Free Areas 7 3 -1. Overview 7 3 -2. Runway Safety Area (RSA) /Obstacle -Free Zone (OFZ) 7 3 -3. Taxiway Safety Areas/Object -Free Areas. 7 Section 2. Temporary Runway Thresholds 8 !' 3 -4. Overview. 8 3 -5. Marking Guidelines for Temporary Threshold 8 3 -6. Lighting Guidelines for Temporary Threshold 9 Section 3. Other Construction Marking and Lighting Activities 10 3 -7. Overview. 10 3 -8. Closed Runway and Taxiway Marking and Lighting. 10 3 -9. Hazard Marking and Lighting 10 3 -10. Construction Near Navigational Aids (NAVAIDs) 11 3 -11. Construction Site Access and Haul Roads 11 3 -12. Construction Material Stockpiling 11 3 -13. Other Limitations on Construction. 11 3 -14. Foreign Object Debris (FOD) Management. 12 Section 4. Safety Hazards and Impacts 12 3 -15. Overview. 12 iii 1 AC 150/5370 -2E 1/17/03 1 Appendices 1 APPENDIX 1. RELATED READING MATERIAL A -1 1 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC A-2 APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE A -3 1 APPENDIX 4. SAMPLE NOTAM A -7 1 1 1 1 1 1 1 1 1 1 1 1 1 iv • 1/17/03 AC 150/5370 -2E i 1 CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES 1 - OVERVIEW. (8) Ensure that construction contractors and subcontractors undergo training required by the safety Hazardous practices and marginal conditions created by plan. 1 construction activities can decrease or jeopardize (9) Develop and/or coordinate a construction operational safety on airports. To minimize disruption of vehicle plan with airport tenants, the airport traffic control normal aircraft operations and to avoid situations that tower (ATCT), and construction contractors. Include the compromise the airport's operational safety, the airport vehicle plan in the safety plan. See Chapter 2, section 2, operator must carefully plan, schedule, and coordinate of this AC for additional information. construction activities. While the guidance in this AC is primarily used for construction operations, some of the (10) Ensure tenants and contractors comply methods and procedures described may also enhance day- with standards and procedures for vehicle lighting, to -day maintenance operations. marking, access, operation, and communication. 1 -2. WHO IS RESPONSIBLE FOR SAFETY (11) At certificated airports, ensure that each DURING CONSTRUCTION. tenant's construction safety plan is consistent with 14 1 CFR part 139, Certification and Operations: Land An airport operator has overall responsibility for Airports Serving Certain Air Carriers. construction activities on an airport. This includes the (12) Conduct frequent inspections to ensure 1 predesign, design, preconstruction, construction, and construction contractors and tenants comply with the inspection phases. Additional information on these safety plan and that altered construction activities do not responsibilities can be found throughout this AC. create potential safety hazards. a. Airport operator's responsibilities - (13) Resolve safety deficiencies immediately. 1 (1) Develop internally or approve a (14) Ensure construction access complies with construction safety plan developed by an outside the security requirements of 49 CFR part 1542, Airport consultant/contractor that complies with the safety Security. guidelines in Chapter 2, "Safety Plans," and Appendix 3, (15) Notify appropriate parties when "Airport Construction Safety Planning Guide," of this conditions exist that invoke provisions of the safety plan AC. (e.g., implementation of low- visibility operations). (2) Require contractors to submit plans b. Construction contractor's responsibilities — indicating how they intend to comply with the safety requirements of the project. (1) Submit plans to the airport operator on (3) Convene a meeting with the construction how to comply with the safety requirements of the contractor, consultant, airport employees, and, if project. appropriate, tenant sponsor to review and discuss project (2) Have available a copy of the project safety safety before beginning construction activity. plan. (4) Ensure contact information is accurate for (3) Comply with the safety plan associated each representative /point of contact identified in the with the construction project and ensure that construction safety plan. personnel are familiar with safety procedures and (5) Hold weekly or, if necessary, daily safety regulations on the airport. meetings to coordinate activities. (4) Provide a point of contact who will (6) Notify users, especially aircraft rescue and coordinate an immediate response to correct any ;' fire fighting (ARFF) personnel, of construction activity construction- related activity that may adversely affect the and conditions that may adversely affect the operational operational safety of the airport. safety of the airport via Notices to Airmen (NOTAMs) or (5) Provide a safety officer /construction other methods, as appropriate. Convene a meeting for inspector familiar with airport safety to monitor review and discussion if necessary. construction activities. (7) Ensure that construction personnel know (6) Restrict movement of construction of any applicable airport procedures and of changes to vehicles to construction areas by flagging and barricading, those procedures that may affect their work. erecting temporary fencing, or providing escorts, as appropriate. 1 i' 1 AC 150/5370 -2E 1/17/03 (7) Ensure that no construction employees, construction - related activity that may adversely affect the employees of subcontractors or suppliers, or other persons operational safety of the airport. enter any part of the air operations areas (AOAs) from the (3) Ensure that no tenant or construction construction site unless authorized. employees, employees of subcontractors or suppliers, or c. Tenant's responsibilities if planning any other persons enter any part of the AOA from the ' construction activities on leased property— construction site unless authorized. (1) Develop a safety plan, and submit it to the (4) Restrict movement of construction airport operator for approval prior to issuance of a Notice vehicles to construction areas by flagging and barricading ' to Proceed. or erecting temporary fencing. (2) Provide a point of contact who will coordinate an immediate response to correct any • 1 1 1 • 1 1 1 1 1 1 1 1 1 1 2 1/17/03 AC 150/5370 -2E CHAPTER 2. SAFETY PLANS . Section 1. Basic Safety Plan Considerations 2 -1. OVERVIEW. 2 -2. SAFETY PLAN CHECKLIST. i Airport operators should coordinate safety issues with the To the extent applicable, the safety plan should address • air carriers, FAA Airway Facilities, and other airport the following: 1 tenants before the design phase of the project. The airport operator should identify project safety concerns, a. Scope of work to be performed, including requirements, and impacts before making arrangements proposed duration of work. with contractors and other personnel to perform work on an airport. These safety concems will serve as the b. Runway and taxiway marking and lighting. foundation for the construction safety plan and help maintain a.high level of aviation safety during the project. c. Procedures for protecting all runway and taxiway The airport operator should determine the level of safety areas, obstacle -free zones (OFZs), object -free areas complexity of the safety plan that is necessary for each (OFAs), and threshold citing criteria outlined in AC construction project and its phases. The safety plan may 150/5300 -13, Airport Design, and as described in this AC. be detailed in the specifications included in the invitation This includes limitations on equipment height and for bids, or the invitation for bid may specify that the stockpiled material. contractor develop the safety plan and the airport operator approve it. In the latter case, the invitation for bid should d. Areas and operations affected by the 1 contain sufficient information to allow the contractor to construction activity, including possible safety problems. develop and determine the costs associated with the safety plan. In either case, safety plan costs should be e. NAVAIDs that could be affected, especially incorporated into the total cost of the project. The airport critical area boundaries. 1 operator has final approval authority and responsibility for all safety plans. f. Methods of separating vehicle and pedestrian construction traffic from the airport movement areas. Coordination will vary from formal predesign conferences This may include fencing off construction areas to keep to informal contacts throughout the duration of the equipment operators in restricted areas in which they are construction project. authorized to operate. Fencing, or some other form of • Details of a specified safety plan, or requirements for a restrictive barrier, is an operational necessity in some 1 contractor- developed safety plan, should be discussed at cases. the predesign and preconstruction conferences and should include the following, as appropriate: g. Procedures and equipment, such as barricades (identify type), to delineate closed construction areas from a. Actions necessary before starting construction, the airport operational areas, as necessary. including defining and assigning responsibilities. h. Limitations on construction. b. Basic responsibilities and procedures for i. Required compliance of contractor personnel , disseminating instructions about airport procedures to the contractor's personnel. with all airport safety and security measures. c. Means of separating construction areas from j. Location of stockpiled construction materials, aeronautical -use areas. construction site parking, and access and haul roads. d. Navigational aid (NAVAID) requirements and k. Radio communications. weather. 1 1. Vehicle identification. e. Marking and lighting plan illustrations. m. Trenches and excavations and cover f. Methods of coordinating significant changes in requirements. 1 airport operations with all the appropriate parties. 3 i' 1 1 AC 150/5370 -2E 1/17/03 n. Procedures for notifying ARFF personnel if w. Procedures for contacting responsible I water lines or fire hydrants must be deactivated or if emergency access routes must be rerouted or blocked. representatives /points of contact for all involved parties. This should include off -duty contact information so an immediate response may be coordinated to correct any o. Emergency notification procedures•for medical construction- related activity that could adversely affect I and .police response. the operational safety of the airport. Particular care should be taken to ensure that appropriate Airways p. Use of temporary visual aids. Facilities personnel are identified in the event that an unanticipated utility outage or cable cut occurs that I q. Wildlife management. impacts FAA NAVAIDs. r. Foreign object debris (FOD) control provisions. x. Vehicle operator training. 1 ' s. Hazardous materials (HAZMAT) management. y. Penalty provisions for noncompliance with airport rules and regulations and the safety plan (e.g., if a t. NOTAM issuance. vehicle is involved in a runway incursion). 1 u. Inspection requirements. z. Any special conditions that affect the operation of the airport and will require a portion of the safety plan I v. Procedures for locating and protecting existing to be activated (e.g., low- visibility operations, snow underground utilities, cables, wires, pipelines, and other removal). underground facilities in excavation areas. Section 2. Safety and Seca, i :y :r:;:::: • 2 -3. OVERVIEW. 2-4. VEHICLE OPERATION AND MARKING I • Airport operators are responsible for closely monitoring AND PEDESTRIAN CONTROL. tenant and construction contractor activity during the Vehicle and pedestrian access routes for airport construction project to ensure continual compliance with construction projects must be controlled to prevent I all safety and security requirements. Airports subject to 49 inadvertent or unauthorized entry of persons, vehicles, or CFR Parr 1547 A ;rt,nrt cei u�rity, mutt meet ctandarde eiuu,els unto tln. AOA. Tliis include, dulidfl movement for access control, movement of ground vehicles, and and nonmovement areas. The airport operator should identification of construction contractor and tenant develop and coordinate a construction vehicle plan with I personnel. In addition, airport operators should use safety airport tenants, contractors,'and the ATCT. The safety program standards, as described in Chapter 3 of this AC, plan or invitation for bid should include specific vehicle to develop specific safety measures to which tenants and and pedestrian requirements. construction contractors must adhere throughout the duration of construction activities. . The vehicle plan 'should contain the following items: General safety provisions are contained in AC a. Airport operator's rules and regulations for I 150/5370 -10, Standards for Specking Construction of vehicle marking, lighting, and operation. Airports, paragraphs 40 -05, "Maintenance of Traffic "; 70 -08, "Barricades, Warning Signs, and Hazard b. Requirements for marking and identifying Markings"; and 80 -04, "Limitation of Operations." At any vehicles in accordance with AC 150/5210 -5, Painting, t ime during construction, aircraft operations, weather, Marking, and Lighting of Vehicles Used on an Airport. I security, or local airport rules may dictate more stringent c. Description of proper vehicle operations on safety measures. The airport operator should ensure that movement and nonmovement areas under normal, lost both general and specific safety requirements are • communications, and emergency conditions. I coordinated with airport tenants and ATCT personnel. The airport operator should also include these parties in d. Penalties for noncompliance with driving rules the coordination of all bid documents, construction plans, and regulations. and specifications for on- airport construction projects. e. Training requirements for vehicle drivers to I ensure compliance with the airport operator's vehicle rules and regulations. f. Provisions for radio communication training for I construction contractor personnel engaged in construction activities around aircraft movement areas. Some drivers, 1 4 • 1 1/17/03 AC 150/5370 -2E I such as construction drivers under escort, may not require areas observe the proper procedures for communications, this training. including using appropriate radio frequencies at airports g. Escort procedures for construction vehicles with and without ATM's. Training of contractors on requiring access to aircraft movement areas. A vehicle in proper communication procedures is essential for the movement area must have a working aviation -band, maintaining airport operational safety. When operating two -way radio unless it is under escort. Vehicles can be vehicles on or near open runways or taxiways, in closed areas without a radio if the closed area is construction personnel must understand the critical properly marked and lighted to prevent incursions and a importance of maintaining radio contact with airport operations, ATCT, or the Common Traffic Advisory NOTAM regarding the closure is issued. Frequency, which may include UNICOM, MULTICOM, h. Monitoring procedures to ensure that vehicle or one of the FAA Flight Service Stations (FSS), as drivers are in compliance with the construction vehicle directed by airport management. plan. Vehicular traffic crossing active movement areas must be i. Procedures for, if appropriate, personnel to controlled either by two -way radio with the ATCT, escort, control access through gates and fencing or across aircraft flagman, signal light, or other means appropriate for the movement areas. - particular airport. Vehicle drivers must confirm by personal observation that no aircraft is approaching their 2 -5. CONSTRUCTION EMPLOYEE PARKING position when given clearance to cross a runway. In AREAS. addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at j 1 Designate in advance vehicle parking areas for contractor any given time. employees to prevent any unauthorized entry of persons Even though radio communication is maintained, escort or vehicles onto the airport movement area. These areas vehicle drivers must also familiarize themselves with should provide reasonable contractor employee access to ATCT light gun signals in the event of radio failure (see the job site. the FAA safety placard "Ground Vehicle Guide to Airport 2-6. CONSTRUCTION VEHICLE EQUIPMENT Signs and Markings "). This safety placard may be ordered through the Runway Safety Program Web site at PARKING' http: //www.faarsp.org or obtained from the Regional Airports Division Office. Construction employees must park and service all construction vehicles in an area designated by the airport 2 -8. FENCING AND GATES. operator outside the railway safely areas and OFZs and never on a closed taxiway or runway. Employees should Airport operators and contractors must take care to also park construction vehicles outside the OFA when not maintain a high level of safety and security during in use by construction personnel (e.g., overnight, on construction when access points are created in the security weekends, or during other periods when construction is fencing to permit the passage of construction vehicles or not active). Parking areas must not obstruct the clear line personnel. Temporary gates should be equipped so they of sight by the ATCT to any taxiways or runways under can be securely closed and locked to prevent access by air traffic control nor obstruct any runway visual aids, animals and people (especially minors). Procedures 1 signs, or navigational aids. The FAA must also study should be in place to ensure that only authorized persons those areas to determine effects on 14 CFR part 77, and vehicles have access to the AOA and to prohibit Objects Affecting Navigable Airspace, surfaces (see "piggybacking" behind another person or vehicle. The paragraph 2 -13 for further information). Department of Transportation (DOT) document DOT/FAA/AR- 00/52, Recommended Security Guidelines 2 -7. RADIO COMMUNICATION TRAINING. for Airport Planning and Construction, provides more specific information on fencing. A copy of this document The airport operator must ensure that tenant and can be obtained from the Airport Consultants Council, construction contractor personnel engaged in activities Airports Council International, or American Association involving unescorted operation on aircraft movement of Airport Executives. Section 3. Notification of Construction Activities 2 -9. GENERAL. plan should contain the notification actions described 1 below. In order to maintain the desired levels of operational safety on airports during construction activities, the safety t 5 ;' 1 1 AC 150/5370 -2E 1/17/03 2 -10. ENSURING PROMPT NOTIFICATIONS. Deactivation of Airports, requires that the airport operator I The airport operator should establish and follow notify the FAA in writing whenever a non - Federally funded project involves the construction of a new airport; procedures for the immediate notification of airport users the construction, realigning, altering, activating, or and the FAA of any conditions adversely affecting the abandoning of a runway, landing strip, or associated I operational safety of an airport. taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 2 -11. NOTICES TO AIRMEN (NOTAMS). 7480 -1, Notice of Landing Area Proposal, to the nearest I FAA Regional Airports Division Office or Airports The airport operator must provide information on closed District Office. or hazardous conditions on airport movement areas to the Also, any person proposing any kind of construction or FSS so it can issue a NOTAM. The airport operator must alteration of objects that affect navigable airspace, as I coordinate the issuance, maintenance, and cancellation of defined in 14 CFR part 77 must notify the FAA. This NOTAMs about airport conditions resulting from includes construction equipment and proposed parking construction activities with tenants and the local air traffic areas for this equipment (i.e., cranes, graders, etc.). FAA facility (control tower, approach control, or air traffic Form 7460 -1, Notice of Proposed Construction or I control center. Refer to AC 150/5200 -28, Notices to Alteration, can be used for this purpose and submitted to Airmen (NOTAM.$) for Airport Operators, and Appendix the FAA Regional Airports Division Office or Airports 4 in this AC for a sample NOTAM form. Only the FAA District Office. (See AC 70/7460 -2, Proposed I may issue or cancel NOTAMs on shutdown or irregular Construction or Alteration of Objects that May Affect the operation of FAA -owned facilities. Only the airport Navigable Airspace.) operator or an authorized representative may issue or cancel NOTAMs on airport conditions. (The airport If construction operations require a shutdown of an airport I owner /operator is the only entity that can close or open a owned NAVAID from service for more than 24 hours or runways The airport operator must file and maintain this in excess of 4 hours daily on consecutive days, we list of authorized representatives with the FSS. Any recommend a 45 -day minimum notice prior to facility person having reason to believe that a NOTAM is shutdown. Coordinate work for a FAA owned NAVAID I missing, incomplete, or inaccurate must notify the airport operator. shutdown with the local FAA Airways Facilities Office. • In addition, procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs 2 -12. AIRCRAFT RESCUE AND FIRE must be addressed. I FIGHTING (ARFF) NOTIFICATION. 2 -14. WORK SCIIEDULING AND The safety plan must provide procedures for notifying ACCOMPLISHMENT. I ARFF personnel, mutual aid providers, and other emergency services if construction requires shutting off or Airport operators —or tenants having construction on their otherwise disrupting any water line or fire hydrant on the leased properties — should use predesign, prebid, and airport or adjoining areas and if contractors work with preconstruction conferences to introduce the subject of I hazardous material on the airfield. Notification airport operational safety during construction (see AC procedures must also be developed for notifying ARFF 150/5300 -9, Predesign, Prebid, and Preconstruction and all other emergency personnel when the work Conferences for Airport Grant Projects). The airport performed will close or affect any emergency routes. operator, tenants, and construction contractors should I Likewise, the procedures must address appropriate integrate operational safety requirements into their notifications when services are restored. planning and work schedules as early as practical. Operational safety should be a standing agenda item for 2 -13. NOTIFICATION TO THE FAA. discussion during progress meetings throughout the 1 project. The contractor and airport operator should carry For certain airport projects, 14 CFR part 77 requires out onsite inspections throughout the project and notification to the FAA. In addition to applications made immediately remedy any deficiencies, whether caused by I for Federally funded construction, 14 CFR part 157, negligence, oversight, or project scope change. Notice of Construction, Alteration, Activation, and 1 1 1 6 1/17/03 • AC 150/5370 -2E j I CHAPTER 3. SAFETY STANDARDS AND GUIDELINES 1 Section 1. Runway and Taxiway Safety Areas, Obstacle -Free Zones, and Object -Free Areas 3 -1. OVERVIEW. In addition, all personnel, materials, and/or equipment 1 must remain clear of the applicable threshold siting Airport operators must use these safety guidelines when surfaces, as defined in Appendix 2, "Threshold Siting preparing plans and specifications for construction Requirements," of AC 150/5300 -13.' Consult with the activities in areas that may interfere with aircraft appropriate FAA Regional Airports Division Office or operations. The safety plan should recognize and address Airports District Office to determine the appropriate these standards for each airport construction project. approach surface required. However, the safety plan must reflect the specific needs (2) Personnel, material, and/or equipment 1 of a particular project, and for this reason, these safety must not penetrate the OFZ, as defined in AC 150/5300 - guidelines should not be incorporated verbatim into 13. specifications." For additional guidance on meeting safety and security requirements, refer to the (3) The safety plan must provide procedures planning guide template included in Appendix 3 of this for ensuring adequate distance for blast protection, if AC. required by operational considerations. 3 - 2. RUNWAY SAFETY AREA (RSA)/ ( The airport operator must coordinate ' OBSTACLE -FREE ZONE (OFZ). construction activity in this portion of the RSA with the ATCT and the FAA Regional Airports Division Office or r appropriate Airports District Office ce and_issue a local _ - • A runway" safety area is the defined surface surrounding- - NOTAM. the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, c. Excavations. overshoot, or excursion from the runway (see AC 1 150/5300 -13, Airport Design). Construction activities (1) Construction contractors must within the standard RSA are subject to the following prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by conditions: the airport operator, and light them with red lights during a. Runway edges. hours of restricted visibility or darkness. (1) No construction may occur closer than (2) Open trenches or excavations are not 200 feet (60m) from the runway centerline unless the permitted within 200 feet (60m) of the runway centerline runway is closed or restricted to aircraft operations, and at least the existing RSA distance from the runway requiring an RSA that is equal to the RSA width available threshold while the runway is open. If the runway must during construction, or 400 feet, whichever is less (see be opened before excavations are backfilled, cover the AC 150/5300 -13, Tables 3 -1 through 3 -3). excavations appropriately. Coverings for open trenches or excavations must be of sufficient strength to support (2) Personnel, material, and/or equipment the weight of the heaviest aircraft operating on the must not penetrate the OFZ, as defined in AC 150/5300- runway. 13. (3) The airport operator must coordinate the 3 -3. TAXIWAY SAFETY AREAS /OBJECT- ' construction activity in the RSA as permitted above with FREE AREAS. the ATCT and the FAA Regional Airports Division Office or appropriate Airports District Office and issue a a. Unrestricted construction activity is permissible j' local NOTAM. adjacent to taxiways when the taxiway is restricted to b. Runway ends. ' aircraft such that the available taxiway safety area is equal (1) An RSA must be maintained of such dimensions that it extends beyond the end of the runway a 1 if a full safety area cannot be obtained through declared distance equal to that which existed before construction distances and partial closures, or other methods such as altemate activity, unless the runway is closed or restricted to runway use, construction activity may operate in the RSA as aircraft operations for which the reduced RSA is adequate long as conditions cited in paragraph 3-1b(2) thru (4) are met In (see AC 150/5300 The temporary use of declared addition, various surfaces outlined in AC 150/5300-13 and distances and/or partial runway closures may help provide Terminal Instrument Procedures (TERPS) must be protected through an aeronautical study. 1 the necessary RSA. 7 i ' • 1 . 1 AC 150/5370 -2E 1/17/03 to at least '/2 of the widest wingspan of the aircraft main landing gear at the edge of the pavement), then it I expected to use the taxiway and the available taxiway will be necessary to move personnel and equipment for object -free area is equal to at least .7 times the widest each passing aircraft. In these situations, flag persons will wingspan plus 10 feet. (See AC 150/5300 -13 for be used to direct construction equipment, and wing guidance on taxiway safety and object -free areas.) walkers may be necessary to guide aircraft. Wing walkers 1 should be airline /aviation personnel rather than Construction activity may be accomplished closer to a construction workers. taxiway, subject to the following restrictions: b. Construction contractors must prominently mark I airport (1) operator. The activity is first coordinated with the open trenches and excavations at the construction site, as approved by the airport operator, and light them with red (2) Appropriate NOTAMs are issued. lights during hours of restricted visibility or darkness I (3) Marking and lighting meeting the c. Excavations and open trenches may be permitted provisions of paragraph 3-9 are implemented. up to the edge of a structural taxiway and apron pavement provided the dropoff is marked and lighted per paragraph (4) Adequate clearance is maintained between 3 -9, "Hazard Marking and Lighting." I equipment and materials and any part of an aircraft. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its 1 Section 2. Temporary Runway Thresholds 3-4. OVERVIEW. • such a displacement may also require an adjustment in the . landing distance available and accelerate -stop distance I — Constructie t activity in a runway approach area may available in th:, opposite direction. If project scope result in the need to partially close a runway or displace includes personnel, equipment, excavation, etc. within the the existing runway threshold. In either case, locate the RSA of any usable runway end, we do not recommend a I threshold in accordance with Appendix 2 of AC 150/5300 -13, Airport Design. Objects that do not displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, penetrate these surfaces may still be obstructions to air implement a partial closure. navigation and may affect standard instrument approach I procedures. Coordinate these objects with the FAA's 3 -5. MARKING GUIDELINES FOR Regional Airports Office or appropriate Airports District TEMPORARY THRESHOLD. Office, as necessary. Refer to the current edition of AC 150/5300 -13 for guidance on threshold siting • Ensure that markings for temporary displaced thresholds I requirements. The partial runway closure, the are clearly visible to pilots approaching the airport to displacement of the runway threshold, as well as closures land. When construction personnel and equipment are of the complete runway and other portions of the located close to any threshold, a temporary visual 1 movement area also requires coordination with NAVAID, such as runway end identifier lights (REIL), appropriate ATCT personnel and airport users. may be required (even on unlighted runways) to define Caution regarding partial runway closures: When the new beginning of the runway clearly. A visual filing a NOTAM for a partial runway closure, clearly state vertical guidance device, such as a visual approach slope I to FSS personnel that the portion of pavement located prior to the threshold is not available for landing and indicator (VASI), pulse light approach slope indicator (PLASI), or precision approach path indicator (PAPI), departing traffic. In this case, the threshold has been may be necessary to assure landing clearance over 1 moved for both landing and takeoff purposes (this is personnel, vehicles, equipment, and/or above -grade different than a displaced threshold). stockpiled materials. If such devices are installed, ensure an appropriate descriptive NOTAM is issued to inform Example NOTAM: `North 1,000 feet of Runway 18/36 is pilots of these conditions. The current edition of AC closed; 7,000 feet remain available on Runway 18 and 150/5340 -1, Standards for Airport Markings, describes I Runway 36 for arrivals and departures." There may be standard marking colors and layouts. In addition, we situations where the portion of closed runway is available recommend that a temporary runway threshold be marked for taxiing only. If so, the NOTAM must reflect this using the following guidelines: 1 condition. Caution regarding displaced thresholds: a. Airport markings must be clearly visible to Implementation of a displaced threshold affects runway pilots; not misleading, confusing, or deceptive; secured in length available for aircraft landing over the place to prevent movement by prop wash, jet blast, wing I displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), vortices, or other wind currents; and constructed of 1 8 i i 111 I 1/17/03 AC 150/5370 -2E materials that would minimize damage to an aircraft in 3 -6. LIGHTING GUIDELINES FOR ! the event of inadvertent contact. TEMPORARY THRESHOLD. (1) Pavement markings for temporary closed portions of the runway should consist of yellow chevrons A temporary runway threshold must be lighted if the to identify pavement areas that are unsuitable for runway is lighted and it is the intended threshold for night takeoff/landing (see AC 150/5340 -1). If unable to paint landings or instrument meteorological conditions. We '' the markings on the pavement, construct them from any recommend that temporary threshold lights and related visual NAVAIDs be installed outboard of the edges of the of the following materials: double - layered painted snow fence, colored plastic, painted sheets of plywood, or full - strength pavement with bases at grade level or as low similar materials. They must be properly configured and as possible, but not to exceed 3 inches (7.6cm) above 1 secured to prevent movement by prop wash, jet blast, or ground. When any portion of a base is above grade, place other wind currents. properly compacted fill around the base to minimize the rate of gradient change so aircraft can, in an emergency, (2) It may be necessary to remove or cover cross at normal landing or takeoff speeds without 1 runway markings, such as runway designation markings incurring significant damage (see AC 150/5370 -10). We and aiming point markings, depending on the length of recommend that the following be observed when using construction and type of activity at the airport. temporary runway threshold lighting: 1 (3) When threshold markings are needed to a. , Maintain threshold and edge lighting color and identify the temporary beginning of the runway that is available for landing, use a white threshold bar of the spacing standards as described in AC 150/5340 -24, dimensions specified in AC 150/5340 -1. Runway and Taxiway Edge Lighting System. 1 Battery- powered, solar, or portable lights that meet the (4) If temporary outboard elevated or flush criteria in AC 150/5345 -50, Specification for Portable threshold bars are used, locate them outside of the runway Runway Lights, may be used., These systems are intended - - pavement surface; one on each side of the runway. They - primarily for visual flight rules '; R aircraft operation should be at least 10 feet (3m) in width and extend but may be used for instrument flight rules (IFR) aircraft outboard from each side of the runway so they are clearly operations, upon individual approval from the Flight visible to landing and departing aircraft. These threshold Standards Division of the applicable FAA Regional bars are white. If the white threshold bars are not Office. discernable on grass or snow, apply a black background with appropriate material over the ground to ensure the b. When the runway has been partially closed, markings are clearly visible. disconnect edge and threshold lights with associated 1 (5) A temporary thro3hold may also be isolation transformers on that part of the ri mway at and marked with the use ofretroreflective, elevated markers. behind the threshold (i.e., the portion of the runway that is One side of such markers is green to denote the approach closed). Alternately, cover the light fixture in such a way end of the runway; the side that is seen by pilots on as to prevent light leakage. Avoid removing the lamp � 1 rollout is red. See AC 150/5345 - 39, FAA Specification L - from energized fixtures because an excessive number of isolation transformers with open secondaries may damage 853, Runway and Taxiway Retroreflective Markers. the regulators and/or increase the current above its normal i (6) At 14 CFR part 139 certificated airports, value. I' temporary elevated threshold markers must be mounted frangible fitting (see 14 CFR � with a fran g g ( part 139.309). c. Secure, identify, and place any temporary However, at noncertificated airports, the temporary exposed wiring in conduit to prevent electrocution and elevated threshold markings may either be mounted with fire ignition sources. a frangible fitting or be flexible. See AC 150/5345 -39. d. Reconfigure yellow lenses (caution zone), as b. The application rate of the paint to mark a short- necessary. If the runway has centerline lights, reconfigure term temporary runway threshold may deviate from the the red lenses, as necessary, or place the centerline lights standard (see Item P -620, "Runway and Taxiway out of service. Painting," in AC 150/5370 -10, Standards for Specifying Construction of Airports), but the dimensions must meet e. Relocate the visual glide slope indicator (VGSI), the existing standards, unless coordinated with the such as VASI and PAPI; other airport lights, such as appropriate offices. REIL; and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any c. When a runway is partially closed, the distance equipment that would give misleading indications to 1 remaining signs for aircraft landing in the opposite pilots as to the new threshold location. Installation of direction should be covered or removed during the temporary visual aids may be necessary to provide construction. adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, 1 9 Li 1 1 AC 150/5370 -2E 1/17/03 coordinate its installation or disabling with the local f. Issue a NOTAM to inform pilots of temporary 1 Airway Facilities Systems Management Office. lighting conditions. - Section 3. Other Construction Marking and Lighting Activities 3 -7. OVERVIEW. b. Temporarily closed runway and taxiways. ' Ensure that construction areas, including closed runways, For runways that have been temporarily closed, place an I are clearly and visibly separated from movement areas "X" at the each end of the runway. With taxiways, place and that hazards, facilities, cables, and power lines are an "X' at the entrance of the closed taxiway. identified prominently for construction contractors. Throughout the duration of the construction project, c. Temporarily closed airport. verify that these areas remain clearly marked and visible at all times and that marking and lighting aids remain in When the airport is closed temporarily, mark the runways place and operational. Routine inspections must be made as closed and turn off the airport beacon. I of temporary construction lighting, especially battery- powered lighting since weather conditions can limit d. Permanently closed airports battery life. When the airport is closed permanently, mark the 1 3 -8. CLOSED RUNWAY AND TAXIWAY runways as permanently closed, disconnect the airport MARKING AND LIGHTING. beacon, and place an "X" in the segmented circle or at a central location if no segmented circle exists. Closed runway markings consist of a yellow "X" in I compliance with the standards of AC 150/5340 -1, 3 -9. HAZARD MARKING AND LIGHTING. Standards for Airport Markings. A very effective and preferable visual aid to depict temporary closure is the Provide prominent, comprehensible warning indicators lighted "X" signal placed on or near the runway for any area affected by - construction that is normally I designation numbers. This device is much more . accessible to aircraft, personnel, or vehicles. Using discernible to approaching aircraft than the other appropriate hazard marking and lighting may prevent materials described. If the lighted "X" is not available, damage, injury, traffic delays, and/or facility closures. construct the marking of any of the following materials: Hazard marking and lighting must restrict access and double- layered painted snow fence, colored plastic, make specific hazards obvious to pilots, vehicle drivers, painted sheets of plywood, or similar materials. They and other personnel. Barricades, traffic cones (weighted must be properly configured and secured to prevent or sturdily attached to the surface), or flashers are I movement by prop wash, jet blast, or other wind currents. acceptable methods used to identify and define the limits In addition, the airport operator may install barricades, of construction and hazardous areas on airports. traffic cones, activate stop bars, or other acceptable visual Provide temporary hazard marking and lighting to prevent devices at major entrances to the runways to prevent aircraft from taxiing onto a closed runway for takeoff and I aircraft from entering a closed portion of runway. The to identify open manholes, small areas under repair, placement of even a single reflective barricade with a "do stockpiled material, and waste areas. Also consider less not enter" sign on a taxiway centerline can prevent an obvious construction - related hazards and include aircraft from continuing onto a closed runway. If the markings to identify FAA, airport, and National Weather taxiway must remain open for aircraft crossings, Service facilities cables and power lines; instrument barricades or markings, as described above or in landing system (ILS) critical areas; airport surfaces, such paragraph 3 -9, should be placed on the runway. as RSA, OFA, and OFZ; and other sensitive areas to make 1 it easier for contractor personnel to avoid these areas. a. Permanently closed runways. The construction specifications must include a provision For runways and taxiways that have been permanently requiring the contractor to have a person on call 24 hours closed, disconnect the lighting circuits. For runways, a day for emergency maintenance of airport hazard I obliterate the threshold marking, runway designation lighting and barricades. The contractor must file the .marking, and touchdown zone markings, and place "X's" at contact person's information with the airport. each end and at 1,000 -foot (300 -m) intervals. For taxiways, 1 place an "X" at the entrance of the closed taxiway. a. Nonmovement areas. Indicate construction locations on nonmovement areas in which no part of an aircraft may enter by using barricades 1 that are marked with diagonal, alternating orange and white stripes. Barricades may be supplemented with alternating 10 1/17/03 AC 150/5370 -2E orange and white flags at least 20 by 20 inches (50 by 50 to movement and parking of equipment that may interfere cm) square and made and installed so they are always in an with line of sight from the ATCT or with electronic extended position, properly oriented, and securely fastened emissions. Interference from construction may require ! 1 to eliminate jet engine ingestion. Such barricades may be . NAVAID shutdown or adjustment of instrument approach many different shapes and made from various materials, minimums for IFR. This condition requires that a including railroad ties, sawhorses, jersey barriers, or NOTAM be filed. Construction activities and barrels. During reduced visibility or night hours, materials/equipment storage near a NAVAID may also supplement the barricades with red lights, either flashing or obstruct access to the equipment and instruments for steady - burning, which should meet the luminance maintenance. Before commencing construction activity, requirements of the State Highway Department (yellow parking vehicles, or storing construction equipment and lights are not acceptable after October 1, 2004). The materials near a NAVAID, consult with the nearest FAA intensity of the lights and spacing for barricade flags and Airway Facilities Office. lights must adequately and without ambiguity delineate the hazardous area. 3 -11. CONSTRUCTION SITE ACCESS AND HAUL ROADS. b. Movement areas. Use orange traffic cones; red lights, either flashing or Determine the construction contractor's access to the steady - burning, which should meet the luminance construction sites and haul roads. Do not permit the construction contractor to use any access or haul roads requirements of the State Highway Department (yellow other than those approved. Construction contractors must lights are not acceptable after October 1, 2004); submit specific proposed routes associated with 1 collapsible barricades marked with diagonal, alternating construction activities to the airport operator for orange and white stripes; and /or signs to separate all evaluation and approval as part of the safety plan before construction/maintenance areas from the movement area. beginning construction activities. These proposed routes All barricades, temporary markers, and other objects must also provide specifications to prevent ,inadvertent. placed and left in 'safety areas associated with any open runway, taxiway, or taxilane must be as low as possible to entry to movement areas. Pay special attention to ensure the grotmd; a low mass; easily collapsible upon contact that ARFF right of quay nn arrrcc and pant marls is not with an aircraft or any of its components; and weighted or impeded at any time and that construction traffic on haul sturdily attached to the surface to prevent displacement roads does not interfere with NAVAIDs or approach !' from prop wash, jet blast, wing vortex, or other surface surfaces of operational runways. wind currents. If affixed to the surface, they must be frangible at grade level or as low as possible, but not to 3 -12. CONSTRUCTION MATERIAL STOCKPILING. ' exceed 3 inches (7.6cm) above the ground. Do not use nonfrangible hazard markings, such as concrete barriers and/or metal- drum -type barricades, in aircraft movement Stockpiled materials and equipment storage are not areas. Do not use railroad ties on runways. permitted within the RSA and OFZ of an operational runway. The airport operator must ensure that stockpiled Use highly reflective barriers with flashing or steady- materials and equipment adjacent to these areas are burning red lights to barricade taxiways leading to closed prominently marked and lighted during hours of restricted runways. Evaluate all operating factors when determining visibility or darkness. This includes determining and 1 how to mark temporary closures that can last from 10 to verifying that materials are stored at an approved location 15 minutes to a much longer period of time. However, to prevent foreign object damage and attraction of wildlife. we strongly recommend that, even for closures of relatively short duration, major taxiway /runway 3 -13. OTHER LIMITATIONS ON 1 intersections be identified with barricades spaced no CONSTRUCTION. greater than 20 feet (6m) apart. Mark the barricades with a flashing or steady - burning red light. At a minimum, use Contractors may not use open -flame welding or torches a single barricade placed on the taxiway centerline. unless adequate fire safety precautions are provided and the airport operator has approved their use. Under no 3 -10. CONSTRUCTION NEAR NAVIGATIONAL circumstances should flare pots be used within the AOA AIDS (NAVAIDS). at any time. The use of electrical blasting caps must not 1 be permitted on or within 1,000 feet (300m) of the airport Construction activities, materials /equipment storage, and property (see AC 150/5370 -10, Standards for Speci vehicle parking near electronic NAVAIDs require special Construction of Airports). consideration since they may interfere with signals 1 essential to air navigation. Evaluate the effect of construction activity and the required distance and direction from the NAVAID for each construction project. Pay particular attention to stockpiling material, as well as 1 • 11 I 1 1 AC 150/5370 -2E 1/17/03 3 -14. FOREIGN OBJECT DEBRIS (FOD) not leave or place FOD on or near active aircraft 1 MANAGEMENT. movement areas. Materials tracked onto these areas must be continuously removed during the construction project. Waste and loose materials, commonly referred to as FOD, We also recommend that airport operators and are capable of causing damage to aircraft landing gears, construction contractors carefully control and 1 propellers, and jet engines. Construction contractors must continuously remove waste or loose materials that might attract wildlife. • 1 Section 4. Safety Hazards and Impacts 3 -15. OVERVIEW. sand, mud, paving materials, etc.) on airport pavements may result in aircraft propeller, turbine engine, or tire 1 The situations identified below are potentially hazardous damage. Also, loose materials may blow about, conditions that may occur during airport construction potentially causing personal injury or equipment damage. projects. Safety area encroachments, unauthorized and improper ground vehicle operations, and unmarked or i. Inappropriate or poorly maintained fencing I uncovered holes and trenches near aircraft operating during construction intended to deter human and animal surfaces pose the most prevalent threats to airport intrusions into the AOA. Fencing and other markings that operational safety during airport construction projects. are inadequate to separate construction areas from open I Airport operators and contractors should consider the AOAs create aviation hazards. following when performing inspections of construction activity: j. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced a. Excavation adjacent to runways, taxiways, and or runways that have been closed) and taxiways that could I aprons. cause pilot confusion and provide a potential for a runway incursion. inadequate or improper methods of marking, b. Mounds of earth, construction materials, barricading, and lighting of temporarily closed portions of I temporary structures, and other obstacles near any open AOAs create aviation hazards. . runway, taxiway, or taxilane; in the related object -free area.and aircraft approach or departure areas /zones; or k. Wildlife attractants —such as trash (food scraps obstructing any sign or marking. not collected from construction personnel activity), grass 1 c. Runway resurfacing projects resulting in lips seeds, or ponded water —on or near airports. exceeding 3 inches (7.6cm) from pavement edges and ends. 1. Obliterated or faded markings on active • operational areas. d Heavy equipment (stationary or mobile) operating or idle near AOAs, in runway approaches and m• Misleading or malfunctioning obstruction lights. departures areas, or in OFZs. Unlighted or unmarked obstructions in the approach to 1 open runway pose aviation hazards. e. Equipment or material near NAVAIDs that may n. Failure to issue, update, or cancel NOTAMs degrade or impair radiated signals and/or the monitoring of navigational and visual aids. Unauthorized or about airport or runway closures or other I improper vehicle operations in localizer or glide slope construction - related airport conditions. critical areas, resulting in electronic interference and/or o.. Failure to mark and identify utilities or power facility shutdown. cables. Damage to utilities and power cables during 1 . construction activity can result in the loss of f . T and especially relatively low- visibility units runway /taxiway lighting; loss of navigational, visual, or (i.e., equipment with slim profiles)— cranes, drills, and approach aids; disruption of weather reporting services; similar objects — located in critical areas, such as OFZs and/or loss of communications. and approach zones. p. Restrictions on ARFF access from fire stations to g. Improperly positioned or malfunctioning lights the runway - taxiway system or airport buildings. I or unlighted airport hazards, such as holes or excavations, q , Lack of radio communications with construction on any apron, open taxiway, or open taxilane or in a vehicles in airport movement areas. related safety, approach, or departure area. h. Obstacles, loose pavement, trash, and other r. Objects, regardless of whether they are marked debris on or near AOAs. Construction debris (gravel, or flagged, or activities anywhere on or near an airport 1 12 1/17/03 AC 150/5370 -2E that could be distracting, confusing, or alarming to pilots v. Failure to provide for proper electrical lockout during aircraft operations. and tagging procedures. At larger airports with multiple maintenance shifts /workers,-construction contractors s. Water, snow, dirt, debris, or other contaminants should, make provisions for coordinating work on circuits. that temporarily obscure or derogate the visibility of runway /taxiway marking, lighting, and pavement edges. w. Failure to control dust. Consider limiting the Any condition or factor that obscures or diminishes the amount of area from which the contractor is allowed to visibility of areas under construction. strip turf. t. Spillage from vehicles (gasoline, diesel fuel, oil, a. Exposed wiring that creates an electrocution or etc.) on active pavement areas, such as runways, fire ignition hazard. Identify and secure wiring, and place taxiways, ramps, and airport roadways. it in conduit or bury it. y. Site burning, which can cause possible u. Failure to maintain drainage system integrity obscuration. during construction (e.g., no temporary drainage provided when working on a drainage system). z. Construction work taking place outside of designated work areas and out of phase. 1 i I ' I 1 13 1, 1/17/03 AC 150/5370 -2E APPENDIX 1. RELATED READING MATERIAL 1 1. Obtain the latest version of the following free h. AC 150/5340 -18, Standards for Airport Sign publications from the FAA on its Web site at Systems. Contains FAA standards for the siting and http: / /www.faa.gov /arp /. In addition, these ACs are installation of signs on airport runways and taxiways. available by contacting the U.S. Department of Transportation, Subsequent Distribution Office, SVC- i. AC 150/5345 -28, Precision Approach Path 121.23, Ardmore East Business Center, 3341 Q 75th Indicator (PAPI) Systems. Contains the FAA standards Avenue, Landover, MD 20785. for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. a. AC 150/5200 - 28, Notices to Airmen (NOTAM) for Airport Operators. Provides guidance for the use of j. AC 150/5380 -5, Debris Hazards at Civil the NOTAM System in airport reporting. Airports. Discusses problems at airports, gives information on foreign objects, and explains how to b. AC 150/5200 -30, Airport Winter Safety and eliminate such objects from operational areas. Operations. Provides guidance to airport owners/operators on the development of an acceptable k. AC 70/7460 -2, Proposed Construction or airport snow and ice control program and on appropriate A lteration o Objects that May Affect the Navigable P !� .f b .I ay able .� g field condition reporting procedures. Airspace. Provides information to persons proposing to erect or alter an object that may affect navigable airspace c. AC 150/5200 -33, Hazardous Wildlife Attractants and explains the need to notify the FAA before On or Near Airports. Provides guidance on locating construction begins and the FAA's response to those certain land uses having the potential to attract hazardous notices, as required by 14 CFR part. 77.. - . - - -- wildlife to public -use airports. 2. Obtain copies of the following publications from the • d. AC 150/5210 -5, Painting, Marking, and Lighting Superintendent of Documents, U.S. Government Printing of Vehicles Used on an Airport. Provides guidance, Office, Washington, DC 20402. Send a check or money specifications, and standards for painting, marking, and • order made payable to the Superintendent of Documents lighting vehicles operating in the airport air operations in the amount stated with your request. The Government areas. Printing Office does not accept C.O.D. orders. In addition, the FAA makes these ACs available at no charge e. AC 150/5220 -4, Water Supply Systems for on the Web site at http: / /www.faa.gov /arp /. Aircraft Fire and Rescue Protection. Provides guidance for the selection of a water source and standards for the a. AC 150/5300 -13, Airport Design. Contains design of a distribution system to support aircraft rescue FAA standards and recommendations for airport design, and fire fighting service operations on airports. establishes approach visibility minimums as an airport design parameter, and contains the object -free area and f. AC 150/5340 -1, Standards for Airport Markings. the obstacle free -zone criteria. (S26. Supt. Docs.) Contains FAA standards for markings used on airport SN050- 007 - 01208 -0. runways, taxiways, and aprons. b. AC 150/5370 -10, Standards for Specjing g. AC 150/5340 -14B, Economy Approach Lighting Construction of Airports. Provides standards for Aids. Describes standards for the design, selection, siting, construction of airports. Items covered include and maintenance of economy approach lighting aids. earthwork, drainage, paving, turfing, lighting, and incidental construction. (518. Supt. Docs.) SN050 -007- 0821 -0. • A -1 i' 1 1 AC 150/5370 -2E 1/17/03 1 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC 1. AIR OPERATIONS AREA (AOA). Any area of 8. OBJECT -FREE AREA (OFA). An area on the I the airport used or intended to be used for the landing, ground centered on the runway, taxiway, or taxilane takeoff, or surface maneuvering of aircraft. An air centerline provided to enhance safety of aircraft operations area includes such paved or unpaved areas that operations by having the area free of objects except for are used or intended to be used for the unobstructed those objects that need to be located in the OFA for air I movement of aircraft in addition to its associated runways, taxiways, or aprons. navigation or aircraft ground maneuvering purposes (see AC 150/5300 -13, Airport Design, for additional guidance on OFA standards and wingtip clearance criteria). 2. CONSTRUCTION. The presence and movement of . construction related personnel, equipment, and materials 9. OBSTACLE -FREE ZONE (OFZ). The airspace 1 in any location that could infringe upon the movement of below 150 feet (45m) above the established airport ft elevation and along the runway and extended runway air 3. CERTIFICATED AIRPORT. An airport that has I centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in been issued an Airport Operating Certificate by Certification and the OFZ because of their function, in order to provide under the authority of 14 CFR part 139, Certification and clearance protection for aircraft landing or taking off from Operation: Land Airports Serving Certain Air Carriers, or the runway and for missed approaches (refer to AC I its subsequent revisions. 150/5300-13 for guidance on OFZs). 4. FAA FORM 7460 -1, NOTICE OF PROPOSED 10. RUNWAY SAFETY AREA (RSA). A defined CONSTRUCTION OR ALTERATION. The form surface surrounding the runway prepared or suitable for submitted to the FAA Regional Air Traffic or Airports reducing the risk of damage to airplanes in the event of an I Di co Off inC :s fnrra written notification of any kind undershoot, overshoot, or excursion arum the runway, in of construction or alteration of objects that affect accordance with AC 150/5300 -13. navigable airspace, as defined in 14 CFR part 77, Objects Affecting Navigable Airspace (see AC 70/7460 -2, 11. TAXIWAY SAFETY AREA. A defined surface I Proposed Construction or Alteration of Objects that May alongside the taxiway prepared or suitable for reducing 1 Affect the Navigable Airspace found a t the risk of damage to an airplane unintentionally http: / /www.faa.gov /arp/). departing the taxiway, in accordance with AC 150/5300- 5. FAA FORM 7480 -1, NOTICE OF LANDING 13. AREA PROPOSAL. Form submitted to the FAA 12. THRESHOLD. The beginning of that portion of the Airports Regional Division Office or Airports District runway available for landing. In some instances, the I Office as formal written notification whenever a project landing threshold may be displaced. without an airport layout plan on file with the FAA 13. DISPLACED THRESHOLD. The portion of involves the construction of a new airport; the pavement behind a displaced threshold that may be construction, realigning, altering, activating, or available for takeoffs in either direction or landing from I abandoning of a runway, landing strip, or associated the opposite direction. taxiway; or the deactivation or abandoning of an entire airport (found at http: / /www.faa.gov /arp/). 14. VISUAL GLIDE SLOPE INDICATOR (VGSI). This device provides a visual glide slope indicator to I 6. MOVEMENT AREA. The runways, taxiways, and landing pilots. These systems include precision approach other areas of an airport that are used for taxiing or hover path indicators (PAPIs), visual approach slope indicators taxiing, air taxiing, takeoff, and landing of aircraft, ) (VASIs, and pulse light approach slope indicators exclusive of loading ramps and aircraft parking areas (PLASIs). I (reference 14 CFR part 139). 7. OBSTRUCTION. Any object/obstacle exceeding the obstruction standards specified by 14 CFR part 77, ' subpart C. 1 1 A -2 1/17/03 AC 150/5370 -2E I APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE ;' 1 Aviation Safety Requirements During Construction PURPOSE. This appendix provides airport operators Notice to Airmen ( NOTAM) System] of proposed 1 with boilerplate format and language for developing a location, time, and date of commencement of safety plan for an airport construction project. Adapt this construction. Upon completion of work and return of all appendix, as applicable, to specific conditions found on such areas to standard conditions, the contractor must, 1 the airport for which the plan is being developed through the airport operator, verify the cancellation of all Consider including a copy of this safety plan in the notices issued via the NOTAM System. Throughout the construction drawings for easy access by contractor duration of the construction project, the contractor must— ' personnel. Plans should contain the following: a. Be aware of and understand the safety problems 1. GENERAL SAFETY REQUIREMENTS. and hazards described in AC 150/5370 -2, Operational Safety on Airports During Construction. Throughout the construction project, the following safety b. Conduct activities so as not to violate any safety 1 and operational practices should be observed: standards contained in AC 150/5370 -2 or any of the • Operational safety should be a standing agenda references therein. item during progress meetings throughout the 1 construction project. c. Inspect all construction and storage areas as often as necessary to be aware of conditions. • The contractor and airport operator must perform onsite inspections throughout the project, with d. Promptly take all actions necessary to prevent or immediate remedy of any deficiencies, whether remedy any unsafe or potentially unsafe conditions as caused by negligence, oversight, or project scope soon as they are discovered. change. Airport runways and taxiways should remain in 3. APPROACH CLEARANCE TO RUNWAYS. • ' use by aircraft to the maximum extent possible. Runway thresholds must provide an unobstructed • Aircraft use of areas near the contractor's work approach surface over equipment and materials. (Refer to 1 should be controlled to minimize disturbance to Appendix 2 in AC 150/5300 -13, Airport Design, for the contractor's operation. guidance in this area.) • Contractor, subcontractor, and supplier 4. RUNWAY AND TAXIWAY SAFETY AREA employees or any unauthorized persons must be (RSA AND TSA). restricted from entering an airport area that would be ha,ardous. Limit construction to outside of the approved RSA, as • Construction that is within the safety area of an shown on the approved airport layout plan — unless the active runway, taxiway, or apron that is runway is closed or restricted to aircraft operations, performed under normal operational conditions requiring a lesser standard RSA that is equal to the RSA ' must be performed when the runway, taxiway, or available during construction (see AC 150/5370 -2 for apron is closed or use - restricted and initiated exceptions). Construction activity within the TSA is only with prior permission from the airport permissible when the taxiway is open to aircraft traffic if operator. adequate wingtip clearance exists between the aircraft and equipment/material; evacuations, trenches, or other • The contracting officer, airport operator, or other conditions are conspicuously marked and lighted; and designated airport representative may order the local NOTAMs are in effect for the activity (see AC contractor to suspend operations; move 150/5300 -13 for wingtip clearance requirements). The personnel, equipment, and materials to a safe NOTAM should state that, "personnel and equipment are location; and stand by until aircraft use is working adjacent to Taxiway " completed. 2. CONSTRUCTION MAINTENANCE AND a. Procedures for protecting runway edges. 1 FACILITIES MAINTENANCE. • Limit construction to no closer than 200 feet (60m) from the runway centerline — unless Before beginning any construction activity, the contractor the runway is closed or restricted to aircraft must, through the airport operator, give notice [using the operations, requiring a lesser standard RSA 1 A -3 I , 1 AC 150/5370 -2E 1/17/03 that is equal to the RSA available during • Coordinate construction activity with the construction. Airport Traffic Control Tower (ATCT) and I • Prevent personnel, material, and/or FAA Regional Airports Division Office or equipment, as defined in AC 150/5300 -13, Airports District Office, and through the Paragraph 306, "Obstacle Free Zone airport operator, issue an appropriate (OFZ)," from penetrating the OFZ. NOTAM. r . C the following chart to determine the area that must be protected along the runway edges: • - ,tNf >pi�itl "': ail::. ;.2 :.;;... . . 1 1 r ... *See AC 150/5300 -13, Airpor Design, to com plete the chart for a specific runway. b. Procedures for protecting runway ends. • Prevent personnel, material, and/or equipment, I Maintain the,RSA from the runway as defined in AC 150/5300 -13, from penetrating • threshold to a point at least the distance from the obstacle -free zone. the runway threshold as existed before • 'Ensure adequate distance for blast protection is I construction activity — unless the runway is provided, as needed. closed or restricted to aircraft operations, requiring an RSA that is equal to the RSA • Coordinate construction activity with the ATCT length available during construction in and FAA Regional Airports Division Office or r • accordance with AC 150 /5300 -13. This may involve the use of declared distances Airports District Office, and through the airport operator, issue an appropriate NOTAM. and partial runway closures (see AC • Provide a drawing showing the profile of the 150/5370 -2 for exceptions). appropriate surfaces of each runway end where r • Ensure all personnel, materials, and/or construction will take place. Where operations equipment are clear of the applicable by turbojet aircraft are anticipated, review threshold siting criteria surface, as defined takeoff procedures and jet blast characteristics of II in Appendix 2, "Threshold Siting aircraft and incorporate safety measures for Requirements," of AC 150/5300 -13. construction workers in the contract documents. 1 • • • 1 1 1 A-4 • i • I 1/17/03 AC 150/5370 -2E 1 Complete the following chart to determine the area that must be protected before the runway threshold: .tit ii :�:;::, :.. i > ::i:: :::::::::::> 5 ::: :s:: >:: i ::: 4# :: ................ �'.._::, gtrp�a : :..:i�rers� ::: .: ::;::::.:::.:�I .. � :...:.....:.::::urea >: >:::: » >: : �t�a�: ��b�xizct�d ::: >:: » >: >:::::: >:: >: >: >s: >: ........ .. . ... .. .. . ... . ... ........................ ................ ... rya,: >:: >:: >:::: >::::> :�vz- :�xthe.�'�Srd.. . .. . . . .. . .. � � . ;:;;:»:: :<: ;><: >::::::: >:::: >:i: >; > » >::: .... . . . . ..... ......... ......... . ...... ............... . III y+ w is:i »::i ?::::i::: :: : : : : :t i::::::':iii::::::::5: : :: = f::r :': ::::: :::::::r::: ' :' : ::::::::::::::':::2::; ::: 2' :::::::::::` :::::: ? : :: :: ::: : : : :: :: : FEET : 1 to (threshold) • : FEET : 1 to (threshold) 1 : FEET : 1 to (threshold) 1 : FEET : 1 to (threshold) . *See AC 150/5300 -13, Airport Design, to complete the chart for a specific runway. 1 5. MARKING AND LIGHTING FOR the airport operator /contractor, as specified in the TEMPORARY THRESHOLDS. contract, and will be depicted on the plans. Marking and lighting for a temporary threshold is /is 8. TEMPORARY LIGHTING AND MARKING. t not required. The airport owner or contractor, as ..._... _-_ .__ ..._._ . . specified in the contract, wall.furnish and maintain - Airport markings; lighting, and/or signs will be markings for temporary thresholds. Precision approach the following manner (specify) during the period from . path indicators (PAPIs) or runway end identification to . The alterations are depicted nn the hghts (REIL) are - /are not required. The airport plans. owner or contractor, as specified m the contract, will furnish and install all temporary lighting. Include 9. VEHICLE OPERATION MARKING AND appropriate items per AC 150/5370 -2, Chapter 3, "Safety CONTROL. Standards and Guidelines." If marking and lighting for tic tt l puw u,y th, eehuld A nut required,, delete Oils Include the following provisions in the construction II section of the safety plan. If visual aids and /or markings contract, and address them in the safety plans: are necessary, provide details. (Include applicable 14 CFR part 77 surfaces in the contract documents.) a. • When any vehicle, other than one that has prior I approval from the airport operator, must travel over any 6. CLOSED RUNWAY MARKINGS AND portion of an- aircraft movement area, it will be escorted LIGHTING. and properly identified. To operate in those areas during daylight hours, the vehicle must have a flag or beacon The following must be specified for closed runways. attached to it. Any vehicle operating on the movement Closed runway marking are /are not required. areas during hours of darkness or reduced visibility must Closed runway markings will be as shown on the be equipped with a flashing dome -type light, the color of plans /as furnished by the airport which is in accordance with local or state codes. . owner /other (specify). Barricades, flagging, and flashers are /are not required at Taxiway b. It may be desirable to clearly identify the and Runway and will be supplied by the airport vehicles for control purposes by either assigned initials or /other (specify). numbers that are prominently displayed on each side of the vehicle. The identification symbols should be at 7. HAZARDOUS AREA MARKING AND minimum 8 -inch (20 -cm) block -type characters of a LIGHTING. contrasting color and easy to read. They may be applied I either by using tape or a water - soluble paint to facilitate Hazardous areas on the movement area will be marked removal. Magnetic signs are also acceptable. In addition, with barricades, traffic cones, flags, or flashers (specify). vehicles must display identification media, as specified in • These markings restrict access and make hazards obvious the approved security plan. (This section should be to aircraft, personnel, and vehicles. During periods of low revised to conform to the airport operator's visibility and at night, identify hazardous areas with red requirements.) flashing or steady - burning lights (specify). The hazardous area marking and lighting will be supplied by • A -5 I 1 • AC 150/5370 -2E 1/17/03 c. Employee parking shall be b. Prominently marking open trenches, excavations, I (specify and stockpiled materials at the construction and lighting location), as designated by the airport manager / these obstacles during hours of restricted visibility and project engineer /other (specify). darkness. I Access to the job site shall be via c. Marking and lighting closed, deceptive, and hazardous route), as shown on the plans /designated rdous areas on airports, as appropriate. by the engineer /designated by the superintendent /designated by the airport d. Constraining stockpiled material to prevent its I manager /other (specify). movement as a result of the maximum anticipated aircraft blast and forecast wind conditions. e. At 14 CFR part 139 certificated and towered 1 airports, all vehicle operators having access to the 12. RADIO COMMUNICATIONS. movement area must be familiar with airport procedures for the operation of ground vehicles and the consequences Vehicular traffic located in or crossing an active of noncompliance. movement area must have a working two -way radio in I contact with the control tower or be escorted by a person f. If the airport is certificated and/or has a security in radio contact with the tower. The driver, through plan, the airport operator should check for guidance on personal observation, should confirm that no aircraft is the additional identification and control of construction approaching the vehicle position. Construction personnel 1 equipment. may operate in a movement area without two -way radio communication provided a NOTAM is issued closing the 10. NAVIGATIONAL AIDS. area and area is properly marked to prevent incursions. Two -way radio communications are /are I The cortrae or must not conduct any construction activity not required betwceii eotruaetors and the'Airport within navigational aid restricted areas without prior Traffic Control Tower /FAA Flight Service approval from the local FAA Airway Facilities sector Station /Airport Aeronautical Advisory Stations I representative. Navigational aids include instrument (UNICOM/CTAF) Radio contact is /is landing system components and very high- frequency not required between the hours of and omnidirectional range, airport surveillance radar. Such Continuous monitoring is required /or is required restricted areas are depicted on construction plans. only when equipment movement is necessary in certain I 11. LIMITATIONS ON CONSTRUCTION. areas . (This section may be tailored to suit the specific vehicle and safety requirements of the airport sponsor.) Additional limitations on construction include— , 13. DEBRIS. a. Prohibiting open -flame welding or torch cutting operations unless adequate fire safety precautions are Waste and loose material must not be placed in active I provided and these operations have been authorized by movement areas. Materials tracked onto these areas must the airport operator (as tailored to conform to local be removed continuously during the work project. requirements and restrictions). 1 • 1 1 1 A -6 1 1/17/03 AC 150/5370 -2E APPENDIX 4. SAMPLE NOTAM 1 AIRPORT FAA NOTAM # DATE: AIRPORT I.D. # TIME: 1 NOTAM TEXT: 1 NOTIFICATON: 1 # ## # TOWER PHONE # INITIALS TIME CALLED IN BY #.#.# # FSS ..... _ - PHONE # INITIALS TIME CALLED IN BY AIRLINES 1 CANCELLED: 1 NOTIFICATON: # ## # TOWER 1 PHONE # INITIALS TIME CALLED IN BY # ## #FSS 1 PHONE # INITIALS TIME CALLED IN BY AIRLINES 1 A -7 ■ 1 1 1 1 1 1 1 1 Required Contract Provisions Federal -Aid Construction Contracts ' Follows this page 1 1 ' 121 1 FHWA -1273 Electronic Version - March 10, 1994 (DOT 10/97) I REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Page DOL, or the contractor's employees or their representatives. 1. General 1 6. Selection of Labor: During the performance of this II. Nondiscrimination 1 contract, the contractor shall not: 111 Nonsegregated Facilities 3 IV. • Payment of Predetermined Minimum Wage 3 a. discriminate against labor from any other State, possession, or territory of the United States (except for employment • V. Statements and Payrolls 6 preference for Appalachian contracts, when applicable, as • I VI. Record of Materials, Supplies, and Labor 6 specified in Attachment A), or VII. Subletting or Assigning the Contract 7 b. employ convict labor for any purpose within the VIII. Safety: Accident Prevention 7 limits of the project unless It is labor performed by convicts who IX. False Statements Concerning Highway Projects 7 are on parole, supervised release, or probation. I X. Implementation of Clean Air Act and Federal Water Pollution Control Act 8 II. NONDISCRIMINATION XI. Certification Regarding Debarment, Suspension, (Applicable to all Federal -aid construction contracts and to all 1 Ineligibility, and Voluntary Exclusion 8 related subcontracts of $10,000 or more.) XII. Certification Regarding Use of Contract Funds for Lobbying g 1. Equal Employment Opportunity: Equal employment • opportunity (EEO) requirements not to discriminate and to take ATTACHMENTS affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, rcy::;atcrc (22. CFR 35, 29 CFR A. Employment Preference for Appalachian Contracts (included 1630 and 41 CFR 60) and orders of the Secretary of Labor as In Appalachian contracts only) modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative I I. GENERAL action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract 1. These contract provisions shall apply to all work Specifications set forth under 41 CFR 60-4.3 and the provisions of performed on the contract by the contractor's own organization the American Disabilities Act of 1990 (42 U.S.C. 12101 et seg.) set i and with the assistance of workers under the contractor's forth under 28 CFR 35 and 29 CFR 1630 are incorporated by immediate superintendence and to all work performed on the reference In this contract. In the execution of this contract, the contract by piecework, station work, or by subcontract. contractor agrees to comply with the following minimum specific requirement activities of EEO: 2. Except as otherwise provided for in each section, the . I contractor shall insert in each subcontract all of the stipulations a. The contractor will work with the State highway contained in these Required Contract Provisions, and further require agency (SHA) and the Federal Govemment In carrying out their inclusion in any lower tier subcontract or purchase order that EEO obligations and in their review of his/her activities under - may in turn be made. The Required Contract provisions shall not be - the contract. I incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier b. The contractor will accept as his operating policy subcontractor with these Required Contract Provisions. the following statement: 3. A breach of any of the stipulations contained in these "It is the policy of this Company to assure that I Required Contract Provisions shall be sufficient grounds for applicants are employed, and that employees are termination of the contract. treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. 4. A breach of the following clauses of the Required Such action shall Include: employment, upgrading, I Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, Section 1, paragraph 2; Including apprenticeship, preapprenticeship, and /or Section IV, paragraphs 1, 2, 3, 4, and 7; on- the -job training." Section V,.paragraphs 1 and 2a through 29. 2. EEO Officer: The contractor WIII designate and make 5. Disputes arising out of the labor standards provisions of known to the SHA contracting officers an EEO Officer who WIII Section IV (except paragraph 5) and Section V of these Required have the responsibility for and must be capable of effectively I Contract Provisions shall not be subject to the general disputes administering and promoting an active contractor program of EEO clause of this contract. Such disputes shall be resolved in and who must be assigned adequate authority and responsibility accordance with the procedures of the U.S. Department of Labor to do so. (DOL) as set forth In 29 CFR 5, 6, and 7. Disputes within the ' meaning of this clause include disputes between the contractor 3. Dissemination of Policy: All members of the (or any of Its subcontractors) and the contracting agency, the contractor's staff who are authorized to hire, supervise, promote, and discharge charge employees, or who recommend such action, Page 1 1 .1 or who are substantially involved In such action, will be made fully without regard to race, color, religion, sex, national origin, age or cognizant of, and will implement, the contractor's EEO policy and disability. The following procedures shall be followed: contractual responsibilities to provide EEO In each grade and classification of employment. To ensure that the above agreement a. The contractor will conduct periodic inspections of will be met, the following actions will be taken as a minimum: project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project a. Periodic meetings of supervisory and personnel site personnel. I office employees will be conducted before the start of work and then not less often than once every six months, at which b. The contractor will periodically evaluate the spread time the contractor's EEO policy and its implementation will be of wages paid within each classification to determine any reviewed and explained. The meetings will be conducted by .evidence of discriminatory wage practices. the EEO Officer. o. Tho oontrootor will poriodioolly review oeleoted I. b. All new supervisory or personnel office employees personnel actions in depth to determine whether there is, will be given a thorough indoctrination by the EEO Officer, evidence of discrimination. Where evidence is found, the covering all major aspects of the contractor's EEO obligations contractor will promptly take corrective action. If the review within thirty days following their reporting for duty with the indicates that the discrimination may extend beyond the actions contractor. reviewed, such corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the d. The contractor will promptly investigate all contractor's procedures for locating and hiring minority group complaints of alleged discrimination made to the contractor in employees. connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective d. Notices and posters setting forth the contractor's action within a reasonable time. If the investigation indicates I EEO policy will be placed in areas readily accessible to that the discrimination may affect persons other than the employees, applicants for employment and potential complainant, such corrective action shall include such other employees. persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of 6. Training and Promotion: employees by means of meetings, employee handbooks, or other appropriate means. . a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women 4. Recruitment: When advertising for employees, the employees, and applicants for employment. contractor will include in all advertisements for employees the notation: An Equal Opportunity Employer." All such advertisements b. Consistent with the contractor's work force will be placed in publications having a large circulation among requirements and as permissible under Federal and State minority groups in the area from which the project work force regulations, the contractor shall make full use of training would normally be derived. programs, i.e., apprenticeship, and on- the -job training programs for the geographical area of contract performance. a. The contractor will, unless precluded by a valid Where feasible, 25 percent of apprentices or trainees in each bargaining agreement, conduct systematic and direct occupation shall be in their first year of apprenticeship or recruitment through public and private employee referral training. In the event a special provision for training is provided sources likely to yield qualified minority group applicants. To under this contract, this subparagraph will be superseded as meet this requirement, the contractor will identify sources of indicated in the special provision. potential minority group employees, and establish with such identified sources procedures whereby minority group 7. Unions: If the contractor relies in whole or in part upon applicants may be referred to the contractor for employment unions as a source of employees, the contractor will use his/her consideration. best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within . the unions, I b. In the event the contractor has a valid bargaining and to effect referrals by such unions of minority and female agreement providing for exclusive hiring hall referrals, he is employees. Actions by the contractor either directly or through a expected to observe the provisions of that agreement to the contractor's association acting as agent will include the procedures extent that the system permits the contractor's compliance set forth below: with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of a. The contractor will use best efforts to develop, in discriminating against minorities or women, or obligates the cooperation with the unions, joint training programs aimed contractor to do the same, such implementation violates toward qualifying more minority group members and women Executive Order 11246, as amended.) for membership in the unions and increasing the skills of I minority group employees and women so that they may qualify c. ' The contractor will encourage his present for higher paying employment. employees to refer minority group applicants for employment. Information and procedures with regard to referring minority ' b. The contractor will use best efforts to incorporate group applicants will be discussed with employees. an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without 5. Personnel Actions: Wages, working conditions, and regard to their race, color, religion, sex, national origin, age or employee benefits shall be established and administered, and disability. personnel actions of every type, including hiring, Upgrading, , promotion, transfer, demotion, layoff, and termination, shall be taken c. The contractor is to obtain information as to the Page 2 III 1 • 1 referral practices and policies of the labor union except that meaningful minority and female representation among their to the extent such information is within the exclusive employees. I possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor b. The contractors will submit an annual report to the SHA shall so certify to the SHA and shall set forth what efforts each July for the duration of the project, indicating the number of have been made to obtain such information. minority, women, and non - minority group employees currently 1 d. engaged in each work classification required by the contract work. In the event the union is unable to provide the This information is to be reported on Form FHWA -1391. If on -the contractor with a reasonable flow of minority and women job training is being required by special provision, the contractor referrals within the time limit set forth in the collective bargaining will be required to collect and report training data. 1 agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without III. NONSEGREGATED FACILITIES regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and /or qualifiable (Applicable to all Federal -aid construction contracts and to all minority group persons and women. (The DOL has held that it related subcontracts of $10,000 or more.) 111 shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive a. By submission of this bid, the execution of this contract referral failed to refer minority employees.) In the event the or subcontract, or the consummation of this material supply union referral practice prevents the contractor from meeting agreement or purchase order, as appropriate, the bidder, Federal- ‚ the obligations pursuant to Executive Order 11246, as aid construction contractor, subcontractor, material supplier, or amended, and these special provisions, such contractor shall vendor, as appropriate, certifies that the firm does not maintain or immediately notify the SHA. provide for its employees any segregated facilities at any of its . establishments, and that the firm does not permit its employees to 8. • Selection of Subcontractors, Procurement of perform their services at any location, under its control, where Materials and Leasing of Equipment: The contractor shall not segregated facilities are maintained. The firm agrees that a breach discriminate on the grounds of race, color, religion, sex, national of this certification is a violation of the EEO provisions of this origin, - age or disability in the selection and retention of contract. The firm further certifies that no employee will be subcontractors, including procurement of materials and leases of denied access to adequate facilities on the basis of sex or disability. 111 equipment. b. As used in this certification, the term "segregated facilities" a. The contractor shall notify all potential means any waiting rooms, work areas, restrooms and washrooms, subcontractors and suppliers of his/her EEO obligations under restaurants and other eating areas, timeclocks, locker rooms, and this contract. other storage or dressing areas, parking lots, drinking fountains, 1 b. Disadvantaged business enterprises (DBE), as recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit defined in 49 CFR 23, shall have equal opportunity to compete directive, or are, in fact, segregated on the basis of race, color, . for and perform subcontracts which the contractor enters religion, national .origin, age or disability, because of habit, local ill into pursuant to this contract. The contractor will use his best custom, or otherwise. The only exception will be for the disabled effnrtb to hiris from and to imtilioe DBE subcontractors or subcontract when the demands for accessibility override (ext. disabled parking). tractors with meaningful minority group and female representation among their employees. Contractors shall c. The contractor agrees that it has obtained or will obtain identical obtain lists of DBE construction firms from SHA personnel. certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply c. The contractor will use his best efforts to ensure agreements of $10,000 or more and, that it will retain such subcontractor compliance with their EEO obligations. certifications in its files. 1 9. Records and Reports: The contractor shall keep such IV. PAYMENT OF PREDETERMINED MINIMUM WAGE records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three (Applicable to all Federal -aid construction contracts exceeding years following completion of the contract work and shall be $2,000 and to all related subcontracts, except for projects located available at reasonable times and places for inspection by on roadways classified as local roads or rural minor collectors, authorized representatives of the SHA and the FHWA. which are exempt.) a. The records kept by the contractor shall document the 1. General: following: I a. All mechanics and laborers employed or working upon (1) The number of minority and non - minority group the site of the work will be paid unconditionally and not less often members and women employed in each work classification than once a week and without subsequent deduction or rebate on on the project; any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the (2) The progress and efforts being made in cooperation Copeland Act (40 U.S.C. 276c)] the full amounts of wages and with unions, when applicable, to increase employment bona fide fringe benefits (or cash equivalents thereof) due at time opportunities -for minorities and women; of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary I (3) The progress and efforts being made in locating, of Labor (hereinafter "the wage determination ") which is attached hiring, training, qualifying, and upgrading minority and female hereto and made a part hereof, regardless of any contractual employees; and relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage 1 (4) The progress and efforts being made in securing. determination (including any additional classifications and wage the services of DBE subcontractors or subcontractors with Page 3 1 2 of this Section IV and the DOL I rates conformed under paragraph d. In the event the contractor or subcontractors, as poster (WH -1321) or Form FHWA -1495) shall be posted at all times appropriate, the laborers or mechanics to be employed in the by the contractor and its subcontractors at the site of the work in additional classification or their representatives, and the a prominent and accessible place where it can be easily seen by contracting officer do not agree on the proposed classification the workers. For the purpose of this Section, contributions made and wage rate (including the amount designated for fringe or costs reasonably anticipated for bona fide fringe benefits under benefits, where - appropriate), the contracting officer shall Section 1 (b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf refer the questions, including the views of all interested parties III of laborers or mechanics are considered wages paid to such .and the recommendation of the contracting officer, to the laborers or mechanics, subject to the provisions of Section IV, Wage and Hour Administrator for determination. Said paragraph 3b, hereof. Also, for the purpose of this Section, regular Administrator, or an authorized representative, will issue a contributions made or costs incurred for more than a weekly period determination within 30 days of receipt and so advise the (but not less often than quarterly) under plans, funds, or programs, contracting officer or will notify the contracting officer within I which cover the particular weekly period, are deemed to be the 30-day period that additional time is necessary. constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate • e. The wage rate (including fringe benefits where and fringe benefits on the wage determination for the classification appropriate) determined pursuant to paragraph 2c or 2d of of work actually performed, without regard to skill, except as this Section IV shall be paid to all workers performing work in provided in paragraphs 4 and 5 of this Section IV. the additional classification from the first day on which work is performed in the classification. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for 3. Payment of Fringe Benefits: ' I each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time a. Whenever the minimum wage rate prescribed in spent in each classification in which work is performed. the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the ,' c. All rulings and interpretations of the Davis -Bacon Act contractor or subcontractors, as appropriate, shall either pay and related acts contained in 29 CFR 1, 3, and 5 are herein the benefit as stated in the wage determination or shall pay incorporated by reference in this contract. another bona fide fringe benefit or an hourly case equivalent thereof. 2. Classification: I b. If the contractor or subcontractor, as appropriate, a. The SHA contracting officer shall require that any does not make payments to a trustee or other third person, class of laborers or mechanics employed under the contract, he /she may consider as a part of the wages of any laborer or which is not listed in the wage determination, shall be classified • mechanic the amount of any costs reasonably anticipated in I in conformance with the wage determination. providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the b. The contracting officer shall approve an additional written request of the contractor, that the applicable standards classification, wage rate and fringe benefits only when the of the Davis -Bacon Act have been met. The Secretary of following criteria have been met: Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan (1) the work to be performed by the additional or program. . classification requested is not performed by a classification in the wage determination; 4. Apprentices and Trainees (Programs of the U.S. I DOL) and Helpers: (2) the additional classification is utilized in the area by the construction industry; a. Apprentices: (3) the proposed wage rate, including any bona (1) Apprentices will be permitted to work at less fide fringe benefits, bears a reasonable relationship to the than the predetermined rate for the work they performed wage rates contained in.the wage determination: and when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered (4) with respect to helpers, when such a with the DOL, Employment and Training Administration,.Bureau classification prevails in the area in which the work is of Apprenticeship and Training, or with a State apprenticeship performed. agency recognized by the Bureau, or if a person is employed in his /her first 90 days of probationary employment as an c. If the contractor or subcontractors, as appropriate, apprentice in such an apprenticeship program, who is not I the laborers and mechanics (if known) to be employed in the individually registered in the program, but who has been additional classification or their representatives, and the certified by the Bureau of Apprenticeship and Training or a contracting officer agree on the classification and wage rate State apprenticeship agency (where appropriate) to be eligible • (including the amount designated for fringe benefits where for probationary employment as an apprentice. appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and (2) The allowable ratio of apprentices to Hour Division, Employment Standards Administration, journeyman -level employees on the job site in any craft Washington, D.C. 20210. The Wage and Hour Administrator, classification shall not be greater than the ratio permitted to or an authorized representative,. will approve, modify, or the contractor as to the entire work force under the registered disapprove every additional classification action within 30 program. Any employee listed on a payroll at an apprentice days of receipt and so advise the contracting officer or will wage rate, who is not registered or otherwise employed as notify the contracting officer within the 30 -day period that • stated above, shall be paid not less than the applicable wage additional time is necessary. • rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing ' Page 4 1 • 1 work on the job site in excess of the ratio permitted under the Administration withdraws approval of a training program, the in registered program shall be paid not Tess than the applicable contractor or subcontractor will no longer be permitted to wage rate on the wage determination for the work actually utilize trainees at less than the applicable predetermined rate performed. Where a contractor or subcontractor is performing for the work performed until an acceptable program is - construction on a project on a locality other than that in which approved. . its program is registered, the ratios and wage rates (expressed I in percentages of the joumeyman -level hourly rate) specified c Helpers: • in the contractor's or subcontractor's registered program shall be observed. Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable I (3) Every apprentice must be paid at not less than wage determination or is approved pursuant to the the rate specified in the registered program for the apprentice's conformance procedure set forth in Section IV.2. Any worker level of progress, expressed as a percentage of the listed on a payroll at a helper wage rate, who is not a helper journeyman -level hourly rate specified in the applicable wage under a approved definition, shall be paid not less than the I determination. Apprentices shall be paid fringe benefits in applicable wage rate on the wage determination for the accordance with the provisions of the apprenticeship program. classification of work actually performed. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits 5. Apprentices and Trainees (Programs of the U.S. listed on the wage determination for the applicable DOT): I classification; If the Administrator the Wage and Hour Division determines that a different practice prevails for the applicable Apprentices and trainees working under apprenticeship and apprentice classification, fringes shall be paid in accordance skill training programs which have been certified by the Secretary with that determination. of Transportation as promoting EEO in connection with Federal -aid I highway construction programs are not subject to the requirements (4) In the event the Bureau of Apprenticeship and of paragraph 4 of this Section IV. The straight time hourly wage Training, or a State apprenticeship agency recognized by the rates for apprentices and trainees under such programs will be Bureau, withdraws approval of an apprenticeship program, established by the particular programs. The ratio of apprentices the contractor or subcontractor will no longer be permitted to and trainees to joumeymen shall not be greater than permitted by utilize apprentices at less than the applicable predetermined the terms of the particular program. rate for the comparable work performed by regular employees until an acceptable program is approved. 6. Withholding: I •b. Trainees: The SHA shall upon its own action or upon written request of ;, an authorized representative of the DOL withhold, or cause to be (1) Except as provided in 29 CFR 5.16, trainees will withheld, from the contractor or subcontractor under this contract not be permitted to work at less than the predetermined rate or any other Federal contract with the same prime 'contractor, or for the work performed unless they are employed pursuant any other Federally- assisted contract subject to Davis -Bacon I • to and individually registered in a program which has received prior approval, evidenced by formal certification prevailing wage requirements which is held by the same prime fication by the DOL, contractor, as much of the accrued payments or advances as may Employment and Training Administration. be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or (2) The ratio of trainees to journeyman - level. any subcontractor the full amount of wages required by the employees on the job site shall not be greater than permitted contract. In the event of failure to pay any laborer or mechanic, under the plan approved by the Employment and Training including any apprentice, trainee, or helper, employed or working Administration. Any helper listed on the payroll at a trainee on the site of the work, all or part of the wages required by the rate who is not registered and participating in a training plan contract, the SHA contracting officer may, after written -notice to I approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of determination for the classification of work actually performed. funds until such violations have ceased. In addition, any trainee performing work on the job site in • I excess of the ratio permitted under the registered program 7. Overtime Requirements: shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of • I (3) Every trainee must be paid at not less than the laborers, mechanics, watchmen, or guards (including apprentices, rate specified in the approved program for his /her level of trainees, and helpers described in paragraphs 4 and 5 above) progress, expressed as a percentage of the journeyman- shall require or permit any laborer, mechanic, watchman, or guard level hourly rate specked in the applicable wage determination. in any workweek in which he /she is employed on such work, to - Trainees shall be paid fringe benefits in accordance with the work in excess of 40 hours in such workweek unless such laborer, I provisions of the trainee program. If the trainee program mechanic, watchman, or guard receives compensation at a rate does not mention fringe benefits, trainees shall be paid the full not less than one - and - one -half times his/her basic rate of pay for amount of fringe benefits listed on the wage determination all hours worked in excess of 40 hours in such workweek. . unless the Administrator of the Wage and Hour Division • I determines that there is an apprenticeship program associated B. Violation: with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe Liability for Unpaid Wages; Liquidated Damages: In the event benefits for apprentices, in which case such trainees shall of any violation of the clause set forth in paragraph 7 above, the receive the same fringe benefits as apprentices. contractor and any subcontractor responsible thereof shall be I liable to the affected employee for his /her unpaid wages. In addition, (4) In the event the Employment and Training Page 5 1 such contractor and subcontractor shall be liable to the United approved programs shall maintain written evidence of the States (in the case of work done under contract for the District of registration of apprentices and trainees, and ratios and wage . Columbia or a territory, to such District' or to such territory) for rates prescribed in the applicable programs. liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or c. Each contractor and subcontractor shall furnish, each guard employed in violation of the clause set forth in paragraph 7, week in which any contract work is performed, to the SHA in the sum of $10 for each calendar day on which such employee resident engineer a payroll of wages paid each of its employees was required or permitted to work in excess of the standard work (including apprentices, trainees, and helpers, described in week of 40 hours without payment of the overtime wages required Section IV, paragraphs 4 and 5, and watchmen and guards by the clause set forth in paragraph 7. engaged on work during the preceding weekly payroll period). ' The payroll submitted shall set out accurately and completely all 9. Withholding for Unpaid Wages and Liquidated of the information required to be maintained under paragraph Damages: 2b of this Section V. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose The SHA shall upon its own action or upon written request of and may be purchased from the Superintendent of Documents any authorized representative of the DOL withhold, or cause to be (Federal stock number 029 - 005 - 0014 -1 1, U.S. Government withheld, from any monies payable on account of work performed Printing Office, Washington, D.C. 20402. The prime contractor by the contractor or subcontractor under any such contract or is responsible for the submission of copies of payrolls by all any other Federal contract with the same prime contractor, or any subcontractors. other Federally- assisted contract subject to the Contract Work I Hours and Safety Standards Act, which is held by the same prime d. Each payroll submitted shall be accompanied by a contractor, such sums as may be determined to be necessary to "Statement of Compliance," signed by the contractor or satisfy any liabilities of such contractor or subcontractor for unpaid subcontractor or his /her agent who pays or supervises the wages and liquidated damages as provided in the clause set forth payment of the persons employed under the contract and shall in paragraph 8 above. certify the following: V. STATEMENTS AND PAYROLLS (1)• that the payroll for the payroll period contains the information required to be maintained under paragraph (Applicable to all Federal -aid construction contracts exceeding 2b of this Section V and that such information is correct ,' $2,000 and to all related subcontracts, except for projects located and complete; on roadways classified as local roads or rural collectors, which 1 ale exeiiipt.) (2) that sueli Idbuiei ui inet-lieiih (inuluJiiiy edeli helper, apprentice, and trainee) employed on the contract I 1. Compliance with Copeland Regulations (29 CFR 3): during the payroll period has been paid the full weekly wages eamed, without rebate, either directly or indirectly, The contractor shall comply with the Copeland Regulations of and that no deductions have been made either directly or the Secretary of Labor which are herein incorporated by reference. indirectly from the full wages eamed, other than permissible deductions as set forth in the Regulations, 29 CFR 3; ' 2. Payrolls and Payroll Records: (3) that each laboreror mechanic has been paid not a. Payrolls and basic records relating thereto shall be less that the applicable wage rate and fringe benefits or maintained by the contractor and each subcontractor during cash equivalent for the classification of worked performed, I the course of the work and preserved for a period of 3 years as specified in the applicable wage determination from the date of completion of the contract for all laborers, incorporated into the contract. mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. e. The weekly submission of a properly executed - certification set forth on the reverse side of Optional Form WH- , b. The payroll records shall contain the name, social 347 shall satisfy the requirement for submission of the security number, and address of each such employee; his or "Statement of Compliance" required by paragraph 2d of this her correct classification; hourly rates of wages paid Section V. (including rates of contributions or costs anticipated for bona • I fide fringe benefits or cash equivalent thereof the types f. The falsification of any of the above certifications described in Section 1 (b)(2)(B) of the Davis Bacon Act); may subject the contractor to civil or criminal prosecution under daily and weekly number of hours worked; deductions made; 18 U.S.C. 1001 and 31 U.S.C. 231. , and actual wages paid. In addition, for Appalachian contracts, , the payroll records shall contain a notation indicating whether g. The contractor or subcontractor shall make the the employee does, or does not, normally reside in the labor records required under paragraph 2b of this Section V available area as defined in Attachment A, paragraph 1. Whenever the for inspection, copying, or transcription by authorized Secretary of Labor, pursuant to Section IV, paragraph 3b, representatives of the SHA, the FHWA, or the DOL, and shall has found that the wages of any laborer or mechanic include permit such representatives to interview employees during , • the amount of any costs reasonably anticipated in providing working hours on the job. If the contractor or subcontractor benefits under a plan or program de- scribed in Section 1 fails to submit the required records or to make them available, (b)(2)(B) of the Davis Bacon Act, the contractor and each the SHA, the FHWA, the DOL, or all may, after written notice to subcontractor shall maintain records which show that the the contractor, sponsor, applicant, or owner, take such actions I commitment to provide such benefits is enforceable, that the as may be necessary to cause the suspension of any further plan or program is financially responsible, that the plan or payment, advance, or guarantee of funds. Furthermore, failure program has been communicated in writing to the laborers or to submit the required records upon request or to make such mechanics affected, and show the cost anticipated or the records available may be grounds for debarment action pursuant actual cost incurred in providing benefits. Contractors or to 29 CFR 5.12. ' subcontractors employing apprentices or trainees under Page 6 1 1 . VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA I 1. On all Federal -aid contracts on the National Highway contracting officer, or authorized representative, and such consent System, except those which provide solely for the installation of when given shall not be construed to relieve the contractor of any protective devices at railroad grade crossings, those which are responsibility for the fulfillment of the contract. Written consent constructed on a force account or direct labor basis, highway will be given only after the SHA has assured that each subcontract I beautification contracts, and contracts for which the total final is evidenced in writing and that it contains all,perfinent provisions construction cost for roadway and bridge is less than $1,000,000 and requirements of the prime contract. (23 CFR 635) the contractor shall: VIII. SAFETY: ACCIDENT PREVENTION I a. Become familiar with the list of specific materials and supplies contained in Form FHWA -47, "Statement of 1. In the performance of this contract the contractor shall Materials and Labor Used by Contractor of Highway comply with all applicable Federal, State, and local laws governing Construction Involving Federal Funds," prior to the safety, health, and sanitation (23 CFR 635). The contractor shall commencement of work under this contract. provide all safeguards, safety devices and protective equipment I and take any other needed actions as it determines, or as the SHA Maintain a record of the total cost of all materials contracting officer may determine, to be reasonably necessary to and supplies purchased for and incorporated in the work, protect the life and health of employees on the job and the safety and also of the quantities of those specific materials and of the public and to protect property in connection with the supplies listed on Form FHWA -47, and in the units shown on performance of the work covered by the contract. I Form FHWA -47. c. Fumish, upon the completion of the contract, to the SHA resident engineer on Form FHWA -47 together 2. It is a condition of this contract, and shall be made a with the data required in paragraph 1 b relative to materials condition of each subcontract, which the contractor enters into and supplies, a final labor summary of all contract work pursuant to this contract, that the contractor and any subcontractor I indicating the total hours worked and the total amount eamed. shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, 2. At the prime contractor's option, either a single report hazardous or dangerous to his/her health or safety, as determined covering all contract work or separate reports for the contractor under construction safety and health standards (29 CFR 1926) I and for each subcontract shall be submitted. promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 VII. SUBLETTING OR ASSIGNING THE CONTRACT U.S.C. 333). 1. The contractor shall perform with its own organization 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract I contract work amounting to not less than 30 percent (or a greater that the Secretary of Labor or authorized representative thereof, percentage if specified elsewhere in the contract) of the total shall have right of entry to any site of contract performance to original contract price, excluding any specialty items designated inspect or investigate the matter of compliance with the construction by the State. Specialty items may be performed by subcontract safety and health standards and to carry out the duties of the I and the amount of any such specialty items per - formed may be Secretary under Section 107 of the Contract Work Hours and deducted from the total original contract pride before ct ns Safety Standards Act (40 U.S.C. 333), the amount of work required to be performed by the contractor's own organization (23 CFR 635). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS I a. "Its own organization "shall be construed to include only workers employed and paid directly by the prime In order to assure high quality and durable construction in conformity with approved plans and specifications and a high contractor and equipment owned or rented by the prime degree of reliability on statements and representations made by contractor, with or without operators. Such torm dooc not onginoorc, contraotorc, cuppliorc, and workoro on Federal aid I include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or b. "Specialty Items" shall be construed to be limited to misrepresentation with respect to any facts related to the project I work that requires highly specialized knowledge, abilities, or is a violation of Federal law. To prevent any misunderstanding equipment not ordinarily available in the type of contracting regarding the seriousness of these and similar acts, the following organizations qualified and expected to bid on the contract as notice shall be posted on each Federal -aid highway project (23 a whole and in general are to be limited to minor components CFR 635) in one or more places where it is readily available to all of the overall contract. persons concerned with the project: I 2. The contract amount upon which the requirements set NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID • forth in paragraph 1 of Section VII is computed includes the cost of HIGHWAY PROJECTS material and manufactured products which are to be purchased or I produced by the contractor under the contract provisions. 18 U.S.C. 1020 reads as follows: 3. The contractor shall furnish (a) a competent Whoever, being an officer, agent, or employee of the United superintendent or supervisor who is employed by the firm, has full States, or of any State or Territory, or whoever, whether a person, authority to direct performance of the work in accordance with the association, firm, or corporation, knowingly makes any false I contract requirements, and is in charge of all construction statement, false representation, or false report as to the character, operations (regardless of who performs the work) and (b) such quality, quantity, or cost of the material used or to be used, or the other of its own organizational resources (supervision, quantity or quality of the work performed or to be performed, or the management, and engineering services) as the SHA contracting cost thereof in connection with the submission of plans, maps, I officer determines is necessary to assure the performance of the specifications, contracts, or costs of construction on any highway contract. Page 7 1 . 1 or related project submitted for approval to the Secretary of b. The inability of a person to provide the certification Transportation; or set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall Whoever knowingly makes any false statement, false submit an explanation of why it cannot provide the certification representation, false report or false claim with respect to the set out below. The certification or explanation will be character, quality, quantity, or cost of any work performed or to be considered in connection with the department or agency's performed, or materials fumished or to be fumished, in connection determination whether to enter into this transaction. However, with the construction of any highway or related project approved failure of the prospective primary participant to furnish a by the Secretary of Transportation; or certification or an explanation shall disqualify such a person • from participation in this transaction. Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or c. The certification in this clause is a material representation report submitted pursuant to provisions of the Federal -aid Roads of fact upon which reliance was placed when the department Act approved July 1, 1916, (39 Stat. 355), as amended and or agency determined to enter into this transaction. If it is later supplemented; determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other Shall be fined not more than $10,000 or imprisoned not more remedies available to the Federal Govemment, the department than 5 years or both." or agency may terminate this transaction for cause of default. X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL d. The prospective primary participant shall provide WATER POLLUTION CONTROL ACT immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary (Applicable to all Federal -aid construction contracts and to all participant leams that its certification was erroneous when related subcontracts of $100,000 or more.) submitted or has become erroneous by reason of changed circumstances. By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction e. The terms covered transaction, debarred, "suspended, contractor, or subcontractor, as appropriate, will be deemed to "ineligible," lower tier covered transaction," "participant," have stipulated as follows: "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded, as used in this clause, 1. That any facility that is or will be utilized in the performance have the meanings set out in the Definitions and Coverage of this contract, unless such contract is exempt under the Clean sections of rules implementing Executive Order 12549. You Air Act, as amended (42 U.S.C. 1857 g( seq., as amended by may contact the department or agency to which this proposal Pub.L. 91 -604), and under the Federal Water Pollution Control Act, is submitted for assistance in obtaining a copy of those as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92- regulations. 500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on f. The prospective primary participant agrees by submitting the U.S. Environmental Protection Agency (EPA) List of Violating this proposal that, should the proposed covered transaction Facilities pursuant to 40 CFR 15.20. be entered into, it shall not knowingly enter into any lower tier • covered transaction with a person who is debarred, 2. That the firm agrees to comply and remain in compliance suspended, declared ineligible, or voluntarily excluded from with all the requirements of Section 1 14 of the Clean Air Act and participation in this covered transaction, unless authorized Section 308 of the Federal Water Pollution Control Act and all by the department or agency entering into this transaction. regulations and guidelines listed thereunder. g. The prospective primary participant further agrees by • 3. That the firm shall promptly notify the SHA of the receipt submitting this proposal that it will include the clause titled of any communication from the Director, Office of Federal Activities, "Certification Regarding Debarment, Suspension, Ineligibility EPA, indicating that a facility that is or will be utilized for the contract and Voluntary Exclusion -Lower Tier Covered Transaction," is under consideration to be listed on the EPA List of Violating provided by the department or agency entering into this Facilities. covered transaction, without modification, in all lower tier • covered transactions and in all solicitations for lower tier 4. That the firm agrees to include or cause to be included covered transactions, the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such h. A participant in a covered' transaction may rely upon a action as the govemment may direct as a means of enforcing such certification of a prospective participant in a lower tier covered • requirements. transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, knows that the certification is erroneous. A participant may • INELIGIBILITY AND VOLUNTARY EXCLUSION decide the method and frequency by which it determines the • eligibility of its principals. Each participant may, but is not 1. Instructions for Certification - Primary Covered required to, check the nonprocurement portion of the "Lists of Transactions: Parties Excluded From Federal Procurement or • Nonprocuremerit Programs" ( Nonprocurement List) which is (Applicable to all Federal -aid contracts - 49 CFR 29) compiled by the General Services Administration. a. By signing and submitting this proposal, the i. Nothing contained in the foregoing shall be construed to prospective primary participant is providing the certification require establishment of a system of records in order to render set out below. in good faith the certification required by this clause. The knowledge and information of participant is not required to Page 8 • 1 exceed that which is normally possessed by a prudent person including suspension and /or debarment. in the ordinary course of business dealings. ' c. The prospective lower tier participant shall provide j. Except for transactions authorized under paragraph f of immediate written notice to the person to which this proposal these instructions, if a participant in .a covered transaction is submitted if at any time the prospective lower tier participant knowingly enters into a lower tier covered transaction with a learns that its certification was erroneous by reason of I person who is suspended, debarred, ineligible, or voluntarily changed circumstances. excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the d. The terms "covered transaction," "debarred," • depart- mentor agency may terminate this transaction for cause "suspended," "ineligible," "primary covered transaction," I or default. . • "participant," "person," "principal," "proposal, and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy I Certification Regarding Debarment, Suspension, of those regulations. Ineligibility and Voluntary Exclusion- Primary Covered Transactions • e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered I 1. The prospective primary participant certifies its transaction be entered into, it shall not knowingly enter into knowledge and belief, that it and its principals: to the best of its any lower tier covered transaction with a person who is knowledge and belief, that is and its principals: debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless a. Are not presently debarred, suspended, proposed authorized by the department or agency with which this I . for debarment, declared ineligible, or voluntarily excluded transaction originated. from covered transactions by any Federal department or agency; f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled I b. Have not within a 3 -year period preceding this 'Certification Regarding Debarment, Suspension, Ineligibility proposal been convicted of or had a civil judgement rendered and Voluntary Exclusion -Lower Tier Covered Transaction," against them for commission of fraud or a criminal offense in without modification, in all lower tier covered transactions connection with obtaining, attempting to obtain, or performing and in all solicitations for lower tier covered transactions. a public (Federal, State or local) transaction or contract under l a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered bribery, falsification or destruction of records, making false transaction that is not debarred, suspended, ineligible, or statements, or receiving stolen property; voluntarily excluded from the covered transaction, unless it I knows that the certification is erroneous. A participant may c. • Are not presently indicted for or otherwise criminally decide the method and frequency by which it determines the or civilly charged by a governmental entity (Federal, State or eligibility of its principals. Each participant may, but is not local) with commission of any of the offenses enumerated in required to, check the Nonprocurement List. paragraph 1 b of this certification; and • h. Nothing contained in the foregoing shall be construed to d. Have not within a 3 -year period preceding this require establishment of a system of records in order to render application /proposal had one or more public transactions in good faith the certification required by this clause. The (Federal, State or local) terminated for cause or default. knowledge and information of participant is not required to ' 2. Where the prospective primary participant is unable to exceed that which is normally possessed by a prudent person • in the ordinary course of business dealings. certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to 2. Instructions for Certification - Lower Tier Covered other remedies available to the Federal Government, the I Transactions: department or agency with which this transaction originated may pursue available remedies, including suspension and /or (Applicable to all subcontracts, purchase orders and other debarment. lower tier transactions of $25,000 or more - 49 CFR 29) I a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. . . Certification Regarding Debarment, Suspension, Ineligibility Voluntary Exclusion —Lower Tier Covered I b. The certification in this clause is a material representation Transactions: and of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective 1. The prospective lower tier participant certifies, by lower tier participant knowingly rendered an erroneous submission of this proposal, that neither it nor its principals is certification, in addition to other remedies available to the presently debarred, suspended, proposed for debarment, declared I Federal Government, the department, or agency with which this transaction originated may pursue available remedies, ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. • Page 9 1 it 1 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 111 XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person • for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds • have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in • connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 111 Page 10 ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS 1 (Applicable to Appalachian contracts only.) 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein • the contract work is situated, or the subregion, or the Appalachian ' counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a • lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph 1 ' c shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as • provided in subparagraph 4 below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, ' (c) the date on which he estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information I submitted by the contractor in the original job order is substantially modified, he shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to • perform the classification of work required. 4. If, within 1 week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, ' the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent • project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding • • the provisions of subparagraph 1 c above. 5. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work ' which is, or reasonably may be, done as on -site work. 1 • 1 Page 11 1 1 1 AMENDMENT REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) Under Section IV, Paragraph 2b(4) is deleted. 1 Under Section IV, Paragraph 4, "and helpers" is deleted from the title. Under Section IV, Paragraph 4a(1), add: The provisions in this section allowing apprentices to work at Tess than the predetermined rate when they -are registered in a bona fide apprenticeship 1 program registered with the U.S. Department of Labor, Employment and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a requirement for the Contractor to pay apprentices the full applicable 1 predetermined rate in the event a State Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws approval, of an apprenticeship ' program. Under Section IV, Paragraph 4c is deleted. Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper". Under Section IV, Paragraph 7 is revised by deleting "helpers ". deleting "helpers". Under Section V, Paragraph 2a is revised by dele mg elpers . Under Section V, Paragraph 2d(2) is revised by deleting "helper". 1 Amendment to Form FHWA 1273 Revised June 27, 1994 • 1 1 1 1 1 1 1 CONTRACT I THIS AGREEMENT, made and entered into in triplicate, this r1 d ay of �`" , 2004, by and between the City of Yakima, hereinafter called the Owner, and Superior Paving Company a Washing n Corporation, hereinafter called the Contractor. I WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties 1 hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE TOTAL BID AMOUNT I OF: $ 4,795,870.17, for Schedules 'A', 'B' & 'C', of Washington Avenue Widening and Reconstruction — 52nd Ave. to 24th Ave., Project Nos. 1901 & 1915, all in accordance with, and as described in the attached plans and specifications and the 2000 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. 1 Work shall start within ten (10) days after the Notice to Proceed and shall be completed in Two Hundred (200) working days. The first chargeable working day shall be the 11th working day after the date on which the City issues the Notice to Proceed. I 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. 1 II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby I agree to the full performance of all the covenants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, I except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. I Countersigned: CITY OF YAKIMA. CONTRACTOR this i day of Z' 2004. Superior Paving Company, a Washington Corporation 1 1 Contractor City ger Attest: /'5 '�"`�s��� /� I f� / ; P K M' (Print Name) City Clerk "''. `� ' i t '' Its * ' SEAL (President, Owner, etc.) * : ! � .ir' �° \, �2,� .......�� i Address: �. d� 1 SHI N G 7(y/ G(1i4 9` 1 1 123 • I .*: !' ' ___ • 1 PERFORMANCE BOND Bond No. 104340693 BOND TO CITY OF YAKIMA I KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, SUPERIOR PAVING CO. I a Washington Corporation as Principal and TRAVELERS CASUALTY AND SURETY a . corporation organized and existing under the laws of the State of r.T as a surety I corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the CITY OF YAKIMA in the penal sum of $ 4,795, 7 0. 1 7 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 , 20 1 Never - the -less, the conditions of the above obligations are such that WHEREAS, pursuant 10 action taken by the Yakima City Council on , 20 the City Manager and City Clerk I of the CITY OF YAKIMA has let or is about to let to the said SUPERIOR PAVING CO . , the above boon a certain contract, the • said contract being numbered Et% ' and providing for ' . - ' ' S$$ti'uEt S, I rAve(which contract is referred to herein and is made a part hereof as though attached hereto), and, . 1 WHEREAS, the sad Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the maneer and within the time set forth; I NOW THEREFORE, if the said _ SUPERIOR PAVING CO . shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply said principal or sub - contractors with provisions and supplies for the carrying on of said work, and shall hold said CITY OF YAKIMA, YAKIMA AIR TERMINAL, and YAKIMA COUNTY, their employees, agents, and elected - er 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 in the performance of said work and shalt 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 I performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the CITY OF YAKIMA, then and in that event this obligation shall be void; but otherwise it shall be and remain In full force and effect. I SUPERIOR PAVING CO,. 8y: /'�� I Bill Hanmett • (Print Narne) AP Proved as to torm 4 es: Vice — President _ / / (Present. Owner, etc...) / (City Attorney) , VELER CASUA • Y Ai D SUR, TY COMPANY , urety) OF AIER 1 „- ,.. - : ., AA/01110 Paula M. McCov 1 P (Print Name) Attorney —in —Fact 1 1 „ The. Travelers 1 IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, , President Bush signed into law the 1 Terrorism Risk Insurance Act of 2002 (the "Act "). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to 1 let you know what effect, if any, the Act will have on your premium. 1 Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government 1 will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused 1 by certain acts of terrorism which is in excess of. Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal 1 Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its 1 deductible. 1 Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such 1 coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. 1 1 1 1 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 I POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN -FACT 1 KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, 1 corporations-duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, II County of Harford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Anne E. Strieby, James B. Binder, Paula M. McCoy, Carrie Ester, of Seattle, I Washington, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the I same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. 1 This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any I 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 I appointee and revoke the power given him or her. VOTED: 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 I in writing and a copy thereof is filed in the office of the Secretary. VOTED: 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 I 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 Attomeys -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. 1 This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY I COMPANY, which Resolution is now in 'full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice I President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing 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 I certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. 1 . 1 1 1 (11 -00 Standard) I IN WITNESS WHEREOF, TRAVELERS and CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASU AN SURETY COMP F CASUALTY COMPANY have caused this in to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 2nd day of August, 2003. STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY I }SS. Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD X 9 ' J r N t V ANO GASU,4 ), ya D a HARTFORD, m i c rig 2% O By CON a CONN. o a; George W. Thompson 1 ��i '`6 1 : b ey * �� , Senior Vice President 1' I i On this 2nd day of August, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the I i corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. 1 ; "MN ,TARI . W\MAjo C titrittaUkdi My commission expires June 30, 2006 Notary Public '41.1 ' Marie C. Tetreault I . CERTIFICATE • I I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority I ; remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. • 1 ; Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this day of , 20 IN . GUq ' J q.� ly Apo GASU _ qKuO * 9� FO i J � (1 1 a rrFRD. < r► 19 s 2 O By t; W . 1 pQNtrf CONN, _ - ; $414.,07' Kori M. Johanson "l o � ��' �`y - ►` '+ Assistant Secretary, Bond 1 I ACORD.. C OF LIABILITY INSURANCE OP ID RY DATE(MM /DD/YYYY) SUPE -25 07/20/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Brown & Brown - Seattle HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P. 0. Box 24347 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle WA 98124 Phone: 206- 956 -1600 Fax :206- 956 -9600 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A. Zurich American Insurance INSURER B: 1L. _ _ Supperior Paving Company INSURER C. __ . . _,. -- _. - P:u: Box 10268 Yakima, WA 98909 INSURER D: U INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING I ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSK AUU'L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRC TYPE OF INSURANCE POLICY NUMBER DATE (MM /DDPM DATE (MM /DD/YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X X COMMERCIAL GENERAL LIABILITY GL0343718602 03/31/04 03/31/05 PREMISES (Eaoccurence) $ 300,000 CLAIMS MADE X OCCUR MED EXP (Any one person) $ 10,000 • I PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GE 'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP /OP AGG $ 2 , 0 0 0 , 00 0 POLICY X PRO LOC JECT AUTOMOBILE LIABILITY lr: aB X ANY AUTO BAP343718702 03/31/04 03/31/05 COMB ident) NGLELIMIT COINE $ 2 X ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS _ ^r� (Per person) P�j BODILY INJURY $ X NON -OWNED AUTOS Ppp �Q� (Per accident) 2 3 PROPERTY DAMAGE $ V ` (Per accident) GARAGE LIABILITY AUTO ONLY = EA ACCIDENT $ ANY AUTO . I • C �;'! OTHER THAN -: EA ACC $ _. 0 Ql • J��``►P AUTO ONLY: AGG $ EXCESS /UMBRELLA LIABILITY r` ��' \ t � EACH OCCURRENCE $ • OCCUR CLAIMS MAD V AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND S I- EMPLOYERS' LIABILITY TORY LIMMI TS S R E ER ANY PROPRIETOR /PARTNER /EXECUTIVE WASHINGTON STOP GAP E L EACH ACCIDENT $ 1,000,000 A OFFICER /MEMBEREXCLUDED� GL0343718602- 03/31/04 03/31/05. E L DISEASE - EA EMPLOYEE .$ 1,000,000 If yes, describe under SPECIAL PROVISIONS below E L DISEASE - POLICY LIMIT $ 1 , 000 , 000 I OTHER II DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Re: Washington Avenue Widening and Reconstruction #1901 & 1915, Yakima County - City of Yakima, their employees, agents, elected or appointed officials; Yakima Valley Air Terminal; Yakima County, their employees, II agents and elected or appointed officials are named as Additional Insured XXXX CERTIFICATE HOLDER CANCELLATION YAKI -0 6 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MAIL 20 DAYS WRITTEN City of Yakima NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, INIMMINIONIMONSWEI Engineering Division 129 North Second Street Yakima, WA 98901 A IZE TAT, ACORD 25 (2 001 /08) U /d . ©ACORD CORPORATION 1988 • POLICY NUMBER: GLO 3437186 -02 COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 ADDITIONAL INSURED - OWNERS LESSEE • S OR 1 CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION • I This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE ' Name of Person or Organization: ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE AGREED, THROUGH WRITTEN CONTRACT, AGREEMENT OR PERMIT TO PROVIDE ADDITIONAL INSURED COVERAGE, PROVIDED THE WRITTEN CONTRACT, AGREEMENT OR PERMIT WAS EXECUTED PRIOR 1 TO A LOSS. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as ' applicable to this endorsement.) A. Section II — Who Is An Insured is amended to (1) All work, including materials, parts include as an insured the person or organization or equipment furnished in ' shown the Schedule, but only with respect to connection with such work, on the liability arising out of your ongoing operations project (other than service, mainte- performed for that insured. nance or repairs) to be performed by ' B. With respect to the insurance afforded to these or on behalf of the additional in- additional insureds, the following exclusion is sured(s) at the site of the covered added: operations has been completed; or ' 2. Exclusions (2) That portion of "your work" out of This insurance does not apply to "bodily in- which the injury or damage arises has been put to its intended use by jury" or "property damage" occurring after: any person or organization other ' than another contractor or subcon- tractor engaged in performing op -. erations for a principal as a part of the same project. 1 • 1 CG 20 10 10 01 © ISO Properties, Inc., 2000 Page 1 of 1 1# I Bond No. 104340694 I RETAINAGE BOND KNOW ALL MEN BY THESE PRESENT: That we Superior Paving Co. I , a corporation existing under and by virtue of the laws of the State of Washington and authorized to do business in the State of Washington, as Principal, and Travelers Casualty and Surety Comaanv of Americaa corporation organized and existing under the laws of the I State of CT and authorized to transact the business of surety in the State of Washington, as Surety, are jointly and severally held and bound unto City of Yakima City of Yakima hereinafter called Obligee, and are similarly held and bound unto the I beneficiaries of the trust fund created by RCW 60.28 as their heirs, executors, administrators, successors and assigns, in the penal sum of Two Hundred Thirty Nine Thousand Seven Hundred Ninety Three Dollars and ( $239,793.51 ) plus 5% of any I increased in the contract amount that have occurred or may occur, due to change orders, increases in the quantities or the addition of any new item of work. I WHEREAS, on the day Contract No. 1901 1915 with Suet of Corr aAnmd , the said Principal herein executed for City Project Numbers 1901 & 1915. Washington Avenue Widening and Reconstruction. South 52nd Avenue to South 24th Avenue 1 WHEREAS, said contract and RCW 60.28 requires the City of Yakima to withhold from the I Principal the sum of 5% from monies earned by the Contractor on estimates during the progress of construction, hereinafter referred to as earned retained funds. I AND NOW WHEREAS, Principal has requested that the City of Yakima not retain any future earned retained funds and that they release all of a portion of the current amount of earned retained funds as allowed under RCW 60.28. I NOW THEREFORE, the condition of this obligation is such that if the Principal shall use the earned retained funds which will not be retained or shall use such funds which are now I being released, for the trust fund purposes of RCW 60.28, then this obligation shall be null and void; otherwise it shall remain in full force and effect. I IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this day of A.D. 1 Superior Paving Co. By / �: :,,e i Principal Bill Hcu►mett , Vice - President y 6 iaFI-Sicr+ss -Presi lent- - I : b T • - - . -sualt a d SA Compan j f America AlligsA e I Attorney -in -Fact Pau a M. McCoy 1 Travelers I ^fq IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE 1 I On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act "). The Act establishes a short -term program under which the Federal 1 Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you I with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. 1 Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps 1 the amount of terrorism - related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that . the insurer has met its deductible. 1 Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or 1 bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage I required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. 1 1 1 I •% TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA i. • TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 I POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT 1 KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, 1 corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut; (hereinafter the " Companies ") hath made, constituted and appointed, and do by these presents make,' 6 nstitute and appoint: Anne E. Strieby, James B. Binder, Paula M. McCoy, Carrie Ester, of Seattle, I Washington, their, true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indenuty, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the I same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. ' This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any I Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys -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 I appointee and revoke the power given him or her. VOTED: 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 I in writing and a copy thereof is filed in the office of the Secretary. VOTED: 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 I 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 Attomeys -m -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. 1 This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY 1 COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice I President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing 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 I certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. 1 1 1 1 (11-00 Standard) 1 1 III IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 2nd day of August, 2003. 1 ' STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY }SS. Hartford FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD � ' Jr �,'!Y ANp GASbq � _ ...........v.4.........__ 1 H ARTFORD, a HARTFORD, 71 1 .1 19 s y ° o By Con g CONN. o ca t 4 a d :* , George W. Thompson 14 ��� 61 �� *D �y * ,:g4 Senior Vice President 1 I On this 2nd day of August, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly swo rn, did depose and say that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the , corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals I affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. f• TIN . .TAR W\ C. ttLTAULLa.* '} . , - My commission expires June 30, 2006 Notary Public 1.131 Marie C. Tetreault 1 CERTIFICATE 1 I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of I the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. I Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this day of , 20 1 JpV 4Y Apps Gt0 G9 . i HA bn p B 1' • _( ? I �� Hamm. .i KTFO�. >i 2 o y 1 1 CON" �8 < ° 19 41 Kori M. Johanson ` "4 0 . ` y * ►•'' Assistant Secretary, Bond 1 1 I . ,,. - r 1 I COMMERCIAL LIASIUTY 1ST REPRINT CGL— ENDORSEMENTS JUNE 1991 I POLICY NUMBER: ABC 123 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) Gd Q� This endorsement modifies insurance provided under the following: ` Q � 1 COMMERCIAL GENERAL LIABILITY COVERAGE PART. ° SCHEDULE 10 0 1 Name of Person or Organization: City of Yakima, Yakima County, Yakima Air Terminal, their employees and elected or appointed officials as additional insured's. 1 (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) I WHO IS AN INSURED (Section I1) is amended to include as an insured the person or organization shown in the Schedule. but only with respect to liability arising out of "your work" for that insured by or for you. I G Ali Ne I #S4)\\\*S � 1 Agent Signature G ®� Date 1 1 1 1 1 CG 20 10 11 85 ' Copyright, Insurance Services Office, Inc., 1984 GG20 107 V1.11.208 1 129 1 MINIMUM WAGE AFFIDAVIT 1 STATE OF WASHINGTON) • ' ) COUNTY OF YAKIMA ) ss I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is submitted, I have paid the following rate per hour to each classification of laborers, workmen, or mechanics, as indicated upon the ' attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the 1 above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 1 Contractor 1 Subscribed and sworn to before me on this day of , 200 1 Notary Public in and for the State of Washington residing at 1 1 1 1 1 1 1 1 131 1 1 1 PREVAILING WAGE RATES 1 Department of labor & Industries Statement 1 Prevailing Wage Rates for Yakima County 1 DOLL - Manufacture & Fabrication Notice Benefit Code Key 1 1 1 1 1 1 1 •1 PREVAILING WAGE RATES 1 The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industrial Statistician of the Department of Labor and Industries, ' are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including Tabor 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 1 on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ' ESAC Division PO Box 44540 • Olympia, Washington 98504 -4540 Telephone: 360 - 902 -5335 1 1 1 1 1 1 1 1 • 133 1 . . II General Decision Number: WA030001 05/14/2004 WA1 Superseded General Decision Number: WA020001 ' State: Washington II Construction Types: Heavy (Heavy, and Dredging) and - Highway Counties: Washington Statewide. 1 HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) I Modification Number Publication Date 0 06/13/2003 1 01/23/2004 II II 2 02/06/2004 3 02/13/2004 4 03/05/2004 5 03/12/2004 I 6 04/16/2004 7 05/14/2004 II CARP0001 -008 06/01/2003 Rates Fringes II Carpenters: COLUMBIA RIVER AREA - ADAMS, BENTON, 1 COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY,, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 1 120TH MERIDIAN) AND WALLA WALLA COUNTIES GROUP 1• $ 23.88 6.75 1 GROUP 2• $ 24.99 6.75 GROUP 3 $ 24.15 6.75 GROUP 4 $ 23.88 6.75 GROUP 5• $ 59-.17 6.75 II GROUP 6•, $ 28.02 6.75 1 1 - 1 WA030001 Modification 7 1 1 Federal Wage Determinations 1 1 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES GROUP 1• $ 23.21 6.75 GROUP 2• $ 24.31 6.75 GROUP 3• $ 23.47 6.75 GROUP 4• $ 23.21 6.75 GROUP 5• $ 57.50 6.75 GROUP 6• $ 27.30 6.75 CARPENTERS CLASSIFICATIONS GROUP 1: Carpenter; Burner - Welder; Rigger and Signaler; Insulators (all types), Acoustical, Drywall and Metal Studs, . Metal Panels and Partitions; Floor Layer, Sander, Finisher and Astro Turf; Layout Carpenters; Form Builder; Rough Framer; Outside or Inside Finisher, including doors, windows, and jams; Sawfiler; Shingler (wood, composition) Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw -Off Bearer; Wire, Wood and Metal 1 Lather Applicator GROUP 2: Millwright, machine erector - GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, dock and wharf carpenters GROUP 5: Divers GROUP 6: Divers Tender DEPTH PAYY FOR DIVERS: Each foot over 50 -100 feet $1.00 Each foot over 100 -175 feet 2.25 Each foot over 175 -250 feet 5.50 HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit ". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line. WA030001 Modification 7 2 Federal Wage Determinations 1 1 CARP0003 -006 06/01/2003 1 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA ANDWAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY • SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: 11 CARPENTERS; ACOUSTICAL $ 26.94 10.33 DIVERS TENDERS $ 29.45 10.33 DIVERS $ 64.00 10.33 DRYWALL $ 26.94 10.33 FLOOR LAYERS & FLOOR FINISHERS (the laying of all hardwood floors 1 nailed and mastic set, parquet and wood -type tiles, and block floors, the sanding and 1 finishing of floors, the preparation of old and new floors when the materials mentioned above are to be installed); INSULATORS (fiberglass and similar irritating materils $ 27.09 10.33 MILLWRIGHTS $ 27.44 10.33 PILEDRIVERS $ 27.44 10.33 1 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 100 TO 150 FEET 1.50 PER FOOT OVER 100 FEET 150 TO 200 FEET 2.00 PER FOOT OVER 150 FEET Zone Differential (Add up Zone 1 rates): Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 1 1 WA030001 Modification 7 3 1 Federal Wage Determinations 1 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective 1 city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 ,, miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities CARP0770 -003 06/01/2003 Rates Fringes Carpenters: CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST I/ OF THE 120TH MERIDIAN), • KITTITAS, OKANOGAN. (WEST OF THE 120TH MERIDIAN) AND YAKIMA • COUNTIES ACCOUSTICAL WORKERS $ 20.98 9.22 11 CARPENTERS AND DRYWALL APPLICATORS $ 20.72 9.22 CARPENTERS ON CREOSOTE MATERIAL $ 20.82 9.22 DIVERS TENDER $ 31.17 9.50 DIVERS $ 70.07 9.50 • INSULATION APPLICATORS $ 20.72 9.22 MILLWRIGHT AND MACHINE ERECTORS $ 29.40 9.22 PILEDRIVER, BRIDGE DOCK AND WHARF 11 CARPENTERS $ 28.40 • 9.22 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 28.60 9.22 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF • OTHER STATIONARY WOOD WORKING TOOLS $ 20.85 9.22 WA030001 Modification 7 4 Federal Wage Determinations • 1 II WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR,ISLAND, JEFFERSON, KING, KITSAP, LEWIS(excludes piledrivers only), MASON, PACIFIC 1 (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES ACOUSTICAL WORKERS $ 28.56 9.50 CARPENTERS AND DRYWALL APPLICATORS $ 28.40 9.50 . I CARPENTERS ON • CREOSOTE MATERIAL $ 28.50 9.50 DIVERS TENDER $ 31.17 9.50 DIVERS $ 70.07 9.50 INSULATION APPLICATORS $ 28.40 9.50 MILLWRIGHT AND MACHINE ERECTORS $ 29.40 9.50 1 PILEDRIVER, BRIDGE, DOCK & WHARF CARPENTERS $ 28.40 9.50 PILEDRIVER, DRIVING, I PULLING, CUTTING, PLACING COLLARS, • SETTING, WELDING OR . 1 CRESOTE TREATED MATERIAL, ALL PILING $ 28.60 9.50 SAWFILERS, STATIONARY POWER SAW OPERATORS, ' FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR ' II AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS $ 28.53 9.50 1 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the 11 free zone computed from the city center of the following listed cities: t - Seattle Olympia Bremerton Bellingham Auburn Anacortes Renton Shelton Yakima Aberdeen - Hoquiam. Tacoma • Wenatchee • II Ellensburg Everett Port Angeles Centralia Mount Vernon . Sunnyside Chelan Pt. Townsend . II Zone Pay: 0 -25 radius miles Free 25 -35 radius miles $1.00 /hour ' II 35 -45 radius miles $1.15 /hour 45-55 radius miles $1.35 /hour . Over 55 radius miles $1.55 /hour II • WA030001 Modification 7 5 • Federal Wage Determinations • (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: I/ 0 -25 radius miles Free 25 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour 1 ELEC0046 -001 12/01/2003 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES 11 Rates Fringes Cable splicer $ 36.85 3% +11.56 Electrician $ 33.50 3% +11.56 • ELE00048 -003 01/01/2004 CLARK, KLICKITAT AND SKAMANIA COUNTIES 1 Rates Fringes Cable splicer $ 31.40 3% +12.35 Electrician $ 31.15 3% +12.35 ELEC0073 -001 07/01/2003 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS; WHITMAN I COUNTIES Rates Fringes Cable splicer $ 24.37 3% +11.03 _ Electrician $ 23.97 3% +11.03 ELEC0076 -002 07/01/2003 1 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes Cable splicer $ 33.32 3% +12.06 1 Electrician $ 30.02 3% +12.06 1 WA030001 Modification 7 6 Federal Wage Determinations 1 II II * ELEC0077 -002 02/01/2004 11 Rates Fringes Line Construction: ' CABLE SPLICERS $ 38.71 3.875% +8.75 II GROUNDMEN $ 24.19 3.875% +7.00 LINE EQUIPMENT MEN $ 29.72 3.875% +7.00 • LINEMEN, POLE SPRAYERS, II HEAVY•LINE EQUIPMENT MAN $ 34.56 3.875% +8.75 POWDERMEN, JACKHAMMERMEN $ 25.92 3.875% +7.00 TREE TRIMMER $ 20.27 3.875% +7.19 II ELEC0112 -005 06/01/2003 1 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes . I Cable splicer $ 30.71 3% +10.98 II Electrician $ 29.25 3% +10.98 ELEC0191 -003 09/01/2003 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES I Rates • Fringes Cable splicer $ 33.72 3% +9.83 II Electrician $ 30.66 3% +9.83 ELEC0191 -004 09/01/2003 I CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES 1 Rates Fringes . ' Cable splicer $ 29.33 3% +9.78 • II Electrician $ 26.66 3% +9.78 • II ELEC0970 -001 06/01/2003 COWLITZ AND WAHKIAKUM COUNTIES Rates • Fringes . Cable splicer , $ 31.57 3% +9.40 II Electrician $ 28.70 3% +9.40 WA030001 Modification 7 7 . II Federal Wage Determinations 11 1 ENGI0302 -003 06/01/2003 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS: CATEGORY A PROJECTS (EXCLUDES CATEGORY B PROJECTS, AS SHOWN BELOW) Zone 1 (0 -25 radius miles): Rates Fringes 1 Power equipment operators: Group 1A $ 30.30 9.40 Group IAA $ 30.82 9.40 Group lAAA $ 31.33 9.40 Group 1 $ 29.79 9.40 Group 2 $ 29.34 9.40 Group 3 $ 28.97 9.40 Group 4 $ 26.80 9.40 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles). - $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS I/ GROUP lAAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) 1 GROUP IAA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom. GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cbleway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type WA030001 Modification 7 8 Federal Wage Determinations 1 1 GROUP 2 - Barrier machine (zipper); Batch Plant O PP eraor- P Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with ' attachments; Crane - overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders - overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers - asphalt plant; Motor patrol graders- finishing; Piledriver (other than crane mount); Roto - mill,roto- grinder; Screedman, spreader, topside ' operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes -over 75 hp; Transfer material service machine - shuttle buggy, blaw knox - roadtec; Truck crane oiler /driver -100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer 1 GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D -9 and under; Forklift -3000 lbs. and ' over with attachments; Horizontal /directional drill locator; Outside hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loader - elevating type, belt; Motor patrol ' grader- nonfinishing; Plant oiler- asphalt, crusher; Pumps- concrete; Roller, plant mix or multi -lift materials; Saws- concrete; Scrpers- concrete and carry -all; Service 11 engineer - equipment; Trenching machines; Truck Crane Oiler /Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; 1 Concrete finish mahine -laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift- permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant 1 mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator 1 1 1 1 WA030001 Modification 7 9 Federal Wage Determinations CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: 1. Projects involving work on structures such as buildings 11 and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building'is 11 involved. Surfacing and paving including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H -2 Class "C" Suit - Base wage rate plus $.25 per hour. H -3 Class "B" Suit - Base wage rate plus $.50 per hour. H -4 Class "A" Suit - Base wage rate plus $.75 per hour. ENGI0302 -009 06/01/2002 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, IP KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA,SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES 1 ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 95% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. .11 ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. • WORK PERFORMED ON HYDRAULIC DREDDGES: Zone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: GROUP 1 . TOTAL PROJECT COST $300,000 AND OVER $ 28.51 9.40 TOTAL PROJECT COST UNDER $300,000 $ 26.96 8.40 GROUP 2 TOTAL PROJECT COST $300,000 AND OVER $ 28.62 9.40 TOTAL PROJECT COST • UNDER $300,000 $ 27.06 8.40 WA030001 Modification 7 10 Federal Wage Determinations 1 i • II GROUP 3 • TOTAL PROJECT COST ' il $300,000 AND OVER $ 28 • 9.40 TOTAL PROJECT COST UNDER $300,000 $ 27.38 8.40 GROUP 4 . 1 TOTAL PROJECT COST $300,000 ANDOVER $ 29.02 . 9.40 TOTAL PROJECT COST . I UNDER $300,000 $ 27.43 8.40 GROUP 5 TOATL PROJECT COST • $300,000 AND OVER $ 30.45 9.40 II TOTAL PROJECT COST UNDER $300,000 • $ 28.75 8.40 GROUP 6 I TOTAL PROJECT COST $300,000 AND OVER $ 28.51 9.40 TOTAL PROJECT COST UNDER $300,•000 $ 26. - 8.40 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) - $ .70 1 Zone 3 (Over 45 radius miles) - $1.00 ' BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle,.Shelton, II Wenatchee, Yakima • II II . 1 II 1 1 1 II WA030001 Modification 7 11 II Federal Wage Determinations • 1 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 - ASSISTANT MATE (DECKHAND) GROUP 2 - OILER GROUP 3 - ASSISTANT ENGINEER (ELECTRIC, DIESEL, STEAM OR BOOSTER PUMP); MATES AND BOATMEN GROUP 4 - CRANEMAN, ENGINEER WELDER GROUP 5 - LEVERMAN, HYDRAULIC GROUP 6 - MAINTENANCE CATEGORY B PROJECTS: 95% OF THE BASIC HOURLY RATE FOR EACH I/ GROUP PLUS FULL FRINGE BENEFITS APPLICABLE TO CATEGORY A PROJECTS SHALL APPLY TO THE FOLLOWING PROJECTS. REDUCED RATES MAY BE PAID ON THE FOLLOWING: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving including, but utilities excluded. 3. Marine projects (docks, wharfs, ect.) less than $150,000. HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND • BULLDOZERS. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft 1 classifications subject to working inside a federally designed hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing. H -2 Class "C" Suit - Base wage rate plus $.25 per hour. H -3 Class "B" Suit - Base wage rate plus $.50 per hour. H -4 Class "A" Suit - Base wage rate plus $.75 per hour. • 1 1 1 1 1 WA030001 Modification 7 12 Federal Wage Determinations 1 1 ENGI0370 -002 08/01/2003 ' ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH 1 MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes Power equipment operators: GROUP 1A $ 20.94 7.37 GROUP 1 $ 21.49 7.37 • GROUP 2 $ 21.81 7.37 1 GROUP 3 $ 22.42 $ 22.58 7.37 GROUP 4 7.37 GROUP 5 $ 22.74 7.37 GROUP 6 $ 23.02 7.37 ' GROUP 7 $ 23.29 7.37 GROUP 8 $ 24.39 7.37 1 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho ' Zone 2: Outside 45 mile radius Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho 1 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole 1 and inspect drill rig while in operation); Fireman &.Heater Tender; Grade Checker; Hydro- seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine 1 1 1 WA030001 Modification 7 13 11 Federal Wage Determinations 1 GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable- concrete); Pavement Breaker, Hydra- Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self - propelled); Railroad Power Tamper Operator (self - propelled); Railroad Tamper Jack Operator (self - propelled; Spray Curing Machine (concrete); Spreader Box (self - propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); 11 Bending Machine; Bob Cat; Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Tractor (to D -6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator GROUP 4: Concrete Pumps (squeeze - crete, flow - crete, pump - crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond)(operate drilling machine, drive or transport drill rig to and on job site and weld well.casing); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more or Tower Hoist); Loaders (overhead & front -end, under 4 yds. R /T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R /T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re- screening); Vacuum Drill (reverse circulation drill under 8 inch bit) • 1 1 WA030001 Modification 7 14 Federal Wage Determinations 1 GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 1 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & 1 similar)(operates drilling machine, drive or transport drill rig to and on job site and weld well casing); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self-propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar) GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2'& incl. 4); Blade Operator (motor patrol & attachments, Athey &Huber); Boom Cats (side); Cable Controller (dispatcher); Clamshell Operator (under 3 yds.); Compactor (self - propelled with ' blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D. Welder; Loader Operator (front -end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber - tired; Screed Operator; Shovel(under 3 yds.); Tractors (D -6 & equilvalent & over); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway 1 Operators; Concrete Cleaning /Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front -end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front -end, 10 yards and over); Helicopter Pilot ' BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .30 over scale Over 250 ft $ .60 over scale WA030001 Modification 7 15 ' Federal Wage Determinations 1 � 1 NOTE: In computing the length of the boom on Tower .Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs,- working with supplied air shall receive $1.00 an hour above classification. ENGI0370 -006 06/01/2002 1 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES WORK PERFORMED ON HYDRAULIC DREDGES 1 Rates Fringes • Hydraulic Dredge • GROUP 1• $ 24.73 6.27 GROUP 2• $ 25.10 6.27 GROUP 3• $ 25.13 6.27 GROUP 4• • $ 25.52 6.27 GROUP 5• $ 24.63 6.27 GROUP 1: Assistant Mate (Deckhand) and Oiler 1 GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump); Mates and Boatmen GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. 1 • 1 1 1 1 1 WA030001 Modification 7 16 Federal Wage Determinations 1 1 II ENGI0612 -001 06/01/2002 1 LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND 1 THURSTON COUNTIES PROJECTS: . CATEGORY A PROJECTS (excludes Category B projects, as shown II below) Rates Fringes 1 Power equipment operators: WORK PERFORMED ON HYDRAULIC DREDGES:Total II Project cost $300,000 and over GROUP 1 $ 28.51 9.40 GROUP 2 $ 28.62 9.40 I GROUP 3 $ 28.97 9.40 GROUP 4 $ 29.02 9.40 GROUP 5 $ 30.45 9.40 1 GROUP 6 $ 28.51 9.40 WORK PERFORMED ON HYDRAULIC DREDGES:Total Project Cost under 1 $300,000 GROUP 1 $ 26:96 8.40 GROUP 2 $ 27.06 8.40 1 GROUP 3 $ 27.38 8.40 GROUP 4 $ 27.43 8.40 GROUP 5 $ 28.75 8.40 GROUP 6 $ 26.96 8.40 II ZONE 2 (26 -45 radius miles) - Add $.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates II BASEPOINTS: Tacoma, Olympia, and Centralia CATEGORY B PROJECTS - 95% of the basic hourly rate for each II group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings 1 and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 1 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docts, wharfs, etc.) less than $150,000 1 1 WA030001 Modification 7 17 II Federal Wage Determinations WORK PERFORMED ON HYDRAULIC DREDGES: GROUP 1: Assistant Mate (Deckhand • GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam 'or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS HANDLING OF HAZARDOUS WASTE MATERIALS H -1 - When not outfitted with protective clothing of level D equipment - Base wage rate H -2 - Class "C" Suit - Base wage rate + $.25 per hour H -3 - Class "B" Suit - Base wage rate + $.50 per hour H -4 - Class "A" Suit - Base wage rate +$.75 per hour ENGI0612 -002 06/01/2003 ' LEWIS, PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES • ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): Rates Fringes Power equipment operators: GROUP 1A $ 30.30. 9.40 GROUP IAA $ 30.82 9.40 GROUP lAAA $ 31.33 9.40 GROUP 1 $ 29.79 9.40 GROUP 2 $ 29.34 9.40 GROUP 3 $ 28.97 9.40 GROUP 4 $ 26.80 9.40 1 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) = $ .70 Zone 3 (Over 45 radius miles) - $1.00 . BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS 1 GROUP 1 AAA - Cranes-over.300 tons or 300 ft of boom (including jib with attachments) , GROUP IAA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom • WA030001 Modification 7 18 • Federal Wage Determinations 1 1 GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge 1 type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments 11 GROUP 1 - Cableway; Cranes 45 tons thru 99 tons 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; 1 Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9 HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self- propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer /deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar . equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, ' asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar 1 Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off -road equipment- under 45 yards; Subgrader trimmer;. Tractors, backhoe over 75 hp; Transfer material service machine - shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler /driver -100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; 1 Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; ' Outside Hoists - (elevators and manlifts), air tuggers, strato tower bucket. elevators; Hydralifts /boom trucks over 10 tons; Loaders - elevating type, belt; Motor patrol grader - nonfinishing; Plant oiler- asphalt, crusher; Pump- Concrete; Roller, plant mix or multi -lfit materials; Saws- concrete; Scrapers, concrete and carry all; Service engineers - equipment; Trenching machines; Truck crane oiler /driver under 100 tons; Tractors, backhoe under 75 hp i WA030001 Modification 7 19 ' Federal Wage Determinations 1 GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger - mechanical; Power plant; Pumps- water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator 1 FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. ENGI0701 -002 01/01/2004 1 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA; AND WAHKIAKUM COUNTIES Rates Fringes Power equipment operators: (See Footnote A) ZONE 1: GROUP 1 $ 29.51 9.70 GROUP 1A $ 30.99 9.70 GROUP 1B $ 32.46 9.70 GROUP 2 $ 28.25 9.70 GROUP 3 $ 27.47 9.70 GROUP 4 $ 26.93 9.70 GROUP 5 $ 26.32 9.70 GROUP 6 $ 23.91 9.70 , Zone Differential (add to Zone 1 rates): Zone 2 - $1.50 Zone 3 - 3.00 WA030001 Modification 7 20 Federal Wage Determinations 1 1 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 5 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall 1 receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall 1 receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS ' GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE ' BOOM CRANE: Operator 200 tons through 299 tons, and /or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 • tons through 199 tons with luffing or tower attachments; 1 FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and ' over (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over 1 WA030001 Modification 7 21 1 Federal Wage Determinations 1 GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 P � g tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over 1 GROUP 2: ASPHALT: Asphalt Plant Operator (any type); Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, D11, and 11 similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and /or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (with luffing or tower attachment); TOWER /WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and /or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth - moving equipment; RUBBER -TIRED SCRAPERS: Rubber- tired scraper operator, with tandem scrapers, multi- engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES - EXCAVATOR: Excavator over 130,000 lbs. GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES - EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self - loading, paddle wheel, auger type, finish and /or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. 1 1 1 WA030001 Modification 7 22 Federal Wage Determinations 1 1 GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, t mechanical hydraulic means; Blade operator, multi - engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); Hydro Axe • (loader mounted or similar type); COMPACTORS SELF - PROPELLED: ' Compactor Operator, with blade; Compactor Operator, multi- engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; ' Reinforced Tank Banding Machine (K -17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ' ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; ' CRUSHER: Generator Operator; Diesel - Electric Engineer; Grizzley Operator; Drill Doctor; Boring Machine Operator; Driller- Percussion, Diamond, Core, Cable, Rotary and similar I type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel - electric Engineer; Jack Operator, elevating barges, Barge Operator, self- unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel- Electric Engineer required) Flo ating Crane (derrick barge) Operator, less than ' 30 tons; GENERATORS: Generator Operator; Diesel - electric Engineer; GUAR EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: ' Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; - Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders,. Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer ' Operator; Piledriver Operator•(not crane type); PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine Operator; Pipe ' Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel WA030001 Modification 7 23 ' Federal Wage Determinations 1 Electric Engineer (Plant or Floating; Bolt Threading Machine 11 operator; Drill Doctor (Bit Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator,single engine, single scraper; Self- loading, paddle wheel, auger type under 15 cu. yds.; Rubber - tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push- ull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR - RUBBERED TIRED: Tractor operator, rubber- tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type) Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and /or Grooving Machine Operator (riding type);• Cement Pump Operator, Fuller- Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and /or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single 11 drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and /or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader operator, Athey and similar types; OILERS: WA030001 Modification 7 24 Federal Wage Determinations i Service oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi- Purpose ' Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJBs Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, I self - propelled; Pulva -mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self - propelled ' construction job site; TRACTOR - RUBBER TIRED: Tractor operator, rubber - tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey ' GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type ' Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; 11 FORKLIFT: Self - propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; Lull Hi -Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: I Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler- Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Rigger; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; ' SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, ' construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self - propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; ' TUNNEL: Conveyor operator; Air filtration equipment operator 1 WA030001 Modification 7 25 ' Federal Wage Determinations ENGI0701 -003 06/01/2003 • CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND • WAHKIAKUM COUNTIES DREDGING: Rates Fringes Dredging: ZONE A ASSISTANT ENGINEER $ 30.74 9.25 ASSISTANT MATE $ 26.96 9.25 LEVERMAN, DIPPER, II FLOATING CLAMSHELL $ 32.99 9.25 LEVERMAN, HYDRAULIC $ 32.99 9.25 TENDERMAN $ 29.71 9.25 ZONE B ASSISTANT ENGINEER $ 32.74 9.25 ASSISTANT MATE $ 28.96 9.25 • LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 34.99 9.25 LEVERMAN, HYDRAULIC $ 34.99 9.25 TENDERMAN $ 31.71 9.25 ZONE C ASSISTANT ENGINEER $ 33.74 9.25 ASSISTANT MATE $ 29.96 9.25 LEVERMAN, DIPPER, FLOATING CLAMSHELL $ 35.99 9.25 LEVERMAN, HYDRAULIC $ 35.99 9.25 TENDERMAN $ 32.71 9.25 ZONE DESCRIPTION FOR DREDGING: ZONE A - All jobs or projects located within 30 road miles of Portland City Hall. ZONE B - Over 30 -50 road miles from Portland City Hall. ZONE C - Over 50 road miles from Portland City Hall. *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. IRON0014 -005 07/01/2003 ' ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, II STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates. Fringes Ironworker $•26.32 12.45 • • 1 i WA030001 Modification 7 26 Federal Wage Determinations 1 IRON0029 -002 07/01/2003 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES ' Rates Fringes Ironworker $ 27.82 12.45 1R0N0086 -002 07/01/2003 ' YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes Ironworker $ 27.47 12.45 IRON0086 -004 07/01/2003 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes Ironworker $ 28.57 12.45 • 1 i WA030001 Modification 7 27 ' Federal Wage Determinations • 1 LAB00001 -002 07/01/2003 ZONE 1: ' Rates Fringes Laborers: CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH • BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES GROUP 1 $ 17.71 7.20 GROUP 2 $ 20.03 7.20 GROUP 3 $ 24.71 7.20 GROUP 4 $ 25.19 7.20 GROUP 5 $ 25.55 7.20 CHELAN, DOUGLAS (WEST OF THE MERIDIAN), KITTITAS AND YAKIMA COUNTIES GROUP 1 $ 14.59 7.20 GROUP 2 $ 16.91 7.20 GROUP 3 $ 18.63 7.20 GROUP 4 $ 19.11 7.20 GROUP 5 $ 19.47 7.20 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ' ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall WA030001 Modification 7 28 Federal Wage Determinations 1 1 LABORERS CLASSIFICATIONS ' GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to ' final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car ' GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete Form Stripper; Curing Laborer; 1 Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level ' C); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job ' site); Topper - Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper - Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and ' Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder - Mudman; Mortarman and Hodcarrier; Nozzleman (concrete pump, green ' cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and ' Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power; Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and 1 glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer ' GROUP 5: Caisson Worker; Miner; Powderman; Re- Timberman; Hazardous Waste Worker (Level A). 1 1 1 WA030001 Modification 7 29 1 Federal Wage Determinations 1 LAB00238 -004 06/01/2003 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 17.36 6.50 GROUP 2 $ 19.46 6.50 GROUP 3 $ 19.73 6.50 GROUP 4 $ 20.00 6.50 GROUP 5 $ 20.28 6.50 GROUP 6 $ 21.65 6.50 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer /Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean -up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of.squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean -up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder', Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right -of -way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer WA030001 Modification 7 30 Federal Wage Determinations 1 1 GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; ' Dope Pot Firemen, non - mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C ' (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form setter); Nozzleman (to include squeeze and flo -crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, ' Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to ' include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when ' laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A 1 supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to ' include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve ' or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, ' Level A. (utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line); Miner Class "D ", (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 - Powderman 1 1 WA030001 Modification 7 31 Federal Wage Determinations 1 1 LAB00238 -006 07/01/2003 • COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, II COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, . OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN • Rates Fringes 1 Hod Carrier $ 20.95 6.50 • 1 LAB00335 -001 06/01/2003 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 22.92 7.40 GROUP 2 $ 23.44 7.40 GROUP 3 $ 23.84 7.40 GROUP 4 $ 24.18 7.40 GROUP 5 $ 20.70 7.40 GROUP 6 $ 18.54 7.40 GROUP 7 $ 15.71 7.40 1 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 • Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER 1 ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50'miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. • • 1 1 1 WA030001 Modification 7 32 Federal Wage Determinations 1 1 LABORERS CLASSIFICATIONS ' GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Groomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature ' (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake - Setter; Tunnel - Muckers, Brakemen, Concrete Crew, Bullgang (underground) ' GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber - mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole ' Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, . Ballast Regulators, Multiple Tampers, Power Jacks, ' Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); ' Concrete Nozzelman; Grade Checker; Pipela Laser Beam (pipelaying)- applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive- Tunnel; Powderman- Tunnel; Shield Operator - Tunnel WA030001 Modification 7 33 ' Federal Wage Determinations 1 GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LA300335 -010 06/01/2003 1 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates • Fringes Hod Carrier $ 24.69 7.40 • PAIN0005 -002 06/01/2003 1 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 21.25 6.42 PAIN0005 -004 03/01/2004 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes 1 Painter $ 24.36 6.41 • 1 1 1 1 1 1 WA030001 Modification 7 34 Federal Wage Determinations 1 1 PAIN0005 -006 07/01/2003 ' ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, 'SPOKANE, STEVENS, WALLA WALLA, 1 WHITMAN AND YAKIMA COUNTIES Rates Fringes Painters: Application of Cold Tar Products, Epoxies, • Polyurethanes, Acids, 1 Radiation Resistant • Material, Water and Sandblasting, Bridges, 1 Towers, Tanks, Stacks, Steeples $ 19.97 6.22 Brush, Roller, ' Striping, Steam - cleaning and Spray $ 18.97 6.22 Lead Abatement, • Asbestos Abatement $ 19.97 6.22 TV Radio, Electrical Transmission Towers $ 20.72 6.22 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055 -002 07/01/2003 1 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES 1 Rates Fringes Painters: • 1 Brush & Roller $ 6.12 High work - All work 60 ft. or higher $ 18.36 6.12 Spray and Sandblasting $ 18.21 6.12 1 PAIN0055 -007 06/01/2003 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes • 1 Painters: • HIGHWAY AND PARKING LOT STRIPER $ 24.79 5.75 • 1 WA030001 Modification 7 35 Federal Wage Determinations • 1 1 PLAS0072 -004 06/01/2003 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes • Cement Mason ZONE 1• $ 22.33 7.03 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 • BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office 1 PLAS0528 -001 06/01/2003 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes Cement Masons: CEMENT MASON $ 28.52 10.42 COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 28.77 10.42 PLAS0555 -002 12/01/2003 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES ZONE 1: Rates Fringes Cement Masons: CEMENT MASONS DOING BOTH COMPOSITION /POWER MACHINERY AND SUSPENDED /HANGING 1 SCAFFOLD $ 25.96 10.50 CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD $ 25.50 10.50 CEMENT MASONS $ 25.04 10.50 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS $ 25.50 10.50 WA030001 Modification 7 36 Federal Wage Determinations 1 1 Zone Differential (Add To Zone 1 Rates): ' Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: BEND, CORVALLIS, EUGENE, LONGVIEW, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER 1 ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the ' respective city hall. ZONE 5: More than 80 miles from the respective city hall ' PLUM0032 -002 01/01/2004 CLALLAM, KING AND JEFFERSON COUNTIES Rates Fringes Plumbers and Pipefitters $ 34.43 14.33 PLUM0032 -003 01/01/2004 CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN (NORTH) COUNTIES Rates Fringes ' • Plumbers and Pipefitters $ 26.38 11.68 1 PLUM0044 -003 06/01/2003 ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN (EASTERN PART), PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES Rates Fringes Plumbers and Pipefitters $ 26.01 10.74 1 . 1 1 WA030001 Modification 7 37 1 Federal Wage Determinations PLUM0082 -001 01/01/2004 CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES Rates Fringes ' Plumbers and Pipefitters $ 30.40 ' 13.17 PLUMO265 -003 01/01/2004 ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES 1 Rates Fringes Plumbers and Pipefitters $ 30.20 13.17 * PLUMO290 -003 04/01/2004 CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) Rates Fringes Plumbers and Pipefitters $ 32.58 14.07 PLUM0598 -005 06/01/2003 ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF • i CLARKSTON), BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY (WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN (EASTERN), WALLA WALLA AND YAKIMA COUNTIES Rates Fringes Plumber $ 30.38 14.20 r 1 . 1 t WA030001 Modification 7 38 Federal Wage Determinations 1 1 II PLUM0631 -001 01/01/2004 II MASON (NE SECTION), AND KITSAP COUNTIES Rates Fringes 1 Plumbers and Pipefitters All new construction, additions, and I remodeling of commercial building projects such as: , I cocktail lounges and taverns, professional buildings, medical clinics, retail stores, 1 hotels and motels, restaurants and fast food types, gasoline service stations, and I car washes where the plumbing and mechanical cost of the project is II less than $100,000 $ 20.85 4.58 All other work where the plumbing and mechanical cost of the 1 project is $100,000 and over $ 29.29 13.17 II TEAM0037 -002 06/01/2003 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line 1 made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES I Rates Fringes Truck drivers: ZONE 1 _ 1 GROUP 1 $ 23.90 8.78 GROUP 2 $ 24.02 8.75 GROUP 3 $ 24.15 8.75 GROUP 4 $ 24.41 8.75 1 GROUP 5 $ 24.63 8.75 GROUP 6 $ 24:79 8.75 • GROUP 7 $ 24.99 8.75 1 1 1 • WA030001 Modification 7 39 II Federal Wage Determinations 1 1 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER 1 ZONE 1: Projects within 30 miles of the respective city hall. 1 ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. 1 TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w /load bearing 1 surface; Articulated dump truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete pump truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and /or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup truck; Solo Flat Bed and misc. Body Trucks, 0 -10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds.- and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman GROUP 2: Boom truck /hydra lift or retracting crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks /articulated dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi - trailer' or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver - Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum trucks; Water truck /Wagons (rated capacity) over 3,000 to 5,000 gallons 1 1 WA030001 Modification 7 40 Federal Wage Determinations 1 GROUP 3: Ammonia nitrate distributor driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated dump trucks; Selfpropelled street sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic - Welder -Body Repairman; Utility and cleanup truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons ' GROUP 4: Asphalt burner; Dump Trucks, side, end and bottom cutups, including Semi - Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu yds. includes articulated dump trucks; Fire guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes articulated dump trucks GROUP 6: Bulk cement spreader w/o auger; Dry prebatch ' concrete mix trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes ' articulated dump trucks; Skid truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. II yds. and including 100 cu. yds., includes articulated dump trucks; Industrial lift truck (mechanical tailgate) TEAM0174 -001 06/01/2003 ' CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the ' north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: ' GROUP 1- $ 26.14 10.33 GROUP 2- $ 25.56 10.33 GROUP 3• $ 23.16 10.33 ' . GROUP 4- $ 18.91 10.33 GROUP 5 $ 25.90 10.33 ZONE B (25 -45 miles from center of listed cities *): Add $.70 t per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities *): Add $1.00 per hour to Zone A rates. r • WA030001 Modification 7 41 Federal Wage Determinations 1 1 *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUJE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or "Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four - Wheeled power tractor with trailer and similar top- loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four - wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and /or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber - tired)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) 1 GROUP 4 -- Escort or Pilot Car GROUP 5 - Mechanic 1 WA030001 Modification 7 42 Federal Wage Determinations HAZMAT PROJECTS ' Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a ' chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self- contained breathing apparatus 1 or a supplied air line. TEAM0760 -002 06/01/2003 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, AND WHITMAN COUNTIES 1 Rates Fringes Truck drivers: (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: (INCLUDES ALL OF YAKIMA COUNTY) GROUP 1 $ 17.93 9.00 GROUP 2 $ 20.20 9.00 GROUP 3 $ 20.70 9.00 GROUP 4 $ 21.03 9.00 GROUP 5 $ 21.14 9.00 GROUP 6 $ 21.31 9.00 GROUP 7 $ 21.84 9.00 1 GROUP 8 $ 22.17 9.00 Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) 1 BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office 1 TRUCK DRIVERS CLASSIFICATIONS ' GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and ' under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber - tired, pulling trailer or similar equipment) 1 WA030001 Modification 7 • 43 Federal Wage Determinations 1 GROUP 3: Auto Crane (2000 lbs. capacity); pacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001- 16,000 lbs.); Fuel Truck Driver, Steatncleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck - Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.);•Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self- contained breathing apparatus. 1 WA030001 Modification 7 44 Federal Wage Determinations ' ' NOTE: Trucks Pulling Equipment Railers: shall receive $.15 /hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ' Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)) . In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be ' prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can ' be: * an existing published wage determination ' * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) ' and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations ' Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 WA030001 Modification 7 45 ' • Federal Wage Determinations 1 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 1 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 1 1 1 1 1 1 WA030001 Modification 7 46 Federal Wage Determinations 1 1 State of Washington I DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 I Washington State Prevailing Wage Rates For Public Works Contracts T he 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. I YAKIMA COUNTY Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note I Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $25.78 1N 5D BOILERMAKERS , JOURNEY LEVEL 543.47 18 5N 1 BRICK AND MARBLE MASONS JOURNEY LEVEL 532.77 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $19.24 1 1 CARPENTERS ACOUSTICAL WORKER $30.20 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $37.62 1M 5D CARPENTER $29.94 1M 50 CREOSOTED MATERIAL $30.04 1M 5D 1 DRYWALL APPLICATOR $29.94 1M 5D FLOOR FINISHER $30.07 1M 5D FLOOR LAYER $30.07 1M 5D. FLOOR SANDER 530 07 1M 5D MILLWRIGHT $38.62 1M 5D I PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $37.82 1M 50 SAWFILER $30.07 1M 5D SHINGLER $30.07 1M 5D STATIONARY POWER SAW OPERATOR $30.07 1M 50 1 STATIONARY WOODWORKING TOOLS CEMENT 30.07 1M 5D ENT MASONS JOURNEY LEVEL $29.36 1N 50 DIVERS & TENDERS DIVER $79.57 1M 5D BA ll DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $38.37 1B 5D 8L ASSISTANT MATE (DECKHAND) $37.91 1B 5D 8L BOATMEN $38.37 1B 5D 8L I ENGINEER WELDER $38.42 1 B 5D 8L LEVERMAN, HYDRAULIC $39.85 1B 5D 8L MAINTENANCE $37.91 1B 5D 8L MATES $38.37 1B 5D 8L OILER $38.02 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $27.03 1P 5A ELECTRICIANS - INSIDE JOURNEY LEVEL $41.11 1J 5A I ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $48.96 4A 5A CERTIFIED LINE WELDER $44.65 4A 5A GROUNDPERSON $32.13 4A 5A . HEAD GROUNDPERSON $33.93 4A 5A I HEAVY LINE EQUIPMENT OPERATOR ' $44.65 4A 5A JACKHAMMER OPERATOR $33.93 4A 5A JOURNEY LEVEL LINEPERSON $44.65 4A 5A LINE EQUIPMENT OPERATOR $37.87 4A 5A POLE SPRAYER 544.65 4A 5A POWDERPERSON $33.93 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $49.28 4A 6Q MECHANIC IN CHARGE $54.18 4A 6Q FENCE ERECTORS Page 1 1 1 YAKIMA COUNTY 1 Effective 03 -03 -04 I (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FENCE ERECTOR 521.64 1 FLAGGERS I JOURNEY LEVEL $24.06 1N 5D GLAZIERS JOURNEY LEVEL 519.51 1B 61 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $23.18 1 I HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $26.26 IN 5D INSULATION APPLICATORS JOURNEY LEVEL 532.91 1 IRONWORKERS ' JOURNEY LEVEL 539.92 1B 5A LABORERS ALL CLASSIFICATIONS $18.12 1 LANDSCAPE CONSTRUCTION I IRRIGATION OR LAWN SPRINKLER INSTALLERS 57.38 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS 515.45 1 LANDSCAPING OR PLANTING LABORERS 57.63 1 LATHERS JOURNEY LEVEL , $29.94 1M 50 I PAINTERS ` `"'"-- JOURNEY LEVEL 520.05 1 PLASTERERS JOURNEY LEVEL $39.33 1R 5A PLUMBERS & PIPEFITTERS I JOURNEY LEVEL $44.58 1Q 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS 536.41 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $39.03 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $39.49 IT 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH $40.01 IT 5D 8L BACKHOES, (75 HP & UNDER) 538.64 IT 5D 8L BACKHOES, (OVER 75 HP) 539.03 1T 5D 8L BARRIER MACHINE (ZIPPER) 539.03 IT 50 8L I BATCH PLANT OPERATOR, CONCRETE $39.03 1T 5D 8L BELT LOADERS (ELEVATING TYPE) $38.64 1T 50 • 8L BOBCAT 536.41 IT 5D 8L BROOMS 536.41 IT 50 8L BUMP CUTTER 539.03 IT 50 8L I CABLEWAYS 539.49 1T 5D 8L CHIPPER 539.03 1T 50 8L COMPRESSORS 536.41 1T 50 • 8L CONCRETE FINISH MACHINE - LASER SCREED 536.41 IT 50 8L I CONCRETE PUMPS $38.64 IT 5D 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT 539.03 1T 50 8L CONVEYORS 538.64 IT 5D 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS 538.64 IT 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS 539.03 IT 5D 8L I CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $39.49 IT 5D . 8L JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $40.01 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $40.55 1T 5D 8L WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER 536.41 IT 5D 8L CRANES, A- FRAME, OVER 10 TON 538.64 IT 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $41.07 IT 5D 8L I ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) 539.03 IT 5D 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) 539.49 IT 5D 8L • CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $40.01 1T 50 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $40.01 1T 5D 8L • CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $40.55 IT 5D 8L Page 2 1 1 1 YAKIMA COUNTY I Effective 03 -03 -04 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRUSHERS 539.03 1T ,5D 8L I DECK ENGINEER/DECK WINCHES (POWER) 539.03 1T 50 8L DERRICK, BUILDING 539.49 1T 5D 8L DOZERS, D -9 & UNDER 538.64 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT 538.64 IT 5D 8L DRILLING MACHINE $39.03 1T 5D 8L I ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE • 536.41 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $38.64 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $39.03 . IT 5D 8L • FORK LIFTS, (3000 LBS AND OVER) • $38.64 1T 5D ' 8L 1 FORK LIFTS, (UNDER 3000 LBS) 536.41 1T 5D 8L GRADE ENGINEER $38.64 IT 5D 8L GRADECHECKER AND STAKEMAN $36.41 IT 5D 8L GUARDRAIL PUNCH $39.03 1T 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $38.64 IT 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $38.64 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $39.03 1T 5D 8L HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $36.41 IT 5D 8L HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $38.64 IT 5D 8L I LOADERS, OVERHEAD (6 YD UP TO 8 YD) $39.49 IT 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $40.01 17 5n 8L LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $39.03 IT 5D 8L LOCOMOTIVES, ALL $39.03 IT 5D 8L MECHANICS, ALL $39.49 IT 5D 8L t MIXERS, ASPHALT PLANT $39.03 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $39.03 1T 50 8L MOTOR PATROL GRADER (NON - FINISHING) $38.64 1T 5D 8L MUCKING MACHINE, MOLE, TUNNEL.DRILL AND /OR SHIELD $39.49 IT 5D 8L I OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $36.41 1T 5D 8L OPERATOR PAVEMENT BREAKER $36.41 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $39.03 1T 513 8L PLANT OILER (ASPHALT, CRUSHER) $38.64 1T 5D 8L U POSTHOLE DIGGER, MECHANICAL 536.41 1T 5D • 8L POWER PLANT $36.41 1T 5D 8L PUMPS, WATER $36.41 1T 5D 8L QUAD 9, D-10, AND HD-41 $39.49, 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $39.49 1T 5D 8L I EQUIP RIGGER AND BELLMAN 536.41 1T 50 8L • ROLLAGON 539.49 1T SD 8L . ROLLER, OTHER THAN PLANT ROAD MIX $36.41 1T . 5D 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS 538.64 1T 5D 8L ROTO -MILL, ROTO- GRINDER $39.03 1T 50 8L SAWS, CONCRETE $38.64 IT 50 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $39.03 IT 5D 8L OFF -ROAD EQUIPMENT (UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $39.49 1T 50 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $38.64 1T 50 8L SCREED MAN $39.03 1T 5D 8L SHOTCRETE GUNITE $36.41 1T 50 8L II SLIPFORM PAVERS $39.49 1T 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $39.03 IT 5D 8L SUBGRADE TRIMMER • $39.03 IT 50 8L TOWER BUCKET ELEVATORS $38.64 1T 5D 8L TRACTORS, (75 HP & UNDER) 538.64 .1T 5D 8L TRACTORS, (OVER 75 HP) $39.03 1T SD BL TRANSFER MATERIAL SERVICE MACHINE $39.03 IT 50 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $39.49 1T 5D 8L TRENCHING MACHINES • $38.64 1T 50 8L I TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) 538.64 17 50 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $39.03 1T 50 8L TRUCK MOUNT PORTABLE CONVEYER 539.03 1T 5D 8L Page 3 1 1 YAKIMA COUNTY Effective 03 -03 -04 1 .... (See Benefit Code Key) Over PREVAILING Time Holiday Note 1 Classification WAGE Code Code Code WHEEL TRACTORS, FARMALL TYPE $36.41 1T 5D 8L YO YO PAY DOZER $39.03 IT 5D 8L 1 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE 532.01 4A 5A SPRAY PERSON 529.79 4A 5A TREE EQUIPMENT OPERATOR $30.71 4A 5A 1 TREE TRIMMER 528.43 4A 5A TREE TRIMMER GROUNDPERSON 520.89 4A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC 544.58 1Q 5A ROOFERS 1 JOURNEY LEVEL $27.03 1J 51 USING IRRITABLE BITUMINOUS MATERIALS 530.03 1J 51 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $36.34 1B 5A SOFT FLOOR LAYERS 1 JOURNEY LEVEL $21.76 1N 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL 57.16 1 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $34.95 .. . • 1 R 51. 1 SURVEYORS CHAIN PERSON $9.25 1 INS I RUMEN I PERSON $12.05 1 PARTY CHIEF $15.05 1 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER 527.84 2B 5A HOLE DIGGER/GROUND PERSON $15.69 2B 5A INSTALLER (REPAIRER) $26.70 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON 525.91 2B 5A 1 SPECIAL APPARATUS INSTALLER 1 527.84 2B 5A SPECIAL APPARATUS INSTALLER 11 527.28 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) 527.84 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $25.91 2B 5A 1 TELEVISION GROUND PERSON $14.89 2B 5A TELEVISION LINEPERSON /INSTALLER 519.81 2B 5A JOURNEY LEVEL $30.40 1K 5A TRUCK DRIVERS ASPHALT MIX $14.19 1 DUMP TRUCK $27.09 2G 61 I DUMP TRUCK & TRAILER $27.09 2G 61 OTHER TRUCKS $27.09 2G 61 . • TRANSIT MIXER $27.09 2G 61 WELL DRILLERS & IRRIGATION PUMP INSTALLERS 1 IRRIGATION PUMP INSTALLER 511.15 1 OILER 59.20 . 1 WELL DRILLER $17.68 1 1 1 1 1 Page 4 1 .1 1 Washington State Department of Labor and Industries 9 P Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) ' Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, 'these criteria shall be used by the 1 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 1 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 1 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered ' under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. ' Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L&I at (360) 902 -5330. 1 1 1 1 1 $$1$$ Supplemental To Wage Rates $$2$$ Pagel 1 1 WSDOT's 1 Predetermined List for Suppliers - Manufacturers - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- 1 standard and therefore covered- by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 X 1 for bridges. For use with Catch. Basin type 2. The casting to meet AASHTO -M -105, class 30 gray iron casting. See Std. Plan B -1f, B -23a, B -23b, B -23c, and B -23d. 2. Frame & Grate - frame and Grate for Catch Basin tYP e X 1, 1 L, 1P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70 -36 steel, class 30 gray cast iron or 111 grade 80 -55 -06 ductile iron. The cast grate may be grade 70 -36 steel or grade 80 -55 -06 ductile iron. See Std. Plan B -2, B -2a, and B -2b. 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B -4b or B-4h. Frames & Grates to be galvanized. 1 4. Concrete Pipe - Plain Concrete pipe and reinforced X 1 concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 1 5. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 1 $$1$$ Supplemental To Wage Rates 1 $$2$$ Page 2 1 1 YES NO 1 6. Corrugated Steel Pipe - Steel lock seam corrugated X pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 1 7. Corrugated Aluminum Pipe - Aluminum lock seam X ' corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. 1 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for X mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 1 9. Aluminum Pedestrian Handrail - Pedestrian handrail X ' conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). 1 10. Major Structural Steel Fabrication - Fabrication of X ' major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication - Fabrication of • X minor steel items such as special hangers, brackets, access doors for structures, access ladders for 1' irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing X conforming to the type and material specifications set•forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 3 YES NO concrete piling Concrete Piling--Precast-Prestressed p g for X use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6- 05.3(3) of the Std. Spec. 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and /or cones. See Std. Plans. 1 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 1 L, 1P, 2, 3, and 4, X including risers, frames maybe cast into riser. See Std. Plans. 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B-4f and B-4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B-4g and B -4h. 1 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 1 21. Precast Concrete Utility Vaults - Precast Concrete X utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. 1 1 $$1$$ Supplemental To Wage Rates a $$2$$ Page 4 1 • 1 YES NO 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for X use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 1 25. Reinforced Earth Wall Panels - Reinforced X Earth Wall Panels in size and shape as shown. in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - X tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 1 28. 12, 18 and 26 inch Standard Precast Prestressed X Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. 1 See Std. Spec. Section 6- 02.3(25)c. 1 • 1 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 5 1 YES NO 1 • 29. Prestressed Concrete Girder Series 4 -14 - X Prestressed Concrete Girders for use in structures. Fabricator plant has.annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 1 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam X Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 1 31. Prestressed Precast Hollow -Core Slab - Precast X Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided. for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)c. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed X Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(26)A. 1 33. Monument Case and Cover - To meet AASHTO -M -105 class X 30 gray iron casting. See Std. Plan H -7. 34. Cantilever Sign Structure - Cantilever Sign Structure X fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans G -3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 1 • 35. Mono -tube Sign Structures - Mono -tube Sign Bridge X fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 1 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 6 1 1 YES NO 36. Steel Sign Bridges - Steel Sign Bridges fabricated X from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans G -2, G2a, G -2b, and Contract Plans for ' details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated steel sign posts as detailed X in Std. Plan G -8. Shop drawings for approval are to be 111 provided prior to fabrication. 38. Light Standard - Prestressed - Spun, prestressed, hollow, X concrete poles. 39. Light Standards - Lighting tandards for use X on highway illumination y stems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J -1, J -la, and J -lb. See Special Provisions for pre- approved drawings. 1 • 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway and /or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J -1, J -7a, J -7c, and J -8. See Special Provisions for pre- approved drawings. 41. Traffic Curb, Type A or C Precast - Type A or C X Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking Tots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. 1 1 1 1 $$1$$ Supplemental To Wage Rates 1 $$2$$ Page 7 1 YES NO 42. Traffic Signs - Prior to approval of a Fabricator X X 1 of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 1 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates /Concrete mixes Covered by WAC 296 - 127 -018 46. Asphalt Covered by 1 WAC 296 - 127 -018 1 47. Fiber fabrics X 1 48. Electrical wiring /components X 1 49. treated or untreated timber piles X 50. Girder pads (elastomeric bearing) X 1 1 1 $$1$$ Supplemental To Wage Rates 1 $$2$$ Page 8 1 1 YES NO 1 51. Standard Dimension lumber X 1 52. Irrigation components X 1 53. Fencing materials X 1 54. Guide Posts X 1 55. Traffic Buttons X 1 1 56. Epoxy X 1 57. Cribbing X 1 58. Water distribution materials X 1 59. Steel "H" piles X 1 60. Steel i e for concrete pile casings PP P 9 X 1 61. Steel pile tips, standard X 1 62. Steel pile tips, custom X 1 1 1 $$1$$ Supplemental. To Wage Rates $$2$$ Page 9 1 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/04 1 METAL FABRICATION (IN SHOP) Over 1 PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Fitter 12.76 1 Welder 12.76 1 Machine Operator 12.66 1 Painter 10.20 1 Laborer 8.13 1 Counties Covered: Benton Welder 16.70 1 Machine Operator 10.53 1 Painter 9.76 1 Counties Covered: Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9.71 1 Painter 9.93 1 Laborer 8.77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Juan and Skagit Fitter 15.16 1 Welder 15.16 1 Machine Operator 10.66 1 Painter 11.41 1 Laborer 11.13 1 1 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 10 • 1 . 1 111 METAL FABRICATION (IN SHOP) 03/03/04 Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: . I Clark Layerout 24.96 1J 6B I Fitter 24.58 1J 6B Welder 24.02 1J 6B Painter 21.35 1J 6B Machine Operator 18.63 1J 6B I Laborer 18.08 1J 6B Counties Covered: I Snohomish • Fitter 15.38 1 Welder 15.38 1 I Machine Operator 8.34 1 Painter • 9.98 1 Laborer 9.79 1 1 Counties Covered: Spokane I Fitter 12.59 1 Welder 10.80 1 Machine Operator 13.26 1 I Painter 10.27 1 Laborer 7.98 1 Counties Covered: II Thurston Layerout 24.97 1R 6T I Fitter 22.92 1R 6T Welder 20.89 1R 6T Machine Operator 18.64 1R 6T Laborer 14.78 1R 6T I Counties Covered: Whatcom 1 Fitter/Welder 13.81 1 Machine Operator 13.81 1 Laborer 9.00 1 1 . 1 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 11 1 1 METAL FABRICATION (IN SHOP) 03/03/04 1 Over • PREVAILING Time Holiday Note Classification WAGE Code Code Code Il Counties Covered: Yakima Fitter 12.00 1 Welder 11.32 1 Machine Operator 11.32 1 Painter 12.00 1 Laborer 10.31 1 Counties Covered: 1 Cowlitz Fitter 21.99 1B 6V Welder 21.99 1B 6V Machine Operator 21.99 1B 6V Laborer 15.87 1B 6V Counties Covered: Grant Fitter 10.79 1 Welder 10.79 1 Painter 7.45 1 Counties Covered: King I Fitter 15.86 1 Welder 15.48 1 Machine Operator 13.04 1 Painter 11.10 1 Laborer 9.78 1 Counties Covered: 1 • Kitsap Fitter 26.96 1 Welder 13.83 1 Machine Operator 13.83 1 Laborer 7.16 1 1 1 1 $$1$$ Supplemental To Wage Rates 1 $$2$$ Page 12 1 1 1 • METAL FABRICATION (IN SHOP) 03/03/04 • Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Klickitat, Skamania and Wahkiakum Fitter/Welder 16.99 1 ' Machine Operator 17.21 1 Painter 17.03 1 Laborer 10.44 1 1 Counties Covered: Pierce Fitter 15.25 1 Welder 13.98 1 Machine Operator 13.98 1 Laborer 9.25 1 1 1 1 1 • • 1 1 1 1 $$1$$ Supplemental To Wage Rates • $$2$$ Page 13 • 1 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/04 FABRICATED PRECAST CONCRETE PRODUCTS Over 1 PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams, Asotin, Benton, Columbia, Douglas, Ferry, Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman All Classifications 9.96 1 Counties Covered: Franklin All Classifications 11.50 1 Counties Covered: King - 1 All Classifications 11.60 2K 6S • Counties Covered: Pierce All Classifications 9.28 1 Counties Covered: Chelan, Kittitas, Klickitat and Skamania All Classifications 8.61 1 Counties Covered: Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, Wahkiakum All Classifications 13.50 1 • . 1 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 14 1 1 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/04 FABRICATED PRECAST CONCRETE PRODUCTS 1 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: • Spokane All Classifications 20.23 1 1 Counties Covered: Yakima • Craftsman 8.65 1 • Laborer 7.16 1 • Counties Covered: ' Whatconi All Classifications 13.67 1 1 1 1 1 • 1 1 1 1 1 1 $$1$$ $$2$$ Supplemental To Wage Rates Page15 1 1 Washington State Department of Labor and Industries 1 Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L &I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296- 127 -018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296- 127 -018 for the production and /or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. 1 1 1 1 1 1 1 1 1 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 16 1 1 ESAC DIVISION - TELEPHONE (206) 586 -6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540 1 August 18, 1992 TO: All Interested Parties 1 FROM: Jim P. Christensen Acting Industrial Statistician 1 SUBJECT: Materials Suppliers - WAC 296 - 127 -018 This memo is intended to provide greater clarity regarding the application of WAC ' 296- 127 -018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading 1 "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. Separate Material Supplier Equipment Operator rates have been eliminated. For ' those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. 1 PREVAILING WAGES ARE REQUIRED FOR: 1 1. Hauling materials. away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves 1 incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of 1 delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: ' 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 17 1 5141 -4 b - .x: i STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES 1 June 18, 1999 1 TO: Kerry S. Radcliff, Editor Washington State Register 1 FROM: Gary Moore, Director Department of Labor and Industries 1 SUBJECT: Notice re WAC 296 - 127 -018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: 1 NOTICE Under the current material supplier regulations, WAC 296 - 127 -018, the 1 department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. 1 This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296 - 127 -018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact 1 Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504 -4510, or call (360) 902 -5310. Please publish the above Notice in WSR 99 -13. If you have questions or need additional information, please call Selwyn Walters at 902 -4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager 1 $$1$$ Supplemental to Wage Rates $$2 1 $$ 18 1 ' BENEFIT CODE KEY - EFFECTIVE 03 -03 -04 t* rt* rt** rtrtrttt* rt* rtrtrtttttt* tttttttrt* tttttttt* t***** rtttttt* rtrtrt* rtt* rt* t* t******** t*** tttttt** rt* *t *rtrt* * * * * * *rt *rtrtttt *t * * * * *tttts OVERTIME CODES ' OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE ' AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. • A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ' B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, 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 EIGHT (8) HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED IN EXCESS OF 10 PER DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 AND SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. 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 (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH . CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. I. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF THE HOURLY RATE OF WAGE. WORK PERFORMED ON SUNDAYS SHALL BE PAID AND DOUBLE THE HOURLY RATE OF WAGE. WORK PERFORMED ON A HOLIDAY SHALL BE PAID ONE AND ONE -HALF TIMES THEIR HOURLY RATE FOR ACTUAL HOURS WORKED PLUS EIGHT (8) HOURS OF STRAIGHT TIME FOR THE HOLIDAY. J. 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 ' K. SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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 ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' 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 1 BENEFIT CODE KEY - EFFECTIVE 03 -03 -04 2 P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) 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. 111 Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF • WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 1. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES 1 THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF 1 WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS) 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. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. • A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF ,' WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- ' HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN 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 SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS 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 IN ADDITION TO THE HOLIDAY PAY. I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. • J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. 1 1 BENEFIT CODE KEY - EFFECTIVE 03 -03 -04 I - M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. . I O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. • 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID I AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES I 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 I AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING-DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, 1 PRESIDENTIAL ELECTION DAY. THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,_AND CHRISTMAS DAY (9). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE • I LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). • H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). • I I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' I DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). I 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). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, I AND CHRISTMAS DAY (6). • R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY. BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). 1 S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). I T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. . . I W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). . 1 Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). 1 • 1 BENEFIT CODE KEY = EFFECTIVE 03 -03 -04 _4_ Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY. (9) C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING.DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). 6. H. 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). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). L. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS' DAY. S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). • U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (10). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 1 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET 1 ' BENEFIT CODE KEY - EFFECTIVE 03 -03 -04 - 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. 1 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. • 1 1 1 1 1 1 • 1 1 • • 1 1 • . 1 . 1 1 1 8 PROPOSAL Proposal Form Item Proposal Bid Sheet Bid Bond Form Non - Collusion Declaration 1 Non- Discrimination Provision 1 Subcontractor List 1 Women and Minority Business Enterprise Policy Council Resolution f Affirmative Action Plan 1 Bidders Certification ' Subcontractors Certification ' Proposal Signature Sheet 1 Bidders Check List 1 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of: City of Yakima Washington Ave. Widening and g g Reconstruction City Project Nos. 1901 & 1915 Federal Aid Numbers: I 8-4-039(019)-1 TIB 9 -E -0 7 REV 4558(001) TIB 8-4- 039(019) 39(00 -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 . 1 135 / ITEM PROPOSAL BID SHEET 1/5 Addendum No. 7, June 30, 2004 City of Yakima Washington Ave. Widening and Reconstruction; 52 Avenue to 24 Avenue Roadway Widening and Reconstruction: Schedule `A' ITEM PROPOSAL ITEM UNIT PRICE AMOUNT No. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 .1 -07.15 1 LS Z 000. OV /, 000 .00 MOBILIZATION 2 1 -09.7 1 LS / 0( 00 / 4 5, o Oo . 00 TRAFFIC CONTROL SUPERVISOR 3 1 -10.5 1,400 HR 34. 4 /7 eee40.00 TRAFFIC CONTROL LABOR 4 1 -10.5 3,600 HR 3 3.E // s.7, rde.DO TEMPORARY TRAFFIC CONTROL DEVICES 5 1 - 10.5 1 LS ...?, 5,r7o.eo 02 5 CONSTRUCTION SIGNS CLASS 'A' q 6 400 SF 1 -10.5 ( SO oS. l 00. DO ROADSIDE CLEANUP 7 2 -01.5 1 FA $ 5,000 $ 5,000 CLEARING AND GRUBBING 8 2 -01.5 1 LS 30, v a!, a • DO 3D, Do . 60 REMOVE AND ABANDON EXISTING ROADWAY 9 2 -02.5 1 LS 4 SOOO.00 45, oon •oo'. 10 SAW CUT, PER INCH DEPTH 1,000 LF 2 -02.5 •a5 c.2510..0 . 0 REMOVING SIDEWALK RAMP 11 2 -02.5 5 7500 3 75.0 1 0 ROADWAY EXCAVATION, INCLUDING HAUL 12 2 -03.5 27,000 CY S. 00 / 3 5, O cb • 0 0 UNSUITABLE FOUNDATION EXCAVATION, INCLUDING HAUL 13 2 -03.5 400 CY / S- Do Ooc oo POND RECONSTRUCTION & LINING 14 2 -03.5 6,000 SF /. // 7vo.00 GEOTEXTILE FOR SOIL STABILIZATION (NON - WOVEN) 15 2 -12.5 12,000 SY -25 9 poo .Dc, 16 CRUSHED SURFACING BASE COURSE 60,600 TON 4-04.5 /O. 35 (, a. 7 ..2./.0.400 17 ASPHALT TREATED BASE 20,000 TON 4 -06.5 62.1. JO a •ia, coo •oa HMA 18 5-04.5 L. A PG 64 -28 10,000 TON 33.9$ X39, Sce. o0 CONC. 19 6-02.5 CL. 3000, CREEK INLET STRUCTURE 3.0 CY 9$D. DO 02 g O . 00 CONC. CL. 3000, CREEK OUTLET STRUCTURE ' 20 1.1 .1 CY .95'0.00 /, .4,/5. Do CORRUGATED POLYETHYLENE PIPE (CPE) 48 IN. DIAM. 21 7 -02.5 190 LF / , D D / 9, 000. OD 22 CL III REINF. CONC. CULV. PIPE, 30 IN. DIAM. 12 LF 7 -02.5 AaQ• 4 (o �(D•DO CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 5,700 23 7 -04.5 LF /3. 00 7.41, /DO. 60 24 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 18 IN. DIAM. 5,600 LF 7 -04.5 / . ° 25- y/, 4.9610 • 00 • Addendum 7 Page 3 of 7 6/30/04 ITEM PROPOSAL BID SHEET ' City of Yakima Ave. Widening and Reconstruction Washington nd th 52 Avenue to 24 Ave nue 1 City Project Nos. 1901 & 1915 Federal Aid Nos.: REV — 4558(001) TIB 8-4-039(019)- TIB 9 -E- 039(007) -1 ITEM PROPOSAL ITEM QTY UNIT U NIT PRICE AMOUNT DOLLARS NO. PAYMENT SECTION 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 LS 1 -07.15 1 LS ' 2 MOBILIZATION 1 -09.7 1400 HR 3 TRAFFIC CONTROL SUPERVISIOR 1 -10.5 3200 HR 4 TRAFFIC CONTROL LABOR 1 -10.5 1 LS 5 TEMPORARY TRAFFIC CONTROL DEVICES 1 -10.5 400 SF I 6 CONSTRUCTION SIGNS CLASS 'A' 1 -10.5 1 FA $5,000 7 ROADSIDE CLEANUP 2 -01.5 1 LS I 8 CLEARING AND GRUBBING 2 -01.5 1 LS 9 REMOVE AND ABANDON EXISTING ROADWAY 2 -02.5 1,000 LF �. 10 SAW CUT, PER INCH DEPTH 2 -02.5 5 EA 11 REMOVING SIDEWALK RAMP 2 -02.5 9,000 CY 12 ROADWAY EXCAVATION INCL. HAUL • 2 -03.5 3,000 CY 13 EMBANKMENT COMPACTION 2 -03.5 3,000 CY 14 COMMON BORROW INCL. HAUL 2 -03.5 400 CY 15 UNSUITABLE FOUNDATION EXCAVATION I 2-03.5 6,000 SF 16 POND RECONSTRUCTION & LINING 2 -03.5 12,000 SY 17 GEOTEXTILE FOR SOIL STABILIZATION (NON - WOVEN) • 2 -12.5 55,000 TON 18 CRUSHED SURFACING BASE COURSE 4 -04.5 20,000 TON 19 ASPHALT TREATED BASE 4 -06.5 10,000 TON 20 HMA CL. A PG 64 -28 5 -04.5 3.0 CY 21 CONC. CL. 3000, CREEK INLET STRUCTURE 6 -02.5 1.1 CY 22 CONC. CL. 3000, CREEK OUTLET STRUCTURE 6 -02.5 23 CORRUGATED POLYETHELENE PIPE (CPE) 48 IN. DIAM. 190 LF 7 -02.5 1 11 137 L . R A ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT I NO. PAYMENT SECTION DOLLARS DOLLARS 24 CL III REINF. CONC. CULV. PIPE, 30 IN. DIAM. 12 If 7 -02.5 25 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 12 IN. DIAM. 5,700 LF I 7 - 04.5 26 CORRUGATED POLYETHYLENE STORM SEWER PIPE, 18 IN. DIAM. 5,600 LF 7-04.5 27 CATCH BASIN TYPE 1, 36 IN. DIAM. 39 EA 7 -04.5 28 CATCH BASIN TYPE 2, 72 IN. DIAM. '5 EA 7 -05.5 I 29 CATCH BASIN, TYPE 1L 23 EA 7 -05.5 30 REVERSIBLE FRAME AND HERRINGBONE GRATE FOR TYPE 1L 23 EA 7 -05.5 • 31 DRAINAGE RETENTION BASIN W/36 IN. DIAM PERF. PIPE 3,630 LF 7 -05.5 . 32 ADJUST MANHOLE 13 EA 7 -05.5 I 33 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 6,000 TON 7 -08.5 34 STRUCTURE EXCAVATION CLASS 'B' INCL. HAUL 4450 CY 7 -08.5 35 SHORING OR EXTRA EXCAVATION CL. B 17,090 LF 7 -08.5 36 ADJUST VALVE BOX 16 EA 7 -09.5 37 BUTTERFLY VALVE, 10 IN. 1 EA 7 -12.5 38 SEEDING, FERTILIZING, AND MULCHING 8 AC 8 -01.5 39 WETLAND ENHANCEMENT 1 LS 8 -02.5 40 CEMENT CONC. TRAFFIC CURB AND GUTTER 20,300 LF 8 -04.5 41 COMMERCIAL DRIVEWAY APPROACH 21 EA 8 -06.5 . 42 CHAIN LINK FENCE TYPE 6 500 LF I 8 -12.5 43 14 -FT DOUBLE CHAIN LINK GATE, TYPE 6 4 EA 8 -12.5 44 END, CORNER, AND PULL POST FOR CHAIN LINK FENCE 10 EA 8 -12.5 45 WIRE FENCE TYPE 2 7,900 LF 8 -12.5 46 AIRPORT FENCE 1,200 LF 8 -12.5 47 MONUMENT, MONUMET CASE AND COVER 19 EA 8 -13.5 48 ADJUST MONUMENT CASE AND COVER 5 EA 8 -13.5 49 CEMENT CONC. SIDEWALK, 4 -IN DEPTH 4500 SY 8 -14.5 50 CEMENT CONC. SIDEWALK, 6 -IN DEPTH 100 SY 8 -14.5 51 CEMENT CONC. SIDEWALK RAMP, TYPE 2A 24 EA 8 -14.5 52 CEMENT CONC. SIDEWALK RAMP, TYPE 4A 48 EA 8 -14.5 53 SIGNPOST SOCKETS 30 EA 8 -14.5 54 HEAVY LOOSE RIPRAP 5 CY 8 -15.5 138 d • e ITEM PROPOSAL BID SHEET 2/5 Addendum No. 7, June 30, 2004 Roadway Widening and Reconstruction: Schedule `A' continued ITEM PROPOSAL ITEM UNIT PRICE AMOUNT No. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS CATCH BASIN TYPE 1 25 7-04.5 39 EA Pet. DO a 6, 5,2 0- no CATCH BASIN TYPE 2, 72 IN. DIAM. 26 7 -05.5 5 EA c=g J ?5 Do /7 275. Qo CATCH BASIN,.TYPE 1L 27 7 -05.5 23 EA 6 75 . od /.3, ,4 a 5 oc REVERSIBLE FRAME AND HERRINGBONE GRATE FOR TYPE 1L 28 7 -05.5 23 EA / ? 5. oQ 1 s / ea S. o0 DRAINAGE RETENTION BASIN W/36 IN. DIAM PERF. PIPE 29 7 -05.5 3,630 LF 60.66 o21 ?, edo. do ADJUST MANHOLE 30 7 -05.5 13 07 50- 0.0 j, c 2, S ©. Oct 31 7-08.5 HED SURFACING TOP COURSE (For Trench Backfill) 6,000 TON /e as 6 /, SGb.00 32 STRUCTURE EXCAVATION CLASS 'B' INCL. HAUL 4,450 CY 7 -08.5 02. / er Q 345. SHORING OR EXTRA EXCAVATION CL. B 33 7-08 5 17,090 LF , 30 S, /a. 9.0o ADJUST VALVE BOX 7 -09.5 _ 16 EA /1°5 qp ..., 6. ziD. Uo BUTTERFLY VALVE, IN. 35 7 -12.5 1 EA /, S ?S. cav / S ,75-, SEEDING, FERTILIZING, AND MULCHING 36 8 -01.5 8 AC z p c 2,5". oo . e x.) WETLAND ENHANCEMENT 37 8 -02.5 1 LS 023 . a cx co A3, O) • ov CEMENT CONC. TRAFFIC CURB AND GUTTER 38 8-04.5 21,600 LF S 7 S /a. 4, .200. no COMMERCIAL DRIVEWAY APPROACH 39 8 -06.5 21 EA ,3, 3549- CYO ?o, 3 SO -oo CHAIN LINK FENCE TYPE 1 40 812 5 500 LF /p_ a25 ,7 /25.40 END, CORNER, AND PULL POST FOR CHAIN LINK FENCE 41 8 -12.5 16 So. oo 4Z, 000. Do WIRE FENCE TYPE 1; (Airport's side, Right side of new roadway ) 42 .8 -12.5 6,500 LF ... - 6 3, iz-ov , . Oo 43 WIRE FENCE TYPE 2; ( Congdon's side, Left side of new roadway) . 1,400 LF 8 -12.5. SD 3 See- .!/f AIRPORT FENCE, (7 -foot height ) 44 8 -12.5 1 LF �� / / g 3 a.0• DO 45 28 foot, New Chain Link Gate; Station 162 +15, Left • 1 EA 8 -12.5 /, /.R 5- Gb / /Z 5 - CO 46 36 foot, New Chain Link Gate; Station 164 +10, Left 1 EA a re) -O� 8 -12.5 /, � � D� 1, 47 Remove and Reset 28 foot Chain Link Gate; Station 142+00, Left 1 EA 8 -12.5 �IDO.G10 x/00.00 48 Remove and Reset 40 foot Chain Link Gate; Station 151+50, Left 1 EA 8 -12.5 4 5 /0- 40 6 Do 49 Remove and Reset 24 foot Chain Link Gate; Station 158+50, Right 1 EA 8 -12.5 .S/O -DV /o. 50 Remove and Reset 40 foot Chain Link Gate; Station 161+00, Left 1 EA 8 -12.5 570. 00 /O .DD Addendum 7 Page 4 of 7 6/30/04 • ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT NO. PAYMENT SECTION DOLLARS DOLLARS 55 MAILBOX SUPPORT 12 EA 8 -18.5 I 56 ILLUMINATION SYSTEM 1 LS 8 -20.5 57 TRAFFIC SIGNAL SYSTEM 1 . LS 8 -20.5 I 58 REPAIR OR REPLACEMENT 1 FA 8 -30.5 i TOTAL 1 1 1 1 1 1 1 1 1 1 1 1 139 t ITEM PROPOSAL BID SHEET 4/5 Addendum No. 3, June 12, 2004 30" Sewer Trunk Line: Schedule 'B' ITEM PROPOSAL ITEM QTY UNIT UNIT PRICE AMOUNT No. PAYMENT SECTION DOLLARS DOLLARS 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN 1 - 07.15 1 LS 02 SO, po 02 SO. ex) 2 MOBILIZATION 1 -09.7 1 LS 0 24 0 Da.00 aD,, 0x0. TRAFFIC CONTROL SUPERVISOR 3 1 - 10.5 100 HR 35l .60 - 2 , 406 • ( 4 TRAFFIC CONTROL LABOR 1 -10.5 200 HR 33,E 6, bye - OCR CONSTRUCTION SIGNS CLASS 'A' 5 1 -10.5 60 SF 6- so .3 9*D• 00 SAW CUT, PER INCH DEPTH 6 2 -02.5 400 LF , 02.5 /0o -00 MANHOLE 60 IN. DIAM. TYPE 1 7 . 7 -05.5. 10 EA 95:00 3a, 7Sv MANHOLE ADDITIONAL HEIGHT 60 IN. DIAM. TYPE 1 8 7 -05.5 43 LF / 60. co lc, ire. 0 REM. 48 IN. MANHOLE & REPL W/ 72 IN. DIAM MANHOLE, TYPE 2 9 7 -05.5 1 LS 9 5oD - ov Soo • oo TRENCH DEWATERING 10 1 FA $ 200,000 $ 200,000 7 -08.5 11 STRUCTURE EXCAVATION CLASS 'B' INCLUDING HAUL y 7 -08.5 l 8,380 CY Do 3. 5 0_0.00 12 SHORING OR EXTRA EXCAVATION CLASS 'B' 3,200 LF 7 -08.5 y. Do /a, 4rDo . 60 GRAVEL BACKFILL FOR FOUNDATIONS, CLASS 'A' 13 ace). 800 CY 3� SD S, aQ• op G ,Q REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 14 7 -17.5 1,000 CY 7 . Do cam. do 15 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 100 TON 7 - 17.5 3/• Sv 3 i5o•ex 16 PVC SANITARY SEWER PIPE - 30 IN. DIAM. 3,200 LF 7 -17.5 7i 00 36„, F() SANITARY SEWER BYPASS 17 7 -17.5 1 LS /y j9l'D - /9,Ood0 REPAIR OR REPLACEMENT 18 8 -30.5 1 FA $ 5,000 $ 5,000 SUBTOTAL, SCHEDULE 'B' : $ 6 3 5 0, Ov STATE SALES TAX: SCHEDULE 'B' (@ 7.9 %) : $ ,,lq, /(,i, r& TOTAL Schedule 'B' ( with SALES TAX) : $ lQ 7/, sp ge° • Addendum 7 Page 6 of 7 6/30/04 ITEM PROPOSAL BID SHEET 3/5 Addendum No. 7, June 30, 2004 Roadway Widening and Reconstruction: Schedule `A' continued ITEM PROPOSAL ITEM UNIT PRICE AMOUNT No. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 51 MONUMENT, MONUMET CASE AND COVER 19 EA 8 -13.5 cal/5.00 �, 6, SS -cap 52 ADJUST MONUMENT CASE AND COVER 5 EA 8 -13.5 eats - OD D 25- Oo CEMENT CONC. SIDEWALK, 4 -IN DEPTH 53 8 -14.5 4,500 SY /5: 85 7/ CEMENT CONC. SIDEWALK, 6 -IN DEPTH 100 SY 54 8 -14.5 025 ; a,6"" .LYD CEMENT CONC. SIDEWALK RAMP, TYPE 2A 55 8-14.5 24 EA 7PS- GYM /e . gv 0 0 56 CEMENT CONC. SIDEWALK RAMP, TYPE 4A 48 EA 8 -14.5 &d.,ZD- 00 a 30 , -7,z6. OD 57 SIGNPOST SOCKETS 30 EA S 9 SO. CIO 58 HEAVY LOOSE RIPRAP 5 CY 8 -15.5 /QS. co &ZS_cla MAILBOX SUPPORT 59 8 -18.5 12 EA / 25 4 / C`JO • LX) ILLUMINATION SYSTEM 60 8 -20.5 1 LS 0. /5, ea°.to mil,! 5, Ocn.oc) TRAFFIC SIGNAL SYSTEM 61 8 -20.5 1 LS 6'5, Lam. 00 l6 S, ono, oa 62 REPAIR OR REPLACEMENT 1 FA $ 40,000 $ 40,000 • 8 -30.5 TOTAL SCHEDULE `A' : 3 41 d 3a .On Addendum 7 Page 5 of 7 6/30/04 . .., . 1 ITEM PROPOSAL BID SHEET 5/5 Addendum No. 3, June 12, 2004 . 8", 12" & 15" Sewer Collection Lines: Schedule 'C' I ITEM PROPOSAL ITEM UNIT PRICE AMOUNT No. PAYMENT SECTION QTY UNIT DOLLARS DOLLARS 1 SPILL PREVENTION CONTROL & COUNTERMEASURES PLAN ' 1 -07.15 1 LS 0209 OD � 60 2 MOBILIZATION 1-09.7 1 LS 35, 04 00_ op 3 s. v OU . 60 I 3 TRAFFIC CONTROL SUPERVISOR 1 -10.5 100 HR G� ,3, 5w0_ 00 4 TRAFFIC CONTROL LABOR 1 10.5 400 HR 3.po /3/ , 00 I 5 CONSTRUCTION SIGNS CLASS 'A' 1 -10.5 60 SF 6.5e .390.00 SAW CUT, PER INCH DEPTH 6 I 2-02.5 2,000 LF -QS ,Soo ..on 7 MANHOLE 48 IN. DIAM. TYPE 1 • 7 -05.5 15 EA / ?'SD _00 2, 750. oo 8 MANHOLE ADDITIONAL HEIGHT 48 IN. DIAM. TYPE 1 6' S. oo S, a S. ov ' 32 LF / 7 -05.5 9 TRENCH DEWATERING 7-08.5 1 FA $ 200,000 $ 200,000 STRUCTURE EXCAVATION CLASS 'B' INCLUDING HAUL I 10 7 -08.5 6,450 CY 41 o0 025, rev- o0 11 SHORING OR EXTRA EXCAVATION CLASS 'B' 5,060 LF 7 -08.5 , S GO .2z; a 540- I 12 GRAVEL BACKFILL FOR FOUNDATIONS, CLASS 'A' 500 CY 7 -08.5 lyl5.. ce) Q.1. e2, 5ceD .00 13 REMOVAL AND REPLACEMENT OF UNSUITABLE MATERIAL 7 -17.5 1,500 CY A/. 50 /2r, 7 50.00 I 14 CRUSHED SURFACING TOP COURSE (For Trench Backfill) 7 -17.5 200 TON 31 50 lo, 3 of 15 PVC SANITARY SEWER PIPE - 4 IN. DIAM. 7 -17.5 160 LF ,5�, 50 ./6.0. 16 PVC SANITARY SEWER PIPE - 8 IN. DIAM. 7 -17.5 400 LF „V7. p0 /4 roo _ DO 17 PVC SANITARY SEWER PIPE -12 IN. DIAM. 7 -17.5 2,400 LF 3.0 -,,AD 7 .2,9(o0.CO 18 PVC SANITARY SEWER PIPE -15 IN. DIAM. 7 -17.5 2,100 LF 35rao 23, 90,0_6() FURNISHING & JACKING ING 21 IN. O.D. STEEL CASING PIPE 7 -17.5 50 LF 75 co 3 9, Sm c - o 20 REPAIR OR REPLACEMENT 8 -30.5 1 FA $ 5,000 $ 5,000 SUBTOTAL, SCHEDULE 'C' : $ 58 ef9L7 oo STATE SALES TAX: SCHEDULE 'C' (@ 7.9 %) : $ 4 'Pi 3.3/ TOTAL Schedule 'C' ( with SALES TAX) : $ 63 333.3/ TOTAL Schedule 'B' ( with SALES TAX): $ 6 7/- 5-0`' 1'6 TOTAL Schedule 'A' ( SALES TAX ): $ 9a o0 ** TOTAL ALL SCHEDULES 'A' + 'B' + 'C' _ $ 4,4 7 9S K•70 /2 I *Contractor must submit a bid on ALL SCHEDULES or the entire tare bid will be rendered non - responsive ** I ( END OF ADDENDUM NO. 7 I Addendum 7 Page 7 of 7 6/30/04 i 1 r i I -f ... ) • 1 BID BOND FORM • 1 Herewith find deposit in the form of a certified check, cashiers check, cash, or bid b in the amount of $ which amount is not Tess than five percent of the total bid. :,. , . .. Sign h Jere BID BOND I KNOW ALL MEN BY THESE PRESENTS: • ' That we, SUPERIOR PAVING CO. , as principal, and Tom. ,�I p ' ���' A'' ' a Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of FIVE PERCENT (5 %) OF BID Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, I administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation Is such that if the Obligee shall make any award to the Principal for WASHTNGTON AVENUE WIDENING - .PHASE 1 , according to the I terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved I by the Obligee; or if the Principal shall, in case of failure so to do; pay and forfeit to the Obligee the penal amount,of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall - forthwith pay . and forfeit to the Obligee, as penalty, and liquidated damages, the amount of t his bond. • 1 SIGNED., SEALED AND.DATED.THIS 8 DAY OF June , 2004 TRAVELERS CASUALTY AND SURETY SUPERIOR PAVING CO...• . ., 1 COMP' Y OF i 11 CA ,....... Principal _ � I 1 I • Pa . . McCoy, At orney- irn -Fa :ill Hammett, Vice - President , 20 1 Received return of deposit in the sum of $ 1 lJ 1 • 1.4. • I _ 1 . I 41 1 I I L.--/ Travelers • 1 IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the ' Terrorism Risk Insurance Act of 2002 (the "Act "). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. ' Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of. Travelers' 1 statutorily established deductible for that year. The Act also caps the amount of terrorism - related losses for which the Federal ' Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional 1 premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such 1 coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. 1 1 1 . c• ' TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA ' - < TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 I POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT 1 KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, I corporations duly..organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford:: State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Anne E. Strieby, James B. Binder, Paula M. McCoy, Carrie Ester, of Seattle, I Washington, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the I same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. 1 This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any I 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 I appointee and revoke the power given him or her. VOTED: 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 I in writing and a copy thereof is filed in the office of the Secretary. VOTED: 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 I 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. 1 This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY I COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice I President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing 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 I certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. 1 1 1 1 (11 -00 Standard) 1 1 IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be signed by their Senior Vice President and their corporate seals to be hereto affixed this 2nd day of August, 2003. 1 STATE OF CONNECTICUT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA }SS. Hartford TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY COUNTY OF HARTFORD �,,,p gJP �TY AN ' G AS(I,��, . f l w' -- Pt; 3�' * �b^ t#RRTF6K , W I HARONN. TFORD, < 1982 p` By CONN. � C �i ' George W. Thompson ` 6 �� 1 v?� 1 � �D `y * * '`' Senior Vice President 1 * 1 On this 2nd day of August, 2003 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals I affixed to the said instrument are such corporate seals; and that he /she executed the'said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. 1 t o.TeN t .TAR Mei•Ajo %. 1174AILCILUI* My commission expires June 30, 2006 Notary Public Marie C. Tetreault 1 1 CERTIFICATE I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of I the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. I Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 8 day of June , 20 04 YA p p AS O U q , , � ��` /- r � ` HARTFORD., 0 3 19 8 2 o By v` coNN. o � a Kori M. Johanson 1 tl �, ` 6 1 � ' e` -V * �`', Assistant Secretary, Bond 1 • • 1 1 1 NON - COLLUSION DECLARATION I 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. 1 NOTICE TO ALL BIDDERS To report bid rigging activities call: I - 800 -424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" ' to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. 1 1 1 1 1 1 1 1 143 NON - DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment ' without regard to race, color, religion, sex or national origin. • *(3) The contractor will send to each labor union or representative of workers with which he has a I 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 1 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 1 145 SENT BY: CITY OF YAKIMA; 509 576 6314; JUN-21-04 1:27PM; PAGE 3/4 This sheet must be submitted with the Bid Proposal - Addendum No. 4, June 21, 2004 ABB V7 Washtngton State 1 Department of Transportation Disadvantaged Business • Enterprise Utilization Certification To as eligible for sward of D contract the bidder must ha out end submd. aspen of hisawr props. 1h4 rosavang catificalim relating io Oisactvantageci Business Enterprise tIDBEJ requerements. This certlfecallon shalt be deemed a pen at the resuaing contract. P ax. to hi out and sutesit this carton. the S.din of a false cartificslion. or rrtsultkitint proiected use of DEB. shad be Coned as (Mashes MA the proposal is non-responsive to ine irvonation o D. • information on collided firms is avagebis from OSAW8E. phone 4360 753-9693. _ - candles Met the foaming Casadvantsged Buttner, EntraprisEsi saltine • # 1 , 09 g1 nave been contacted regarding panic this projes1 and, cf 1 Is the successful bidder on this pitied. 1 shall award surmararacls to or enter into supply agreements with the fedawing DBEs as Indicated: df necessary. use ackfthonal sheet). " 7 AOSPAPIdO • - MintiriCtUrsr,'R•041- • : : • ;SiiikaiPrioNdoe) ' • ' ' ' •:' -'" • 7--• . . - 1.2/9,6,3e. _ea 6-5-5- ---._.—Liz.ezdaans_ 111 - 2. • . 3. • i - , + 5. 6, t • • • 1. 1 — 7 lo. • 02/Co, binIn - co Disadvantaged amines, Enterprise Subcontrachng Gael: —14t. DBE Total $ 2/ 6 -4 • Finale? Deafer status ertu31 be approved by the Odic. of Equal Opportunity, Wash. Stale Dept. of Transportation, on each contract. • Ste the sactkv: 'Counting DBE ParUcipatIon Toward iteatisig the Goer in the Coterie Dooseent. Contracting *gamy nel urikro th *pro data to Osterman %tether or not the bidder has mai Par gay arta. average goat attainment of *1 beldam. .57 Pr.es-i* r_VP Addendum 4 Isaac 3 or 4 6121..04 • OMWBE Directory Profile Page 1 of 1 OMWBE Directory Profile: PAVEMENT SURFACE CONTROL 1 Name: PAVEMENT SURFACE CONTROL Business Description: PAVEMENT MARKING EXTRUDED CURB STEEL SHOT ' BLASTING MISC CONCRETE SEAL COAT CRACK FILLING FLAGGING TRAFFIC CONTROL Street: 307 N DAYTON #2 City: KENNEWICK State: WA Zip: 99336 Voice: (509) 586 -1969 Fax: (509) 585 -8297 E -mail: 1 Contact: MCDANIEL DOROTHY J Owner: DOROTHY J MCDANIEL Certification No.: D2F2315595 Washington Cert.: WBE Federal Cert.: DBE ' Anniversary Date: 7/26/2003 Removal Date: Prime SIC: 7389 Prime NAICS: 56199 1 2nd SIC: 1611 3rd SIC: 1721 4th SIC: 5th SIC: 6th SIC: 7th SIC: 8th SIC: 2nd NAICS: 23411 3rd NAICS: 23521 4th NAICS: 5th NAICS: 6th NAICS: 7th NAICS: 8th NAICS: 1 Copyright 1995 -2003 Business Innovations Pius, Inc. All Rights Reserved. 1 1 1 1 1 1 1 I ttp: / /www.omwbe .wa.gov/biznetwas /profile.asp ?BUSNO =9001 7/8/2004 1 1 SUBCONTRACTOR LIST Prepared in compliance with RCW 39.30.060 as amended (To be submitted with the Bid Proposal) Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non - responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name C • Item Numbers (20 9- 6 / 1 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers 1 Subcontractor Name Item Numbers 1 Bid Items to be performed by the Prime Contractor: • Prime Contractor Name , • _ � _ �� Jr _ _ _ 1 ! 1 Item Numbers / � CP), 9 //, /2, /3, X41 S / 2 12; 3D ��. S/, , ;, Sr; 1 •� i / 02. CA) !8 2 Cfr _Jr 1 1 147 1 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY 1 It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is 'committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority 1 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 1 149 1 1 RESOLUTION N0. D - 4S 1 6 A RESOLUTION adopting a "Women And Minority Business Enterprise Policy" for the City of Yakima. WHEREAS, the City of Yakima is the recipient of federal and state assistance which assistance carries with it the obli- gation of contracting with Women And Minority Business Enter- prises for the performance of public works, and WHEREAS, it is the intention of the City of Yakima that ' Women And Minority Business Enterprises shall have the maximum 1 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. ,Dp ADOPTED BY THE CITY COUNCIL this .�4 !fit day of ,c -,�.t r , 1983. ,N, Mayor ' ATTEST: City Clerk 1 1 151 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 1 the terms of these Bid Conditions. All bidders and all contractors and subcontractors performing or to perform work on projects subject to these Bid Conditions hereby agree to inform their subcontractors of their respective obligations under the terms and requirements of these Bid Conditions, including the provisions relating to goals of minority and women employment and training. Specific Affirmative Action Steps Bidders, contractors and subcontractors subject to this contract must engage in affirmative action directed at increasing minority and women workforce utilization, which is at least as extensive and as specific as the following steps: a. The contractor shall notify community organizations that the contractor has employment opportunities available and shall maintain records of the organizations' response. b. The contractor shall maintain a file of the names and addresses of each minority and women worker referred to him and what action was taken with respect to each such referred worker, and if the worker was not employed, the reasons therefore. If suchworker was not sent to the union hiring hall for referral or if such worker was not 1 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 1 Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within, his own organization by including it in any policy manual; by publicizing it in company newspapers, annual 1 reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically 153 1 including minority news media; and by notifying and discussing it with all subcontractors and suppliers. g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and , minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts t� encourage present minority employees 1 to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. 1 j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. • k. The contractor shall develop on- the -job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. 1 I. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women 111 employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. 1 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 p. The contractor shall solicit bids for subcontracts from available minority and women 1 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 1 154 1 1 . BIDDERS CERTIFICATION A bidder will not be eligible, for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: 4� . _ _�� _ ��� �•� • certifies that: 1 (BIDDER) / 1 1. It intends to use the following listed construction trades in the work under the contract 1 and; as to those trades for which it is required by these Bid Conditions to comply with these Bid q Y PY Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non - federal) in the Yakima, Washington area subject to these Bid Conditions, those trades being: and; 2. It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any sub - contract under this contract the Subcontractor Certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) 1 . 1 1 1 1 155 1 1 1 1 Contractor and Subcontractor or Lower Tier Subcontractor 1 Certification for Federal -Aid Projects DOT FORM 420 -004EF Follows this page as an Attachement 1 1 1 1 1 1 1 1 1 1 1 1 157 Contractor and Subcontractor or ' Washington State Lower Tier Subcontractor Department of Transportation • Certification for Federal -Aid Projects (Required for each Subcontractor or Lower Tier Subcontractor on all Federal -Aid projects) Contract Number Federal -Aid Number State Route Number Subcontractor or Lower Tier Subcontractor To be signed by proposed subcontractor or lower tier subcontractor The contract documents for this subcontract include as part of the subcontract a special provision entitled "Required Federal -Aid Provisions ", the "Required Contract Provisions Federal -Aid Construction Contracts (FHWA 1273) ", and the minimum wage rates. I certify the above statement to be true and correct. 1 Company 1 By Date • 1 I Ille Contractor Certification To be completed and signed by the contractor 1. 1 1 A written agreement has been executed between my firm and the above subcontractor. • 2. A written agreement has been executed between (the subcontractor) and the above lower tier subcontractor. All documents required by the special provision entitled "Required Federal -Aid Provisions" are included in the agreement for (1) or (2) marked above. 1 I certify the above statements under Contractor Certification to be true and correct. 1 Company 1 By Date 1 Title • DOT Form 420 -004 EF Revised 10/94 Materially and Responsiveness 1 The certification required to be made by the bidder pursuant to these Bid Conditions is material, ' and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. • Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the. Office of ' Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non - compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. 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 1 Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by ' making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be 1 159 1 taken into consideration by Federal agencies in determining whether such contractor or subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations. It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the 1 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 1 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 • • 1 1 1 1 1 160 1 I PROPOSAL Washington Ave. Widening and Reconstruction 52 Avenue to 24 Avenue 1 City Project Nos. 1901 &1915 Federal Aid Nos.: REV - 4558 (001), TIB 8 -4- 039(019) -1, TIB 9 -E- 039(007) -1 I 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 I approximate estimate of quantities at the above prices and in the form as indicated below, is attached hereto: I CASH ❑ IN THE AMOUNT OF CASHIER'S CHECK . ❑ DOLLARS 1 CERTIFIED CHECK ❑ ($ ) PAYABLE TO THE STATE TREASURER PROPOSAL BOND, IN THE AMOUNT OF 5% OF THE BID 1 " Receipt is hereby acknowledged of addendum(s) No.(s) / 02 , —5 & /0/#.6 (4 I SIGNATURE OF AUTHO OFFICIAL(s 111 �� I'S �St` k 6 ;ii �/'/ `4 )ifyii e V C - Pc-c s i d e vi t P� • FIRM NAM �_ _ _� 612. 1 (ADRESS) / d . jG /o �C., 1 (, -'v9) a-ze --z-t..2 /- ,� / -'A' lF? PHONE NUMBER 1 STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER SLc Pik PG /a / 7 FEDERAL ID No. 1 9 1. / I /1 9 1 6 I/1 1 Note: (1) This proposal form is not transferable and any alteration of the firm's name entered I 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 I means, please make reference to the following proposal number in your communication. 1 1 161 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 1 A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces / provided. J 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. a C. SUBCONTRACTOR LIST The form must be filled in. Failure to provide this information at time of bid WILL NOT render the bid non - responsive. 11 ,/ D. BIDDER'S CERTIFICATION / E. PROPOSAL SIGNATURE SHEET 1111 Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non - responsive. 11 The following forms are to be executed after the contract is awarded: A. CONTRACT 1 This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his /her surety company. 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. A D. DOT Form 420 -004EF Refer to Required Contract Provisions Federal -Aid Construction Contracts FHWA- 1273. 11 11 1 1 163 1 1 1 CONSTRUCTION DETAILS 1 Construction Details 1 (Plans under separate cover) 1 1 1" 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 CLASS 3000 CEMENT CONCRETE FULL DEPTH 1 1/2" CLASS "G" ASPHALT OF SECTION LESS 1 1/2" ASPHALT PAVEMENT 12" • OffninifinE ilsigmlassr i r -S / SUBGRADE _�� 1 \, SUBGRADE BASE r4 9 1" 1 v0 DRY PACK ALL JOINTS oO 4T 0 AND VOIDS 1 q SMOOTH INSIDE BARREL 1 ONTS MANHOLE ADJUSTMENT DETAIL City of Yakima — Engineering Division 1 1 1 1 1 APPROVED: 2.10.99 CITY OF YAKIMA - STANDARD DETAIL I MANHOLE ADJUSTMENT I S3 1 11 1 , SEE DETAIL R24 FOR TRENCH PATCHING i i i <<\<0‘ 0 EXCAVATION N 2 >> II -.a PAYMENT LINE .— 11 ..... FOR PIPES 15 INCHES AND UNDER .— I.D. + 30 INCHES 11 • NATIVE MATERIAL SHALL BE USED FOR BACKFILL UNLESS OTHERWISE DIRECTED BY THE ENGINEER. I CRUSHED SURFACING TOP COURSE UNLESS OTHERWISE DIRECTED BY • SHALL BE USED FOR BEDDING MATERIAL ll 0 () I- THE ENGINEER. ma, Ill i We ,. •:1- mji, UNSUITABLE FOUNDATION MATERIAL SHALL I sW, SUITABLE EARTH FOUNDATION BE REPLACED WITH GRAVEL BACKFILL FOR FOUNDATIONS CLASS B. (SEE NOTE) 1 S4 TYPICAL TRENCH SECTION 1 . NTS City of Yakima — Engineering Division 1 11 1 1 • - APPROVED: 2.10.99 1 , CITY OF YAKIMA - STANDARD DETAIL I TYPICAL TRENCH DETAIL I S4 1 1 1" 1 -1/2" 1 011 1 A A c 3 /4 .. Q L N N N _ B O B L i n 1 1 - 17" II 6 I 1-1/4=-4.— r, Co 2 -1 /4" I --i- 23 -1/2" 4112/2/0■116 5/8" N 2 -1/2" 2" SEC11ON B -B __ �_ NOTES 1 / 1 THE FRAME, GRATE & HOOD 1 _ '� ' J 3/4" HOLE 3 4" 1 �,�,�,�,�� fO SHALL BE INLAND FOUNDRY 23" I _ CO. NO.517 OR APPROVED I 1 EQUAL. THE CATCH BASIN SHALL BE AS SHOWN ON I 36" CITY OF YAKIMA DETAIL D1. SECTION A -A 24" 1 Iv t I � \ i 2 "R , I - \ Po 1 1 CV i I - I 1 3/4 ka "ow 6 -3/8" I 22" S ECTION C-C II D2 FRAME, GRATE & HOOD NTS City of Yakima — Engineering Division 1 APPROVED: 2.10.99 1 CITY OF YAKIMA - STANDARD DETAIL I FRAME, GRATE & HOOD I D2 1 I BARS 1 3/8" THICK THIS AREA (REF.) BARS 1 5/8" THICK THIS AREA (REF.) —.•— 2 1 /2' 11• 1/4" R. FOR MACHINING CLEARANCE —1 .- 2" 7 1 _ 1 i u u u A I k BARS 1' THICK S) a (TYP 4 PLACE n N N 1 - O O CV 1 a w L l - f I— r� LEVELING PADS (TYP 8 PLACES) (3/4" x 1 3/4 ") BOTTOM VIEW END VIEW 1 1 1/8" TYP APP B AR 1 I MN O 1/8" TYP SLOT i I s` 1 CASTING PER: ASTM A27 GRADE 70-36, OR ` O R X. W GRADE 4 BS. 6. APPROX. WEIGHT, 104 U35. N 45 � ■■ EMI 1 1/4"—N—I 1 7/8" 1 ' 1 TOP / VIEW 10 10 • 23 3/4•t + 0 \ n n II l' 1 5/8" \ i 1 f 7 1/4 R i 1 3/4 "--..- -� 1' i REF. 7/8" —1/16 (REF. FINISH DIM.) 231/2 "( 10;32.) - SIDE VIEW I D5 CATCH BASIN GRATE NTS City of Yakima — Engineering Division 11 APPROVED: 2.10.99 1 CITY OF YAKIMA - STANDARD DETAIL I CATCH BASIN GRATE I D5 1 1 FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. 1 THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE.. • 11 NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3 . "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. R12 SIDEWALK JOINTING DETAIL NTS City of Yakima — Engineering Division 1111 • 1 APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL I SIDEWALK JOINTING I R12 1 1 1 SEE PLANS COLD JOINT 4" 1 S= -0.02 1 COMPACTED EARTH 1" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE 4" STANDARD SECTION SEE PLANS _ 8 Y I S = 0.02 FT /FT —� 1 COMPACTED EARTH 6" 1" MINIMUM COMPACTED DEPTH CRUSHED SURFACING TOP COURSE THICKENED SIDEWALK SECTION NOTE 1. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. 11 R14 TYPICAL SIDEWALK SECTIONS NTS City of Yakima — Engineering Division • 1 1 1 APPROVED: 9.15.99 CITY OF YAKIMA - STANDARD DETAIL J TYPICAL SIDEWALK SECTIONS I R14 1 1 9 1/2" MONUMENT CASE TO BE SATHER MFG. CO. 8" /2022 OR APPROVED EQUIVALENT I 7 1/B" in i .- f f ei 111# , I llii:0 10 " 1 i 7 1 1 . " 3/16 WIDE BEAD, 1/B" HIGH 1 1- 8 1/8" 1 MONUMENT CASE I MONUMENT CASE 1 1/2" CLASS "G" ASPHALT (COMPACTED DEPTH) 12 MAX ZAMA .. ........... iiiiiiii e- • n r iiiiiiii .'�•:°. • : : 6" CLASS 3000 CONCRETE I 2" ALUMINUM, BRONZE OR BRASS i SURVEY CAP CRUSHED SURFACING TO BE i PLACED AFTER PLACEMENT OF j 5 /B" REBAR - 24" LENGTH MIN. MONUMENT CASE SUFFICIENT j TO SECURE MONUMENT j I/ % . i i i i 1 ',1: �1� 1. MONUMENT TO BE PLACED AFTER FIRST UFT. 2. TOP OF MONUMENT CASE SHALL BE 1" BELOW TOP OF FIRST UFT. 11 3. MONUMENT CASE TO BE PLACED AFTER FINAL UFT OF ASPHALT. 4. IN UNIMPROVED ROADS, THE MONUMENT CASE SHALL BE SET WITH THE TOP OF THE CASE 6" BELOW EXISTING GRADE. 5. WSDOT CLASS 3000 CONCRETE WITH AGGREGATE GRADING N0. 5. R25 SURVEY MONUMENT NTS City of Yakima - Engineering Division 1 APPROVED: 9.15.99 1 CITY OF YAKIMA - STANDARD DETAIL 1 SURVEY MONUMENT I R25 1 1 1 • • 1 r " fi , • II 1 11 i t • I J 1 1 I 4 BOLT GALVANIZED STEEL BASE PLATE 1 5" x 7" OVAL HANDHOLE 1 REMOVABLE BASE COVER (2 PIECE) WITH REMOVABLE COVER FINISHED GRADE ( .— sl�\ nom. . • i 'l ti' I • CEMENT CONCRETE ANCHOR 36" DIAMETER x 8' - DEPTH. FORM 24" SQUARE x 4" DEPTH AT TOP 'F OF BASE (CHAMFER EDGES). GROUT BETWEEN ANCHOR BASE AND BASEPLATE AFTER POLE g . i ...1 1 ., ri . • IS PLUMB AND SECURED. I SCHEDULE 40 PVC CONDUIT(S) EXTEND : ill � 5" ABOVE BASE 4 GALVANIZED STEEL ANCHOR BOLTS WITH AND ANGLE END +4.. DOUBLE NUTS AND DOUBLE WASHERS. ANCHOR TOWARD HANDHOLE . BOLTS SHALL EXTEND 4 1/2" ABOVE CONCRETE . I IN POLE. yF p. BASE. BOLT CIRCLE DIMENSIONS AND ANCHOR BOLT SIZE SHALL BE SUBMITTED BY POLE ' " y a . MANUFACTURER. i it i tt - � ∎ REINFORCING STEEL BARS REQUIRED. 8 —NO. 7 '. •BARS VERTICAL. EVENLY SPACED AROUND I e • PERIMETER. 8 —NO. 4 HOOPS AT 12" ON �" i''`. CENTERS. 3" MINIMUM CONCRETE COVER. REBAR SHALL NOT BE WELDED. 5/8" x 10' COPPER WELD GROUND —a- 1 ROD (SERVICE POLE ONLY) E6 SIGNAL POLE FOUNDATION NTS City of Yakima — Engineering Division 1 APPROVED: 9.20.99 CITY OF YAKIMA - STANDARD DETAIL I SIGNAL POLE FOUNDATION 1 E6 1 1 I120 • — C2 TEST SWITCH _ 1I 1 • • I CON • i 1 PHOTO ELECTRICAL --0 CONTROL gil) IN SERVICE EQUIPMENT WRING DIAGRAM FOR LIGHTING CONTROLS 1 1 1 1/4" RIGID STEEL CONDUIT TO 3 —WIRE *Ji WEATHERHEAD (3) AWG NO. 2 CU. THW 1 — PHOTO— ELECTRIC CONTROL AT APPROX. 33 FT. MOUNTING HtIGH i 3/4" RIGID STEEL CONDUIT, II STEEL TRAFFIC SIGNAL POLE ' (3) AWG NO. 14 THW C ; METER BASE — TYPE AS REQUIRED BY PP &L MYER'S HUB ni MYER'S HUB 1 I LOCKABLE SERVICE EQUIPMENT STREET LIGHTING I CONTACTOR ENCLOSURE - 2" RIGID STEEL CONDUIT (ALL EXPOSED CONDUIT IS RIGID STEEL) ENTRANCE TO POLE „...— AWG NO. 6 COPPER GROUND 1 FINISHED GRADE—\\ APPROVED GROUND CLAMP I 5/6"xlO' COPPER —WELD GROUND ROD STEEL SWEEP ELBOWS I 2 — 2" SCH 40 CONDUIT i TO JUNCTION BOX 1 E8 ELECTRICAL SERVICE (120/240) w/ LIGHTING CONTROLS NTS City of Yakima — Engineering Division APPROVED: 1.13.00 1 CITY OF YAKIMA - STANDARD DETAIL 1 ELEC. SERVICE W/ LIGHTING I E8 • 1 1 1 — z ---- --s -- ALL CONDUIT TO CLEAR LOWER a CENTER BRACE OF CABINET BY / 1 /2" MIN. ANCHOR BOLTS AND DATA FOR N 1` a I SPACING TO BE SUPPUED BY CABINET MANUFACTURER • m ■_ ■ : 7 ' a 4" SLIPFITTER N SHIM TO PLUM `H #4 BAR EACH CORNER I x o irrilki 4" GALV. STEEL PIPE z • ��11i1 5/ 4 G x 5" HAx WITH LEVER WO n 5/8- x 24" x 4" GALV. STEEL 1 , 1 #4 HOOPS 2" MAX. I 1" MIN. ANCHOR BOLTS 2" 3/B" DIA. PLASTIC DRAIN TUBE MAX.1. L�T �I J #4 BAR EACH CORNER _ = -- 1 �i CAB BASE - f i ' �. / I ll ` 3" MAX. PLUS 2' 2 1 / f- — 2" -.- -� I- .- 2 1 /2" c 1 1B, n n n t4 BARS O 1' CENTERS • , a 1 1 11 1 ,/ J . N / _ Iwo � La i 1 I i I_ 2' -0° 1 r-) a N C; C; #4 BAR EACH (S0. OR RN IS) D) I m u,' (.4 .- °� -- CORNER • av II- 1 a 1 i L ---_14 HOOPS PEDESTAL MOUNT 1 NOTES / i ii i \ 1. PAD AND PEDESTAL MOUNTS SHALL BE CLASS B CONCRETE UNLESS }_ NOTED OTHERWISE ON THE PLANS. ' 1 1 LOCATE CONDUITS CENTRALLY u u IN FOUNDATION. INSTALL ONE 2. WHERE PAD OR DEDESTAL MOUNTS ARE LOCATED IN A SIDEWALK, SPARE 2" CONDUIT AND CAP. CONSTRUCT MOUNT TOP FLUSH WITH SIDEWALK GRADE. OMITTING 1 N O THERS AS REQUIRED. CHAMFER WHERE TOP AND SIDEWALK ABUT. PAD MOUNT 3. PAD MOUNT DESIGN IS TYPICAL, CONTRACTOR SHALL UTILIZE CABINET • MANUFACTURER'S SPECIFICATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL 1 4" x 9" GALV. PIPE FLANGE SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 7 1/2" DIAM. BOLT CIRCLE 4. EXPANSION ANCHOR BOLTS (KWIK -BOLT, WE,J -IT, OR EQUAL), MAY FOR 4 (MIN.) BOLT HOLES BE USED TO FIT CABINETS TO EXISTING PAD MOUNTS. • 1 3/4" DIA. EACH 5. PEDESTAL HEIGHT MAY BE REDUCED TO CONFORM WITH r MAX. FOR ENTIRE UNIT. PEDESTAL BASE DETAILS 1 ElO CABINET FOUNDATION DETAIL NTS City of Yakima - Engineering Division 1 . APPROVED: 1.13.00 1 CITY OF YAKIMA ° STANDARD DETAIL ICABINET FOUNDATION DETAILS' E10 II z 1 I 3/8" — 16NC COVER w HEX / WASHER BOLT Y B P Y 1 ::4 � �.. \/ SKID RESISTANT a CARRIAGE BOLT SURFACE S w/ WASHER f O i `` III B OX \0 re 1 11 JUNCTION BOX DIMENSIONS (INCHES) LBS. COVERS A B C TYPE 1 25 1/4 14 1/4 3/4 30 TYPE 2 31 1/8 18 1/4 3/4 50 1 JUNCTION BOX DIMENSIONS (INCHES) WT. LBS. H J K TYPE 1 27 1/4 16 1/4 12 12 3/4 23 3/4 1/2 11 1/4 47 TYPE 2 33 1/8 20 1/8 12 16 3/8 29 3/8 1/2 11 1/4 56 1 NOTE 1. JUNCTION BOXES AND COVERS SHALL BE CONSTRUCTED OF POLYMER CONCRETE GRAY IN COLOR, REINFORCED BY A HEAVY —WEAVE FIBERGLASS. COVERS SHALL l BE RATED FOR A MINIMUM SURFACE LOAD OF 15,000 LBS, AND BOXES RATED FOR A MINIMUM OF 8,000 LBS. OVER A 10" SQUARE AREA, MATERIAL COMPRESSIVE STRENGTH SHOULD BE NO LESS THAN 11,000 P.S.I., COVERS SHALL HAVE A MIN. COEFFICIENT OF FRICTION OF 0.5 AND HAVE THE LOGO "TRAFFIC SIGNAL" ON IT. I BOXES SHALL BE SIMILAR TO "COMPOSOLITE" AS MANUFACTURED BY QUAZITE CORPORATION OR APPROVED EQUAL 1 Eli JUNCTION BOX DETAIL NTS City of Yakima — Engineering Division 1 1 APPROVED: 9.20.99 1 CITY OF YAKIMA - STANDARD DETAIL I JUNCTION BOX DETAIL I Ell 1 . 1 1 1 1 y�r SUBGRADE • : BACKFILL AND CONDUIT BEDDING N, ' +• MATERIAL SHALL BE COMPACTED II :• 'J •t' ;'•'. • _RUSHED SURFACING TOP COURSE. " . ^ .,/' — 2" OR 3" SCHEDULE 40 CONDUIT(S) •••' y •• ..' •J .•. •...:. AS SHOWN ON PLANS 1 E14 CONDUIT TRENCH SECTION NTS City of Yakima — Engineering Division 1 . 1 1 1 S APPROVED: 1.13.00 1 CITY OF YAKIMA - STANDARD DETAIL 1 CONDUIT TRENCH SECTION E14 GE ME NMI ® ® GG GIN ME Gib GG ® ® ® ® ® GG Mil Mill MO 0 D D RAW RAW 50' (MIN) 50' (MIN) N 7' (MIN) 35.5' (MIN) 35.5' (MIN) 7' (MIN) 12' (MIN) CBD 12' (MIN) CBD GRADE EQUAL TO TOP OF CURB 0 ......... `.l*�.......... ............ ll, ......... .......... .........�� 6" (MIN) 6" (MIN) - COMPACTED SUB GRADE 2" CLASS "A" ACP ) (COMPACTED DEPTH) Z _4 AATH (COMPACTED TED DEPTH n ` 6 ATB (COMP-ACTED_DEPTH) OR 12"`CSBC - (COMPACTED DEPTH) r R5 PRINCIPAL ARTERIAL ROADWAY SECTION 7v "--1 NTS City of Yakima — Engineering Division rn 7v D 1 0 0 v 0 70 i0 1 1 .04)/, 12 N,lCSTC(COMPACTEDDEPTH) .. / 2 y qy LD JOINT 6" WSDOT CL 3000 CONCRETE W/ COARSE AGGREGATE GRADING NO. 5 1 DISTANCE VARIES — SEE PLAN TMC 8.54.070 11 1 JOINT CONSTRUCTION JOINT CONSTRUCTION JO NT CONSTRUC 0 JO R10 RESIDENTIAL DRIVEWAY APPROACH NTS City of Yakima — Engineering Division 11 a 1 , • APPROVED: 9.15.99 1 CITY OF YAKIMA • STANDARD DETAIL I RESIDENTIAL DRWY APPROACH I R10 • 1 • 1 CONCRETE APRON I 7' MIN. OR TO R/W LINE WIDTH PER YMC 8.64.070 (WHICHEVER IS GREATER) SEE PLANS RP \A 15' (MIN) 15 (MIN) RP 1 SEE PLAN :::•: SEE PLAN PREFERRED RAMP CONFIGURATION ALTERNATE RAMP CONFIGURATION . A _J \\_ 1 CONCRETE, •- VALLEY GUTTER I VALLEY GUTTER RAISED CURBING MAY CONTINUE INTO SITE - 1 SURFACING • 6" -r . Miallin: ' . . ' ' • TO FLOW LINE 1' 1—'— MIN. 4" COMPACTED DEPTH 11 CRUSHED SURFACING, TOP COURSE 3' VALLEY GUTTER 1 SECTION A N OTES 1. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL 1 BE SEPARATED BY 3/8" THICK EXPANSION JOINT MATERIAL. 2 . THIS DETAIL INDICATES GENERAL CONFIGURATION REQUIREMENTS FOR COMMERCIAL DRIVEWAY APPROACHES. STYLE AND LOCATION I OF HANDICAP RAMPS WILL DEPEND UPON SITE CONDITIONS AND SHALL BE CONSTRUCTED ACCORDING TO THE SPECIFIC PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER - 3. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. ' R11 COMMERCIAL APPROACH ' NTS City of Yakima — Engineering Division 1 1 1 APPROVED: 10.5.99 CITY OF YAKIMA - STANDARD DETAIL I COMMERCIAL APPROACH I R11 1 ll . 1 I 2" NPS,SCH. 40, 2 3/8" O.D. TENON \ 8' (TYP.) \\ OR OTHER LENGTH AS SPECIFIED 3 J ----__I- i DAVIT ARM 6063 -T6 ALUM. TAPERED 6" X 3 1/2" X .188" WALL, SATIN PHOTOELECTRIC GROUND FINISH, 80 GRIT. 12" MIN. DISTANCE REQUIRED •L LEVELING PAD R =5' -9' TO REMOVE DOOR / ADJUSTABLE FOR 1 1/4" 7_ _ J THROUGH 2 PIPE • 1 M400A CUTOFF POWR. /DOOR LUMINAIRE SLIPOVER JOINT, -SHAFT INSERTED 12 USE WATTAGE 400HPS INTO DAVIT ARM, (2) 5/8" X 7" LG. S /S\ - HEX HEAD - BOLTS, -NUTS, FLATS & - (TYPICAL) LOCKWASHERS LOCK THE ASSEMBLY. NOT TO SCALE o 0 1 • 1 M M 6063 -T6 ALUM SHAFT TAPERED _ `0 8" X 6" X .250 WALL SATIN GRUOND FINISH, BO GRIT • 4 ELIMINATE ALL SLACK INSULATED GROUNDING HANDHOLE BUSHING / 4" X 6" FLUSH HANDHOLE C/W S/S HARDWARE & GROUND WIRING INSTALL COMPLETE WITH BOND BOLT COVERS \ \ WICK DISCONNECTS \ CAST ALUM. SHOEBASE (COMPLETE) WITH 1/2" DRAIN HOLE _ , / STD. SPEC. 9 -29.7) STREET I IGHT BASE SHAT I BE FLUSH WITH SIDEWALK AND /OR CURB - ,� 0 FLUSH WITH - CHAMFFR • ram SIDEWALK ANCHOR BOLTS • . - • ' #4 RE BAR IN . n 1" CONDUIT 8.5' 18" (MIN.) BELOW TOP OF GRADE STREET LIGHT POLE . NOT TO SCALE . PORTLAND CEMENT CONCRETE CL 3000 3' SQUARE WIRING DETAIL LIGHT STANDARD (TYPICAL) NOT TO SCALE APPROVED: 10 -8 -03 CITY OF YAKIMA - STANDARD DETAIL 130' -35' ALUMINUM STREET LIGHT' El MI 1111111 — Mill Eli MI OM MEI MEI NIIII Mill MI • MINI • 1111111 IIIII • I= , . . . , . // / /4, • //‘ /// • CATCH BASIN - TYPE 2 (72" DIAM.) • -/' 43 x . / /, . W/ FLOW RESTRICTOR - OIL SEPARATOR / / : . . //'..:>;'.. ' •. .,::: ...,.. 36" HDPE HEADER PIPE .. . .. . • • •. , • .: .- - . , . •• . .:. :.. :. .. till I .' ---------- i ------- - • • •... ,•. . L- 1 --- _ Z,1' ‘ _ Z.p' r =M INN r ONO■ ■ .■ 6 MIL PLASTIC SHEETING OVER THE TOP .' , •• • -,... • _ ... .. MMI ■ ■., ■ 11••■ TO BE ANCHORED A MIN. OF 18" BEYOND . , h.) 1 - - -,1 , , •• ••.-.... .- • 1 ,. - - ', 0_ - - - L.. , m.. ,, , ■ . , . , .,. ... . COMPACT BACKFILL TO 95%- MIN \ 1 .1 1, ... , , , , 1 , ••••• - .■I .., ..■■ l■ • ----- 1 1 2 \\ s \\ ' ' =■:: I . 0 77 \_._.,.....\ K " WOVEN GEOTEXTILE FABRIC ALL AROUND 4 ' 0 • ' \ // //, / _ '"111.11■_ . ----- ■••-■lIll■- Li- ■ +■•■11111■_ .. ,..... ......, . . 1 e .? WWII WOVE° 'f■ till'Ve Ve • . A --- .. ‘.... . .. ....• • ■ ■••1 =EMI • . • =MIEN ■.. • l■" .■ MOM . . ...■ .■.. • ... A ' ''''''' '''' ' a. - — — • _ _ • . • Mal= 1/■•■• • a , •••=I M•I••• • . ..... 7 '* 36" 36" 36" •1 ' --- - - ..... . - - - • P.-.4. PERF PERF PERF •-- - • - - - - - • lip .... VP11 . .• . =MN= ••■• • • . . ■ ■ • " • . •I■ ■I • . #0*. . d . . • . MONO 1•=1M ..■ . , , ..,.. , ■ 1■• ■ • - . ■ • thitht! oit•, . *0*We • L J • Wit. .0• 1.5' 3.5' .75' • DRAIN ROCK • 40% VOIDS VARIES (TYP.) ( TYP. ) ( TYP. ) VARIES _..... SEE PLAN SEE PLAN SECTION A—A * 4' DEPTH FOR RETENTION BASIN AT APPROX. 89+00 - • APPROVED: 4-15-04 CITY OF YAKIMA — ENGINEERING DIVISION 1 RETENTION BASIN DETAIL I . P1 , . IIIIII MO ON MIMI NM IMO NMI Mt MI IIMI MN MI MO NO UN 'MI MO MI MI ,:',..: ,..-.:: q.,, ,, s ..,,,,,, / Existing Orchard 0'; LEGEND e ''';., ;;:::, ;=',n' '' S'Y.- .5 t : / ''';,' . '' ct ,::.. ,.<:;.. ::;' it ■;''''',, ','::`' ,,,,'"': ''`,,,','. ,„, ,,,, ,,,-, ,,,,, ,„- „,, ,-,. ,,,-, ,-,, /71, ,,,---: ■,, .,.,:, ‘, ' , ' , ..,-., '1% ',:,,' ...- '' ''''' '' -' ') ;.1` 1 ------ USCOE Jurisdictional Wetland Boundary ---_-- „_____., New Right of Way / Perpetual Easement N 0 11 i i ''EF-I\ZNN , / , New Curb & Gutter 1L- _ 1 CL • . . 1 Monitoring Sample Sites (approx.) • • _ 4' / jet' / /// 1._ cc 7/ Z . .. Proposed Site for Wetland Mitigation (0.86 acres) W E cos , S /70 . r = c a) . • / - • . / / :\. / 0 )440 asit.4 l' a> ill ) / /1 / ‘ : t. ,p e i l o r 0 ' A ‘ 31 X0's • 1.ileP I ll ' N • . C3) A 0_ 0 a ri z 6 1 ,......,--.--- -- -r- , .,._ I 1 N ..., N 4 Upland 1 1 \ N • 12 1 ‘ il I X N N N N N N dod ipp. ■ / — 1 '..1 'N.'-p,X N .4 , ci. 'N cRED ----- N . --- ---- th • COCOON ORCHARDS, INC. ,01.4.% „ I Z ......---- ■•••• 4.V111111 A 06 ! .'.. .....■:........... 5 ...''''''... '''''. 1 Inv 4MI d raw "MX( • Ile /' . ts5 __.--: ....:::::-..-••• c _ •••-- •••------.. -- k......\ ---- --v.- ----- ' 7 4 10 r Age rall°P 411P .4e'A01.:00%0PF 1 ..-:-_---7= ____----------- .;77., - ••• 4111 P 1 ,, ;, --x _ ____ _ ________ ____ _____ '---- ---tem ------ -- ,-- ---,.:„-- ' ,,,,,,,, ,, ,, _ -'- - ■ I. __ ___- FDCE OF PAY00017 — Et 211vrear " Existing Washington Avenue _ - _ COGE OF PAV0100 ..5 ... ------; - ---- - - -- - --- . - ---'' 1 0 , / ---- ■ - - ', f • I _---- -- U j R FOOf I ,,,*„...... -- -0- ' .__ _ __ ,_ I - ,. -- -,-; .-- ---'-- -- .---------__9 ‘, l - --- =‘,.....:...............,4-7-171 AN - ' -0- •.s la g I ir j 8 .: 214m 003 „'' led( ,,, / .,, y 1 9 il *it NOT TO SCALE ; . APPROVED: '5-17-04 CITY OF YAKIMA - ENGINEERING DIVISION 1 . WETLAND MITIGATION SITE 1 P3 . MP Mr 11111 SIMI NMI INN MI MI Oil WIN lila MI Mit ail OM GNI all 111111 iiiiil It <' � 1 ;. 40�� NOTES • 1 1. AS AN ACCEPTABLE ALTERNATE TO REBAR, WIRE MESH HAVING A MINIMUM \ AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. WIRE MESH SHALL NOT BE PLACED IN KNOCKOUTS. 2. THE KNOCKOUT DIAMETER SHALL NOT BE GREATER THAN 20". KNOCKOUTS FRAME AND VANED GRATE SHALL HAVE A WALL THICKNESS OF 2 MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH STANDARD SPECIFICATION 9-04.3. 3. THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE PIPE INVERT SHALL 4 JO. BE 5'. L A 42. 4 . FRAME AND GRATE MAY BE INSTALLED WITH FLANGE DOWN OR CAST INTO ADJUSTMENT SECTION. 6 , 5. THE PRECAST BASE SECTION MAY HAVE A ROUNDED FLOOR AND THE WALLS 1 3' MAY BE SLOPED AT A RATE OF 1:24 OR STEEPER. %ISO , 6. OPENING SHALL BE MEASURED AT THE TOP OF THE PRECAST BASE SECTION. 8 "OR 12" • \ ONE *3 BAR HOOP FOR 8" TWO 03 BAR HOOPS FOR 12" RECTANGULAR ADJUSTMENT SECTION PIPE ALLOWANCES MAXIMUM • PIPE MATERIAL INSIDE , , 04..: 0 � DIAMETER �� 9 REINFORCED OR ��' J ( / PLAIN CONCRETE 12" .v.s J. !f / y 'C OF �ASry� t�' .41•0• � \a ALL METAL PIPE 15" g '' °' c 311 '9' CPSSP * :2 a N 4 .00k, 905.20) o s p i � • N3 BAR EACH CORNER r' (STD SPEC. 805.12(1)) �� ���DNAL 1 >17:: PROFILE WALL PVC 15 , f EXPIRES JULY I, 2005 (STD. SPEC. 8 05.12(2)) (STD. SPEC. * CORRUGATED POLYETHYLENE CATCH BASIN TYPE 1 STANDARD PLAN B -1 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION N3 BAR HOOP STORM SEWER PIPE • Harold J. Patorloso 07 -21 -03 1r � A i., s N' n n.iona�+i••a min oa�esaw un PRECAST BASE SECTION Mae 0001/11Y ."11...,,.I..n,,.�,vA. W W.r+ o + - — +. *p - o -1 ' ^ MIII w 0 Mr r NM - ® Mw NMI 1111111 M SW J M - • - • . - • . - NOTES PIPE ALLOWANCES • 1. M minimum area an acceptable alternate to rebar, wire mesh having of square a 41, � MAXIMUM Vdre mesh hall not be plaoed in knockouts. t may be used. �t 4 i, PIPE MATERIAL INSIDE y�c�rr�SSSSSS, ;.. 2. The knockout diameter shall not be greater than 28 ". \�� REINFORCED OR /a . Knodwuts shall have a wall thickness of 2" minimum to PLAIN CONCRETE 2.5" maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of'the pipe. After the pipe is ALL METAL PIPE 21" Installed, NI the gap with point mortar In accordance with Std. Spec. 604.3. CPSSP * 19 • FRAME AND VANED ORATE (Std• Spec. • 3. The maXdmum depth from the finished grade to the pipe SOLID WALL PVC . . _ invert shall be 5'. (Std. Spy 8-06.12(1)) . 4. Frame and grate may be installed with flange down or cast PROFILE WALL PVC 21" Into adlUabnent section. (SLd Spec. 9 • CORRUGATED POLYETHYLENE 5. The precast base section may have a rounded floor and STORM SEWER PIPE the walls may be sloped at a rate of 1:24 or steeper. 6. Opening shall be measured at the top of the precast base . section. 4410111. . . .fig, 4....04.- // ?y RECTANGULAR ADJUSTMENT SECTION .' \` I . 1 1 \ 1 -j I 1 1 H . 93 BAR EACH CORNER \ 1 / � .` �� O ILLS/0. �� ?. � y g cr' 4 " C �\ - b. a3 BAR EACH SIDE 1 ` H \ / � / 0, f. ( „bp \ _ , q, NA L ' ` d / / I EXPIRES .JULY I. 2003 14‘ . ,....,, 63 BAR EACH WAY —� CATCH BASIN TYPE 1L TWO 93 BAR HOOPS ` . r )'RECAST BASE SECTION STANDARD PLAN B -1 REDUCING SECTION ne Nwu.NNOY NOM . 000urrvrw.as N. . WIWI APPROVED FOR PUBLICATION 1 MOP, r.� .. NN.�• re w�r+neN N ONU . N °°� I �.�.N.n�N hNa • m..�■ ....•� Clifford E. Mansfield 07 -31 -01 8111[ IMMON OWNER MR vat •ooto •V[ ALL o.•11Cts Mkt • 113 wel•Yyw Maio D.pbr■ d Lvrp«kd.N ocic MtrIs10. 51 -(/ • — — — — — — — SRN gni —I 1E' ill — — NOTES CATCH BASIN FRAME AND VANED GRATE t 1. No steps are required when height Is 4' or less. OR MANHOLE RING AND COVER \ 2. The bottom of the precast catch basin may be sloped to HANDHOLD facilitate cleaning. 3 �� a 3. Frame and grate may be installed with flange down or 3 R ECTANGULAR ADJUSTMENT SECTION cast Into adjustment section. b L = OR CIRCULAR ADJUSTMENT SECTION !:: 4. Knoclkouta shall have a wall thickness of r minimum to • �� 2.5' mwdmkwn. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe. After the FIAT SLAB TOP � outside pipe Is installed, 1111 the gap with Joint mortar In accordance J•. \ ! with Std. Spec. 9-04.3. 4r, 54•, tlo', Tr, oR er . CATCH BASIN DIMENSIONS • GTCH MINIMUM BASE REINFORCING STEEL ' MORTAR (IYP.) &N WW k LL BASE MAXIMUM DISTANCE m IN EACH DIRECTION • //� THICKNESS THICKNESS BETVYEEN ,a( DIAMETER SIZE INTEGRAL SEPARATE • . • : ST ER Mr 4' r 7r 5' 0.15 0.23 LADDER 54' 4.5' r 42' s' 0.19 0.19 am r r 4r r 0.25 0.25 R ` ' 77 r r e0' 1r 0.24 0.35 9d• r 12• 54• 12• 0.29 0.39 • " I . t 1' MIN. PIPE ALLOWANCES MORTAR • FILLET �' 2.r MALL R EINFORCING S-EF1 • n 1 n • tY CATCH PIPE MATERIAL WITH MAXIMUM 00310E DIAMETER \ V I. , -. =f ' BASIN ALL SOLID PROFILE '' tA3ry W, T CONCRETE CPSSP WALL WALL IS / �'� I �r DIAMETER METAL O PVC O PVC © r �' �� V _ . 7° �--� 45' tr 30 24' 27" 70 SEPARATE BASE INTEGRAL BASE 5s 30' 3r 30 27' 7e• e i�t' ar CAST IN PLACE PRECAST WITH RISER o : Issas v "4. OW 7r 4Y 7r 3r 42• '�cY' gF6' k 9 T t.0.G. �� '0'RINO 7x• 4r fit' 42• 313* r ' 4 S S /ONAL F '� G GRAVEL BACKFILL FOR 1Y as- OW 7r 50' 3 �• 1 EXPIRES JULY I. 2003 PIPE ZONE BEDDING iiiiigibM Q CORRUGATED POLYETHYLENE STORM SEWER PIPE (Std. SP.. 9-06.20) CATCH BASIN TYPE 2 �:. `. � Q (Std. Spec. 9- 0 ©( a o SEPARATE BASE STANDARD PLAN B -1 • PRECAST SHEET 1 OF 1 SHEET M Al � IV �� � a � I" APPROVED FOR PUBLICATION "...... '° "'" "'"° r° °°" " �"" '° '� Herold J. Peteifeso 01 -28-02 • eTAn DOW MWli6e an E /01 400E0 EIRE 4l ONSKES TESA . wwM hi+ Mr .+ l M D.r.•.l T... l..n.Y.:. OS ot REVISION .T �K/ IMO IIIIII 11111 11111 AM MIN III" illIl Mil iiiii Ilia Mill ilia iiiiir MI 11111 Iiiii Nig IIIII • `\.'`\ `' I �7 I N A, — I. As on acceptable alternate to rebar wire mesh huviny 0 11 �II \ minimum area of 0.12 square inches per toot may be used •6Bors of 1" spacin / N. \ for adjustment sections. / I j 20" x 24 yrr I 12" ITYP1 1 24 " "D1A, 48" DIA \` or 54" DIA Hole ` / _ J / / \ \i 2"" ITYP1-ry1., IZ rI U 4-1 , I I" MIN I ll 2y= " MAX 9 6 "" FLAT SLAB TOP TYPICAL ORIENTATION `' I FOR ACCESS AND STEPS 'W4 I - . / d0 JD 1 — -�+ �; " "1 ,,� ti l '•5 Bars at 6" spacing z PREFABRICATED LADDER G I 0 11 :216" or 12 " ' .4 12" l2" MIMy fl 20" x 24", a�T 24' "DIA , 48'" DIA LL''� or 54" DIA Hole IJ 4_ 2" ITYPI r- One •3 bar hoop for 6 Two '3 bor hoops for 12'" STEP I" MIN RECTANGULAR ADJUSTMENT SECTION 2'/2" MAX - 72" FLAT SLAB TOP J4 M ISCELLANEOUS DETAILS FOR MANHOLES AND CATCH BASINS • 4 Dors of 6'" spacing - --- I % ein). ' 0 11 _ One • 3 bar hoop ) " <- 20" x 24" or — 24" DIA Hole % ° K CIR CULAR ADJUSTMENT SECTION 4 / 8"___ . ITYP1 1" MIN 21 / MAX _ I I - 48 MIN N 48 ", 54" or 60" FLAT SLAB TOP ECCENTRIC CONE SECTION • — MI MI all = `— M M ® ® M MN Mi 11111 'I I Om ® NO . NOTES • / 8 LEVELING PADS / SEE SLOT DETAIL 8 NOTE 1 1. When bofi down covers ere spedfled fn the Contract provide two slots l / 2' x 1 1/8' x VS" In the cover that era vertically aligned with the hales In the frame. Location of bolt down slots varies among different manufacturers. \I _ , _,` _ _ _ ,_ 2. Alternate reinforcing fib designs are acceptable. Ac i \ 3. Refer to Standard Specification 9-05.15(2) for additional requirements. 4. For frame details, see Standard Plan B -2e. N s ni — - 2 1R" DIAM. HOLE � � � CC Al ill `` 1 O — Q � N \ \\ 1 I _ ^'1 -- - - - - { J / Q O f 1- --11 518" MAX SLOT DETAIL . i SECTION B _ Ew J. W 24 � of MSry /4 e PLAN 5" -* `i 9.• 31/2" l r fi t, a e , ii • // 3/4" o Iss as o c, j� ���������������������� ��������������������������� // � / j 'e S AG' 1 5 T 0-- N' al ��j�j / L- / A 39" R (SEE NOTE 2) 'v �11 / ( Mr m / ONAL F � 1/2"I -I 3/4 "HOLE - I, 1R" DIAM. HANDLE 1 EXPIRES JULY 1. Z003 all a 3/a^ 1R — SOLID METAL BASIN R SECTION OA SECTION cO STANDARD PLAN 8-2 SHEET 1 OF 1 SHEET i APPROVED FOR PUBLICATION w 1°" .. �a..s.r �..a•.o [1.1.1104 WWI... .� " "° ° '° "°'"'"'"'1""'°' "" Harold J. Petorfieso 06 -17-02 �... ""a" 0(40 Rtu -0', .paw awl •c Ann run 0.10111 6.14040.191 MT. . 1[(1510 40 ." lrf. t W wrSllrgr. rl.. D. etWoml of Tr.lrp...16n ou r 41415144. .r Mr — MN an MI all 1 r 1® 1 I— r — — in WM MN • NOTES 29 1/4" 1 1. This frame is designed to accommodate 20" a 24' prates or covers as shown on Standard Plans 13-2, B -2b, B-2c and B-2d. 2. When bolt down grates or covers are specified In the Contract, provide two holes In the hams that are vertically aligned with the grata or cover slots. Tap each hole to accept a 5/8" a - 11 NC x 2" ellen head cap screw. Location of bolt down holes varies among different manufacturers 3. Refer to Standard Specification 9-05.15(2) for additional requirements. 518" s - 11 NC (TYP., SEE NOTE 2) 1/8" • 3/4' I C :, . ,... . v .._ A - N RECESSED ALLEN ill _ HEAD CAP SCREW (SEE NOTE 2) l 15/8" GRATE OR s� hi / SOLID COVER L r I- 2 12" VAN. DETAIL. "A" 1 FRAME j W.' A .‘ Of 543 /1/46., BOLT DOWN DETAIL • AI 4 i A 0 A q i5 5a5 ,, 241/4" ,e G ino. �2 8 / F,NO ONA EXPIRES JULY 1. 2003 i • / RE CATCH BASIN OR OR C ONCRETE INLET ,,A STANDARD PLAN B -2a .. ." s" r. . . ..r...o....M,.n.. ..,.,0"..�.. SHEET 1 OF 1 SHEET �� ..�.� .w .aoIe Ra.o. c. ati APPROVED FOR PUBLIGTON ,q,.,®, °' "'.""""' °"""'°'""° "m"`"'° "' Harold J. Peterfeso 06 -17 -02 SEE DETAIL "A" sun ".wm mom., an m.rmr ..r,us ..ns "0 T w. w. o.e,w,.+.r r,■,.�r,t«, WI RrIfla n �/� MB MI NS w— ar 111111 11111W1 1® MI 1111111 1— 1— 1 WM NOTES 1. When bolt dam prates e re speGfied In the Contract, provide two alots I the prat that ere ven tr ally allpned with the holes In the frame. Loca of bolt dow sots vales among different manufacturere. 2. Refer to Standard Specification 9- 05.15(2) for additional requirements. 8 LEVELING PADS 3. For frame details. see Standard Plan 8-2a. 4. The thlokneas of the prate shall not exceed 1 5/8". 0 (I I ,s, 1 ...: • I- 3 /a• -I I 1 1/4" .I N 1 j 1" OPENING (TYP "itj; # SLOT DETAIL - 04" J. WI . I y A. ■ ` f .e .1, qe 6'lIseea .,o ? e srt .8 'ONAL t` 24' — I EXPIRES JULY L 2003 j HERRINGBONE GRATE FOR SEE SLOT DETAIL & NOTE 1 CATCH BASIN AND INLET STANDARD PLAN B - SHEET 1 OF 1 SHEET 7: m. ur..rw..a..n.n..s.ac.w.o. APPROVED FOR PUBLICATION " : 7° 1 "' "� """°'""'°' ° "°" "°" ° °°"" Harold J. Potai/r/ao 06-1 MT! MOM !NO..91 nrt 6 w. e.. a.. ap.t..,.e .1 T.°.y.I.IM ® ® M IIMI 11111 111111 I ® ® ® all NMI 111111 1 N 1 N NO 1 REMOVABLE NOTES WATERTIGHT - -- COUPLJNG 1. The pipe supports and the restridadseparator shall be constructed of the same material and be anchored ;, _ J at a maximum spacing of 38'. Attach the pips supports to the manhole with 5/6" stainless steel expansion . t or bolts embed the supports Into the manhole wall 2'. � - ` �7 p " Ty"'ry, \ 2. The vertical riser stem of the trid m or /separator shall be the sae diameter as the horizontal outlet \_ - PLATE WITH re with a minimum diameter of B'. O� • v i : — ORIFICE Moe ` ELBOW DETAIL 3. The flow restrIctodasparator shall be fabricated from one of the following materials: J 0.080' Corrugated Akantrom Alloy Drain Pipe • O 0.064' Camgetsd OaNsnlxed Steel Orskl Pipe whit Treatment 1 0.064' Comgated Aluminized Steel Drain Pipe u 0.080' Numinusn alloy fiat sheet In accordance with ASTM B 209M, 5062 H32 or EPS - - High Density Polyethylene Storm Sewer Pipe - 4. The tame and ladder or steps are to be offset so that the shear pate la visible from the top; the climb-down space is dear of the riser and gate; the films is dear of the curb. PLAN VIEW LIFT HANDLE 6. The multi-orifice elbows may be Touted es shovm, or all placed on one side of the riser to assure ladder 0 dearsncs. The sized the elbows and their placement shall be specified In the Contract ADJUSTABLE LOCK HOOK • WTT11 LOCI[ SCREW 8. Restrksor plate with orifice u spedled In the Contract Omit plate H for all pollution control only. r TM opening is to be wt round and smooth. . MANHOLE NNG AND COVER 1 DIAM. ROD OR TUBING WITH LOCKING BOLTS, - 7. The sheer gets shal be made of aluminum alloy In accordance with ASTM B 28M and ASTM B 275, MARKED 'DRAIN" designation ZG32A; or cast Iron M accordance with ASTM A 48, Clau 30B. The UR handle Mal be made of • similar metal to the gate (to prevent galvanic corrosion), t may be of solid rod or hollow tubing. with adfustabb hook as required. O L g - A neoprene rubber gasket b required between the riser mounting flange and the gate flange. ' z� b 2 FIANOFIOLD Milin Instal the w Instal pats that 1M level-Ma mark is level when the gate Is dosed. T The mating surfaces of the lid and the body shall be machined for proper Lit o Al shear gab bolts shall be stainless steel - SET OVERFLOW ELEVATION wi TO PROVIDE DETENTION AND 7 8. The shear gab maximum opening shalt be controlled by limited hinge movement a atop tab, OIL SEPARATION AS SHOWN MIN. - STEPS OR LADDER or vane other device. IN THE CONTRACT 1 (1 1 111 1 11 . 40 - UFT HANDLE UFT HANDLE \ ` ATTACHMENT •1 S. Alternate der gate designs area acceptable, H material specifications an and and Marge bolt � tlam matches. ` . PIPE SUPPORT SHEAR GATE • 3' x 0.075'ALUMINUM 12' 7 IAN. D. NO J . w/ (SEE 7 x 0. STEEL r MIN. MAXIMUM CPENINO �'�'�� Op tASry/ T' (SEE NOTE E 1) t) �.. R' hiOL MORTAR (1YP) �� ON t0 618' ' RESTRICTORISEPARATOR n BOL 1 T CIRCLE E3 V ,, • 111 , Fj �� f O S B B � V r - � � S T o \ � RESTRICTOR PLATE s � / O NA L WTH ORIFICE n 54 DMA MIN. v (SEE NOTE LEVEL LINE CL0800 EXPIRES JULY I. 2007 (SEE NOTE 7) FRONT SIDE CATCH BASIN TYPE 2 • VIEW O WITH AIL SEPARATOR TOR SHEAR GATE DETAILS STANDARD PLAN B -3 ���r+ � ^A+ei+ "� °IIMM APPROVED FOR PUBLICATION • . . see.a �nw..rs , 1.oMIMOVO avwm WOW MI. '„ �°"' '°"�"'�°"" Harold J. Psterfeao 01-28-02 mount • RAW RUM Drier an 01•01 REVISER naps S. I •.n •I1• • .•1 Ink w�i,pr, Oa. D.�b+rrl dT ...Awn 0411 REVISION v �(/ • MI 111111 ® I 1 S1111 ® • M ® 1011 111111 MI ® 111111 I CENTRAL 7 VC TRUCK GENERAL NOTE ISLAND APRON 0 12' 7 See Standard Plan F for Curb Expansion and Contraction Joint spacing. VC R /- 1' R S FACE OF CURB FACE OF CURB ° • N TRUCK 10' 17 • ROUNDABOUT 1 r ��.,J CEMENT CONCRETE ° APRON LA 12' R ' 1 1' R CEMENT CONCRETE 12' R. I 1 R. SIDEWALK RAMP, LANDING, TOP OF 4• ROADWAY R 1 SIDEWALK OR VARIES OR DRIVEWAY ENTRANCE b 12' R. ASPHALT CONCRETE FROM - N ti , 1? R TOP OF 6 PASSAGEWAY B• TO 0 c. > ° ° •_ 0 I 0 ROADWAY h e• NIIIIIIIM . 6 ° °' ` ° . 114' PREMOLDED • ° ROUNDABOUT 1 1/4' PREMOLDED JOINT FILLER JOINT FILLER \ 10- LAS CROSS (MEN ADJACENT TO CEMENT a 1m r • 10 CONCRETE 8IDEWALp CEMENT CONCRETE CEMENT CONCRETE PEDESTRIAN CURB ROUNDABOUT TRUCK APRON ROUNDABOUT TRUCK APRON PEDESTRIAN CURB AT AND ENTRANCES INNER CEMENT CONCRETE CURB OUTER CEMENT CONCRETE CURB AND GUTTER • VARIES 17 TO 24' FACE OF CURB - VARIES 0 12' a 12' VARIES FROM 0' TO Q 1' 10' TO 27 i' FACE OF CURB MOUNTAIN IH.BV SLOPE FACE OF CURB FACE OF CURB (SEE 0 12' 1' 1' R ON BIDE OF CURB MATCH LEVEL ROADWAY 1' R LEVEL 7 1' R MAT Y 1/!" R. ,_ 1' R M ATC H MATCH ROADWAY ` / 7 SLOPE TOP OF SLOPE b �� j SLOPE TOP OF ° // ELOPE TOP OF 1r R i TOP OF ROADWAY ] 12' R �� ° ° I // 12' R \ ROADWAY ° • .' b / 12` R ` ROAD AY b 1110H- 12' R. ROADWAY ,-- � ° F. b b o . . ° • ° . . . . , 6 ° / 11 12' -. 11 12' - I.. 1 I FLUSH PAN AT WITH 1 1 RAMP ENTRANCE DUAL -FACED CEMENT CONCRETE CEMENT CONCRETE DEPRESSED CURB SECTION TRAFFIC CURB AND GUTTER TRAFFIC CURB AND GUTTER AT SIDEWALK RAMPS AND oV' J. P �'r t< � DRIVEWAY ENTRANCES Q U1 9I/ VARIES 12' TO 24' - VARIES .e �.'F 10' TO 27 1 0 12' 7 1/4' FACE OF CURB � FACE OF CURB (SEE CONTRACT) FACE OF CURB FACE OF CURB i 12' R a� P6. ( 3 6-;;: 01/2 1' nrj 1'R LEVEL /- TR - i/T R. 1'R 12'R / ORA TOP OADWAY 6 b ROADWAY b TOP OF TOP OF R EXPIRES MAY 16. 2007 I ° ° • 1 ' ROADWAY ROADWAY L y CEMENT CONCRETE Tr 1 ° CURBS STANDARD PLAN F -1 I SHEET 1 OF 1 SHEET 1 S4' I I 13/4' I 0 1M' I M++ + + + � " ,.... AT., I APPROVED FOR PUBIJGTION "'111 r 5 11 4' 1 q.,m. "' "� "°" " °° """ °'" °°"® Harold J. Pate►faao 12 -17 -02 rtAn so .a.e. an DUAL -FACED CEMENT_ CEMENT CONCRETE MOUNTABLE CEMENT WP W°IiM.. rw. th9erbyrni a Trvnaperldi. CONCRETE TRAFFIC CURB TRAFFIC CURB CONCRETE TRAFFIC CURB • S • MIN ® Mil M Mil MINN IIIIIII MIS MN OM Ilia MIS Mill 1111111 IIMI Will ' CEMENT CONCRETE - \ , 7 / CURB AND R ic> ale' PREMOLDED .PINT FILLER 1 IL . 111111111111111111 ii1 h J� IL 6 - PR 1d 6 -70. ,,,r 6 -P0. Al / 6 - 0' 0. 4'- a 1 14 F I 4.- a 114 — CATCH BASIN FRAME AND GRATE GUTTER PAN (NOT INCLUDED IN BID ITEM) PLAN VIEW • CATCH BASIN GUTTER PAN r - e• SLOPE GUTTER PAN 5 tm DOVM TO FRAME 6 1/T AND GRATE 6 UT 1' MATCH 1!C R. 1' R ROADWAY r 1R' R j 1' 0. MATS ROADWAY SLOPE 1r1' R. ROADWAY o I r • / VARIES • ' . ° ° . c • c• b ,Q 1. P�' ' 1 O T E (NOT ADJUSTMENT I SECTION I VARIES I \ �.� y� °$ OT C A g �� cn tn ITEM) CATCH BASIN OR INLET I' O - a. 0 (NOT INCLUDED IN BID ITEM) SECTION B . 3 Dp fie • ,17:1 �4+ SECTION OA � E EXPIRES MAY 16. Z003 . CEMENT CONCRETE CURB AND GUTTER PAN STANDARD PLAN F -1 a SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATON Harold J. Peterfeso 12 -17 -02 NOM TM PI.M• ROTA 1/1114 rww um.wrINVr..asrno.e WWI, RAT. MON 1.141,0JA OM w�oMO 17lr.ia • q i m rRrw/MM. a WaidwMM 4A Wpe Yw�a dT�porhwnl AT MI EN I ® ® N S ® MI 111111 ® MI OM 111111 NM IN111 1M MO • RADIUS POINT of II DETECTABLE WARNING B SIDEWALK RAMP A O PATTERN (SEE DETM4 CURB RETURN (MP.) BACK EDGE Of SIDEWALK 19 PARALLEL ill TO APPROACH RONTNAY MP.) = q A NO il 341 EXPANSION JOINT (SEE STD. PLA FJ; / j � ©� n _ �� / • --.111 I • ( i l ) •I 'Ai. 6 1 110,',/ 0 4 , \ < 4 'S 1 • 0 /..e A I*/ ,i • 3' . �� � SEE RAMP DETAIL API. d - , - : ". � (TMP ...- .. ..... - SEE RAMP DETNL ........... . 6' CROSSWALK (TYP.) I ' I ( ... SEE RAMP DETNL i l (SEE 8113. PLAN Hee) I • l_ _._ - 1 (TM I SIDEWALK RAMP TYPE 1B SIDEWALK RAMP TYPE 1C SIDEWALK RAMP TYPE 1D SIDEWALK RAMP TYPE IA PLAN PLAN PLAN PLAN NOTES • P • 0 MN. e • 0 MIN. 1. Avoid pladng drainage structures, Junction boxes or other obstructlons In (\ front of ramp access areas. LA Na rc R RAMP 2. D. (,� 2. Detectable warning patterns may be created by any method that will 319' EXPANSION TOP OF achieve the truncated dome dimensions and spacing shown. s'; d MP.) P.) 22 % ` / ROADWAY 1:, 4 P . (SEE 8713. PUN F 'i . �� 3. Curb and gutter shown, see the Contract Plane for the curb design 4 ' • / CEMENT CONCRETE ... specified. See Std. Plan F -1 for curb details. INIII o- / ` / SID EWALK DEPRESSED 4. The plan views Mr SIDEWALK RAMP TYPES 1B, 1C 8 1D are provided DETECTABLE WARNING PATTERN (SEE DETAIL) WANING NING CURB a GUTTER PATTERN (SEE DETNL) to dente each ramp type. See the RAMP DETAIL on this sheet See I (SEE NOTE 3) q / Std. Plan F-3 for sidewalk Joint placement and details. ..0 K SECTION OA • 5. Ramp slopes shat not be steeper than 1211:1V. alr,,„.1.... iiiiiiici ti d p 3. P @ / ` 7 D a' - PMIN. �Cl y h. p DETECTABLE WARNING PATTERN AREA r 1 �' 4 e p tASy� to U Me) BE YELLOW, IN COMPLIANCE I I b TOP OF - 6 /ROSSWALK WITH 87D. SPEC. 9- 14.3(3) -- (SEE STD. PLAN e) i-- 2% 4 ROADWAY RAMP RAMP DETAIL CEMENT CONCRETE ..%,... , f zlesl Pa o �Q MP , FOR SIDEWALK RA P I S T E TYPES 18, 1C, 10 - . " - ' G , : ?On . - SIDEWALK CEMENT CON CRETE CURB 9GUTTER J.s70NAL c,1\ SECTI O (SEE NOTE 3) t'.1. / • _ ;. --- ( EXPIRES MAY 16, 20031 MIN. MAx . ° ,,:;, . ,. :. le _1 7 81DEWALK RAMP A 1 Tor 2 am PLAN ....• - p MIN. — B ela 11lC b c r l" ._.- TYPES 1A, 1B, 1C a 1D C T7/1W 3M 5 1 �^� I f 5 - TOP of — ISOMETRIC VIEW STANDARD PLAN F -3a e' 719• } - '1 1 0 li 2% - • i • ---,-- /(- f ROADWAY D 1 SHEET 1 OF 1 SHEET / � � � APPROVED FOR PUBLICATION ELEVATION CEMENT CONCRE E • SIDEWAIX CEMENT CONCRETE Harold J. Patarfeso 01 -29-03 TRUNCATED DOMES (SEE NOTE 2) CURB & GUTTER , o, .41 . ..a. BUM ROM 190091 an C DETECTABLE WARNING SECTION (BEE NOTE 3) Imo... :m. . •�I. , ..a �� � ....�+^ ti M•W. PATTERN DETAIL ... ...... mawr.>..e ,.o.,... m.... a .= ei w■A." ++l I.'. 9.,.R.w T.........".". MI OBIll NM r • 1 ® ® MI ® ® ® ® Mil MI 11.1 alili MU IIIIIII NE • • RADIUS POINT OF SIDEWALK RAMP RADIUS POINT OF SIDEWALK RAMP RADIUS A AND CURS RETURN ' AND CURB RETURN 1 I (AT CURB FACE) • C 11 \ 4' A 20 FEET 4' -5 1/4' r - 7' -etr2' \ 30 FEET 3'•10 T 7 -2 S RAMP CENTERLINE L \ \ ' WARNING \ \ , PATT (TY 40 FEET 7 - r T - r 7' - 0' A \ \ \ (S D 50 FEET 7 - 5 1/2' e' - 10 314• 2' • 10 1/7 \ O 30" EXPANSION \ d 60 FEET 7 - 4 1R' _ e' - 6 714• 2' - 9 1t2 d „,,7,,,. ( E STD. RAN F-3) RAMP C EN TERLINE - b I �I 70 FEET 3' - 3 3/4' e' - 7 112 2' - e • r1 ■ 8o FEET 7 -3 VC 6 O )' ... ... a -51/2' 7 -e i!2' CEMENT CONCRETE \ d I 0E TECTABLE WARNING r - C - iNf 1 So FEET 7 - 2 3V' r - 5 V2' 7 - S V4 PE d 4j ..— PATTERN (SEE DETAIL) 1 d _ ” -1.- 4 - 100 FEET 7 - 2 1R' r - 5' 7 - 6 • / d :;;;� \ b / INTERMEDIATE RADII CAN BE INTERPOLATED .. CEMENT CONCRETE .,: a/ \ PEDESTRIAN CURB /� . . 4' \ o • :; ''a % F\,_ ____L ____ ( STD. K(T H.) e d 4 1.rR ,.., u.., n.• ....w.® m. m ...o.n.n...acv.cnrcurt ......... O g • >» a1.., a.. m...,.. �m.. .o.,...o.�ro...,.w,,...,a. Al rm. INuarwrse 0 . . _ . SW EXPANSION 7 NOTES mn � o � ^� seen JOINT (FM) ' (SEE STD. PLAN F-3) I / s - 1. Avoid piadng drainage structures, 'unction boxes or other o SEE CONTRACT FOR obstructions in front of rwnp access areas. SEE CONTRACT FOR CROSSWALK (TIP.) n CURB RETURN RADIUS :t a. 2. Detectable warning patterns may be created by any method CURB RETURN RADIUS ... . (SEE STD. PLAN H-54) , x.•�'� � :: ` that will achieve the truncated dome dimensions and spacing shown. The detectable warning pattem area shall be yellow, In compliance with Std. Spec. 8-14.3(3) • SIDEWALK RAMP TYPE 2A' �� � ' \ ... 3. Curb and gutter shown, see the Contract Plans for the curb PLAN c design specified. See Std. Plan F -1 for curb details. 0 - a SIDEWALK RAMP TYPE 2B 4. See Std. Plan F-3 for sidewalk joint placement and details. E 1 RAMP ® PLAN : ..... _ _ . O i \ 5. Ramp slopes shall not be steeper than 12H:1V. .'.. r a ? - MIN. ._.. . O I : = i TOP OF ROADWAY , � WAY , Op tAS /f 4' ,. A IV. ` / /�l / ' l �• ( VARIES - VARIES - V 4.‘ S " A. d v PLAN CEMENT CONCRETE I - 0' TO - A' 7 - e' TO 'C" d 0 SIDEWALK CE&IENT CONCRETE - TYPE 2A 7 - TYPE 28 — • MIN. MAX. CURB a GUTTER / SECTION OA (SEE NOTE 3) VARIES - e' - 0' TO'B/ , VARIES - S - 0 - S' 3i �.• .0 O 1518' 23T Iy RAMP I RAMP 14 p O ' O J' f � O G`17tF, 9 , 1, 4 E 518' 1 112' F 7118' 7/4' 1� I r 10 C ra i f ONA L 1 ' N O _ 7IB' 1 7/12' 3 EXPANSION 1 ',. 1 EXPIRES MAY 16. 20031 b F e • P MIN. JOINT (TYP) LANDING LAN (SEE STD. PLAN F-3) ir �` rt, LANDING : -o- • , % SIDEWALK RAMP • TYPES 2A a 2B / Jf(' FLUSH TOP 1 SECTI } pl "�/ i/ 2% 6 ROADWAY ,j � V ./ .. - � ' • STANDARD PLAN F -36 Ell!VATKMI " " / '� , . SHEET 1 OF 1 SHEET TRUNCATED DOMES (SEE NOTE 2) DEPRESSED \ � I M . i DETECTABLE WARNING b -- ,' APPROVED FOR PUBLICATION CEMENT CURB a GurTER CEMENT CONCRETE CONCRETE (SEE NOTE 3) " PATTERN DETAIL PEDESTRIAN CURB - SIOEWAIK DETECTABLE Y — _ (SEE STD. PLAN F -1) WARNING '• - �. Harold J. Peterl•so 01 -13-03 �-. .r.nua .1.1.031 ate SECTION O PATTERN (SEE DETAIL) - 'i'`'`> ' j- ` — /' — ISOMETRIC VIEW 7 Mmohk M•^ Mr. e.y.,Y.r 1.r T.o.p1.1.,1M. IMO 111111 ® INII ® ® ® = 1111 ® ® ® MN ® ® MN 11111 Nil NMI RADIUS POINT OF SIDEWALK RAMP RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN AND CURB RETURN 6-0 MIN. ' ..- O'MIN. S I • 7 MIK 1 BUFFER STRIP SID ENIAIK RAMP CENTERLINE — — \ A \ 4-.. \ .\ \ BEE CONTRACT FOR \ - CURB RETURN RADIUS \ \ J - B' MIN. DETECTABLE •�� ], R CEMENT CONCRETE ' \ RAMP \ WARNING PEDESTRIAN AN CURB PATTERN (TYP.) \ O A \ . \ RAMP CENTERLINE S - \ - . � (SEE DETAIL) CEMENT CONCRETE .. .. . J - P MIN. 0 / 4 1 PEDE S TR IAN CURB ;;, r CEMENT CONCRETE CURB P \ / _ _ - \ i ]3/W EXPANSION /� I� .. \ CEMENT CONCRETE L : lib J':B` CURB RADIUS DETAIL I JOINT (TVPJ I A.. PEDESTRIAN CURB ' Ilk (SEE STD. PLAN F-3) 111111111A . r ... • I \ `r r' e' � �� BLJFFF R STRIP T. .. .m M _ �� , .. � .....�..... o,. MI. a J - MIN. (TYP .n II114• .n.ne. r .s M.. w17.MIIIr . sns .• COIF W. 0 r . ... RAMP ( . ..... .........I .... ... t71 ]le' EXPANSION JOINT (TYP.) y NOTES (SEE STD. PLAN F CROSSWALK (TYP) 0010 _ / „' 1. Avoid pladng drainage structures, junction boxes or other DETECTABLE WARNING ' ....I . .. (SEE STD. PLAN N C_J obstructions n front of ramp access areas. PATTERN (SEE DETAIL) _- ..... .. p atterns 2. Detectable warning pattee may be created by any method that wig achieve the truncated dome dimensions and spadng shown. The detectable warning pattern area shall be yellow, SIDEWALK RAMP TYPE 3A In compliance with Std. Spec. 8-14.3(3) BEE CONTRACT FOR PLAN •111■1.. CURB RETURN RADIUS 3. Curb and gutter shown, see the Contract Plane for the curb ... design specified. See Std. Plan F -1 for curb details. B 4. See Std. Plan F-3 for sidewalk joint placement and details. J - 0' MIN. J - 0 MIN. CROSSWALK (TYP.) I ' f (BEE STD, PLAN H 5. Ramp elopes shall not be steeper than 12H:1V. BUFFER b STRIP . TOP OF I 2x 4 R 1V \ Jr/ ,r , / ROADWAY SIDEWALK RAMP TYPE 3B » 1 . PET % __ 1 - P MIN. S - P MIN. _ J - 0 MIN. PLAN � � R y co F A Sy, t CONCRETE `� CEMENT CONCRETE RAMP ,„ LANDING b RAMP �� ti • &DENIALI( SECTION A (SEE NOTE ]) 1. � .- EXPANSION - o f 2 !SI , 5O ? �\ JOINT (TYP.) F I s T E SECTION (C I (SEE 87D. PLAN F.3) � /ONAL ta b S - O'MIN. J - O'MIN. LANDING RAMP DEPRESSED I EXPIRES MAT 16. 20071 CURB a GUTTER 11 2' - 0' (SEE NOTE 3) - Z SIDEWALK RAMP 2% • no OF CEMENT - ' MIN. Nr(EtE TYPES 3/1, 35, 3C & 3D }. SIDEWALX BUFFER \ ,;ii'?€ ' "` `Sr...�.a.r.o..�.„ .. � / t 2 aTSTRIP I / bL r \— „ s, l' C": ' ,, STANDARD PLAN F -3c ROADWA CEMENT CONCRETE DETECTABLE " % ♦`; � � r v r `�� / r ' ' ss �'.'r�Y, Y SHEET 1 OF 2 SHEETS PEDESTRIAN CURB WARNING Q \ 'f +; i APPROVED FOR PUBLICATION (SEE STD. PLAN F -1) PATTERN •' ..:;„ =' ;y, - - O (SEE DETAIL) CEMENT CONCRETE CEMENT CONCRETE j —; = Harold J. Peterfeso 01 -13-03 PEDESTRIAN CURS CURB & GUTTER . ": :» x� °-' " %-'— SECTION B (SEE STD. PLAN F -1) SECTION 0 (SEE NOTE ]) —∎11.-- -• ISOMETRIC wa o ia. ease ETRIC VIEW w ,r. Neu p. el 7,vsA,wbn OM — IIIIII Ile MI ililli Mil 11111 INN 1111111 illiiii OM WIN Milli MI Milli Mill MIMI NM • - RADIUS POINT OF SIDEWALK RAAIP RADIUS POINT OF SIDEWALK RAMP M) \ . • AND CURB RETURN - AND CURB RETURN ' . - _ . ,...... RAMP CENTERUNE ' eN. , BLIFFIR STRIP . , \ ii.. \ .......,„„. . -----, \ - -....,... A ki' RAMP - .-„„.. DETECTABLE h I ' \ • /P. „_ . • -.,„„... WARNING , \ . 5- _ PATTERN (TYP.) RAMP CENTERUNE (SEE DETAIL) .. ' " O• ' . • _ SEE CONTRACT FOR . CURB RETURN RADIUS ' . • . . - . , . . . . ., . b 7 C 1 ' • . . CEMENT CONCRETE , CO PEDESTRIAN CURB , 1111111pA r . \ - - \ • ,,,.. " '1 • , ... ' - S4 ''..4..... 111111110 A OFT de 1 .... . 1 • . . \ • \ \ fli' ci f i i ..44'. / 41'7 PLAN A ,.• MIN. MAX I 518' 2 3/W B NW 1 VT C 7/111 3/4' • ' - CROSSWALK (TYP.) CEMENT CONCRETE D MT I inr . . PEDESTRIAN CURB . 404:. nyp BUFF ) ER STRIP - II .ar I Illagti - 0 1 _ 1 .... p DETECTABLE WARNING • ELEVATION • PATTERN (SEE DETAIL) TRUNCATED DOMES (SEE NOTE 2) SIDEWALK RAMP TYPE 3C SEE CONTRACT FOR DETECTABLE WARNING PATTERN DETAIL CURB RETURN RADIUS - PLAN •'■'' 11110 ' I 6 - 0 MIN. _ IT - r MIN. • 2% T4 B TUP 6 ' • . CROSSWAUC (TYP.) . • ...---- (SEE STD. PLAN H-6e..) BUFFER SI TOP OF ROADWAY 1 .,' I • 'D J. Per. • -, evislimalgummufi,,, , ,,, ,,, • , ,•••-•1 SIDEWALK RAMP TYPE 3D It... Q8 IMS/f, A • CEMENT SECTION .. CEMENT CONCRETE • . •%' 4" , - It. , P CONCRETE CURB & GUTTER SIDEWALK 0 . CEMENT CONCRETE VARIES - . • e -c c , PEDESTRIAN CURB (TYP.) 0 TO IT I 6. fr(P.) • , 8, j 6 ... I W - 0" MIN. IT - 0• NUN. 1 6. 2003 1 EXPIRES MAY CEMENT CONCRETE RAAIP . ., • . , .:1'---- SIDEWALK RAMP SIDEWAUC TYPES 3A, 3B, 3C & 3D TOP OF SECTION 0 2% Tr ROADWAY STANDARD PLAN F SHEET 2 OF 2 SHEETS CEMENT CONCRETE DEPRESSED - APPROVED FOR PUBUCATION PEDESTRIAN CURB CURB & GUTTER (SEE STD. RAN F.-1) (SEE NOTE 3) Harold J. Poterfoso 01-13-03 SECTION 0 DETECTABLE WARNING . MR ...1.11112, ll MAL NOM:00/.312:4111•Yr MT /I 1{116,020C 01.1.91171. ON 0•11•041. •IIMM MI MOM" NO APROTIMPIT IVIIIANIIM • OM•I MIL .. ' . ..::: . '.-. 2 '.,:,.;•• ---,.....:;---,-/ ' - Ai& NAT. OESION itMOMEM 1.11 Washing6.8 I. Desnrkromt .I imupperkelon PATTERN (SEE DETAIL) AT 170 ••■••■•113.411111•116■11010. 1114•1110■111701. • etrrismeramme ISOMETRIC VIEW VP • ® ® ® S ® ® ® ® M ® ® ® EMI MS Oil ilia III" Mil Min RADIUS POINT OF RADWa CURB RETURN (AT CURB FACE) X Y NOTES 4 I� 20 FEET a -1 3(4' 2 - 7 11 1444 . 2 30 FEET r - 11 3/4 e - a 114 1 • Avoid lions placing In fro of strllcbrrea, 5 Junction OreaB boxes or other abstnx�lons In front of ramp Scows areas. 40 FEET v - a 1N r - r 2. Detectable warning patterns may be created by any method so FEET 1v - 6 e/4• T • 1t v4• that will achieve the truncated dome dimension and spacing (4 60 FEET 1r - 101N• v - 3tR' Curb . 1 - C' F 7o FEET tz • 10 3u• tv - a 3. Curb and teown, ee h the wrb T design spedl)ed. sh See Std. ma th s F-1 Contract for curb defalis. a0 FEET 111224...:1 2 - 101(2• 1 r .... e :31444.1. 4, Sea Std. P)a F r for aidewafr s e Joint placement and for details. s0 FEET 14 - 600:1:2:' tN• 1z s 5. Ramp slopes shall not be steeper than 12H:1 V. CEMENT CONCRETE - 100 FEET 16' - 7 1(I 13' - 10 1/4' are• EXPANSION JOINT PEDESTRIAN CURB (SEE STD. PLAN F-3) INTERMEDIATE RADII CAN BE INTERPOLATED RAMP • DETECTABLE WARNING PATTERN AREA f SHALL BE YELLOW, IN COMPLIANCE b Mil , 1 T MATH 810. SPEC. 6 14.3(3) j.��' r 44, B 1 RAMP a X I LANDING CROSSWALK\ e' o' " I• Y C (SEE STD. PLAN N _ A B DISTANCE b MIN. MAIL I - ' i - r 1 • FROM P.C. DETECTABLE YARNING TOP OF PATTERN (SEE DETAIL) 2% Y T O P O F A 1 air 2 1r -= '- `I r:� CEMENT CONCRETE C 711 • 1 Le 5I SIDEWALK RAMP TYPE 4A SIDEWALK ( a GGI NTER D Ire• 7/14 1 PLAN SECTION DA (SEE NOTE 3) t I D - �t r ELEVATION TRUNCATED DOMES (SEE NOTE 2) ero EXPANSION JOINT DETECTABLE WARNINO (SEE STD. PUN F-3) R • PATTERN DETAIL RAMP CEMENT CONCRETE I Y - a Q V p I • Pep TOP OF 4 SIDEWALK ` LANDING ROADWAY OT IIASq� �j, 71, asraot� — ��� it • .. _ 'Z' �+~ na � •?• G J 4, • DETECTABLE MIARNINO DEPRESSED '' ; PATTERN (SEE DETAIL) (BEE NOTE 3) '-- -- 3 :.,., , q z 44I . _ :.,.. ass or yrs%� SECTION O ...,;.... (ONAL E CEMENT CONCRETE \ � � � --� --� -/ !EXPIRES MAY 16,20031 PEDESTRIAN CURB VARIES - ISOMETRIC VIEW (SEE STD. PLAN F -1) o Tor TOP OF ROADWAY SIDEWALK RAMP TYPE 4A .v �e STANDARD PLAN F -3d • CEMENT CONCRETE J CURB L E O VTTER SHEET 1 OF 1 SHEET RAMP (SEE NOTE 3) APPROVED FOR PUBUCAl10N SECTION O Harold J. Patadeso 01 -28-03 Mole INI IL tww VOMIIIII I 0t M ue.muwam .r *. R.O1 Cd ®1 MR WOO Minn � c-~ w_LL.... sr. D.p 1 . . .1 T......1'. �m�� ... � ... �s w..vru,o. I lo.s • RADIUS POINT OF (_ CURB RETURN > RADIUS w. r - o• w- 1 - w- r -0' w- r - D- w. r - a' • (AT CURB FACE) X y x y x y x Y x Y 44 - 20FEET 6' -6 12" 4•• 01!2 4' -8112 r -0" 4' -1' T -211". r - T r -31/2 3' -112• 0' -21R' ' "' /,1 30 FEET T -3 314' 7 -1' r -6 I!2 r - 111/2 r -81/4 10 -T 6' -21/2 17 -0' 1' -8314" 13' -3114 SEE CT F4 Ce) 40 FEET r - 1 r - 21/2 T -10' 11' -51W 7 -1' 17 -4112 r -6 1s- 14' 5- 111/2' 15'.7114" 60 FEET 10'- 14 11'- we 5. 1/4' 17 - 5 -2 15' .8 12' 7.8 yr 1T -8' r- 113/4'- IV -6114 CEMENT CONCRETE SO FEET 11'•2112 17 -6 is. 3/C 15.0 5 - 2 114 1T -1114' 5 -614' 20 -1314• 7 -10 27 -1112' PEDESTRIAN CURB 318" EXPANSION JOINT DETECTABLE WARNING 70 FEET 17 -2 14' IN - 3 1 /4' 11' - 114' 17.4' 15 - V 19 • 11 14' 9 - 3 3/4' 22 - 4 714' r - 8 114" 24' - 8 13/• (SEE STD. PLAN F-3) PATTERN (8EE DETAIL) 60 FEET IS - T 15' - 9 1/T 11' -10 l(2 15' - 11 3l4" W - 10 21' • 10' 10 - 1' 24' - 4 3/4" r - 6' 25 • B 314 - c 90 FEET 14- 112 17- 1R' 17.6114 20 -e1/3 7T- 714' 27 - T 10 -014' 25-314' 10 -1114 28' -81/2 Y ' 700 FEET 11'•101? 15' -3 17 .61/2 27 17 -4 114' 25' -2N4' 11' -6 2V -1 10 30 11/ - - - INTERMEDIATE RADII CAN BE INTFAPOIATED ,o B b J .___ _ i DETECTABLE WARNING PATTERN AREA WIT BFLALL H 98 TD YELLO 8 .1 IN 4 COMPl1ANCE S y caoaswALx� I e SPE 1 RAMP NOTES (SEE STD. PLAN 14-0c) € 1. Avoid placing drainage structures. Junction boxes or other Y r - 0' x _ obstructions In front of ramp access areas. BUFFER C 0 , O STRIP DISTANCE FROM P.C. RAMP 1 LANDING ANDING f.: - ; ? MIN. MAx A k u. r �- I - i" a 2. Detectable warning patterns may be created by any method • SIDEWALK RAMP TYPE 4B A 1 6/8' 2 3/6' (p� s a will echbve the truncated dome dimensions end spacing PLAN a 6AT 1 1/2 " PLAN 3. Curb and gutter shown, see the Contract Plana for the curb c 7nr 3/4' design specified. See Std. Plan F -1 for curb details. 0 7/8' 1 7/15' k` --11-9- 4. See Std. Plan F -3 for sidewalk joint placement and details. 6 ' - V W BUFFER STRIP f �1 I D 5. Ramp slopes shall not be steeper than 12H:1V. b F 2% G TOP OF ELEVATION ( ROADWAY ,v ,! \- ` � ri1.i ' • '-q /1 . TRUNCATED DOMES (SEE NOTE 2) IS - 0' RAMP DETECTABLE WARNING CEMENT CEMENT CONCRETE VARIES I BUFFER STRIP PATTERN DETAIL O D J. PET E. CURB 8 GUTTER VARIES 0 TO W �� OT 1 4 bh/ ,� '�� CONCRETE SECTION O SIDEWALK (BEE NOTE L 0 TO 0' ,` TOP OF �� 4 r % � , / G T� \ � ROADWAY � ' �' - O • CURB E8Ol7TTER�E - � g Pao 2.' CEMENT CONCRETE F /ST PEDESTRIAN CURB SECTION O (SEE NOTE 3) J'f / ONAL 0 0 (BEE STD. PUMI F -1) 311M °WARRIOR JOINT I EXPIRES MAY 16, 2003 (SEE STD. PLAN F-3) r - 0' , , �_• . c ETE RAMP 70 ., SIDEWALK RAMP TYPE 4B ENT CONCRETE II , .,: SIDEWALK G G — I LAMING \- _';••,, ; ;z , - , -. , 1 s• - - - -� STANDARD PLAN F -3. sr�os�� ISOMETRIC VIEW SHEET 1 OF 1 SHEET DEPRESSED APPROVED FOR PUBUCATION DETECTABLE WARNING CURB t GUTTER PATTERN (SEE DETAIL) (SEE NOTE 3 ) Harold J. Peterfeso 01 -13 -03 SECTION CI ..7. .+ .... ,.e.. Nmp...r.n�a..n�c...C.R RAM o..o. 61000:01 an SO tIMMII. 1.11.0 . ..,,..,.1.. w W.rdr.M.. Waft D.w,r..4 r n..n.r.w — an as am — um ! me ! ow ow - ii vim - Ai Ea Eli 11111 VARIER VARIER VARIER NOTES: r— VARIES TO IT 0 TO 12' 0 TO 12' EDGE OF FACE Of BACK OF 1. An adjustable platform may be used In lieu of the platform design shown on OR IJWER Z— CURB BIDEINAUC Z � this plan. Adjustable platforms must fit the bracket design shown on this plan. I Brackets are required for all single post Installations. Field drilling may be required. 2. A Type 2 support Is required when 2 or more mailboxes are to be installed on one support. A maximum of 5 mailboxes may be Installed on a Type 2 sup- . port See Std. Spec. 9-32.7. I, b TYPE OF it TYPE OF 3. Attach a newspaper box to a steel post with two 1 7/8" Muller Clamps spaced box ~ ou r ^ CURB v � aT it VARI EBRT Field llr�7e /w1a8p' holes � xes the to wnev a Newspaper boxes must VARIES (TYPE SIDEVWLJ( not extend beyond the front of the mailbox when the mailbox door Is dosed. VARIER) 4. Spadrg of mailbox mounting holes varies among manufacturers. Attachment \, y 0 a \Y v. . ,,,, � \ \ � .,�� � \ \\-., V \ of the mailbox to the platform may require drilling additional holes through the o. NA' �� �e, \ / p /\ \ \ mailbox to M the piallokm. / ,, \\ \ _ _ � / / /\\. \� ` 5 pen and to allow space for installing g to ensure the fasteners. for the mailbox door to AT EDGE OF SHOULDER ' , BEHIND CURB BEHIND SIDEWALK B. A aodcet and wedge anchoring system may be substituted in lieu of the anti- twist plate assembly for single steel posts shown on this plan. The socket end wedge anchoring system shall meet NCHRP 350 crash test criteria. Anti-twist plates are not required for wood post installations. MAILBOX PLACEMENT SECTIONS • MAILBOX SIZE 1, 1A, OR 2 (TYP.) INSTALL SNOW GUARD WHEN (2 CLAMPS PER BOX) SPECIFIED IN CONTRACT (SEE DETAIL, SHEET 3) r 7 -Y O.C. MIN. A - puN 4' -THIN. . POST TO POST : A . . in fa 15 ei ut fa ei 11 E9 .___7.... - 6' MIN. • • BEINEEN M AILBOXES NEWSPAPER BOX (SEE NOTE >) ' . II 0 ?FA pT W e 'I NEWSPAPER BOX MULTIPLE MAILBOX t 6 A ,e 4 /, C (SEE NOTE 3) SUPPORT (SEE NOTE 2) ` , p O j // /P // " /,,/.•9 .../, — -13 v\; v\; 1 v / v '< " '�'\' N '\ \ ���� \ ��� ' j$> rrl j v\j\\\\ ��\\%\%\j ��j\\ ��\\ ��\ \�� \\j \ \\ \v \\ j \ \���� \�j� \\ \ II '\j \\y y \y - 0...,_ e \\ \ / / \ \ I rk \ /� 9A. eck P�.� ,�4., \\ \� 411∎ C \ ∎61 ANTI- TWISTPLATE 14 FA \ \ b • p' s �� ONAL Q' SEEDETAI \ LS, �� �� � � \/ SHEETS 2 & 3) r, 1 h /Q .// `? �\ E XPIRES MAY Iii. 2007 . (SEE NOTE a) \ � / MAILBOX _I k .„: INSTALLATION STEEL POST w00O POST TYPE 1 A TYPE 2 OPTION OPTION (PROPRIETARY DESIGN SHOWN) STANDARD PLAN H -12 TYPE 1 SUPPORT TYPE 2 SUPPORT !MEET 1 OF 3 SHEETS MAILBOX SPACING DETAIL APPROVED FOR PUBLICATION .v..... '" '"......*”"' ''''""'°f1" Harold J. Peterfeso 05 -09-02 nAn um. - an 04/2002 CI..HI20 I.$1K1•110. an . wra.sl.. Or. o......r .1 T,wp.wM.. • 04,0 IIryIJI2. 12 O O O O O O O O O O O O O O A O O O O STEEL POST FASTENERS WOOD POST FASTENERS BOLT SIZE QIIAIRITY WASHERS LOCKNUTS SIZE QUANTITY 318' BOLT S WASHERS LOCKNUTS DWA. • 2 3/4 2 - 4 2 3+S' DWA. • 4 3N' 2 4 2 318' DIAM. • 3/4' 4 a 4 310' DIAM. • 3/4' 4 a 4 1/4' DIAM. • 314' 4 a 4 1/4' DIAIA. • 34' 4 M-CLAMP 4 1 7/8• MMP 2 4 4 ( ..._ MARBO %SIZE 1, 1A, OR 2 (SIZE IA SHOWN) I CENTERIJNE ) (BEE TABLE, SHEET 3, ' 1 DIMENSIONS) FOR DFN810N8) , I S, OF TFO MAILRM, BOX, • _1 dY " 3 ��`��� e ' MAILBOX PLA . !T " T• 1 �T _ ` V 911 i AND POST ,K• • ,' PHILLPB HEAD SCREWS, �—! • 2 WASHERS AND I I LOCKNUT WITH LL.. NYLON INSERT, *''' 4 SETS MIN. (TYP.) ♦s rJal �.r8', rJ�aS A j . J' I - O �/,=� } O PLATFORM • �� (SEE DETAIL SHEET 3) � f O Q ‘1. 47 ... , PLATFORM il O O (SEE NOTE 1) J I :� (� (SEE DETAIL SHEET 3) I - O C . (SEE NOTE i) O j SPACE PROVIDED '1 d O PLATFORM ON BOTH ENDS TO i N10W ACCESS es I - ,NAB EHERS AS I O : TO FASTENERS O I O (SEE NOTE 6) �,�p REQUIRED TO + Q , . . e FILL OAP (TYP.) • I ALIGNMENT DETAIL i e" l i_'� Sr• 434' HEX HEAD I 1 � BOLT, 2 WASHERS a i I 318' • 2 314' HEX BOLT — BOLIOIIJT IENOTH 2 WASHERS 6 •`� — TO FR (TIP.) I I • Loca4UT RYP•) 1 = I J. • j'• II . \ BRACKET (TYP.) BRACKET (TYP.) D usx r� � • • (SEE DETAIL SHEET 3) �'.. '• (SEE DETAIL SHEET 3) ' 1� t l.,L, .P SIB' • 3/4" HEX BOLT ~ is 2 WASHERS a ` d . » O : : w ^ L OCKNUT (TYP.) \ L fi £ Wit � IT 1 0/ �f C1 lTe0. �v \ �4r 7/I8" HOLE (TYP.) ,r7i ONAL 0 7116' HOLE (TYP.) 2' O.D.TUBINO 1 EXPIRES MAX 16, 20031 4. woOD POST MAILBOX IEEE STD. SPEC. 11-2/L14(1)11 ( • 1 718' MUFFLER CLAMP INSTALLATION ANT TWIST WIST PLATE �• t,:.. 2 w CKNUT a SHEET 3) 2 LOCKNUTB (TYP.) TYPE 1 a TYPE 2 (SEE DETAIL, (SEE NOTE 8) �, ,,� (1 7/B• MCLAMP) STANDARD PLAN H -12 .I.�, SHEET FOR R ]SHEETS MUM MAMA MITA APPROVED FOR PUBLICATION 11•10010.2. ir MOIIM,v . r nrra A.o< ONVM Baas Harold J. PBMrfeso 05-09-02 WOOD POST ASSEMBLY DETAIL 11 wen .a wens . • 1, o[o won t. MU Mall Ma..a an Mai SM. 6,�„ et T,...•..�.I.• (SEE STEEL POST ASSEMBLY DETAIL °•:1001 Kr. brr. AMM .vawt ••+ STEEL POST A88EMBLY DETAIL ! FOR DETAILS NOT SHOWN) o•rt gaflt• IT MI MO ® = 1151 NM MI'' Mi ME OM IM M MI gM MI = • • 1• - - e- 1/0 ANOIE I/2' RAISED + r 4 MAILBOX 8 PLATFORM DIMENSIONS 7 EXPANDED METAL Y SUE MAILBOX DIMENSIONS PLATFORM DIMENSIONS MOLE IRON L W H L W H 1 10' 017 0 1? 17" 0' 1' IA 2V r 10 1/2' 10' 7 1/ ' 1' 0 " 00000 "00 2 24 111 /2' 13114 21' 11' 1 >000000000000000000000 0400000( 0000000000000000000000000000000000000000000000000000000000000( 1/2' RAISED • b 000000000000000000000000000000000000000000000 [WINDED CENTER 0 000000000000000000000000000000 PLATFORM / 0 0 0 0 0 nnnnnnnnnnnnn 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ( 7 Ur � _ 71/ ' �nnnnnnnnnnnnnnnn( � ^710 -4 23/4' 23/4 � 1 1 1AI� 1 ur y + � ) J S ECTION O H TL r M UFFLER CLAMP FRONT VIEW 1 VC 1 1/4' 7/10' • 1 1/4' 3 • _ - 1 • _ – O I O SLOT (TYP.) _ - _ _ - - N A BOTTOM VIEW j R — 3He' (TYP.) J L 1R L .1 5/10' . 1 Uri SNOW GUARD DETAIL 1 SLOT (TYP.) END VIEW TOP VIEW • 1 /4' . S10' I SLOT (TYP.) 1 r NO' L- I. •1 I SIDE VIEW 71? 1 PLATFORM DETAIL . 2 3/4• 2 3/4' I �v4- 1 114• Q 1114• . — T 7n e ' DIAM. (TYR) 4 p 1. Pgr .. i � 04 M ASry / � q� TOP VIEW t +rr� - ll -- • �r a' 11\ (TYP.) Fr op Lb ' � FS/ONAL P'�G i o F I o FRONT VIEW i ISOMETRIC I EXPIRES MAT 16, 20031 ANTI -TWIST PLATE DETAIL MAILBOX INSTALLATION 3/4'1 I-1 L 1- AIDE VIEW TYPE 1 & TYPE 2 2• I STANDARD PLAN H -12 FRONT VIEW SHEET 3 OF 3 SHEETS ow APPROVED FOR PUBLICATION BRACKET DETAIL ^� q � an o. l. Harold J. Petetfeso 05 -09-02 RAT. EYOI.710.m1 OM OV10a .[II MO 14K(.1R IXOA. WS ..Jilpom Dee D7rYwr• N T1wOrMMw OAT( RLY111/0.1 IF • • Two strand I2' /2 • gauge four pointed Wire clamp Gate or barbed wire (See Note 31 end post . Two strand 12%1 Line post Vertical gauge four pointed Gate or l / cinch stay Q barbed wire end post ",..) Coll} – ! Line post ■I= ■� _i II' ■ = n■■Il e 1 141 =a MOOCH o■■ = ■ 60' M IN, ■I�1�r ^ ■■ ■ ■''LiJ i}■,7 ■ l ia■i■■■ lipfliiai�r 4 e u i i 65' MAX � �� _a e 8 a ■ = a 5's28 lOM -, s: r" .�:. ! a I � �Iw. �� �- _ _� 6U' MIN. _ � — _ r 65' MAx Wire clom v 1O, - 18' Square _ • I I p section ij Concrete ry IB" 5 uore I. 14' MAX I 19" MAX II Class q l' 3000 1 1 section L 19" MAX l 19' MAX I � 12 "" Round LJ section 12" Round WIRE FENCE - TYPE .1 section WIRE FENCE - TYPE 2 • Pull Brace post ll ,,.� Ant I ■■ RJ�I� \ ■■ ■ ■■■ 1 ■■ 1III E nd x II: 'fl. ■■I ra.��■ ■■rrr� .■ a Corner post / ;Pill; / ■r ■Ir ■r iT� 7 Pant Broce r., 101- ° .4 ■ _ —. _ mess: MO_ 8r ace I _: 1:0 - 6U 65' N IN, _ �� / I , ,� Concrete MAx IB' S uore ®/ � i �� Class q� Concrete I � section 3000 18 60' MIN. Ilh 3t00U 4 L " –.I k Round 65' MAX v 0 section n 12 " Round 1 i, LINE BRACE section (Maximum spacing 1000 feet) CORNER BRACE End post (Angles 30' and over) INTERSECTING FENCE BRACE See Note 3 ' I �1 WIRE FENCE ■1 = . "■ - --■■ �■� r■ -. 0111 . ■----------- • ■ ?-- :tt1..4at5 = - -' = — = -E 5 e5e5e r■ =:9s,ttt011 m •: 4 1n11, �_ Stone or concrete block I j • IMIN weight 100 pounds) or drilled and grouted I ,14' MAX ! 19" MAX hole in solid rock F. .IL TREATMENT OF SAGS STEEL POST DETAILS 0etoils for Type 2 Fence identical as shown for Type 1 Fence Sheet 1 of 2 Sheets • d e r = = c =I MO d IM MI 1 MIN Standard 1" MIN Standard weight pipe Gate post weight pipe 3 / Steel rod Gate post \ Ye" Steel rod NOTES: in in one �� ola 1 lji�u mIsio�l ^111 �� I II:I::IIUIII I���!i/ I. Details for Type 2 Fence. sme us Type I. � �I - ■ ■ ■ 11 ! a = = • a l ���� ■�_ ■ � ■ ���� 0111111 l■ ■ l ■ �' � ■ 2. Wood anchors shall be 2x4 lumber. 12 C ��■ ■...� i I ■ ■■ ■ ■IL ■ ■■ ■ ■ ■■ �.G = "; =■ ° �■■■ ■ %eee• •e e• v Ion MIN, fastened with three 16d I I . �_ ���� galvanized nails. 1 . 1 1 ^ III. I 3. Four wire ctomps per post required for • 12" Round mesh wire. three additional clamps Der section I post required in Say section. 1 14" Concrete Class 3000 Concrete Class r 10' d 10' 3000 SINGLE WIRE GATE, 14' WIDE DOUBLE WIRE GATE, 20' WIDE • • Brace Brace Brace B . post post post / • / Wood brace ! /77e 1 Co rner -'''' el l ''''t past - �' / 3, Gate • 114 I MIN Stonaord � �\ End Dos weight pipe .1 / v, \�, Dust I ' � \ ` 1 R Wood brace _.' ' „ I �� 5 � \� �"� 7 y,� ' 1= ■ \ 1\1 . 1 /e Steel 4° • / n -0. g 1, A i rod (6 - - tip/ 1 / Wire II CA =. =iii:■ � brace 1 12 Wire I W i r e brace II brace 1 • B' II B / 1 Mood anchor ` ? ITYP) h GATE POST • INTERSECTING FENCE BRACE CORNER BRACE IAngles 30' and over) Gate or Wire Wood brace end post brace Brace • Bruce - Brace • post post Wire Pull post post • wood brace brace WIRE FENCE � 3 ... f i. t:t:tttttttt:—ttttttttttt tt ja i__ slim ril..,Vi ■_ ■■_■.■,it= - ■■ ■Y III■■■is _ Ifl11 - '01111 ■ ■_ i■ ■■■..■1■■■ ■11 I ■ . :: 11 ..6;.. .... 1■■t:!S ■r ■■ ■ ■..,: I■ ■ Eli .. ■ ■ ■ 1 1 ■. . I I ■. ■■ • ,o ...mace-- 11"411111:1 :I .. , .. _ ■ ■.■ _j_ • I , Line posts vi 8 B 1 ' on 14' centers ' F f 8' . LINE BRACE . . 1Maximum spacing 1000 feet/ ENO BRACE WOOD POST DETAILS Sheet 2 of 2 Sheets O O Men O O O O O M O O O ■ M ZIO !E O O O Brace posts End, gate or corner post Line post Twisted and barbed selvage Brace post Pull post II::; Top rail S Ieeves !:i:111:::: Top rail ' —Fobri c bond II" Chain I ink fabric :III,. Stretcher bar Ii : a II:: :'. ili;: Ili vil N : II< I Twisted .;III;: 11. and barbed selvage . I, Line post Brace post Brace post End, gate or corner post Twisted and barbed selvage Pull ost Brace post CHAIN LINK FENCE TYPE I = p w pain link fabric --.< Tension ire Il:; Brace rai I Brace roil 'i'i`" ':, ;; I ; II s x Brace ;•III\ •'' a rai I ''I':} II '+ ± %:; ` Fabric band ....III• Stretcher `1 Ill ' i : i i ;:yY. :::III,:: bar \.• %t ,ili Tension wire , I T ' I selvage and barbell - ,� Twisted [H, CHAIN LINK FENCE TYPE 3 Brace post Brace post Brace post End, gate or corner post Line post Pull post Knuckled selvage rW x :•:•,!!;:,: Tension wire a Chain Iink f°Dr -•;, N WZ Br ace :r-ace ra il Stretcher bar II:: VIII ; . : rail Fabric band Brace roil � / l 4---v 111/ E'/ d . SY A i 44 1 ��� El' _ J 6q IlA{ 8881 ��IiJJi�lll CHAIN LINK FENCE CHAIN LINK FENCE TYPE 4 Brace post Brace post Line post Pull post p Knuckled selvage y ; e Chain link fabricII • Top rail II:: I Fabric band II{:. y Tension wire :',•III;; { F CHAIN LINK � FENCE TYPE 6 ',,, Sheet 1 of 2 Sheets • = . = M OM =1' M MI mu sm. NOTES: I 11/4 •1 '1 All concrete post bases shall be IU minimum diameter. MI All posts shall be spaced at 10' maximum intervals Fabric loops d1 unless Otherwise directed by the Enginee). n ~ x I -x Top or bottom tension wires shall be placed within the limits of the first full fabric weave. r Y V:" Details ore illustrative and shall not limit hardware • Radius design or post selection of any particular fence type. • Fabric loops ITYPI Fence Line s RAIL AND END. CORNER AND PULL POST BRACE LINE POST ROLL FORMED SECTIONS • MEMBER BRACE RAIL & TOP RAIL • LINE & BRACE POST END, CORNER, & PULL POST CATE POST ALL TYPE - POSTS ROUND H COLUMN ROLL FORMED ROUND H COLUMN ROLL FORMED ROUND ROLL FORMED ROUND I.G. Weight Weight Weight 1.0. Weight Weight Weight 1.D. Weight Weight 1.0. Weight Pipe Per Foot Size Per Foot Size Per Foot Pipe Per Foot Size Per Foot Size Per Foot Pipe Per Foot Size Per Foot Pipe Per Foot LENGTH Ilnchesl Wounds) (Inches) IPoundsl (Inches) (Pounds) (Inches) (Pounds) finches) tPoundsl (Inches) IPoundsl (Inches) (Pounds) (Inches) (Pounds) Ilnchesl (Pounds) 1 /4 2.27 11/4 x 1 5 /e 1.35 I% x 1 1.35 2 3.65 2 4.0 I% x I% 2.34 2Y2 5.79 31/2 x 3 5.14 31/2 9.1 8 CHAIN LINK FENCE 3 1 2.27 1 x 1% 1.35 1% x 1'/4 1 .35 11/2 2.72 1% 2.72 I% x 1% 1.85 2 . 3.65 31/2 x 31/2 5.14 3 1/2 9.1 8' 8'' 4 • 1 2.27 1 x I% 1.35 I%e x 11/4 1.35 11/2 2.72 1 % 2.12 l% x 1 /e 3.85 2 3.65 3 x 3 5.14 31/2 9.1 5' 6" 6 1 2.27 11/4 x i% 1.35 1% x 1 1.35 2 3.65 2 4.0 1 /e x I% 2.34 2V2 5.79 3 x 3 5.14 3 9.1 5 -6 i • • Sheet 2 of 2 Sheets • OM MB MO UM =I SIN 11119 ME MS MI NM INII tMi MI INE Mi MS NMI MI Top Hinge 14' or 20' NOTES: 1180' Swing) I. Fence fabric shall be secured to gate w v.\ .•aa•�aaaaeaaaaaa.a. as•.. ��•..•�m•� =•�- ��•��vr•�.. =•� ■O.'.'w A frames wi t11 knuckled selvage along fop ♦ ♦ ♦ ♦ ♦ IiZ ♦ ♦� ♦� ♦ �. ` - ��� ♦� ♦ ♦ ♦ ♦�� ♦ ♦ ♦ ♦� ♦♦ �.. ♦ ♦�� ed far T 4 6 0 chain I ink fence ♦ ♦ ♦ ♦ ♦ 4 1 ♦ � ♦' ♦ ♦ ♦ ♦• ��4� � � ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ � . ♦��— Ilr ♦ ♦ ♦ ♦ ♦ i n s ra l l a r i ons ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦� ♦ ♦ � ♦� ♦ ♦� ♦ ♦ �� ♦ ♦ ♦ ♦ ♦ ♦ ♦� ♦ ♦ ♦ �♦� ♦ ♦♦ ♦jam♦ ♦jam .I c 2. Minimum post length: ♦ ♦♦ ♦ 041 L ♦ ♦ ♦ ♦. 1 ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ i• ♦ ♦ ♦•1 II ♦ ♦ . ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ I i ♦ ♦ ♦�j ♦ ♦ ♦ V ��i� ♦ ♦ ♦ ♦ ♦ ♦ j ♦ � ♦ ♦ ♦.jI I ♦ • ♦ ♦ ♦ ♦ i 4/ ♦ ♦ ♦ ♦ ♦ � ♦ �i j� ♦� ♦ ♦ ♦ ♦ a a Types 1 a 3 tl . B .. ����� ♦j �� � � ♦ � ♦ � ♦ ♦ ♦ ♦ ♦ � � �� ♦ ♦ ♦ ♦ ♦� ♦ ♦ • ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦�� ♦ ♦ ♦ ♦ ♦ ♦�� ♦ ♦�� ♦� ♦ ♦ ♦ ♦ ♦ ♦� 11 1 �$ * . _ o Types 4 a 6 5.- 6.. ♦ ♦ ♦ ♦♦ ♦ ♦ ♦ ♦ ♦ ♦ ♦♦N � ♦ Fabr is ♦� Stretcher 4 �� ♦ ♦ ♦ ♦ ♦♦ Bond V Ai k _ . _ ���� O 11 ♦� ♦ ♦ ♦ ♦ ♦ f � �♦ ♦♦ . ! I� lo Bar ♦ ♦ ♦ ♦ j 1. 40 7 .N W ♦ 1 � .-�-�- ■-�- o n N. ♦ ♦ ♦ . � i l �j �♦♦♦� �j ♦� �jjj ♦� ��♦�♦�♦ j I � ♦ ��i � � . � ♦ ♦ ♦ ♦ ����♦� Q� ♦ ♦�♦���♦� j : • ii--4 :111 SIP • - - 4) !■ A --._ _ .1 i■ Al :,,,,,, 1 r , __.,_._ _,,,,,,, II- 11 =11 =11 -II=I T'. '"= 11= 11= 11= 11 =11= 11 =11 =11= 11 =11 =11 =11 =11 =11= 1111 =11 =11. 11 =11 =11 - 11= 11= 11= 11= 11= 11= 11= 11= 0= 11= 11= 11= 11= 11= 11= 11= 11= 11= 11= 11 =11= 11 =11: 1 =11 =11 II =11 i ',I II If y 1 i 'll 19 6 12" Round Section 6 1 1.____1! 1 4 Bottom Hinge E. •' �1 = == = II I l 3' - T 1180' Swing) p ; ' 1 Ij it Types I & 3 IJ ' 12 Round Section l i ,1 2' - Types 4 & 6 8 '- :_. II 12" Round Sect ion � • 0.41..4i.= I II =u =11 �1 al Top Hinge 190' Swing) ♦. *.V�% 4i _ , ■ •' ♦ ♦ ♦ • ♦ ♦ ♦ • • ♦ j� ♦ j ' ♦� ♦ ♦ �� ♦ ♦ � ♦• ♦♦ ♦• ♦• ♦ • 1 1 � � � ♦ ♦ ♦ 1 � ♦ ♦ ♦ ♦� i I ♦ ♦ ♦ ♦ .a .e • •���� _. • Stretcher CHAIN LINK GATES ♦� ♦ ♦ ♦4�1 �I .� ♦ ♦ ♦ ■ i�i�i 4 ■ !► Fab • Bar �f �� � �• _ rte•.. I� Band • ♦ 1 ■ AvV-2r-2- n n ♦. ♦ ♦ ♦. ♦ ♦♦ 4 111° • 1 ♦ v ♦ ' .v ♦.4 • v v v i 1. ♦ ♦ ♦ ♦♦ .-- ♦. ♦. ♦. ♦. ♦ 4! I 1/ � ♦ ♦�• • ... . ♦ . 41 4 . ' I, �� ♦ ����� ♦ ■ .�tlt I ` I 1. ∎.. 11 =11 =11 = 11 = =1 .11=11 =11 =11 =11 =11 =11 =1=11 =11 =11 =11 =1 =11= / li ,II 4 I I : Bottom Hinge r. l i 41 190' Swing) 1 1 ' li :I1 l `I 3' - Types I & 1 2' - Types 4 & 6 Ii :)l 12 Round Section ! ;I 17 I 41 li q • IL1ru =1i 1i 1= =11 =1 • NS - S- M MI - N MN ® I - MI - M ON Mt M■ END CHANNELIZING DEVICE SPACING (FEET) NOTES ROAD WORK G20 IEXCEPT FOR FLAGGING REOUIREMENTSI ' SIGN SPACING = X (FEET) MPH TAPER TANGENT RuralRoods 45 /55 MPH Soo'.- I • FLAGGER STATIONS SHALL BE ILLUMINATED DURING HOURS OF DARKNESS. 50/65 40 80 Urban Arterials 6 35/40 MPH 350'•- 2. EXTEND DEVICES TAPER ACROSS SHOULDER. 35/45 30 60 RuraIRoods RuralRoods O 25/30 20 40 3. SIGN SEQUENCE IS THE SAME FOR BOTH DIRECTIONS h1.0-' Urban Streets 25/30 MPH 200'•- OF TRAVEL ON THE HIGHWAY. Residential 4reos 6 Business Districts 4. RADIO COMMUNICATION RECOMMENDED BETWEEN Altsipns ar• black on orange FLAGGERS. REQUIRED IF FLAGGERS DO NOT HAVE CLEAR e \ p° uness otherwise de5IOndted. VISION OF EACH OTHER. o \° Y e ' ' . BUFFER DATA •• OPTIONAL I 40 M PH O LESS h "t °p s ib )II \�• BUFFER SPACE 8 END , '� ` _, \ . � ' P - SPEED WPM WPM 25 30 35 40 45 50 55 R OAD NORK � V ti W20 TA __ _ _ , ` O, J \ 4? LENGTH Ifeetl 55 85 120 220 280 335 h °°per ROLL PROTECTIVE VEHICLE ROLL AHEAD DISTANCE • R / G20 -2A , . \ 4 , ' b h� VEHICLE TYPICAL VEHICLE POSTED STATIONARY /• �j �.` / " \..W TB TYPE IOADED MEICHT SPEED OPERATION / e • • / {' BE PREPARED 11051 Inphl (feat) � +� o STOP W20-4 4 YARD 24.000 50-55 rs TRUCK RUCI( / } } ENE LANE' • 45 so - / /. / ROAD 2 TON +/ AHEAD:' W20- I :ARGO TRUCK 15.000 50-55 100 o ROAD 45 T5 WORK 50-55 150 BE ' . W20 - TA p AHEAD "RCO I TON TRUCK 10 .000 S 45 a0 - PREPARED ' hv } \ ROLL AHEAD STOPPING DISTANCE ASSUMES DRY PAVEMENT. 0 STOP y ' \ /y / - - INR LANE - .. 7B END . N O. \ 0 D • / ROAD RORK I V \+I'' 4N ROAD \ AHEAD OP t � 0 Y .43 C WORK \ WAIT FOR W20 4 STOP 20 S X 116„ G20-2A ��e� AHEAD PILOT CAR 4„ C d Sjil. ' R/W f W20-1 USE THIS SIGN y j F 'v IF NO FLAGGERS o p 94 szu so 44 ARE ON DUTY. a I ONAI. ' � . TONAL Q� LEGEND FOR PILOT CAR OPERATIONS THE FOLLOWING SIGNS SHALL BE 'EXPIRES NOVEMBER 23.20031 CI SIGN LOCATION - TRIPOD MOUNT REOUIRED TO SUPPLEMENT THE ALTERNATING ON! -WAY SIGNS SHOWN ON THIS PLAN. O 0 0 TEMPORARY TRAFFIC CONTROL DEVICES SP- l TRAFFIC R ,OT CAR CONTROLLED CONTROLLED G20 -4 20' X 16" FLAGGING STATION 36 "' X 18" Raw STANDARD PLAN K -3 • PILOT CAR SHEET 1 OF T SHEET Mfg PROTECTIVE VEHICLE FOLLOW ME STOP APPROVED FOR SPECIFIED IN CONTRACT) WAIT FOR ION PILOT CAR) PILOT CAR Harold J.Petefeso 12 -20-02 - - -- EXISTING STOP BAR A.R .e......a.. Aon..a. ,..i...•Aws.R .•AM 11 eo.eO% (FOR ROAD APPROACHES .OMMINN NM, MI aeMIMIMO MITIM , ILMItat TOMB AS NEEDED) MM A.rr..e+r � w'r +'M'" u.` D'P"""eaT'�'P"'•e•" wl.w.NIr 1 1 . 16 -0 ... BARBED .NC PLUNGER PIN . - — • mi I. `1 I TOP ItNGE . : ` \...:.:♦:♦ ::: +:� ♦♦:. :.: � ., ' ow" , . ` . :.:.:. +.:.:♦:.: ♦ :..j�: �I ►� 060• s.w0) 11I ?4: :. `OS ..Nille: _ ••,A III*:.�..��• ,'4.111 ' N s Ill iii ill l Mg* \ / %%Ill 1 III • ••• Ill III� Will • I_II; • N I M ilCi% . ••, •; ❖I� - I: III►; .. s•;.;III • i`:! 111 I . - ►� � ..... ... ••. ......••`` • 4 '. ....... R.'1 :. . ..4....111 \ \.� \ \n \ \ / %\ i caNas>E auc / 12• 1 2 _ - 1 CHAIN LINK FENCE GATE DETAIL 1 NOT TO SCALE • • BRACE POSTS WED AND • • I BARBED SALVAGE \PO, GATE. OR COMER POST SUPPORT LK POST PULL P 61 BRACE P051 AAY BORED IRE SUPPORT ARM • I tw --\ No • vs rawispoompipipmmowaisiammouRui — 1 t I ► �tii i•.•1 d • • r + v , •• •••• A., r•••••• ��v• • X1414.4 T DP RAIL IS...�1 r• •v1. • •� 1 1 1�1�����•�t�; 1•����•••�• TCP R1IL • • • 1 1 t�1 �••• ♦••• •••N•1• *40* •1.•11. ♦•111• •1•••••• ••••■•• � :►14• •1111 • • ►• 1 1.11♦ ♦14••0• 1111••• 00.44►00 - 48�• ••••1•1• ••■•• •1.111 S1li'IS ...Of* - N�1s•. 0..4** ♦ 1111 ••••1 • *1►• ! 1•••• .11a•••' ►.• ♦••• •1••►►•. 11tt 1••141► •4.14.1 ••••11• 1 111 •1••1 • •1►• / 1111• •.••••• /.y .♦ •••••■•• ;•••••• FABRIC BArD •• •*►►••� 4 I-14*** 1 ••. i i •• •• • • • • SD€MO BAR • ∎••• • 414• ••••1°►• ••1.1 •I•••1 1111•♦ ••••••• •••.1•• X 4 • 1 • I •• �•1t4 411 ►114••• • • • •44 ORAN LIN F •1•••4•1•4•41 1. • • • . • 4 • ► ∎ T • • - I_•_•_•_ ♦ • •:4 ∎ • . ' ► • b t ► 41 .471174•4.411711 - .•.•.• o • • b • • 11•♦ I ♦1.. 1•• •►t •' /' - • • • ♦ X 11 • / .. •/r4. .4.1101•••••••:•.: • 4 0 • ••1• ♦•.•4 ►♦ • >•• ►` ♦1• +`• 11 1... 414 N•• ORAL .••• •u• 1 I••. E4JAC£RAL •I 1 RUSSRT �N•1 ►•♦ ♦14• 1111/••• /•It• •11.441 ♦1 / 1 •Nd1. �••• ••••1 ♦ • �► 4 1 1111• •• •4.4�,y ♦•1• ♦ 1••1►♦ ♦•1•• 41•••1 •4•• •1.11• .1•• ••••I • •∎►• / ►•••• ••••1 -- •••••••• • •••• ••••1•••• 114• • •11.41 - 1••••4 4 111••• - •••1111. ••4■•• • ■••• •1.41 • ie •1►• 1 ►•••4 •••4.1• ►4f4••♦ *Mo.• • • ••••••• ••�•• z . • 1 0 � 11 ••11••••41414 • 4,• 1 1 4 1 4 1 • • 4 • x . ♦: • 4 . 4 . 4•/ • r •• •1•. - MISSRC0 •4441•1. • ►•111 4 14.44 /•.••�••44I ••••-,:- �01 • 4 . 4 1 4,4 * .• ' •4.11 • .►- �: �. • -- • ! .. 1� • i tp 4 .. • 4 •• l `-• • o � * 4 � �4� . _ • • .! • • • • it • • • it • •i 1 , • t a. i 0 �`� �' 4I ��I� ' 14 r v�VII O �' I " \��! � �Jr \'I,` � �`',\` e`' , ` . d i . dr 1 TMISTED ■ MO - P BARBED SALVAGE CO► E 1 Ir. • Td-a' TIA,L --1 1 • AIRPORT CHAIN LINK FENCING DETAIL NOT TO SCALE • APPROVED: 5-4 -2004 1 CITY OF YAKIMA - PROJECT DETAIL I AIRPORT FENCING DETAIL 1 P2 1 • 776-LA 1 4 - Lifting Inserts - 11/4" Dia. • I as , o ✓5 4 - "C" Channels 60" Lg. �! • 1 Each Side , °� ~ 7' • VAULT No. 776 -LA ° ` � 6' -2° 10,400 lbs. 4 - Ground Rod Knockouts Pahl' 2' /i' Dia. 11114 /I�I i ��i% 4 • Pulling Irons %" Dia. %I V4 Side , / tacn )), 11 LID TO BE USED ` - 12" Dia. Sump • ON THIS PROJECT 1 \ � -,7' -0" . .% %414),•,./ ./ . 1 LOCKING STEEL COVERS No. 77 -2 -332 '80 STYLE 3,120 Iba. 1 OPTIONAL TOP SECTION •! 7 • n . ,- - a� m T— I "C" Channel • 60" Lg . 1 Each Side ! — 44 _ i H I • . 1M ! 1 ! i I ! ! . } I deli { L J_L J L — L-1 - i Z 1 1! I r I II itpc8mtj" -7. il!, •• U _n" I 12" Dia Sump SECTION AA a Put r a Irons %." Dia. 1 Each Side MATERIAL SPECIFICATION . I 4PACIFICORP Distribution Engineering PULLING VAULT Designed by (B. Brow): I Standards Engineer (D. Ward):d .- Standards Services (M. Brimhall): I. 1 ZG.611 TRANSFORMER VAULT 5.6 Transformer nl Mounting Inserts (SI # 1790002 only) I Two 3/8 " -16UNC stainless steel or nylon threaded inserts, mounting cleats, and stainless steel bolts for mounting the transformer shall be placed in the pad as shown in Figure 2 below. Lifting inserts shall be placed as necessary to ensure safety during handling and installation of the piece. 26 . Nig 3/8' -16UNC Threaded Insert W/ Boft (typ) 1 14111 aft 1 % 0 I - K ' v m 1 %1W X10 , k44:1 41k i lly ;$elO Wn , •1/ r • i414 0). %i5 6'. 79. ,4 56 1 1 Figure 2 - 4' x 4' Manhole with Single Phase Transformer Cover (SI# 1790002) 1 1 MATERIAL SPECIFICATION 1 4PACIFICORP Distribution Engineering . 4' x 4' Manhole Designed by (B. Brow): flifiia ZG 611 5 Jan 1994 Standards Engineer (D. Ward): PAGE 4 OF a Standards Services (M. Brimhall) :0