Loading...
HomeMy WebLinkAboutR-2011-177 Nob Hill Boulevard 49th to 64th Ave Improvement Funding via Fuel Tax Grant Distribution AgreementRESOLUTION NO. R-2011-177 A RESOLUTION authorizing the Mayor to execute the Fuel Tax Grant Distribution Agreement accepting a $2,400,000 grant from the Transportation Improvement Board (TIB) to improve Nob Hill Boulevard from 49th Avenue to 64th Avenue. WHEREAS, the Transportation Improvement Board has made funds available through a competitive application process for transportation projects; and WHEREAS, the City of Yakima applied for, and was awarded, a $2,400,000 grant from the TIB for improving Nob Hill Boulevard from 49th Avenue to 64th Avenue, and WHEREAS, the City of Yakima has secured the remaining $817,128 in committed funding for the project; now therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The Mayor is hereby authorized to execute the Fuel Tax Grant Distribution Agreement accepting a $2,400,000 grant from the Transportation Improvement Board (TIB) to improve Nob Hill Boulevard from 49th Avenue to 64th Avenue. ADOPTED BY THE CITY COUNCIL this 6th day of December, 2011. ATTEST: Micah Ca ley, Mayor 1 Washington State Transportation Improvement Board Fuel Tax Grant Distribution Agreement '?tea S € :t-12.1:11— LEAD AGENCY: YAKIMA ME PROJECT NUMBER: 9-E-180(007)-1 PROJECT TITLE: West Nob Hill Boulevard DEC PROJECT TERMINI: 49th Ave to 64th Ave t j 9 2011 1.0 PURPOSE The Washington State Transportation Improvement Board (hereinafter referred to as "TIB") hereby grants funds for the project specified in the attached documents, and as may be subsequently amended, subject to the terms contained herein. It is the intent of the parties, TIB and the grant recipient, that this Agreement shall govern the use and distribution of the grant funds through all phases of the project. Accordingly, the project specific information shall be contained in the attachments hereto and incorporated herein, as the project progresses through each phase. This Agreement, together with the attachments hereto, the provisions of chapter 47.26 Revised Code of Washington, the provisions of title 479 Washington Administrative Code, and TIB Policies, constitutes the entire agreement between the parties and supercedes all previous written or oral agreements between the parties. 2.0 PARTIES TO AGREEMENT The parties to this Agreement are TIB, or its successor, and the grant recipient, or its successor, as specified in the attachments. 3.0 TERM OF AGREEMENT This Agreement shall be effective upon execution by TIB and shall continue through completion of each phase of the project, unless terminated sooner as provided herein. 4.0 AMENDMENTS This Agreement may be amended by mutual agreement of the parties. Such amendments shall not be binding unless they are in writing and signed by personnel authorized to bind each of the parties. 5.0 ASSIGNMENT The grant recipient shall not assign or transfer its rights, benefits, or obligations under this Agreement without the prior written consent of TIB. The grant recipient is deemed to consent to assignment of this Agreement by TIB to a successor entity. Such consent shall not constitute a waiver of the grant recipient's other rights under this Agreement. 6.0 GOVERNANCE & VENUE This Agreement shall be construed and interpreted in accordance with the laws of the state of Washington and venue of any action brought hereunder shall be in the Superior Court for Thurston County. TIB Form 190-500 Page 1 of 3 Rev 2/14/2003 ►' 1 Washington State Transportation Improvement Board '`' Fuel Tax Grant Distribution Agreement 7.0 TERMINATION 7.1 UNILATERAL TERMINATION Either party may terminate this Agreement upon 30 days' prior written notice to the other party. If this Agreement is so terminated, the parties shall be liable only for performance rendered or costs incurred in accordance with the terms of this Agreement prior to the effective date of termination. 7.2 TERMINATION BY MUTUAL AGREEMENT Either party may terminate this contract in whole or in part, at any time, by mutual agreement with a 30 calendar day written notice from one party to the other. 7.3 TERMINATION FOR CAUSE In the event TIB determines the grant recipient has failed to comply with the conditions of this Agreement in a timely manner, TIB has the right to suspend or terminate this Agreement. TIB shall notify the grant recipient in writing of the need to take corrective action. If corrective action is not taken within 30 days, the Agreement may be terminated. TIB reserves the right to suspend all or part of the Agreement, withhold further payments, or prohibit the grant recipient from incurring additional obligations of funds during the investigation of the alleged compliance breach and pending corrective action by the grant recipient or a decision by TIB to terminate the Agreement. The grant recipient shall be liable for damages as authorized by law including, but not limited to, repayment of misused grant funds. The termination shall be deemed to be a Termination for Convenience if it is determined that the grant recipient: (1) was not at fault, or (2) failure to perform was outside of the grant recipient's control, fault or negligence. The rights and remedies of TIB provided in this Agreement are not exclusive and are in addition to any other rights and remedies provided by law. 7.4 TERMINATION FOR CONVENIENCE TIB may, by ten (10) days written notice, beginning on the second day after the mailing, terminate this Agreement, in whole or in part, because federal or state funds are no longer available for the purpose of meeting TIB's obligations, or for any reason. If this Agreement is so terminated, TIB shall be liable only for payment required under this Agreement for performance rendered or costs incurred prior to the effective date of termination. 7.5 TERMINATION PROCEDURE Upon receipt of notice of termination, the grant recipient shall stop work and/or take such action as may be directed by TIB. TIB Form 190-500 Page 2 of 3 Rev 2/14/2003 Washington State Transportation Improvement Board Fuel Tax Grant Distribution Agreement 8.0 AVAILABILITY OF TIB FUNDS The availability of Transportation Improvement Board funds is a function of Motor Vehicle Fuel Tax collections and existing contractual obligations. The local agency shall submit timely progress billings as project costs are incurred to enable accurate budgeting and fund management. Failure to submit timely progress billings may result in delayed payments or the establishment of a payment schedule. 9.0 ATTACHMENTS Attachments are incorporated into this agreement with subsequent amendments as needed. Approved as to Form This 14th Day of February, 2003 Rob McKenna Attorney General By: Signature on file Elizabeth Lagerberg Assistant Attorney General Lead Agency Signature of Chairmfi/Mayor /diy Date rni'ui Print Name CITY CONTRAC r NO: =-)0 I ..-1 k RESOLUTION NO: — 7 TIB Form 190-500 Transportation Improvement Board Executive Director Date 573-CtezL-t.--- 6-7Yz- 61 Print Name Page 3 of 3 Rev 2/14/2003 1) Attachment 1 Project Funding Summary Project Information Lead Agency YAKIMA Project Number 9-E-180(007)-1 Project Title West Nob Hill Boulevard Project Termini 49th Ave to 64th Ave TIB funds for the project are: Phase TIB Funds Design 0 Right of Way 0 Construction 2,400,000 Total Grant 2,400,000 TIB Form 190-600 Rev 2/14/2003 r BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. / K, For Meeting of: December 6, 2011 ITEM TITLE: SUBMITTED BY: CONTACT PERSON/TELEPHONE: SUMMARY EXPLANATION: Resolution authorizing Fuel Tax Grant Distribution Agreement accepting a $2,400,000 grant from the Transportation Improvement Board (TIB) to improve Nob Hill Boulevard from 49th to 64th Avenues. Michael Morales, Director of Community & Economic Development Douglas Mayo, City Engineer, 576-6678 On November 18, 2011, the Transportation Improvement Board selected the Nob Hill Boulevard - 49th Avenue to 64th Avenue improvement project for a $2,400,000 grant award. Additional funding to complete this $3,217,128 project comes from the City of Yakima ($493,128), Yakima Transit ($10,000), Wal-Mart ($158,000) and right of way donations from Congdon Orchards, Inc. ($156,000). Approximately $350,000 of the matching funds has been spent in previous years performing the design and acquiring right of way for the project. The proposed project will widen this section of Nob Hill Boulevard to five paved lanes, two eastbound, two westbound and a center two-way left -turn lane, install curb, gutter, 7 -foot sidewalk (both sides), street lighting and stormwater runoff treatment. The 14 -foot outside lanes will serve as a shared vehicle/bicycle lane. This project will increase the capacity of this critical east -west principal arterial adjacent to recent and future retail, commercial and residential development. This project extends the sength of sidewalk on both sides of Nob Hill Boulevard from 16th Avenue to 80th Avenue. The installation of street lights will add to the safety of motorists, pedestrians and bicyclists. The project is located on a Yakima Transit route, and will include additional stops and turnouts to serve future retail and residential development. Resolution X Ordinance Contract: Mail to: Contract Term: Amount: Insurance Required? No Funding Source: APPROVED FOR SUBMITTAL: Fund 142 Arterial Streets Other (specify) Expiration Date: Phone: City Manager STAFF RECOMMENDATION: Staff respectfully requests that Council adopt the resolution authorizing the Mayor to execute the Fuel Tax Grant Distribution Agreement. BOARD/COMMISSION RECOMMENDATION: ATTACHMENTS: Click to download O Resolution accepting TIB grant for Nob Hill • Washington State Transportation Improvement Board :newt 9-K. 6/Irvuee' TIB Members Mayor James Irish, Chair City of La Center Commissioner Mike Wilson, Vice Chair Grays Harbor County Councilmember Jeanne Burbidge City of Federal Way Todd Coleman. P.E. Port of Vancouver Councilmember Sam Crawford Whatcom County Kathleen Davis WSDOT Mark Freiberger, P.E. City of Sedro-Woolley Councilmember William Gothmann, P.E. City of Spokane Valley Secretary Paula Hammond, P.E. WSDOT Paul Ingiosi Office of Financial Management Commissioner Greg Partch Whitman County Laura Philpot City of Sammamish Heidi Stamm HS Public Affairs Harold Taniguchi King County Metro Transit Steve Thomsen. P.E. Snohomish County John Vodopich City of Bonney Lake Jay Weber County Road Administration Board Ralph Wessels, P.E. Bicycle Alliance of Washington Stevan E. Gorcester Executive Director P.O. Box 40901 Olympia, WA 98504-0901 Phone: 360-586-1140 Fax: 360-586-1165 www.tib.wa.gov November 18, 2011 Mr. Doug Mayo, P.E. City Engineer City of Yakima 129 North Second Street Yakima, WA 98901-2613 RECEIVE® NOV 2 1 2011 ENGINEERING Dear Mr. Mayo: Congratulations! We are pleased to announce the selection of your project, West Nob Hill Boulevard, 49th Ave to 64th Ave, TIB project number 9-E-180(007)-1. The total TIB funds for this project is $2,400,000. Before any work is allowed on this project, you must: • Verify the information on the Program Funding Status form, revise if necessary, and sign; • Submit the section of your adopted Six Year Transportation Improvement Plan listing this project; • Sign both copies of the Fuel Tax Agreement; • Return the above items to TIB; • You may incur reimburseable expenses only after you receive approval from TIB. In accordance with RCW 47.26.84, you must certify full funding by November 18, 2012 or the grant may be terminated. Grants may also be rescinded due to unreasonable project delay as described in WAC 479-05-211. If you have questions, please contact John Dorffeld, TIB Project Engineer, at (360) 586- 1147 or e-mail JohnD(a�TlB.wa.gov. Stevan Gorcester Executive Director Enclosures Investing in your local community CTransportation Improvement Board .' Project Funding Status Form Agency: YAKIMA Project Name: West Nob Hill Boulevard 49th Ave to 64th Ave Verify the information below and revise if necessary. Return to: Transportation Improvement Board PO Box 40901 Olympia, WA 98504-0901 PROJECT SCHEDULE TIB Project Number: 9-E-180(007)-1 tw �y }..�; ry�. tC •� sr •kP+ �.�^';�e$t�'.'••v5'.r x�,P. } . f�� S4 ,`,r.e P,�4�i. �: �e% KR'� �:�'•4 -.rvl� �k$; �,'� ':F'N4?�.r%.0 . i. ;H.,.aM.A" .�'��•,''.�n-ptC.Y,Y %.i°2 '. .iF,.+4.. �'. ,a 'a.,.,z�,�: ,:,.� _ � •'�:�:. , 9. �. �nX.S `X' n:rWP:1.& ab6 l �i:�;£r +'!• '�y FY � atew=S ,Oti Yon r r . +� �: 4 I A I i eati ? '�,, p.. .. ,.ori$' F n�v4 . ;i �ui?fJ ,P.'t°5'�• X•'"`✓ L°t'°�d'r ! ,yrv'' „�„? f"�. ",' Yr V� 4 �"'ate : ', .,tt V�ates, 3� �'~ g ., �•! '°,F. ev i se d ®a,t a s,.,.... q i. T' f ? ; � �;� � r;4:,, � �:: ,� �+; �; g Construction Approval Date 807,128 Contract Bid Award Feb 2012 Contract Completion Nov 2012 PROJECT FUNDING PARTNERS List additional funding partners and amount. ��.. '"n� n A ;t:;: Nti' ,H ..�'i,`3 "it+i: :rr, >.�r����, .,,v..a�;.�,ti��.:'; . . ...F.undi:n Fla ;,' ,. "�.,�„4. ��. 9� �; ,��.�,,Q�;�. ttQy 6>° t.., °. k,fe,g,..{v�t .P.,'Fs _.f,y� y� }pj'` .., �.- .ft�ur'd�'�i'b."s..�Yx,"i'v:t�,}.'°1n�xf,'v°.:c'ip'.�.„�R�FL±!,.=�4:�.?l.�j"`":R`."",�P.,Y��.'r.'ie�.�:�.Y,. X'.'� ;..; ..., �t, ..:.�,,.,.",.$Ya' ¢ ,._ �5. ,,� 'Amou;n,t���. ,i.':•y �,�• �. v:�,i„�", �'4..�:..£�.« ,'^§3''eA ..�,..t..,,. l.�»r".' IVJ.,A/r';" pP•:��..� Cdt'^' h.�`>� ., �, �u`a �w� ..�m�a.�tr • x s;�* �.. r ,h g;:•:* ,. ' �.;.��,;��rla�RevdedF;:u;nd,in l�k ,yo.F .:4e, ,v"rB.'��:`�ti �*..��','ti 1,..i.' -�.M ki•[. '�.�^`� .f,a. YAKIMA 807,128 WSDOT 0 Federal Funds 0 Yakima Transit 10,000 TOTAL LOCAL FUNDS 817,128 Both agency officials must sign the form before returning it to the TIB office. Mayoror Public Works Director r Signature Date hri(0—th 0-&tOkij Printed or Typed Name Title Financial Officer Signature Date Printed or Typed Name CITY CONTRAC r NO: RESOLUTION NO:1�SOL.LL TIB Funding Status Report Title Project: (Name) (Address) To: (Contractor) City of Yakima Nob Hill Blvd. Improvement Project 49thAvenue to 64th Avenue EGranite Construction Inc. L 1 Change Order Change Order Number 1 Change Order Date December 5,2012 Contract Number 2272 Contract Date July 23, 2012 You are directed to make the following changes in this Contract: • Stripe the existing roadway in a temporary condition to provide one lane in each direction (yellow center and two white fog lines) during the winter months (estimated cost $2,000) • Designate a 6 -foot shoulder on each side of the road with reflective traffic control devices (estimated cost $500) • Make cuts in the curbs and: inlets to allow the water to disperse from the road (estimated cost $250) • Construct asphalt transitions at the abrupt end cuts at the beginning and end of the project (estimated cost $ 750) • Maintain the roadway, completed sidewalk and traffic control devices throughout the winter (estimated cost $500) , • Maintain all access points throughout the winter (estimated cost $250) • Removal cost in the spring (estimated cost $250) Any additional costs related to this winter shut down will be borne by Granite This is to be considered as much a part of the contract documents as if it was included in the original contract. Not valid until signed by both the Approving Authority and Contractor. Signature of the Contractor indicated agreement herewith, including any adjustment on the Contract Sum or Contract Time. The original Contract Sum was Net change by previous Change Orders The Contract Sum prior to this Change Order The Contract Sum will be: 41 -Increased 0 The New Contract Sum including this Change The Contract Time will be: 'fl Increased The New Contract Time will be 110 . . .... ... Decreased 0 Unchanged by this Change Order will be 0 Decreased 0 Unchanged by 10 $ 2,031,895.79 $ 0.00 $ 2,031,895.79 Order $ 4,500.00 , . $ 2,036,395.79 working days working days Contra r App al Re App . -d / By 1. 41. gy Vy `�/�� g ""' . struction Supervisor � Title I ) SEd A44A/erGE C Date / 2 <o 1 Z - Title ana r ' By IV) City Engineer � CITY CON 'r'' C r P40: ),-� RESOLUTION NO: �`'II — )"..`.:7-- Z/ D 1 Z L. Date ate / fD/1� Date Date i Z, 6 ` Based on DOT Form 570-001 EF Original to: 0 Contractor Copies to: 0 Region 0 Construction Administrator 0 OSC Accounting 0 City Engineering G1T"( GL.ERK' onlGtNA Ls CITY OF YAKIMA Nob Hill Boulevard 49th Avenue to 64th Avenue HLA Project No. 09024 City Project No. 2272 Construction Contract Specifications & Bid Documents 2301 Fruitvale Boulevard MAY 2012 Phone (509) 575-6020 Yakima, WA 98902 Fax (509) 575-6238 City of Yakima Nob Hill Boulevard 49th Avenue to 64th Avenue HLA Project No. 09024 City Project No. 2272 MAY 2012 DEPARTMENT OF COMMUNITY AND ECONOMIC DEVELOPMENT Joan Davenport, Acting Director Mr Douglas Mayo, PE City Engineer Engineering Division 129 North Second Street, 2°"/ Floor Yakima, Washington 98901 Phone. (509) 575-6111 --Fax (509) 576-6305 ADDENDUM NO. 1 TO THE BID DOCUMENTS & SPECIFICATIONS FOR THE CITY OF YAKIMA, WA for Nob Hill Boulevard 49th Avenue to 64th Avenue CITY OF YAKIMA PROJECT NO.: 2272 HLA PROJECT No. 09024 BID OPENING: Wednesday, June 13th, 3:00 p.m., City Hall Council Chambers TO THE ATTENTION OF ALL BIDDERS AND PLAN HOLDERS: The Construction Contract Specifications & Bid Documents shall be modified as follows: ITEM 1. STANDARD SPECIFICATIONS; SPECIAL PROVISIONS: Division 8 Miscellaneous Construction (page 61) Page 61 was printed twice while page 62 was omitted. The redundant page 61 shall be removed and replaced with the enclosed page 62 labeled "Addendum No. 1, June 8th, 2012". ITEM 2. PROPOSAL & CONTRACT DOCUMENTS: Contract (page 70) Remove the Contact (page 70) and replace with the attached Contract labeled "Addendum No. 1, June 8th, 2012". The Indemnification Section has been revised. ITEM 3. STANDARD SPECIFICATIONS; SPECIAL PROVISIONS: Division 8 Miscellaneous Construction: Section 8-14 Cement Concrete Sidewalks Addendum No. 1 Page 1 of 9 June 8th, 2012 Section 8-14.1 Description Supplement this section as follows: This work shall include potholing the alignment and depth of an existing PP&L service line conduit, excavating, constructing concrete conduit cap and backfilling as directed by the Engineer. Section 8-14.3 Construction Requirements Section 8-14.3(3) Placing and Finishing Concrete Supplement this section as follows: Where swale construction causes a PP&L conduit to be less than eighteen (18) inches deep, a concrete conduit cap shall be constructed. The concrete for conduit cap shall be sixteen (16) inches wide, centered over and placed three (3) to six (6) inches above the conduit to a minimum thickness of six (6) inches. Concrete shall be placed against compacted earth sidewalls or against forms. Concrete shall be struck off to a uniform and flat surface. PP&L will supply red electrical hazard waning tape that shall be placed in the concrete cap per PP&L's instruction. Trench can be backfilled as soon as the concrete has set. Work shall be completed only with a PP&L representative on site. Call PP&L at (509) 575-3134 to schedule a service representative. Section 8-14.4 Measurement Supplement this section as follows. Cement concrete conduit cap will be measured by the linear foot of finished concrete surface. Section 8-14.5 Payment Supplement this section as follows: "Cement Concrete Conduit Cap", per linear foot. The unit contract price per linear foot for "Cement Concrete Conduit Cap" shall be full pay for all labor, tools, equipment and materials required for, but not limited to, potholing, excavating, material, material placement and backfilling required to complete the work. ITEM 4. PROPOSAL: Item Proposal Bid Sheets (pages 80, 81, 82) The Proposal Bid Sheets, pages 80-82 shall be removed and replaced with the three (3) enclosed Proposal Bid Sheets pages labeled "Addendum No. 1, June 8th, 2012". Bid items 25 and 28 had quantities slightly reduced and new bid item 55 was added. Addendum No. 1 Page 2 of 9 June 8th, 2012 ITEM 5. PLANS: Plan Sheets: On Plan Sheet 4: Detail "CATCH BASIN TYPE 2 (BOTTOMLESS)" shall be constructed such that the frame & cover entry point and ladder rungs are in line with the valve. The valve must be located such that the valve can be operated with a long -handled key from outside the Catch Basin. ITEM 6. PLANS: Plan Sheets: On Plan Sheet 6: Add the following note near the bubbled area at 30+70+/- Left: "BURIED POWER LINE TO BE RELOCATED BY OTHERS" identifies the approximate location of a thirty-six (36) inch deep underground power service, in conduit, for the Credit Union on the northwest comer of 64"' & Nob Hill. This power service line will remain in its' existing location and not be moved. However, the contractor shall construct a cement concrete cap over this conduit as directed earlier in this Addendum #1. ITEM 7. PLANS: Plan Sheets: On Plan Sheet 8: The notes for the new catch basins at Sta. 37+85 and Sta. 39+35, for drainage structures 23 and 21 respectively, shall be revised to be "Catch Basin Type 1L" instead of Catch Basin Type 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: Xo ei'tDe vDe1r 6/8/2012 Addendum No. 1 Robert J. Desgrosellier Date Senior Engineer Page 3 of 9 June 8th, 2012 The above table provides a guideline for the CDF mixture. The weights shown are only an estimate of the amount to be used per cubic yard of CDF. Actual amounts may vary from those shown as approved by the Engineer or approved mix data from similar projects which provided proper strength, workability, consistency, and density 8-27.3(7) PLACING CONTROLLED DENSITY FILL The CDF shall be placed in the trench area where directed by the Engineer and brought up uniformly to the top of the pipe zone backfill as shown on the Plans. Mixing and placing may be started if weather conditions are favorable, when the temperature is at least 34°F and rising. At the time of placement, CDF must have a temperature of at least 40°F. Mixing and placing shall stop when the temperature is 38°F and falling. Each filling stage shall be as continuous an operation as practicable. CDF shall not be placed on frozen ground. The trench section to be filled with CDF shall be contained at either end of trench section by bulkhead or earth fill. 8-27.4 MEASUREMENT Controlled Density Fill shall be measured by the cubic yard. 8-27.5 PAYMENT Add the following: The unit price bid for "Controlled Density Fill," per cubic yard, shall be full compensation for all labor, tools, equipment, and incidental costs required to furnish and place controlled density fill as shown on the Plans. 8-28 IRRIGATION SLEEVE 8-28.1 Description This work consists of furnishing and installing 4 -inch diameter polyvinyl chloride (PVC) irrigation sleeves for future use by others. 8-28.2 Materials Materials shall meet the following requirements: 4 -Inch Diam. PVC Irrigation Sleeve: PVC pipe shall be Schedule 40. Bedding Materials (Flexible Pipes): Section 9-03.9(3) Top Course 8-28.4 Measurement Measurement for payment of 4 -Inch Diameter PVC will be by the linear foot of pipe laid. 8-28.5 Payment The unit price bid for "4 -Inch Diam. PVC Irrigation Sleeve, in Place," per linear foot shall be full compensation for all work to furnish and install 4 -Inch PVC pipe irrigation sleeves, including but not limited to, trench excavation, pipe bedding, laying pipe, backfill, compaction, and cleanup. Addendum No. 1 62 June 8, 2012 CONTRACT THIS AGREEMENT made and entered into in triplicate, this day of , 2012, by and between the City of Yakima, hereinafter called the Owner, and a Washington Corporation, hereinafter called the Contractor WITNESSETH. That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for THE BID AMOUNT OF $ , for Nob Hill Boulevard, 49th to 64th Avenue, City Project No. 2272, all in accordance with, and as described in the attached plans and specifications and the 2012 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof Work shall start within ten (10) days after the Notice to Proceed and shall be completed in One -hundred (100) working days. If work has not commenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11 th day after the date on which the City issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Owner the sum specified in the Standard Specifications for each and every day said work remains uncompleted after expiration of the specified time, as liquidated damages. The Contractors shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. II. The City of Yakima hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. INDEMNIFICATION. The Contractor shall defend, indemnify, and hold harmless the City, its officers, elected officials, employees and agents from and against any and all claims, causes of action, damages, losses, liens and expenses of any kind or nature whatsoever (including reasonable attorney fees and costs) arising out of, relating to, or resulting from death or bodily injury to any person or damage or destruction to a third party or third parties to the extent caused by any negligent act and/or omission of the Contractor, its officers, employees, agents and/or subcontractors arising as a result of the performance or non-performance of the services, duties and obligations required of it under this Agreement. Nothing contained in this Contract shall be construed to create a liability or a right of indemnification in any third party IV The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor V. It is further provided that no liability shall attach to the City of Yakima by reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: CITY OF YAKIMA CONTRACTOR this day of 2012. , a Corporation Contractor City Manager Attest: City Clerk By (Print Name) Its (President, Owner, etc.) Address: Addendum No 1 June 8th, 2012 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET Nob Hill Boulevard 49th Avenue to 64th Avenue City Project No. 2272 ITEM NO. PROPOSAL ITEM ITEM PAYMENT SECTION QTY UNIT UNIT PRICE . DOLLARS. AMOUNT DOLLARS . 1 SPCC Plan 1 L.S. 1-07.15 2 EtosioriAA/ ter Pollution Control EST, F.A. 10,000.00 10,000.00 1-07.15 3 Minor Change __ EST. F.A. 15,000.00 15,000.00 1.1-09.4 - 4 Mobilization 1 L.S. 1-09.7 5 Traffic Control Supervisor 1 L.S. 1-10.5 6 . Flaggers and Spotters 3,000 HOUR 1-10.5 7 Other Temporary Traffic Control Labor 500 HOUR .– 1-10.5 8 Construction Signs, Class A 304 S.F. 1-10.5 9 Other Temporary Traffic Control 1 L.S. .1-10.5 10 Clearing and Grubbing L.S. 2-01.5 1 11 Removal of Structures and Obstructions - 1 L.S. 2-02.5 12 Saw Cut 9,350 L.F. 2-02.5 13 Roadway Excavation Incl. Haul 11,300 C Y. - 2-03.5 - 14 i Structure Excavation Class B Ind. Haul 1,300 C Y 2-09.5 15 I Crushed Surfacing Base Course 2,600 TON • 4-04.5 16 ' :Crushed Surfacing Top Course 800 TON 4-04.5 17 ' Asphalt Treated Base 1,200 TON — . 4-06.5 18 HMA Class 1/2 -Inch PG 64-28 4,000 TON 5-04.5 19 HMA for Approach Class.1/2-Inch-PG 64-28_ 50 TON - 5-04.5 20 HMA for Preleveling Class 3/8 -Inch PG 64-28 TON 5-04.5 400 Addendum No. 1 80 - REVISED June 8th, 2012 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. PROPOSAL ITEM ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS Planing Bituminous Pavement 1,350 S.Y. — - - 21 5-04.5 22 ScheduleA_Storm Drain Pipe 12 In. Diam. 3,120 L.F. 7-04.5 23 Solid Wall PVC Storm Sewer Pipe 4 In. Diam. - 180 L.F: 7-04.5 - 24 12 -Inch Underdrain Pipe Infil. Trench System 1,135 L.F. 7-04.5 25 18 -Inch. Underdrain Pipe Infil. Trench System 170 I L.F.. 7-04 5 26 I Infiltration Chamber _ 1 L.S.. 7-04.5 27 Infiltration Pond 1 L.S. I 7-04 5 28 ._ Tr. 5 Al Storm Sewer Pipe 24 In. 0 060 In. Diam. 85 L.F. 7-04.5 29 Roadside Swale 5,070 L.F. 7-04.5 30 ---_ - 4 -Inch Underdrain Pipe 140 L.F. 7.-04.5 _. 31 Catch Basin Type 1 _ 23 EA. 7-05.5 32 Catch Basin Type 1L 3 I EA. :7-05.5 33 Catch Basin Type 2 48 In Diam; 26 EA. 7-05.5 34 Pretreatment Manhole 48 In. Diam. 1 EA. 7-04.5 35 i,.Shoring or Extra Excavation Class B 9,750 S F., 7-05.5 36 Adjust Manhole 16 EA.. I ' 7-05.5_ 37 ; Adjust Catch Basin 4 EA. 1 - 17-05.5 38 .,Concrete Spill Apron. 38 EA. ' 7-05.5 39 Irrigation Crossing_ 1 L.S.. '.7-06-.6 40 ' Crushed Surfacing Top Course (for Trench Backfill) 400 TON 7-08.5 41 Gravel Backfill for Pipe:Zone Bedding. C.Y. '.7-08.5 130 42 i Moving Existing Hydrant EA. - --- .. :_ 7-14.5 1 43 ' Adjust Meter Box . 7-15.5 1 Addendum No. 1 81 - REVISED June 8th, 2012 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i ITEM i NO. PROPOSAL ITEM ITEM PAYMENT SECTION. QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 PVC SanitarySewerPipe 10 In. Diam. 60 L.F: 44 7-17.5 PVC Sanitary Sewer 8 In. Diam.. 30 L.F. 45 7-17.5 46 ESC Lead- 21 DAY 8-01.5 47 Seeding, Fertilizing and Mulching 3.30 ACRE 8-01..5 48 Topsoil Type A 2,000 C.Y. 8-02.5 49 Cement Conc. Traffic Curb and Gutter 9,000 - - L.F. - 8-04.5 50 Residential Driveway. Approach 300 S. 8-06.5 51 Commercial Driveway Approach 6 EA. ..8.06.5 52 Monument Case and Cover --__.. - 1 EA: 8-13.5 53 Cement CnncPete.Sidewalk 5,320 S Y. 8_1.4 5 54 Cement Concrete Sidewalk Ramp 21 EA: 1 8:14.5 55 Cement Concrete Conduit Cap 30 L.F. 8-14.5 --_ 56 Mailbox Support Type 2 2 EA. 8-18.5 57 Central Mailbox Unit 1 EA. 1 8-18.5. - - -- 58 Illumination System, Complete 1 L.S. 8-20.5 59 Electrical Service,, Complete 1 L.S. — - _8-20.5 60 Additional Conduit (2-2" conduits) 5,420 L.F. 8-20 5 61 Permanent Signing 1 L.S. 8-21.5 62 Pavement Markings 1 L.S. 8-22.5 63 Segmental Block Wall S.F. 8-24.5 -- 500 64 Paving Fabric 6,000 S Y, 8-26.5 65 _ _ Controlled Density Fill 40 C Y. - 8-27.5 66 _._ 4 -Inch Diam.'PVC Irrigation Sleeve, in Place L.F. 8-28.5 -- - -- --- 240 Addendum No. 1 PROJECT TOTAL: 82 - REVISED June 8`h, 2012 END OF ADDENDUM NO. 1 • Addendum No. 1 Page 9 of 9 June 8th, 2012 INN MI 1 N M 111111 M N 1 I E IIIII1 N MN M M BID SUMMARY Nob Hill Boulevard - 49th Ave. to 64th Ave. Roadway Improvements CITY PROJECT NO. 2272 ENGINEERS ESTIMATE GRANITE CONSTRUCTION, INC. Yakima, WA COLUMBIA ASPHALT & GRAVEL, INC. Yakima, WA BELSAAS & SMITH CONSTRUCTION, INC. Ellensburg, WA RAZZ CONSTRUCTION, INC. Bellingham, WA WEST COAST CONSTRUCTION, CO. Woodinville, WA ITEM NO. BID SECURITY QTY UNIT 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND 5% BID BOND ITEM UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 SPCC PLAN 1 LS $1,000.00 510 000.00 515 000 00 $1 000.00 $10 000.00 $15 000.00 $ 2,000 00 $ 10,000.00 $ 15,000.00 $2,000 00 $ 10,000 00 $ 15,000.00 $ 808.00 $ 10,000.00 $ 15,000.00 $808 00 $ 10 000.00 $ 15 000.00 $ 500 00 $ 10,000.00 $ 15,000.00 $500.00 $ 10,000.00 $ 15,000 00 $ 5,000.00 $ 10.000 00 $ 15,000.00 55,000.00 $ 10,000.00 $ 15,000 00 $100.00 $ 10,000 00 $ 15,000.00 $100.00 $ 10,000 00 $ 15,000.00 2 Erosion/Water Pollution Control EST FA 3 Minor Change EST FA 4 Mobilization 1 LS $170,000 00 $170 000.00 $ 181,140.00 $181,140.00 $ 113,800 00 $ 35,000.00 $ 32.00 $ 40.00 $ 12.00 $113,800.00 535,000.00 $96 000.00 $20,000.00 $3,648.00 $ 177 000.00 $ 30,000.00 $ 32.00 $ 32.00 $ 15.00 $177,000.00 $30,000.00 $96,000.00 516,000.00 $4,560.00 $ 120,000.00 $ 34,000.00 $ 53.70 $ 1.00 $ 14 00 $120.000.00 $34,000.00 $161,100.00 $500.00 $4,256 00 $260,000 00 538,000.00 $40.00 $40.00 $16.00 $260,000 00 538,000.00 $120,000 00 520,000.00 $4,864.00 5 Traffic Control Supervisor 1 3.000 LS HR $5,000.00 $50.00 $5 000.00 $150 000.00 $ 25,000.00 $ 30.00 $ 36.00 $25,000.00 $90,000.00 $18,000.00 6 Flaggers and Spotters 7 Other Temporary Traffic Control Labor 500 HR $50 00 $25,000.00 8 Construction Signs, Class A 304 SF $10 00 $3 040.00 $ 15.50 $4,712.00 9 Other Temporary Traffic Control 1 1 LS LS 510,000.00 $20,000 00 $10 000.00 $20,000.00 $ 6,850.00 $ 15,000.00 $6,850.00 $15,000.00 $ 14,000.00 $ 27 500.00 $ 10,000 00 $ 0 65 $14.000.00 527,500.00 510,000.00 56.077 50 $ 10,000.00 $ 13,000.00 $ 4.500.00 $ 0.50 $10,000 00 $13,000 00 $4,500.00 $4,675 00 $ 14,657.00 $ 58,000.00 $ 7,874.34 $ 1.75 $14.657.00 $58,000.00 57,874.34 516,362.50 $7.000 00 $11.000 00 $10,000 00 $1.00 $7.000.00 $11.000 00 $10,000 00 $9,350 00 10 Clearing and Grubbing 11 Removal of Structures and Obstructions 1 9,350 LS LF $12,000.00 $1 50 $12 000.00 $14,025.00 $ 12,500.00 $ 1.00 $12,500.00 $9,350.00 12 Saw Cut 13 Roadway Excavation Incl Haul 11,300 1,300 CY CY $12 00 $4.00 $135 600.00 55,200.00 $ 12.00 $ 2 00 $135 600.00 $2,600 00 $ 13 70 $ 2.00 $ 20.00 $154 810.00 $2,600 00 $52 000 00 $ 17.00 $ 14.00 $ 19 00 $192,100 00 518,200.00 $49,400.00 $ 14.40 $ 13.40 $ 25.00 $162,720.00 $17,420.00 565,000.00 $12 00 512.00 $20.00 $135,600 00 $15,600.00 $52,000.00 14 Structure Excavation Class B Ind. Haul 15 Crushed Surfacing Base Course 2,600 TON $17 00 $44 200.00 $ 25.00 $65 000.00 16 Crushed Surfacing Top Course 800 1.200 4,000 50 TON TON TON TON $22 00 $75 00 $85 00 $125.00 517,600.00 $90 000.00 $340,000.00 56,250.00 $ 15 00 $ 65.00 $ 85.00 $ 120.00 512,000.00 $78 000.00 $340,000.00 $6,000.00 0.00 $ 59.00 $ 74.00 $ 145 00 $0 00 $70 800 00 5296,000 00 $7,250 00 $ 19.00 $ 61.00 $ 78.00 $ 150.00 $15,200.00 $73,200 00 5312,000 00 $7,500.00 $ 35.00 $ 68.00 $ 84.00 $ 220.00 $28.000.00 $81.600.00 $336,000.00 $11,000.00 $25 00 $65 00 $80 00 $156 00 520.000 00 $78.000 00 $320,000 00 57,800 00 17 Asphalt Treated Base 18 HMA Class 1/2 -Inch PG 64-28 19 HMA for Approach Class 1/2 -Inch PG 64-28 20 HMA for Prelevelinq Class 3/8 -Inch PG 64-28 400 1,350 3,120 TON SY LF $100.00 $6.00 $25.00 $40 000 00 $8,100 00 $78,000.00 $ 85.00 $ 8 00 $ 19 00 $34,000 00 $10,800 00 $59,280.00 $ 89.00 $ 6.00 $ 19.00 $35,600.00 58,100 00 $59,280.00 $ 95.00 $ 8.00 $ 23.00 $38,000.00 $10,800.00 $71,760.00 $ 108.00 $ 7.95 $ 25.00 $43,200.00 $10,732.50 578,000.00 $100.00 $11.00 $27.00 $40,000.00 $14,850.00 584,240.00 21 Planing Bituminous Pavement 22 Schedule A Storm Drain Pipe 12 In Diam. 23 Solid Wall PVC Storm Sewer Pipe 4 In Diam 180 LF $20.00 $3 600 00 $ 8 50 $ 56.00 $1,530.00 $63.560.00 $ 9.00 $ 57.00 $1 620 00 $64,695.00 $ 17.00 $ 65.00 $3,060.00 $73,775.00 $ 10.00 $ 48.20 $1,800.00 $54,707.00 $20.00 $70.00 $3,600 00 579,450 00 24 12 -Inch Underdrain Pipe Infilt. Trench System 1.135 LF $100.00 $113,500.00 25 18 -Inch Underdrain Pipe Infilt Trench System 170 LF $110 00 $18 700.00 $ 112.00 $19,040 00 $ 115 00 $19,550.00 $ 110.00 $18,700.00 $ 63.00 $10,710 00 $150.00 $25,500.00 26 Infiltration Chamber 1 LS $15,000.00 515 000.00 $ 15,310.00 $15,310.00 $ 16,000.00 $16,000.00 $ 28,000.00 $28,000.00 $ 24,400.00 $24.400 00 $40,000.00 540,000.00 27 Infiltration Pond 1 85 LS LF 515,000 00 $50 00 $15,000.00 $4,250 00 $ 9.100.00 $ 82.50 59,100.00 $7,01250 $ 10,000.00 $ 84.00 $10,000.00 $7,140 00 $ 21,000.00 $ 150.00 $21,000.00 $12,750.00 $ 16,650 00 $ 116 00 $16,650.00 $9.860 00 $35,000.00 $185.00 $35,000.00 $15,725.00 28 Tr. 5 Al. Storm Sewer Pipe 24 In Th 0 060 In. Diam. 29 Roadside Swale 5,070 140 LF LF $15 00 $25 00 $76,050 00 $3,500.00 $ 1 50 $ 2.70 57,605.00 $378 00 $ 14.50 $ 3.00 $73,515.00 $420 00 $ 5.00 $ 18.00 $25,350.00 52,520.00 $ 3 65 $ 22 85 $18,505.50 $3,199.00 $26.00 $20.00 $131,820.00 $2,800.00 30 4 -Inch Underdrain Pipe 31 Catch Basin Type 1 23 3 EA EA $1,000.00 $1,100.00 $23 000.00 $3,300.00 $ 800.00 $ 960.00 $18 400.00 $2,880.00 $ 815 00 $ 980.00 $18 745 00 $2,94000 $ 950 00 $ 1,050.00 $21,850 00 $3,150.00 $ 1,640.00 $ 1,736.0Q $37,720.00 $5,20800 $900.00 $1,500.00 $20,700.00 $4,50000 32 Catch Basin Type 1L (continued on page 2) T CITY OF YAKIMA CITY ENGINEERS REPORT��♦ COMPETITIVE BIDS WERE OPENED ON JUNE 13, 2012. ` ., 1 . HA ..' ALL BIDS HAVE BEEN REVIEWED BY THIS OFFICE = _` 1°oy I RECOMMEND THE CONTRACT BE AWARDED TO I ' Huibregtse, Louman Associates, Inc. Civil Engineering Land Surveying.Plaug Nob Hill Boulevard - 49th Avenue to 64th Avenue �luu .. 1 f i Roadway Improvements GRANITE CONSTRUCTION, INC. ;', t AWARD MADE BY CITY MANAGER \nor CITY PROJECT NO. 2272 ` -- HLA PROJECT NO 09024 I -2_ M C� "•` �'' i '2.1.01--__. DATE: June 13, 2012 Ti ACITY GINEER DATE CITY MANAGER FILE: FILE: Nob T SHEET 1 OF 2 N 1 N M M I I MN 1 IIIIIII 1 1 1 I I BID SUMMARY Nob Hill Boulevard - 49th Ave. to 64th Ave. Roadway Improvements CITY PROJECT NO. 2272 ENGINEERS ESTIMATE GRANITE CONSTRUCTION, INC. Yakima, WA COLUMBIA ASPHALT & GRAVEL, INC. Yakima, WA BELSAAS & SMITH CONSTRUCTION, INC. Ellensburg, WA RAZZ CONSTRUCTION, INC. Bellingham, WA WEST COAST CONSTRUCTION, CO. Woodinville, WA ITEM NO. BID SECURITY QTY UNIT ITEM UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT (continued from page 1) 33 Catch Basin Type 2 48 In. Diam. 26 EA 82,500.00 $65.000.00 $ 1365.00 835,490.00 $ 1,400.00 836,400.00 $ 2,000.00 $52.000.00 $ 2,977.00 877.402 00 $ 2.500.00 $65,000.00 34 Pretreatment Manhole 48 In Diam. 1 EA $8 500.00 $8 500.00 $ 7,600.00 $7,600 00 $ 7 770.00 $7,770 00 $ 9 500.00 $9 500.00 $ 11,132.00 $11,132 00 $ 8,000.00 $8,000.00 35 Shoring or Extra Excavation Class B 9,750 SF $0.60 $5,850.00 $ 0.50 $4,875 00 $ 0.07 $682 50 $ 0.10 $975.00 $ 0.65 86.337 50 $ 0.50 $4,875.00 36 Adjust Manhole 16 EA $400.00 $6 400.00 $ 600.00 $9,600 00 $ 425.00 $6,800 00 $ 440.00 $7,040.00 $ 180.00 82,880.00 $ 400.00 $6,400.00 37 Adiust Catch Basin 4 EA $400.00 $1 600.00 $ 600.00 82,400.00 $ 225.00 $900 00 $ 370.00 $1.480.00 $ 180.00 $720.00 $ 300.00 $1.200.00 38 Concrete Spill Apron 38 EA $800 00 $30,400.00 $ 230.00 $8 740.00 $ 360.00 $13,680.00 $ 450.00 $17 100.00 $ 254 00 $9,652.00 $ 400.00 $15,200.00 39 Irrigation Crossing 1 LS $25,000.00 $25 000.00 $ 27,500.00 $27,500.00 $ 28,000.00 $28,000.00 $ 32.000.00 $32,000.00 $ 36,400.00 836,400.00 $ 37,000.00 $37,000.00 40 Crush Surfacing Top Course (for Trench Backfill) 400 TON $25 00 $10,000.00 $ 16.50 $6,600.00 $ 17.00 $6,800.00 $ 15.00 $6,000.00 $ 9 45 $3,780.00 $ 5.00 $2,000.00 41 Gravel Backfill for Pipe Zone Bedding 130 CY $40.00 $5,200 00 $ 17.50 $2,275 00 $ 18.00 $2,340.00 $ 30.00 $3,900.00 $ 17.40 $2,262.00 $ 5.00 $650.00 42 Moving Existing Hydrant 1 EA $1,200.00 $1,200.00 $ 2 000.00 $2 000.00 $ 1,400.00 $1,400.00 $ 3,500.00 $3 500.00 $ 1,195 00 $1,19500 $ 1,000.00 $1 000.00 43 Adjust Meter Box 1 EA $200.00 $200.00 $ 2,500.00 $2,500.00 $ 420.00 $420.00 $ 390.00 $390.00 $ 72 90 $72.90 $ 300.00 $300.00 44 PVC Sanitary Sewer Pipe 10 In. Diam 60 LF $50 00 $3,000 00 $ 45.00 $2,700 00 $ 40.00 $2,400.00 $ 70.00 $4,200.00 $ 72 40 $4,344 00 $ 120.00 $7,200.00 45 PVC Sanitary Sewer Pipe 8 In. Diam. 30 LF $50 00 $1 500 00 $ 100.00 $3,000.00 $ 70 00 $2,100.00 $ 65.00 $1,950.00 $ 68 70 $2,061.00 $ 100 00 $3,000.00 46 ESC Lead 21 DAY $150 00 $3,150 00 $ 150.00 $3,150 00 $ 70.00 $1,470.00 $ 50.00 81,050.00 $ 43 00 $903 00 $ 200.00 $4,200.00 47 Seeding, Fertilizing and Mulching 3 30 ACRE $2,000.00 $6 600.00 $ 16.45 $54 29 $ 1,840.00 $6,072.00 $ 1,900 00 $6,270.00 $ 2,025 00 $6,682.50 $ 2,000 00 $6,600.00 48 Topsoil Type A 2,000 CY $30 00 $60 000.00 $ 31.50 $63,000.00 $ 33 00 $66,000.00 $ 35.00 $70,000.00 $ 31.00 $62,000.00 $ 30 00 $60,000.00 49 Cement Conc. Traffic Curb and Gutter 9,000 LF $10 00 $90,000 00 $ 8.20 $73,800.00 $ 8.00 $72,000.00 $ 9.00 $81 000.00 $ 9 25 $83,250.00 $ 9.00 $81,000.00 50 Residential Driveway Approach 300 SY $38 00 $11,400 00 $ 31.50 $9,450.00 $ 48 00 $14,400.00 $ 40.00 $12 000.00 $ 35 60 $10,680 00 $ 39.00 $11,700.00 51 Commercial Driveway Approach 6 EA $5,000.00 $30 000 00 $ 4,800.00 $28,800.00 $ 5,400.00 $32,400.00 $ 5,000.00 $30,000.00 $ 4,634 00 $27,804.00 $ 5,200 00 $31,200.00 52 Monument Case and Cover 1 EA $500 00 $500 00 $ 600.00 $600.00 $ 550 00 $550.00 $ 600.00 $600.00 $ 534 00 $534.00 $ 300 00 $300.00 53 Cement Concrete Sidewalk 5,320 SY $32 00 $170 240 00 $ 20.70 5110,124.00 $ 39 00 $207,480.00 $ 30.00 $159,600.00 $ 28 90 $153,748.00 $ 29 00 $154,280.00 54 Cement Concrete Sidewalk Ramp 21 EA $900 00 $18 900 00 $ 600.00 $12,600.00 $ 620 00 $13,020.00 $ 700.00 $14,700.00 $ 678.00 $14,238.00 $ 700 00 514,700.00 55 Cement Concrete Conduit Cap 30 LF $20 00 $600 00 $ 26.00 $780.00 $ 16.00 $480.00 $ 60 00 $1,800.00 $ 29.60 $888.00 $ 30.00 $900.00 56 Mailbox Support Type 2 2 EA $600.00 $1,200.00 $ 500 00 $1 000.00 $ 425.00 $850.00 $ 700 00 $1 400.00 $ 596.00 $1,192.00 $ 520.00 $1,040.00 57 Central Mailbox Unit 1 EA $7,000.00 $7 000 00 $ 3,000.00 $3,000.00 $ 2 250 00 $2,250.00 $ 2,000.00 $2,000.00 $ 2,018.00 $2,018.00 $ 2,500 00 $2,500.00 58 Illumination System, Complete 1 LS $209,000.00 $209,000.00 $ 260.000.00 $260,000.00 $ 266,000 00 $266.000.00 $ 270,000.00 $270,000.00 $ 290,000.00 $290,000.00 $ 291.000 00 $291,000.00 59 Electrical Service, Complete 1 LS $16,000.00 $16,000.00 $ 10,000.00 $10,000.00 $ 10,000.00 $10,000.00 $ 10,000.00 $10,000.00 $ 10,000.00 $10,000.00 $ 10,000.00 $10,000 00 60 Additional Conduit (2-2" conduits) 5,420 LF $8 00 $43,360.00 $ 3 00 $16,260.00 $ 3.00 $16,260.00 $ 3.00 $16,260 00 $ 3.10 $16,802.00 $ 3.00 $16,260 00 61 Permanent Signing 1 LS $8,000.00 $8 000.00 $ 5,500 00 $5,500.00 $ 5,500.00 $5,500 00 $ 5,000.00 $5,000 00 $ 2,000.00 $2,000.00 $ 6,000.00 $6,000 00 62 Pavement Markings 1 LS $8,000.00 $8,000.00 $ 10,250 00 $10,250 00 $ 10,525.00 $10,525 00 $ 14,000.00 $14,000 00 $ 15,000.00 $15,000.00 $ 4,000.00 $4,000 00 63 Segmental Block Wall 500 SF $30.00 $15,000.00 $ 25.00 $12,500.00 $ 21.00 $10,500 00 $ 25.00 $12,500 00 $ 19.00 $9,500 00 $ 25 00 $12,500 00 64 Paving Fabric 6,000 SY $2.00 $12,000.00 $ 1 75 $10,500 00 $ 2.00 $12,000.00 $ 2.00 $12,000 00 $ 2.00 $12,000.00 $ 2 60 $15,600 00 65 Controlled Density Fill 40 CY $200 00 $8,000.00 $ 100.00 $4,000 00 $ 125.00 85.000 00 $ 100.00 $4,000.00 $ 99.00 $3,960.00 $ 80.00 $3.200 00 66 4 -Inch Diam. PVC Irrigation Sleeve, in Place 240 LF $10 00 $2,400.00 $ 15.00 $3,600 00 $ 14.00 $3,360.00 $ 13.00 $3,120 00 $ 14.00 $3,360 00 $ 15.00 $3,600.00 BID TOTAL 32,361,115.00 $2,031,895.79 82,118,708.00 62,246,885.00 $2,347,979.74 $2,514,904.00 CITY OF YAKIMA �, .. , �, Nob Hill Boulevard - 49th Avenue to 64th Avenue 1ril- '1 Roadway Improvement* l) +HLA p CITY PROJECT NO. 2272 `•`� ♦ Huibxgtse,lpuman Associates, Inc. HLA PROJECT NO. 09024 Civil Engineering a Land SurveyingePlanning DATE: June 13, 2012 FILE: Nob Hi11495'64th Bid Summary As SHEET 2 OF 2 CONTENTS CITY OF YAKIMA Nob Hill Boulevard 49th Avenue to 64th Avenue City Project No. 2272 SECTION PAGE INVITATION TO BID 4 AMENDMENTS Amendments to the 2012 Standard Specifications 5 SPECIAL PROVISIONS Special Provisions.. ..... 18 Description of Work 19 1-01 Definitions and Terms 19 1-02 Bid Procedures and Conditions 20 1-03 Award and Execution of Contract............ 24 1-04 Scope of the Work 25 1-05 Control of Work 26 1-06 Control of Material .......................... 29 1-07 Legal Relations and Responsibilities to the Public 30 1-08 Prosecution and Progress 38 1-09 Measurement and Payment 41 1-10 Temporary Traffic Control 42 2-01 Clearing, Grubbing, and Roadside Cleanup . 43 2-02 Removal of Structures and Obstructions. 43 2-03 Roadway Excavation and Embankment. 44 2-07 Watering 44 4-06 Asphalt Treated Base . .. ... 45 5-04 Hot Mix Asphalt.. ... . ... 45 7-04 Storm Sewers .. .... 50 7-05 Manholes, Inlets, Catch Basins, and Drywells ..... 51 7-06 Pipe and Fitting for Irrigation Crossing (New Section) 52 7-08 General Pipe Installation Requirements 53 7-09 Water Mains 53 7-15 Service Connections 54 8-01 Erosion Control and Water Pollution Control 54 8-02 Roadside Restoration .. 55 8-06 Cement Concrete Driveway Entrances 56 8-14 Cement Concrete Sidewalks 56 8-18 Mailbox Support 57 8-20 Illumination, Traffic Signal Systems, and Electrical . 58 8-21 Permanent Signing ...................... . .. .... 59 8-22 Pavement Marking....... . .... 59 8-24 Rock and Gravity Block Wall and Gabion Cribbing 59 8-26 Geotextile Paving Fabric (New Section) 60 8-27 Controlled Density Fill (New Section) ., .... .... 61 8-28 Irrigation Sleeve 62 9-05 Drainage Structures, Culverts, and Conduits ..... 63 G:\PROJECTS\2009\09024\SPECS\Nob Hili Boulevard Specs.Docx 2 List of Standard Plans ' ' — ' ---- 64 PROPOSAL & CONTRACT DOCUMENTS Contract 70 Performance Bond Form 71 E -Verify 72 InformatonaI Certification of Insurance 73 Informational Additional Insured Endorsement 74 Minimum Wage Affidavit Form 77 Prevaiing Wage Rates 78 Proposal Form 79 Item Proposal Bid Sheet 80 Bid Bond Form 83 Non -Collusion Declaration —84 Non -Discrimination Provision, 85 Subcontractor List 86 Women and Minority Business Enterprise Policy 88 Council Resolution D-4816 —� �—� -- . � . --- �--.—.. 89 Affirmative Action Plan 90 Bidders Certification 92 Subcontractors Certification 93 Materially and Responsiveness 94 PROPOSAL SIGNATURE SHEET 96 BIDDERS CHECKLIST, 97 STANDARD PLANS & CITY DETAILS PECS\Nob Hill Boulevard Specs,Doc3 INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids will be received by the City Clerk of the City of Yakima, 129 North 2nd Street, Yakima, Washington, 98901 until 3:00 PM on June 13, 2012 and will then and there be opened and publicly read for the construction of CITY OF YAKIMA Nob Hill Boulevard 49th Avenue to 64th Avenue HLA PROJECT NO. 09024 City Project No. 2272 This contract provides for improvements of Nob Hill Boulevard from 49th Avenue to 64th Avenue and involves street widening, the removal and replacement of cement concrete curb, gutter and sidewalk, commercial and residential approaches, storm drainage improvements and street lights, all in accordance with the Contract Plans, Contract Provisions, and the Standard Specifications. All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's check or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal Should the successful Bidder fail to enter into such contract and furnish satisfactory performance bond and insurance within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Yakima. Complete digital project Bidding Documents are available at www.questcdn.com. You may download the digital plan documents for $20.00 by inputting Quest project # 2067910 on the website's Project Search page Please contact QuestCDN.com at 952-233-1632 or info@questcdn com for assistance in free membership registration, downloading, and working with this digital project information. An optional paper set of project plans and specifications may be obtained at the Office of the City Engineer located at 129 North 2nd Street (509-575-6111), upon payment in the amount of $50.00 for each set, non refundable. Project questions should be directed to Terry D. Alapeteri, P.E. at 509-966-7000. All questions about the meaning or intent of the Bidding Documents are to be submitted in writing to the Owner Interpretations or clarifications considered necessary by the Owner or Engineer in response to such questions will be issued by Addenda mailed or delivered to all parties recorded as having received the Bidding Documents. Questions received less than three days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Engineer. The City of Yakima in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U S C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, nondiscrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, Disadvantaged Business Enterprises will be afforded full opportunity to submit bids in response t� this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. Informational copies of maps, plans, and specifications are on file for inspection in the Office of the City Engineer of Yakima in Yakima, Washington. The City reserves the right to'reject any or all bids and proposals. DATED this 30th day of May 2012 Sonya Claar Tee City Clerk PUBLISH May 30, 2012 May 31, 2012 G:\PROJECTS12009\09024\SPECS\Nob Hill Boulevard Specs.Docx 4 INTRO.AP1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, which is part of these documents. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. 1-01.AP1 Section 1-01, Definition and Terms January 2, 2012 1-01.3 Definitions The definition for "Bid Documents" is revised to read: The component parts of the proposed Contract which may include, but are not limited to, the Proposal Form, the proposed Contract Provisions, the proposed Contract Plans, Addenda, and, for projects with Contracting Agency subsurface investigations, the Summary of Geotechnical Conditions and subsurface boring logs (if any). 1-02.AP1 Section 1-02, Bid Procedures and Conditions January 2, 2012 1-02.4(2) Subsurface Information The first two sentences in the first paragraph are revised to read:. If the Contracting Agency has made subsurface investigation of the site of the proposed work, the boring log data, soil sample test data, and geotechnical recommendations reports obtained by the Contracting Agency will be made available for inspection by the Bidders at the location specified in the Special Provisions. The Summary of Geotechnical Conditions, as an appendix to the Special Provisions, and the boring logs shall be considered as part of the Contract. 1-03.AP1 Section 1-03, Award and Execution of Contract April 2, 2012 1-03.1(1) Tied Bids This section's title is revised to read: 1-03.1(1) Identical Bid Totals 1-08.AP1 Section 1-08, Prosecution and Progress April 2, 2012 1-08.1 Subcontracting In the eighth paragraph, "Contracting Agency" is revised to read "WSDOT". 1-08.3(1) General Requirements The following new paragraph is inserted after the first paragraph: G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 5 Total float belongs to the project and shall not be for the exclusive benefit of any party. 1-08.7 Maintenance During Suspension The second paragraph is revised to read At no expense to the Contracting Agency, the Contractor shall provide through the construction area safe, smooth, and unobstructed roadways and pedestrian access routes for public use during the suspension (as required in Section 1-07.23 or the Special Provisions.) This may include a temporary road, alternative pedestrian access route or detour. 1-09.AP1 Section 1-09, Measurement and Payment April 2, 2012 1-09.2(5) Measurement The second sentence in the first paragraph is revised to read: The frequency of verification checks will be such that at least one test weekly is performed for each scale used in weighing contract items of Work. 3-04.AP3 Section 3-04, Acceptance of Aggregate April 2, 2012 3-04.3(7)D4 An Entire Lot The last sentence is deleted. 3-04.5 Payment In the second paragraph, the reference "Section 3-04 3(6)C " is revised to read "Section 3-04.3(8)". In Table 1, the row containing the item "Gravel Borrow for Geosynthetic Retaining Wall" is revised to read. 9-03.14(4) Gravel Borrow for Geosynthetic 4000 2000 $30 $60 Retaining Wall 5-04.AP5 Section 5-04, Hot Mix Asphalt April 2, 2012 5-04.3(10)B3 Longitudinal Joint Density The section including title is revised to read: 5-04.3(10)B3 Vacant 7-02.AP7 Section 7-02, Culverts April 2, 2012 7-02.5 The bid item "Steel Rib Reinforced Polyethylene Culvert Pipe read: In. Diam.", per linear foot is revised to "St. Rib Reinf Polyethylene CuIv. Pipe In. Diam.", per linear foot G:\PROJECTS12009\09024\SPECS\Nob Hill Boulevard Specs.Docx 6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 7-04.AP7 Section 7-04, Storm Sewers April 2, 2012 7-04.3(1)B Exfiltration Test — Storm Sewers The fifth column title "PE4" is revised to read "PP4" from the table titled, "Storm Sewer Pipe Schedules". 7-04.5 The bid item "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In Diam", per linear foot is revised to read: "St. Rib Reinf Polyethylene Storm Sewer Pipe In. Diam", per linear foot 7-05.AP7 Section 7-05, Manholes, Inlets, Catch Basins, and Drywells April 2, 2012 7-05.3 Construction Requirements The third paragraph is supplemented with the following: Leveling and adjustment devices that do not modify the structural integrity of the metal frame, grate or cover, and do not void the originating foundry's compliance to these specifications and warranty is allowed. Approved leveling devices are listed in the Qualified Products List. Leveling and adjusting devices that interfere with the backfilling, backfill density, grouting and asphalt density will not be allowed. The hardware for leveling and adjusting devices shall be completely removed when specified by the Project Engineer. 8-01.AP8 Section 8-01, Erosion Control and Water Pollution Control April 2, 2012 8-01.3(2)D Mulching The following two new paragraphs are inserted after the fourth paragraph: Short -Term Mulch shall be hydraulically applied at the rate of 2500 pounds per acre and may be applied in one lift. Moderate -Term Mulch and Long -Term Mulch shall be hydraulically applied at the rate of 3500 pounds per acre with no more than 2000 pounds applied in any single lift. 8-01.3(2)E Soil Binders and Tacking Agents The first paragraph is revised to read: Tacking agents or soil binders applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic, or animal life. A minimum of 125 pounds per acre and a maximum of 250 pounds per acre of Short -Term Mulch shall be used as a tracer. The last two paragraphs are deleted. 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch In the first paragraph, "Engineer" is revised to read "Project Engineer". Note 1 of the table in the first paragraph is revised to read: 1Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 7 The third paragraph is deleted. 8-01.3(5) Placing Plastic Covering The second and third paragraphs are revised to read. Clear plastic covering shall be used to promote seed germination when seeding is performed outside of the Dates for Application of Final Seed in Section 8-01.3(2)F. Black plastic covering shall be used for stockpiles or other areas where vegetative growth is unwanted. The plastic cover shall be installed and maintained in a way that prevents water from cutting under the plastic and prevents the plastic cover from blowing open in the wind. 8-01.3(6) Check Dams This section is revised to read: Check dams shall be installed as soon as construction will allow, or when designated by the Engineer. The Contractor may substitute a different check dam, in lieu of what is specified in the contract, with approval of the Engineer. The check dam is a temporary or permanent structure, built across a minor channel. Water shall not flow through the check dam structure. Check dams shall be constructed in a manner that creates a ponding area upstream of the dam to allow pollutants to settle, with water from increased flows channeled over a spillway in the check dam. The check dam shall be constructed to prevent erosion in the area below the spillway. Check dams shall be placed perpendicular to the flow of water and installed in accordance with the Standard Plans. The outer edges shall extend up the sides of the conveyance to prevent water from going around the check dam Check dams shall be of sufficient height to maximize detention, without causing water to leave the ditch Check dams shall meet the requirements in Section 9-14.5(4). 8-01.3(7) Stabilized Construction Entrance The first paragraph is revised to read: Temporary stabilized construction entrance shall be constructed in accordance with the Standard Plans, prior to beginning any clearing, grubbing, embankment or excavation All quarry spall material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out. 8-01.3(9)B Gravel Filter, Wood Chip, or Compost Berm The first paragraph is revised to read. Filter berms shall retain sediment and direct flows. The gravel filter berm shall be a minimum of 1 foot in height and shall be maintained at this height for the entire time they are in use Rock material used for filter berms shall meet the grading requirements in Section 9-03.9(2), but shall not include any recycled materials as outlined in Section 9-03.21. 8-01.3(9)C Straw Bale Barrier This section including title is revised to read: 8-01.3(9)C Vacant 8-01.3(11) Vacant This section including title is revised to read: 8-01.3(11) Outlet Protection Outlet protection shall prevent scour at the outlets of ponds, pipes, ditches or other conveyances. All quarry spall material used for outlet protection shall be free of extraneous material and meet the gradation requirements in Section 9-13 6. 8-01.3(13) Temporary Curb This section is revised to read: G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 8 Temporary curbs shall divert or redirect water around erodible soils. Temporary curbs shall be installed along pavement edges to prevent runoff from flowing onto erodible slopes. Water shall be directed to areas where erosion can be controlled. The temporary curbs shall be a minimum. of 4 inches in height. Ponding shall not be in roadways. 8-01.4 Measurement The third paragraph is revised to read: Check dams will be measured per linear foot one time only along the completed check dam. No additional measurement will be made for check dams that are required to be rehabilitated or replaced due to wear. This section is supplemented with the following: Outlet Protection will be measured per each initial installation at an outlet location. 8-01.5 Payment This section is supplemented with the following: "Outlet Protection", per each 8-02.AP8 Section 8-02, Roadside Restoration April 2, 2012 8-02.5 Payment The paragraph following bid item "Coarse Compost", per cubic yard" is revised to read: The unit Contract price per cubic yard for "Fine Compost", Medium Compost" or "Coarse Compost" shall be full pay for furnishing and spreading the compost onto the existing soil. 8-03.AP8 Section 8-03, Irrigation Systems April 2, 2012 8-03.3(7) Flushing and Testing The fifth paragraph is deleted. 8-04.AP8 Section 8-04, Curbs, Gutters, and Spillways April 2, 2012 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways This section is supplemented with the following new sub -section: 8-04.3(1)B Roundabout Cement Concrete Curb and Gutter Roundabout cement concrete curb and gutter and roundabout splitter island nosing curb shall be shaped and finished to match the shape of the adjoining curb as shown in the Plans. All other requirements for cement concrete curb and cement concrete curb and gutter shall apply to roundabout cement concrete curb and gutter. 8-04.4 Measurement This section is supplemented with the following: Roundabout splitter island nosing curb will be measured per each. G:\PROJECTS\2009\090241SPECS\Nob Hill Boulevard Specs.Docx 9 8-04.5 Payment The bid item, "Roundabout Truck Apron Cement Concrete Curb', per linear foot is deleted. This section is supplemented with the following: "Roundabout Cement Concrete Curb and Gutter", per linear foot The unit Contract price per linear foot for "Roundabout Cement Concrete Curb and Gutter" shall be full payment for all costs for the Work including transitioning the roundabout cement concrete curb and gutter to the adjoining curb shape. "Roundabout Splitter Island Nosing Curb", per each. The unit Contract price per each for "Roundabout Splitter island Nosing Curb" shall be full payment for all costs for the Work including transitioning the roundabout splitter island nosing curb to the adjoining curb shape. 8-12.AP8 Section 8-12, Chain Link Fence and Wire Fence April 2, 2012 In this Section "Engineer" is revised to read "Project Engineer". 8-12.1 Materials This section is supplemented with the following: Paint 9-08 1(2)B 8-12.3(1)A Posts The words "for Type 3 and Type 4 fences" and "on Type 3 and Type 4 fences" are deleted from this section The first sentence of the fifth paragraph is revised to read: After the post is set and plumbed, the hole shall be filled with Grout Type 4. The third sentence in the sixth paragraph is replaced with the following two sentences. After the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4 The grout shall be thoroughly worked into the hole so as to leave no voids. The seventh paragraph is deleted. The ninth paragraph is revised to read: Steep slopes or abrupt topography may require changes in various elements of the fence. It shall be the responsibility of the Contractor to provide all posts of sufficient length to accommodate the chain link fabric. The tenth paragraph is revised to read All round posts shall have approved top caps fastened securely to the posts. The base of the top cap fitting for round posts shall feature an apron around the outside of the posts. 8-12.3(1)B Top Rail This section's content including title is deleted and replaced with: G:\PROJECTS\2009109024\SPECS\Nob Hill Boulevard Specs.Docx 10 8-12.3(1)B Vacant 8-12.3(1)C Tension Wire and Tension Cable This section's content including title is revised to read: 8-12.3(1)C Tension Wire Tension Wires shall be attached to the posts as detailed in the Plans or as approved by the Engineer. 8-12.3(1)D Chain Link Fabric The first three paragraphs are revised to read' Chain link fabric shall be attached after the cables and wires have been properly tensioned. Chain link fabric shall be placed on the face of the post away from the Highway, except on horizontal curves where it shall be placed on the face on the outside of the curve unless otherwise directed by the Project Engineer. Chain fink fabric shall be placed approximately 1 -inch above the ground and on a straight grade between posts by excavating high points of ground Filling of depressions will be permitted only upon approval of the Project Engineer. The fourth sentence in the fourth paragraph is revised to read: The top and bottom edge of the fabric shall be fastened with hog rings to the top and bottom tension wires as may be applicable, spaced at 24 -inch intervals. 8-12.3(1)E Chain Link Gates The third paragraph is deleted. 8-12.3(2)A Posts In the second paragraph, "commercial" is deleted. The first sentence of the fifth paragraph is revised to read: After the post is set and plumbed, the hole shall be filled with Grout Type 4. The fourth sentence in the sixth paragraph is replaced with the following two sentences: After the post is set and plumbed, the hole in the portion of the post in solid rock shall be filled with Grout Type 4 The grout shall be thoroughly worked into the hole so as to leave no voids. The tenth paragraph is revised to read: Where the new fence joins an existing fence, the 2 shall be attached in a manner satisfactory to the Project Engineer, and end or corner posts shall be set as necessary. The eleventh paragraph is deleted. 8-12.5 Payment The paragraph following the item "Chain Link Fence Type ", per linear foot is revised to read: The unit Contract price per linear foot for "Chain Link Fence Type " shall be full payment for all costs for the specified Work including brace post installation and all other requirements of Section 8- 12 for Chain Link Fence, unless covered in a separate Bid Item in this Section. The following paragraph is inserted after the item "End, Gate, Corner, and Pull Post for Chain Link Fence", per each: G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 11 The unit Contract price per each for "End, Gate, Corner, and Pull Post for Chain Link Fence" shall be full payment for all costs for the specified Work. The following paragraph is inserted after the item "Single 6 Ft. Chain Link Gate", per each. The unit Contract price per each for "Double 14 Ft. Chain Link Gate", "Double 20 Ft. Chain Link Gate", and "Single 6 Ft. Chain Link Gate", shall be full payment for all costs for the specified Work. The paragraph following the item "Wire Fence Type ", per linear foot is revised to read The unit Contract price per each for "Wire Fence Type " shall be full payment for all costs for the specified Work including payment for clearing of the fence line. The following paragraph is inserted after the item "Double Wire Gate 20 Ft. Wide", per each: The unit contract price per each for "Single Wire Gate 14 Ft. Wide" and "Double Wire Gate 20 Ft. Wide" shall be full payment for all costs for the specified Work. The paragraph following the item "Access Control Gate", per each is revised to read. The unit contract price per each for "Access Control Gate" shall be full payment for all costs to perform the specified Work. 8-15.AP8 Section 8-15, Riprap April 2, 2012 8-15.1 Description The second paragraph is revised to read. Riprap will be classified as heavy loose riprap, light loose riprap, and hand placed riprap 8-20.AP8 Section 8-20, Illumination, Traffic Signal Systems, And Electrical January 2, 2012 8-20.3(9) Bonding, Grounding The first sentence in the second paragraph is replaced with the following two sentences: AM conduit installed shall have an equipment ground conductor installed in addition to the conductors noted in the Contract. Conduit with innerducts shall have an equipment ground conductor installed in each innerduct that has an electrical conductor 8-21.AP8 Section 8-21, Permanent Signing April 2, 2012 8-21.2 Materials The third sentence is revised to read: Materials for sign mounting shall conform to Section 9-28.11. G:\PROJECTS120091090241SPECS\Nob Hill Boulevard Specs.Docx 12 9-03.AP9 Section 9-03, Aggregates April 2, 2012 9-03.14(1) Gravel Borrow Note 1 is deleted, including the reference in the table. 9-03.14(2) Select Borrow Note 1 is deleted. Note 2 is re -numbered Note 1, including the reference in the table. 9-14.AP9 Section 9-14, Erosion Control and Roadside Planting April 2, 2012 9-14.3 Fertilizer The second sentence in the first paragraph is revised to read: It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, and water-soluble potash or sulfur in the amounts specified. 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs ) The fourth row in Table 1 is revised to read. Heavy Metals EPA 6020A Total Metals Antimony — < 4 mg/kg Arsenic — < 6 mg/kg Barium — < 80 mg/kg Boron —< 160 mg/kg Cadmium — < 2 mg/kg Total Chromium — < 4 mg/kg Copper — < 10 mg/kg Lead — < 5 mg/kg Mercury — < 2 mg/kg Nickel —< 2 mg/kg Selenium — < 10 mg/kg Strontium — < 30 mg/kg Zinc — < 30 mg/kg 9-14.4(2)A Long Term Mulch In the first paragraph, the phrase "within 2 hours of application" is deleted. 9-14.4(4) Wood Strand Mulch The last sentence in the second paragraph is deleted. This section is supplemented with the following new paragraph: The Contractor shall provide Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plant life and a test report performed in accordance with WSDOT Test Method 125 demonstrating compliance to this specification prior to acceptance. 9-14.4(8) Compost The second paragraph is revised to read: Compost production and quality shall comply with WAC 173-350 and for biosolids composts, WAC 173-308 The third paragraph is to read: G:\PROJECTS\2009\090241SPECS1Nob Hill Boulevard Specs.Docx 13 Compost products shall meet the following physical criteria: 1. Compost material shall be tested in accordance with U S. Composting Council Testing Methods for the Examination of Compost and Composting (TMECC) 02.02-B, "Sample Sieving for Aggregate Size Classification". Fine compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 1" 100 0/8" 90 100 %4" 75 100 Note Maximum particle length of 4 inches. Medium compost shall meet the following gradation: Sieve Size Percent Passin Minimum Maximum 1" 100 big' 85 100 1/4" 70 85 Note Maximum particle length of 4 inches. Medium compost shall have a carbon to nitrogen ration (C:N) between 18:1 and 35:1. The carbon to nitrogen ration shall be calculated using dry weight of "Organic Carbon" using TMECC 04 01A divided by the dry weight of "Total N" using TMECC 04 02D. Coarse compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 1" 90 100 '/" 70 100 %4" 40 60 Note Maximum particle length of 6 inches. Coarse compost shall have a carbon to nitrogen ratio (C:N) between 25.1 and 35 1. The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. The pH shall be between 6 0 and 8.5 when tested in accordance with U S. Composting Council TMECC 04.11-A, "1:5 Slurry pH". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1 percent by weight as determined by U.S. Composting Council TMECC 03.08-A "Classification of Inerts by Sieve Size". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S Composting Council TMECC 05.07A "Loss -On -Ignition Organic Matter Method (LOI)". Soluble salt contents shall be less than 4.0 mmhos/cm when tested in accordance with U S. Composting Council TMECC 04.10 "Electrical Conductivity." G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting Council TMECC 05 05-A, "Germination and Root Elongation". 7. Stability shall be 7 -mg CO2—C/g OM/day or below in accordance with U.S. Composting Council TMECC 05.08-B "Carbon Dioxide Evolution Rate" 8. The compost product shall originate from organic waste as defined in WAC 173 350 as "Type 1 Feedstocks", "Type 2 Feedstocks", and/or "Type 3 Feedstocks". The Contractor shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may also evaluate compost for maturity using U.S. Composting Council TMECC 05.08-E "Solvita® Maturity Index" Fine compost shall score a number 6 or above on the Solvita® Compost Maturity Test. Medium and coarse compost shall score a 5 or above on the So'vita® Compost Maturity Test. 9-14.4(8)A Compost Approval This section's title is revised to read: 9-14.4(8)A Compost Submittal Requirements The first sentence in this section up until the colon is revised to read: The Contractor shall submit the following information to the Engineer for approval: Item No 2 in the first paragraph is revised to read: 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173-350 (Minimum Functional Standards for Solid Waste Handling) or for biosolid composts a copy of the Coverage Under the General Permit for Biosolids Management issued to the manufacturer by the Department of Ecology in accordance with WAC 173-308 (Biosolids Management). 9-14.5(2) Erosion Control Blanket The second sentence in the first paragraph is revised to read: The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the following requirements in Tables 6 and 7: 9-14.5(4) Geotextile Encased Check Dam This section including title is revised to read. 9-14.5(4) Check Dams All materials used for check dams shall be non-toxic and not pose a threat to wildlife when installed. This section is supplemented with the following new sub -sections' 9-14.5(4)A Biodegradable Check Dams Biodegradable check dams shall meet the following requirements. Biodegradable Check Dams Materials Wattle Check Dam 9-14.5(5) Compost Sock Check Dam 9-14 5(6) Coir Log Check Dam 9-14.5(7) The Contractor may substitute a different biodegradable check dam as long as it complies with the following and is approved by the Engineer: 1. Made of natural plant fiber. G:\PROJECTS\2009\09024\SPECSINob Hill Boulevard Specs.Docx 15 2. Netting if present shall be biodegradable. 9-14.5(4)B Non -biodegradable Check Dams Non -biodegradable check dams shall meet the following requirements:. 1. Geotextile materials shall conform to section 9-33 for silt fence. 2. Other such devices that fulfill the requirements of section 9-14.5(4) and shall be approved by the Engineer prior to installation. 9-14.6(1) Description In item No. C in the fourth paragraph, "22 -inch" is revised to read "2 -inch", 9-16.AP9 Section 9-16, Fence and Guardrail April 2, 2012 9-16.1(1)A Post Material for Chain Link Fence The last sentence in the last paragraph is deleted. 9-16.1(1)C Tension Wire and Tension Cable This section including title is revised to read. 9-16.1(1)C Tension Wire Tension wire shall meet the requirements of AASHTO M 181 Tension wire galvanizing shall be Class 1 9-16.1(1)D Fittings and Hardware The last paragraph is deleted. 9-16.1(2) Approval This section is deleted. 9-16.6(3) Posts This section is revised to read: Line posts for Types 1 and 2 glare screens shall be 2 inch inside diameter galvanized steel pipe with a nominal weight of 3.65 pounds per linear foot. End, corner, brace, and pull posts for Type 1 Design A and B and Type 2 shall be 2 '/Z inch inside diameter galvanized steel pipe with a nominal weight of 5.79 pounds per linear foot. Intermediate pull posts (braced line posts) shall be as specified for line posts. The base material for the manufacture of steel pipes used for posts shall conform to the requirements of ASTM A 53, except the weight tolerance on tubular posts shall be applied as provided below. Posts provided for glare screen will have an acceptance tolerance on the weight per linear foot, as specified, equal to plus or minus 5 percent. This tolerance will apply to each individual post. All posts shall be galvanized in accordance with AASHTO M 181 Section 32. The minimum average zinc coating is per square foot of surface area. This area is defined as the total area inside and outside. A sample for computing the average of mass of coating is defined as a 12 -inch piece cut from each end of the galvanized member. 9-16.6(5) Cable This section including title is revised to read. G:\PROJECTS120091090241SPECS\Nob Hill Boulevard Specs Docx 16 9-16.6(5) Vacant 9-16.6(6) Cable and Tension Wire Attachments This section including title is revised to read. 9-16.6(6) Tension Wire Attachments All tension wire attachments shall be galvanized steel conforming to the requirements of AASHTO M 232 unless otherwise specified. Eye bolts shall have either a shoulder or a back-up nut on the eye end and be provided with an eye nut where needed or standard hex nut and lock washer.% -inch diameter for tension wire and of sufficient length to fasten to the type of posts used. Turnbuckles shall be of the shackle end type, 1/2 inch diameter, with standard take-up of 6 inches and provided with '/ inch diameter pins. 9-16.6(9) Fabric Bands and Stretcher Bars The first paragraph is revised to read: Fabric bands shall be % inch by 1 inch nominal. Stretcher bars shall be 3/6 inch by'/ inch nominal or 5/16 inch diameter round bar nominal. A 5/16 inch diameter round stretcher bar shall be used with Type 1. Nominal shall be construed to be the area of the cross section of the shape obtained by multiplying the specified width by thickness. A variation of minus 5 -percent from this theoretical area shall 'be construed as "nominal" size. All shall be galvanized to meet the requirements of ASTM F 626. G;\PROJECTS\2009\090241SPECS\Nob Hill Boulevard Specs.Docx 17 SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2012 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision (******) Notes a revision to a General Special Provision and also notes a Project Specific Special Provision. (Regions' date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions' ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". • Project Specific Special Provisions normally appear only in the contract for which they were developed. G:\PROJECTS12009\09024\SPECS\Nob Hill Boulevard Specs.Docx 18 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995) This contract provides for improvements of Nob Hill Boulevard from 49th Avenue to 64th Avenue and involves street widening, the removal and replacement of cement concrete curb, gutter and sidewalk, commercial and residential approaches, storm drainage improvements and street lights, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (March 13, 2012 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Coriimission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". G:\PROJECTS12009\09024\SPECS\Nob Hil! Boulevard Specs.Docx 19 All references to "final contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5 Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04 350(1) to be considered a responsible bidder and qualified to be awarded a public works project. G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 20 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following. Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below. To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 6 Furnished automatically upon and Contract Provisions award Large plans (e g , 22" x 34") 2 Furnished only upon request. Additional plans and Contract Provisions may be purchased by the Contractor by payment of the cost stated in the Call for Bids. 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following. At the request of a bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid The proposal form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices, extensions; summations; the total bid amount; signatures, date; and, where applicable, retail sales taxes and acknowledgment of addenda, the bidder's name, address, telephone number, and signature, the bidder's D/MIWBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency The bidder shall bid on all alternates and additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interiineation, alteration, or erasure, shall be initialed by the signer of the bid The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign) A bid by a partnership shall be executed in the partnership name, and signed by a partner A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. G:\PROJECTS\2009\09024tSPECS\Nob Hill Boulevard Specs.Docx 21 1-02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. (August 2, 2004) The fifth and sixth paragraphs of Section 1-02.6 are deleted. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1 Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (May 4, 2012 APWA GSP) Delete this section and replace it with the following. Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272-056A EF, as required by Section 1-02.6. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. G:IPROJECTS\2009\090241SPECS\Nob Hill Boulevard Specs.Docx 22 1-02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed, g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1-02 6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02 6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made, k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or More than one proposal is submitted for the.same project from a Bidder under the same or different names. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder:. 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5 Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. G:\PROJECTS12009\09024\SPECS\Nob Hill Boulevard Specs Docx 23 This section is supplemented with the following: Compliance with Immigration and Naturalization Act The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contactors or business entities that contract with the City for the award of any City Contract for public works in excess of Five Thousand Dollars ($5,000), or any other City contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and hereafter to verify its employee's proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract only; it is not to be used for existing employees. The contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. If the contractor has not previously filed an E -Verify Compliance Declaration with the City, the Contractor must sign the attached E -Verify Compliance Declaration and submit it to the City prior to being awarded the contract. Failure to do so may be cause for rejection of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read. Copies of the. Contract Provisions, including the unsigned Form of Contract, will be available for signatureby the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within Ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07 18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency G:\PROJECTS12009\09024\SPECS1Nob Hill Boulevard Specs.Docx 24 If the bidder experiences circumstances beyond their control that prevents return of the contract documents within Ten (10) calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of Twenty (20) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1 Be on a Contracting Agency -furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work, 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice- president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: Such review, if any, shall be timely filed in the Superior Court of Yakima County, Washington. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3 Special Provisions, 4. Contract Plans, 5 Amendments to the Standard Specifications, 6. Standard Specifications, G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 25 7 Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.11 Final Cleanup This section is supplemented with the following: The Contractor shall do partial cleanup when he determines it is necessary or when, in the opinion of the Engineer, partial cleanup shall be done for public safety. The cleanup work shall be done immediately upon notification from the Engineer and other work shall not proceed until the partial cleanup is accomplished. 1-05 CONTROL OF WORK 1-05.1 Authority of the Engineer This section is supplemented with the following: Unless otherwise expressly provided in the Contract Drawings, Specifications and Addenda, the means and methods of construction shall be such as the Contractor may choose; subject, however, to the Engineer's right to reject means and methods proposed by the Contractor which (1) will constitute or create a hazard to the work, or to persons or property; or (2) will not produce finished work in accordance with the terms of the Contract. The Engineer's approval of the Contractor's means and methods of construction or his failure to exercise his right to reject such means or methods shall not relieve the Contractor of the obligation to accomplish the result intended by the Contract; nor shall the exercise of such right to reject create a cause for action for damages. The Contracting Agency shall have the authority at all times to issue a stop work order at no penalty to the Contracting Agency if, in its opinion, working conditions present an undue hazard to the public, property of the work force. Such authority shall not, however, relieve the Contractor of responsibility for the maintenance of safe working conditions or assess any responsibility to the Contracting Agency or Engineer for the identification of any or all unsafe conditions 1-05.4 Conformity with and Deviations from Plans and Stakes This section is supplemented with the following: The Contractor shall be responsible for all surveying required for this project. A Professional Surveyor, licensed in the State of Washington, shall be employed by the Contractor to perform all horizontal and vertical control work, and to do the construction staking, including setting offset points and grades. The Contractor shall protect all existing monuments within the construction limits from being disturbed or damaged in any way during construction If any monuments are disturbed, damaged or removed during construction, the Licensed Surveyor shall replace such monuments in accordance with State Law including recording a Land Corner Record for each monument affected. All associated costs for the survey work shall be incidental to the other bid items of the project. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected G:\PROJECTS\2009\D9024tSPECS1Nob Hill Boulevard SpecsDocx 26 immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other ,avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures G:\PROJECTS12009\09024\SPECS\Nob Hill Boulevard Specs Docx 27 as are necessary to remedy the listed deficiencies Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems, buildings, or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read. Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor . constituting any notification. notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under. the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. G.\PRQJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 28 Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials 1-06.2(1) Samples and Tests for Acceptance This section is supplemented with the following: The Contractor shall be responsible for scheduling and paying for all material testing required for this project. All testing services shall be performed by an independent, certified testing firm and/or laboratory meeting the approval of the Engineer. The Contractor shall submit information relating to the qualifications of the proposed testing firm to the Engineer for review and approval prior to the preconstruction conference. The testing frequencies listed below may be modified to assure compliance with specifications. In each case, the Engineer may require additional tests be performed at the Contractor's expense, if test results do not meet the required densities and results. Moisture density curves for each type of material encountered and copies of all test results shall be submitted to the Engineer as construction progresses for Trench Backfilling, Embankment Compaction, Subgrade Preparation, and Ballast and Crushed Surfacing. The sampling frequency is as follows. Trench Backfilling Compaction tests shall be taken at a frequency and at depths sufficient to document that the required density has been achieved At a minimum, one (1) compaction test shall be taken for each 100 linear feet of main pipeline trench and one (1) test for each street crossing At alternating 100 -foot locations along the main trench line, tests shall be taken at 1 -foot, 2 -foot and 3 -foot depths below finish grade Compaction shall conform to Section 7-08 3(3) or 7-10.3(11) as applicable to the pipeline being constructed. At a minimum, compaction within the roadway area shall be to at least 95% of maximum density as determined by ASTM D 1557 (Modified Proctor). Embankment Construction Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of roadway embankment. Roadway embankment compaction shall be as specified in Section 2-03.3(14) Subgrade Preparation Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of roadway subgrade. Subgrade compaction shall be as specified in Section 2-06.3(2). G:\PROJECTS12009109024\SPECS\Nob Hill Boulevard Specs.Docx 29 Ballast and Crushed Surfacing Compaction tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5,000 square feet of surface area for each lift of ballast or crushed surfacing. Compaction of ballast and crushed surfacing shall be as specified in Section 4-04.3(5). Asphalt Concrete Pavement Copies of the maximum Rice density test for each class of asphalt concrete pavement and copies of all test results shall be provided to the Engineer as construction progresses. Density tests shall be taken at a frequency sufficient to document that the required density has been achieved. At a minimum, one (1) compaction test shall be taken for every 5000 square feet of surface area for each lift of asphalt concrete pavement. Compaction of asphalt concrete pavement shall be as specified in Section 5-04.3(10) B of these Special Provisions. Cement Concrete Curb, Gutter and Sidewalk One test shall be taken for every 500 cubic yards of concrete placed for curb, gutter or sidewalk. The concrete shall be tested for temperature, air content, slump and compressive strength. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 30 1-07.2 State Sales Tax Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract -related taxes have been paid (RCW 60 28 050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc, which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property This includes, but is not limited to, the construction of streets, roads, highways, etc , owned by the state of Washington, water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system, telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price The Contracting Agency will automatically add this sales tax to each payment to the Contractor For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. G:\PROJECTS12009\090241SPECS\Nob Hill Boulevard Specs Docx 31 1-07.2(4) Services The Contractor' shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). The work on this contract is to be performed upon sands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(2) apply. Environmental Regulations Section 1-07.5 is supplemented with the following: (September 20, 2011) Environmental Commitments The following Provisions summarize the requirements, in addition to those required elsewhere in the Contract, imposed upon the Contracting Agency by the various documents referenced in the Special Provision PERMITS AND LICENSES. Throughout the work, the Contractor shall comply with the following requirements: (August 3, 2009) The intentional bypass of stormwater from all or any portion of a stormwater treatment system is prohibited without the approval of the Engineer. (August 3, 2009) No Contractor staging areas will be allowed within *** 30 *** feet of any waters of the State including wetlands. (August 3, 2009) Payment All costs to comply with this special provision for the environmental commitments and requirements are incidental to the contract and are the responsibility of the Contractor. The Contractor shall include all related costs in the associated bid prices of the contract. 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. Temporary Water Pollution/Erosion Control Spill Prevention, Control and Countermeasures Plan Section 1-07.15(1) is supplemented with the following: (August 3, 2009) The Contractor shall address the following items in the SPCC Plan in addition to the requirements of Section 1-07.15(1)• Mixing, Transfers, & Storage 1. All oil, fuel or chemical storage tanks or containers shall be diked and located on impervious surfaces so as to prevent spill from escaping. 2. All liquid products shall be stored and mixed on impervious surfaces in a secure water tight environment and provide containment to handle the maximum volume of liquid products on site at any given time. 3 Proper security shall be maintained to prevent vandalism. G:\PROJECTS12009109024\SPECS\Nob Hill Boulevard Specs.Docx 32 4. Drip pans or other protective devices shall be required for all transfer operations. Spills Paint and solvent spills shall be treated as oil spills and shall be prevented from reaching storm drains or other discharges. No cleaning solvents or chemicals used for tool or equipment cleaning may be discharged to the ground or water. Maintenance of Equipment Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc, shall be checked regularly for drips or leaks and shall be maintained and stored properly to prevent spills into State waters. Disposal Spilled waste, chemicals or petroleum products shall be transported off site for disposal at a facility approved by the Department of Ecology. The materials shall not be discharged to any sanitary sewer without approval of the local sewer authority. Reporting and Cleanup The Contractor's designated person for managing and implementing the SPCC Plan shall report hazardous material spills as follows: Spills into State water (including ponds, ditches, seasonally dry streams, and wetlands) — Immediately call all of the following National Response Center 1-800-424-8802 WA State Div of Emergency Management (24 hr) 1-800-258-5990 Ecology Central Regional Office 509-575-2490 Spill to Soil (Including encounters of pre-existing contamination): Ecology Central Regional Office 509-575-2490 Report immediately if threatening to health or environment (i.e., explosive, flammable, toxic vapors, shallow groundwater, nearby creek), otherwise within 90 days Underground Storage Tank (confirmed release of material) Ecology Central Regional Office 509-575-2490 Report within 24 hours 1-07.9(5) Required Documents (January 24, 2011 APWA GSP) *********** Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: (*****) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. G:\PROJECTS120091090241SPECS\Nob Hill_Boulevard Specs.Docx 33 It shall be the contractor's responsibility to investigate the presence and location of all utilities prior to bid opening and assess their impacts on his construction activities. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience: Nob Hill Water 6111 Tieton Drive, Yakima, WA 98908 509-966-0272 Jenna Leaverton CenturyLink 8 S. 2nd Ave., Room 304, Yakima, WA 98902 509-575-7161 Glen Stevenson Charter Communications 1005 N. 16th Ave., Yakima, WA 98902 509-962-4801 City of Yakima Wastewater Div. 2220 E. Viola, Yakima, WA 98901 509-575-6078 Cascade Natural Gas Corp. 701 S 1st Ave., Yakima, WA 98902 509-961-7909 Pacific Power 500 N. Keys Rd., Yakima, WA 98901 509-575-3158 Congdon (Irrigation Water) 5210 W. Nob Hill Blvd., Yakima, WA 98908 509-961-5302 (office) Kurt Tabert The Contractor shall notify the Upper Yakima Valley Utilities Coordinating Council -Area 5, telephone number 1-800-553-4344, at least 72 hours prior to start of excavation so that underground utilities may be marked. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked Utilities, new or old, may be renewed, relocated, or adjusted for the proposed construction. The Contractor shall, prior to beginning any work, meet with all utility organizations (public and private) in the field to familiarize himself with plans and schedules of the installations on new, relocated, or adjusted utilities. Both public and private utility organizations may be doing utility installations within the area. The proposed construction work must be coordinated with these utility installations. The Contractor shall coordinate his work with other contractors who may be working in the project area and cooperate with them. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 24, 2011 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with G:\PROJECTS12009109024\SPECS1Nob Hill Boulevard Specs.Docx 34 proof of renewal If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed D The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s)- The Contracting Agency and its officers, elected officials, employees, agents, and volunteers appointed officials The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07 18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07 18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1 An ACORD certificate or a form determined by the Contracting Agency to be equivalent. G:\PROJECTS\2009\09024\SPECS1Nob Hill Boulevard Specs.Docx 35 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07 18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations — for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits. $1,000,000 $2,000,000 $1,000,000 $1,000,000 Each Occurrence General Aggregate Products & Completed Operations Aggregate Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 $1,000,000 $1,000,000 Each Accident Disease - Policy Limit Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non -owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 Combined Single Limit G:\PROJECTS12009\090241SPECS\Nob Filll Boulevard Specs.Docx 36 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. Public Convenience and Safety Construction Under Traffic Section 1-07.23(1) is supplemented with the following: Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1-07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right-of-way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. G:\PROJECTS\2009109024\SPECS\Nob Hill Boulevard Specs.Docx 37 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section. 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1 To review the initial progress schedule; 2 To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 38 The Contractor shall prepare and submit at the preconstruction conference the following: 1 A breakdown of all lump sum items; 2 A preliminary schedule of working drawing submittals; and 3 A list of material sources for approval if applicable. Add the following new section. 1-08.0(2) Hours of Work (June 27, 2011 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7 00 a.m and 6 00 p.m of a working day with a maximum 1 -hour lunch break and a 5 - day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7.00 a.m. or after 6 00 p m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times Permission to work longer than an 8 -hour period between T00 a.m. and 6.00 p m is not required Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p m and 7.00 a.m. during weekdays and between the hours of 10:00 p.m. and 9.00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the pubiic or adjoining property owners regarding the noise from the Contractor's operations The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to. requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the work, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency employees who worked during such times, on non Federal aid projects; considering the work performed on Saturdays, Sundays, and holidays as working days with regards to the contract time; and considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period Assistants may include, but are not limited to, survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence 1-08.3 Progress Schedule This section is supplemented with the following; The Contractor shall prepare and submit to the Engineer a Construction Progress and Completion Schedule using the Bar Graph or Critical Path Method. Items in the Schedule shall be arranged in the order and sequence in which they will be performed. The schedule shall conform to the working modification by the Engineer. The schedule shall be drawn to a time scale, shown along the base of the diagram, using an appropriate measurement per day with weekends and holidays indicated. The Construction Progress Schedule shall be continuously updated and, if necessary, redrawn upon the first working day of each month or upon issuance of any Change Order, which substantially affects the scheduling. Copies (2 prints or 1 reproducible) of newly updated Schedules shall be forwarded to the Engineer, as directed, immediately upon preparation. G:IPROJECTS\2005\080241SPECS\Nob Hill Boulevard Specs.Docx 39 If the Contractor proceeds with work not indicated on this weekly activity schedule, or in a sequence differing from which he has shown on this schedule, the Engineer may order the Contractor to delay unscheduled activities until they are included on a subsequent weekly activity schedule. 1-08.4 Prosecution of Work Revise this section to read: 1-08.4 Notice to Proceed and Prosecution of the Work (June 27, 2011 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. 1-08.5 Time for Completion This section is supplemented with the following: This project shall be physically completed within *** 100 *** working days. (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the 10th calendar day after the Notice to Proceed date. If the Contractor starts work on the project at an earlier date, then contract time shall begin on the first working day when onsite work begins. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4=10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 40 1. The physical work on the project must be complete; and 2 The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date. a. Certified Payrolls (Federal -aid Projects) b Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions d Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 1-08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read. At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and Lath for public use during suspension (as required in Section 1-07 23 or the Special Provisions). This may include a temporary road or detour. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders All such dollar amounts are to become a part of Contractor's total bid However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following' The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 41 The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work aretentative, - and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05 1 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General Section 1-10.2(1) is supplemented with the following: (December 1, 2008) Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 42 1 Fredericksburg, Virginia 22406-1022 I Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.4 Measurement (August 2, 2004) Section 1-10 4(2) is supplemented with the following: 1 The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(2) shall apply I DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 1 2-01.1 Description III Section 2-01.1 is supplemented with the following: (March 13, 1995) I Clearing and grubbing on this project shall be performed within the following limits: Sta. 30+10 +/- to Sta. 71+56+/- LT and RT., width varies, see plans. Sta. 71+56+/- to Sta. 82+35+/- LT., width varies, see plans. 1 2-01.2 Disposal of Usable Material and Debris This section is revised as follows: 1 Change the word "three" in the third paragraph to "two" 2-01.2(1) Disposal Method N. 1 — Open Burning 1 This section is deleted. I 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description 1 This section is supplemented with the following: • Two wooden poles and spare wire. (Sta. 35+ 74+/-) 1 • Two trolley poles, trolley rails, and railroad ties. • 305 LF of guardrail including posts. • Three catch basins I • 160 LF 30" and 18" Irrigation Pipe 2-02.3 Construction Requirements This section is supplemented with the following: Prior to removal, the Contractor shall use a vertical saw cut to delineate the areas of pavement removal I from those areas that pavement is to remain. Concrete curb, gutter and sidewalks shall be removed to the nearest convenient joint if practical. If not I practical to remove to the nearest joint, the Contractor shall saw cut these structures in neat vertical and straight transverse horizontal line to provide a matching joint for the new construction. G:\PROJECTS12009\090241SPECS\Nob Hill Boulevard Specs.Docx 43 I The materials to be removed under this section shall become the property of the Contractor. The Contractor shall remove and dispose of the materials outside of the project limits. Any damage caused to the pavement, curb, gutter or sidewalk that is scheduled to remain, due to the Contractor's operation, shall be repaired by the Contractor to the satisfaction of the Engineer at no expense to the Contracting Agency. 2-02.3(3) Removal of Pavements, Sidewalks, Curbs, and Gutters This section is supplemented with the following: Item 1 is revised to read: Haul all broken pieces to an off -project site to be obtained by the Contractor. Item 3 is revised by adding the following to the end of the first sentence: "or remove to the nearest joint as directed." 2-02.4 Measurement This section is supplemented with the following: Where saw cutting is necessary, the Contractor shall be paid by the linear foot, regardless of depth of cut, which includes all labor and equipment required to do the cut. For this project, the maximum expected depth of cut is 6 -inches. 2-02.5 Payment This section is supplemented by adding the following pay item: "Saw Cut", per linear foot. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3(7) Disposal of Surplus Materials 2-03.3(7)A General This section is supplemented with the following: Excavated material shall be bladed or hauled to fill low sections within the project area, except for sod or extraneous material, which shall be hauled to waste. Suitable materials from the excavations shall be used in the embankments. A waste site has not been provided by the Contracting Agency for disposal of excess material, unsuitable material, asphalt, concrete, debris, waste material, or any other objectionable material which is directed to waste by the engineer. The Contractor shall comply with the requests of the Contracting Agency for placement and compaction of excess excavated suitable material back of new sidewalk, as directed, by the Engineer. 2-07 WATERING 2-07.3 Construction Requirements Supplement this section with the following: Water will not be supplied by the Contracting Agency. G:\PROJECTS\2009\090241SPECS\Nob Hill Boulevard Specs.Docx 44 2-07.4 Measurement This section is revised to read: There will be no measurement for water. 2-07.5 Payment This section is revised to read as follows: All costs to provide and apply water shall be incidental to construction. All costs shall be included in other contract pay items. DIVISION 4 BASES 4-06 ASPHALT TREATED BASE 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 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT 5-04.3(7)A Mix Design (March 10, 2010 APWA GSP) Delete this section and replace it with the following: 1. General Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350-042 demonstrating the design meets the requirements of Sections 9-03.8(2) and 9-03.8(6). HMA accepted by nonstatistical evaluation requires a mix design verification For HMA accepted by commercial evaluation only the first page of DOT form 350-042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti -strip requirements has been made. Anti - strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. c. Historical aggregate source ant -strip use provided by WDOT. The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9-03.8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following processes: G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 45 a Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. c. Reference a mix design that has been previously verified by the Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving. Mix design verification is valid for one year from the date of verification At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 3. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of paving per AASHTO T 168 sampling procedures. a. The Contracting agency will test one Production Sample in accordance with section 5-04.3(8)A for field verification per the requirements of Section 9-03.8(7). b. If the test results from the first Production Sample are within the tolerances of section 9-03 8(7), the mix design will be considered verified and the test results will be used as acceptance sample number one. c. If the test results from the first Production Sample are outside the tolerances of section 9-03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5-04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1 00. 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. 5-04.3(8)A1 General (March 10, 2010 APWA GSP) Delete these sections and replace them with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. 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, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. 5-04.3(8)A4 Definition of Sampling Lot and Sublot (March 10, 2010 APWA GSP) Delete this section and replace it with the following: For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5-04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9-03.8(7). If the request is approved, all of the material G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 46 produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less than 2500 tons, sampling and testing for evaluation shall be performed as described in 5-04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5-04 3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. 5-04.3(8)A5 Test Results (March 10, 2011 APWA GSP) Delete this section and replace it with the following: The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. For HMA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7 -calendar days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete gradation analysis and for asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation U S. No. 4 sieve and larger Percent passing ±4 0 U S No. 8 sieve Percent passing ±2 0 U S No 200 sieve Percent passing ±0 4 Asphalt binder Percent binder content ±0.3 Va Percent Va ±0.7 If the results of the challenge sample testing are within the allowable deviation established above for each parameter, the acceptance sample test results will be used for acceptance of the HMA. 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 challenge sample. If the results of the challenge sample testing are outside of any one parameter established above, the challenge sample will be used for acceptance of the HMA and the cost of testing will be the Contracting Agency's responsibility. 5-04.3(8)A7 Test Section — HMA Mixtures (March 10, 2010 APWA GSP) Delete this section. G:\PROJECTS\2009t090241SPECS\Nob Hill Boulevard Specs.Docx 47 5-04.3(13) Surface Smoothness (January 5, 2004) The second sentence of this section is revised to read: The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straight edge placed on the surface parallel to centerline. The last paragraph of this section is supplemented with the following: When utility appurtenances such as manhole rings and covers and valve boxes are encountered or are to be located within the HMA pavement area, these items are either to be removed or not put in place until after the paving operation has been completed. The location of each utility appurtenance and all Monuments shall be referenced prior to the start of paving operations and a temporary covering shall be placed over the appurtenances to facilitate the continuous paving operation. After paving has been completed, the Contractor shall furnish, install and adjust new castings on all new and existing public utility structures and new monument cases for all monuments as shown on the plans. Utility casting shall not be adjusted until the paving is complete. After which, the center of each structure and each monument shall be relocated from the references previously established by the Contractor. The HMA shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the rim plus two feet. The new rim shall be placed on cement concrete or adjustment rings and wedged up to the desired grade. The base materials shall be removed and Class 3000 cement concrete shall be placed within the entire volume of the excavation up to, but not to exceed, 1-1/2 inches below the finished pavement surface. On the following day, the concrete, the edges of the HMA and the outer edge of the casting shall be painted with a hot asphalt tack coat. HMA Class 3/8 In. shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density and uniformity of grade. The joint between the patch and existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. 5-04.3(15) HMA Road Approaches Add the following verbiage to the first sentence of this section: "or reconstructed" after the word "constructed'. 5-04.3(17) Paving Under Traffic Revise the last paragraph of Section 5-04 3(17) as follows. Change the phrase "except cost of temporary pavement markings," to "including the cost of temporary pavement markings,". 5-04.5(1)A Price Adjustments for Quality of HMA Mixture (March 10, 2010 APWA GSP) Delete the first paragraph and table and replaced them with the following: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1- 06.2 using the following price adjustment factors: G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 48 Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 1 1/2" 1" %" /2", 3/8" and No. 4 sieves 2 All aggregate passing No 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Delete items 1-3 in Paragraph two and replaced with the following: A pay factor will be calculated for sieves listed in Section 9-03.8(7) for the class of HMA and for the asphalt binder. 1 Nonstatistical Evaluation. Each lot of HMA produced under Nonstatisical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9-03 8(7), the lot shall be evaluated in accordance with Section 1-06 2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9-03.8(7), the lot shall be evaluated to determine the appropriate CPF The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1 00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1 00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1 00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1 00 in calculating the composite pay factor. 5-04.5(1)l3 Price Adjustments for Quality of HMA Compaction (March 10, 2010 APWA GSP) Delete this section and replace it with the following The maximum CPF of a compaction lot is 1 00 For each compaction lot of HMA when the CPF is less than 1 00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. G:\PROJECTS\2009\09024%SPECS\Nob Hill Boulevard Specs.Docx 49 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-04 STORM SEWERS 7-04.2 Materials This section is supplemented with the following: UNDERDRAIN INFILTRATION PIPE: The perforated underdrain pipe approved for use on this project for infiltration trench systems shall be as follows: PIPE. Corrugated High Density Polyethylene (CPEP) pipe, couplings, and fittings shall comply with all the requirements of Section 9-05.2(8) of the Standard Specifications. DRAIN ROCK. Drain rock for use as backfill for the perforated underdrain pipe in the infiltration trench system shall be clean coarse aggregate conforming to the requirements for Gravel Backfill for Drywells, as specified in Section 9-03.12(5) of the Standard Specifications. 4 -INCH UNDERDRAIN PIPE: The perforated underdrain pipe approved for use on this project for the segmental block wall drain as follows: PIPE. Corrugated High Density Polyethylene (CPEP) pipe, couplings, and fittings shall comply with all the requirements of Section 9-05.2(7) of the Standard Specifications. 7-04.3(1) Cleaning and Testing 7-04.3(1)A General This section is supplemented with the following: No infiltration or exfiltration test will be required for the storm drain pipe. 7-04.4 Measurement This section is supplemented with the following: The length of roadside swale will be the number of linear feet of completed installation measured along the finished bottom of the bisected swale including slopes, regardless of swale width. 7-04.5 Payment This section is supplemented with the following: The unit price bid for "_-Inch Underdrain Pipe Infil. Trench System," per linear foot, shall be full compensation for all labor, tools, equipment, and incidental costs required to construct the infiltration trench systems, including excavation, dewatering, drain rock, geotextile fabric, plastic membrane, fittings, perforated underdrain pipe, 8 inch clean-out, connection to manholes or catch basins, backfilling and compaction, complete in place, as shown on the Plans and as specified herein. The lump sum price bid for "Infiltration Chamber," shall be full compensation for all labor, tools, equipment, and incidental costs required to construct the infiltration chamber (gallery) including excavation, dewatering, drain rock, geotextile fabric, plastic membrane, fittings, perforated underdrain pipe, 8 inch clean-out, connection to catch basin, backfilling and compaction, complete in place, as shown on the Plans and as specified herein. G:\PROJECTS\2009\090241SPECS\Nob Hill Boulevard Specs.Docx 50 The lump sum bid for "Infiltration Pond," shall be full compensation for all labor, tools, equipment, and incidental costs required to construct the Infiltration Pond including excavation (including asphalt), geotextile fabric, topsoil type A, 6 inch streambed cobbles, grading, backfilling and compaction, complete in place, as shown on the Plans and as specified herein The unit contract price for "Roadside Swale," per linear foot, shall be full compensation for all labor, tools, equipment, and materials necessary to grade, and shape the roadside drainage swa!e as shown on the Plans 7-05 MANHOLES. INLETS, CATCH BASINS, AND DRYWELLS 7-05.2 Materials This section is supplemented with the following Metal Castings. Cast iron covers for storm drain manholes and shall be stamped "STORM." All catch basins shall have vaned grates in accordance with WSDOT Standard Plan B-30.30-00 or B-30 40-00 at locations with flow from two directions. Precast Concrete Catch Basin: Catch basins shall be WSDOT Type 1, Type 1L, or Type 2 48 -In. Diam Precast reinforced concrete, as shown on the Plans. Concrete Spill apron may be precast or cast in place. Precast Concrete Manhole. Stormwater pretreatment manholes shall be approved by the Washington State Department of Ecology (DOE) with a General Use Level Designation (GULD), capable of 50% removal of fine (50 micron mean size) and 80% removal of coarse (125 micron mean size) total suspended solids (TSS) for influent concentrations greater than 100 mg/L, but less than 200 mg/L, as required by DOE. Pretreatment manholes shall be constructed of pre -cast concrete manhole sections, flat top slab, and adjustment sections (similar to WSDOT Catch Basin Type 2, Std. Plan B-10 20-00), with cast iron covers as described above The pretreatment insert shall be constructed of fiberglass and/or steel materials that are corrosion resistant. Manhole safety steps shall be provided as shown on the Plans and the pretreatment insert shall act as a platform for maintenance purposes The basis of design for this project is the 48 -inch diameter Contech CDS model 2015-4 Approved alternate pretreatment manholes include the Stormceptor® model 450i and model 900 (based on water quality design treatment flow rates). All required elevation adjustments with the use of approved alternate products(s) shall be the responsibility of the Contractor The pretreatment manhole shall be capable of handling the specified water quality flows and shall incorporate a bypass within the unit to handle the specified peak flows The pretreatment manhole shall be capable of incorporation multiple inlets/outlets, with the inlet and outlet pipes at 90 degrees to each other Inlet/outlet pipe elevation drop shall be as recommended by the manufacture. Access to pretreatment insert ports and openings for maintenance shall be achieved through the cast iron cover(s). G \PROJECTS12009\09024\SPECS\Nob Hill Boulevard Specs.Docx 51 7-05.3 Construction Documents 7-05.3(1) Adjusting Maholes and Catch Basins to Grade This section is supplemented with the following: Manholes, catch basin frames and grates, inlet frames and grates, water valve boxes and other utility castings shall be adjusted in accordance with Section 5-04 3(13) Surface Smoothness. Existing cast iron rings and lids on sanitary sewer and storm drain manholes shall be removed and disposed of, and shall be replaced in accordance with Section 9-05.15(1) of these Special Provisions. 7-05.5 Payment This section is supplemented with the following: "Concrete Spill Apron", per each, shall be full compensation for all labor, tools, materials, equipment and incidentals necessary for a complete installation of the unit as specified in this Section. The unit price bid for "Pretreatment Manhole 48 In. Diam.", per each, shall be full compensation for all labor, tools, materials, equipment and incidentals necessary for a complete installation of the pretreatment unit as specified in this Section. 7-06 PIPE AND FITTINGS FOR IRRIGATION CROSSING (NEW SECTION) 7-06.1 Description This work consists of furnishing and installing restrained joint ductile iron pipe and fittings, valve with valve box, and a Catch Basin Type 2 48 -Inch Diameter, for an irrigation crossing (connection to existing system will be by others). 7-06.2 Materials Materials shall meet the following requirements: Ductile Iron Water Main Pipe: Ductile iron pipe shall conform to the requirements of Section 9-30.1(1) of the Standard Specifications except that it shall be Standard Thickness Class 50, minimum Pressure Class 350. All pipe and mechanical joint fittings shall be restrained with grip ring gaskets or equal (with City approval) Mechanical joint fittings shall be in accordance with Section 9-30.2(1) of the Standard Specifications. Connection Couplings: Couplings for DI pipe, either transition or straight couplings, shall be compression type flexible couplings conforming to Section 9-30.2(7) of the Standard Specifications. Bedding Materials (Rigid Pipes) 9-03.9(3) Base Course Saddles. New service tapping saddles shall be Romac Style 202NS, or approved equal nylon coated saddle with double stainless steel straps. Gate Valves: All gate valves size 2 -inch through 20 -inch shall be resilient seated gate valves conforming to the latest AWWA standard C 509. Valves shall be Mueller, Clow, or M&H. Two-inch valves shall have screw type end connections and be non -rising stem with 2 -inch operating nut. Valve Boxes: The top section of the valve boxes shall be Rich Model 940-B, or approved equal, 18 inches high The bottom section shall be a Rich Model R-36, or equal, 36 inches high; extension sections shall be Rich Model 044, or equal, 12 inches high. G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 52 7-06.3 Backfilling Trenches The irrigation crossing from back of sidewalk to back of sidewalk shall be backfilled with controlled density fill meeting the requirements of Section 8-27 of these Special Provisions, and per the Plans. Backfill outside of the roadway prism shall be native material. 7-06.4 Hydrostatic Pressure Test All water mains and appurtenances shall be tested under a hydrostatic pressure of 160 psi. 7-06.5 Payment The lump sum contract price for "Irrigation Crossing", shall be full compensation for all work to complete the installation of the irrigation crossing as shown on the Plans, including but not limited to, excavation, dewatering, pipe bedding, laying and joining pipe and fittings, restrained joints, concrete thrust blocking, backfill (except controlled density fill), compaction, testing, flushing, valve, valve box, catch basin type 2 48 - inch, and cleanup. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.2 Materials This section is supplemented by adding the following item: Crushed Surfacing Top Course (for Trench Backfill). 7-08.3(3) Backfilling This section is supplemented with the following. Street -crossing trenches and other areas as directed by the Engineer, shall be backfilled for the full depth of the trenches with Crushed Surfacing Top Course (for Trench Backfill). 7-08.4 Measurement This section is supplemented by the following Crushed Surfacing Top Course (for Trench Backfill) will be measured by the ton. 7-08.5 Payment This section is supplemented by adding the following pay item: "Crushed Surfacing Top Course (for Trench Backfill)", per ton. 7-09 WATER MAINS 7-09.1 Description This section is supplemented with the following, This work shall include adjusting valve boxes to the finished grade of the asphalt concrete pavement or sidewalk. G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 53 7-09.3 Construction Requirements This section is supplemented with the following: Where existing valve boxes are located in the existing or proposed asphalt roadway, the locations of the water valves shall be referenced with highly visible reference markers and the valve boxes shall be adjusted as detailed in Section 5-04.3(13) of these Standard Specifications. The location of each water valve shall be marked on the surface of the new pavement within 24 hours of the area being paved. The new valve box castings shall be installed and adjusted to the new pavement elevation within 10 days. Where existing valve boxes are located in the proposed sidewalk, they shall be adjusted to finish grade prior to placing the concrete. 7-14.3(4) Moving Existing Hydrants Revise this section to read: Existing hydrant shall be moved where shown in the Plans. Remove existing section of hydrant lateral pipe, and install a new hydrant lateral pipe between the existing valve and existing (moved) fire hydrant. The new lateral shall be approximately 5 feet in length, 6 -Inch diameter ductile iron pipe All work shall meet the requirements of Section 7-14.3(1). 7-15 SERVICE CONNECTIONS 7-15.4 Measurement This section is supplemented with the following: Adjustment of meter boxes will be measured per each. 7-15.5 Payment This section is supplemented with the following: The unit price bid for "Adjust Meter Box," per each, shall be full compensation for all labor, tools, equipment, and incidental costs required to adjust a meter box to finished grade. DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements 8-01.3 General The tenth paragraph of Section 8-01.3(1) is revised to read: (January 25, 2011) Erodible Soil Eastern Washington Erodible soil not being worked whether at final grade or not, shall be covered within the following time period using an approved soil cover practice. July 1 through September 30 October 1 through June 30 G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 54 30 days 15 days 8-01.3(1)A Submittals Section 8-01.3(1)A is supplemented with the following: (April 3, 2006) Prior to beginning any concrete or grinding work, the Contractor shall submit a plan, for the Engineer's review and approval, outlining the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. 8-01.3(2) Seeding, Fertilizing and Mulching 8-01.3(2) B Seeding and Fertilizing Section 8-01.3(2) B is supplemented with the following: Grass seed shall be a commercially prepared mix, made up of low growing species and be approved by the Engineer. The application rate shall be 100 pounds of Pure Live Seed (PLS) per acre. Upland Seed Mixture This seed mixture shall used for all hydroseeding all bare ground areas including swales. Common Name # PLS/ acre Hard Fescue 90 Kentucky Bluegrass 10 Fertilizer shall be a commercially prepared mix of 10-20-20 (Nitrogren/Phosphorous/Potash) and shall be applied at the rate of eight -hundred (800) pounds per acre. 8-01.3(2)D Mulching This section is supplemented with the following: Wood fiber mulch shall be applied at a rate of 2,000 pounds per acre. 8-02 ROADSIDE RESTORATION 8-02.3(4)A Topsoil Type A Revise this section to read: Topsoil shall consist of a uniform mixture of compost (50 percent by volume) and sand or sandy loam (50 percent by volume). Maximum sand particle size shall be 3/8 inch. Topsoil shall be free from: Materials toxic to plant growth; noxious weed seeds, rhizomes, roots; subsoil, stones and other debris. G:\PROJECTS\2009109024\SPECS\Nob Hill Boulevard Specs.Docx 55 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8-06.1 Description This section is supplemented with the following: This work shall include the installation of cement concrete driveway approaches in accordance with the City of Yakima Standard Detail R-4, Residential Driveway Approach, and Commercial Driveway Approach. 8-06.3 Construction Requirements Replace the first paragraph with the following: Residential driveway approaches and commercial driveway approaches shall be constructed with air entrained concrete Class 3000 conforming to the requirements of Section 6-02 or Portland Cement Concrete Pavement conforming to the requirements of Section 5-05. 8-06.4 Measurement Add the following: "Residential Driveway Approach" will be measured by the square yard at the locations shown on the plans. "Commercial Driveway Approach" will be measured per each. 8-06.5 Payment Add the following pay items: "Residential Driveway Approach", per square yard. "Commercial Driveway Approach", per each The unit price bid for "Commercial Driveway Approach," per each, shall be full compensation for constructing new commercial driveway approaches to the payment limits as shown on the Plans including curb, valley gutter and concrete slabs. 8-14 CEMENT CONCRETE SIDEWALKS 8-14.3 Construction Requirements 8-14.3(3) Placing and Finishing Concrete This section is supplemented with the following: All sidewalks not located within driveway approach areas shall be four -inch thick cement concrete over a two-inch base of crushed surfacing top course. All sidewalks located within a driveway approach area shall be six-inch thick cement concrete over a two-inch base of crushed surfacing top course. See City of Yakima Standard Details R4 and R5. 8-14.4 Measurement (******) Replace the second sentence of the first paragraph to read: Measurement of sidewalk ramps will be per each regardless of type. G:\PROJECTS\2009\090241SPECS\Nob Hill Boulevard Specs.Docx 56 8-14.5 Payment Revise the second paragraph to read: "Cement Concrete Sidewalk Ramp," per each. Pedestrian curb shall be included in the payment for "Cement Concrete Sidewalk Ramp." This section is supplemented with the following. All costs required to furnish, place and compact the Crushed Surfacing Top Course beneath the cement concrete shall be incidental to, and included in the per square yard unit contract prices for "Cement Concrete Sidewalk" and "Residential Driveway Approach" and the per each unit contract price for "Commercial Driveway Approach". 8-18 MAILBOX SUPPORT 8-18.1 Description This section is supplemented with the following. This work also includes furnishing and installing a 12 -box Central Mailbox Unit including support and foundation. 8-18.2 Materials This section is supplemented with the following: Approved Local Central Mailbox Unit Distributors include: Lone Pine Construction, (509) 654-2505 Stein's Ace Hardware, (509) 965-2622 Don J Young Co., (509) 575-1377 No other distributors will be considered. 8-18.4 Measurement This section is supplemented with the following: Central Mailbox Unit will be measured per each unit furnished and installed.' 8-18.5 Payment This section is supplemented with the following. The unit price bid for "Central Mailbox Unit," per each, shall be full compensation to furnish and install the mailbox unit complete, and in place, including the 12 -box Central Mailbox Unit, support, foundation, and two sets of keys for each of 12 boxes, ready for use by the Postal Service G:\PROJECTS120091090241SPECS\Nob Hill Boulevard Specs.Docx 57 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.3(5) Conduit Supplement this section with the following: All underground electrical conduits shall be (gray, electrical grade) schedule 40 PVC pipe, installed in all conduit runs as shown on the Plans. All 90 -degree elbows shall be galvanized steel. A 1/8 -inch braided nylon rope with a minimum 450 -pound breaking strength shall be installed in each conduit run with two (2) feet doubled back at each termination. 8-20.3(8) Wiring Supplement this section with the following: Illumination (street lighting) conductors and wires are the only type which may be spliced in junction boxes, using only the 3M Scotchcast- permanent, watertight, non -re -enterable splice kit. Wire marking sleeves and/or approved wire and cable tags are required in loop -wire splicing junction boxes and for loop lead-in to home run wires, identifying the loop numbers served. And, tags are required at the controller cabinet for optical preemption detection cable -to -detector identification. Marking sleeves and tags are NOT required for any other individual conductors, multi -conductor, coax or power cables. 8-20.3(10) Electrical Service Add the following: Two new 120/240V electrical services shall be provided where and as shown on the Plans. Contractor shall coordinate the location of these services with Pacific Power. A State electrical permit will be required for the services. All wiring and equipment shall conform to the appropriate electrical codes. The Contractor shall provide all materials required which are not supplied by Pacific Power. Installation and materials shall meet the requirements of Pacific Power. 8-20.3(13)C Luminaires Supplement this section with the following: All new luminaires shall be LED -type with the following specifications: BETA LED - #STR-LWY-3M-12- C-UL-SV. Equivalent and/or alternate wattage LEDs shall be pre -approved by the City Engineer. 8-20.5 Payment This section is supplemented with the following: "Illumination System, Complete", lump sum. The lump sum contract price for "Illumination System, Complete", shall be full pay for the construction of the complete electrical system, as shown on the Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, new street lights, relocating two street lights (complete), and making all required tests and inspections. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the electrical system, shall be included in the lump sum contract price. "Electrical Service, Complete", lump sum The lump sum contract price for "Electrical Service Complete", shall be full pay for the construction of two new complete electrical services, as shown in the Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, and new services. G:\PROJECTS\2009109024\SPECS Nob Hill Boulevard Specs.Docx 58 "Additional Conduit (2-2" conduits)", linear foot. The unit price bid for "Additional Conduit (2-2 conduits)," per linear foot, shall be full compensation for all labor, tools, equipment, and incidental costs to install a pair of 2" schedule 40 PVC conduits where shown on the Plans, including pipe, elbows into junction boxes, and conduit bedding. 8-21 PERMANENT SIGNING 8-21.1 Description This section is supplemented with the following: This work shall also include furnishing and installing type 3 barricades and treated 4 x 4 posts at locations shown on the Plans. 8-22 PAVEMENT MARKING 8-22.5 Payment Revise this section as follows: The lump sum bid price for "Pavement Markings" shall be full compensation for all labor, tools, equipment, and materials necessary to complete this item of work in place, including dimensional layout in the field, cleaning pavement surfaces, and furnishing and installing all painted and plastic markings, as shown on the Plans. If the Contractor's construction sequence includes temporary pavement markings, payments shall be included in the lump sum bid price for "Pavement Markings". 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING 8-24.1 DESCRIPTION (******) This section is supplemented with the following. This work also includes the construction of short retaining walls using commercial segmental blocks, as shown on the Plans and as directed by the Engineer. Segmental blocks shall be Cornerstone Radius Face 100 or approved equal. Contractor shall install block wall per manufacturer's recommendations. Wall at Sta. 40+44 to Sta. 41+12 RT shall be charcoal in color, or equivalent. Wall at Sta. 69+50 to Sta 70+35 LT. shall be cinnamon frost in color, or equivalent. Contractor to provide color sample to City of Yakima for approval. 8-24.4 MEASUREMENT Add the following Segmental block wall will be measured by square foot of completed wall in place including caps. G:\PROJECTS\2009109024\SPECS1Nob Hill Boulevard Specs Docx 59 8-24.5 PAYMENT This section is supplemented with the following: "Segmental Block Wall," per square foot includes furnishing and installing modular block wall, preparation of foundation soil, leveling course of crushed surfacing top course, and backfill with crushed surfacing top course. 8-26 GEOTEXTILE PAVING FABRIC (NEW SECTION) The following new section shall be added to the Standard Specifications: 8-26.1 Description This item shall consist of furnishing and placing a six-foot width of polypropylene fabric on all joints between existing and new asphalt prior to overlay. The location of the placement shall be shown on the Plans or directed by the Engineer. 8-26.2 Materials Geotextile Fabric: Fabric shall be non -woven needle -punched reinforcing fabric which conforms to the following properties (ASTM Method D4632, Grab Methods) - Tensile strength, either direction, minimum 90 lbs. Grab Tensile Elongation 50% Weight, ounces per square yard 3 5 minimum Fabric asphalt minimum residual retention 0.20 gal/SY Bituminous Material. The type, grade, controlling specification, and application temperature for the bituminous material are given below: Type and Grade Asphalt Cement Application Temperature Specification Degrees F. AAS HTO M 226-73 290 to 325 The approximate amount of bituminous material per square yard for the bituminous binder shall be as shown below The Engineer will designate the exact rate of application on a test strip. Material Amount Bituminous Material 20 to 30 gallons per square yard 8-26.3 Construction Requirements Weather Limitations: The bituminous material and fabric shall be applied only when the existing surface is dry and when the atmospheric temperature is above 60' F, and when the weather is not foggy or rainy. Preparation- Immediately before placing the bituminous material, the surface shall be swept with a power broom to remove all loose dirt and other objectionable material The surface shall be clean and dry prior to bituminous material placement. Placement of Geotextile Fabric: After placing the bituminous material at the specified application rate and temperature, good workmanship and care shall be displayed in placing the fabric wrinkle -free in accordance with the manufacturer's recommended procedures. in no case shall bituminous material (binder) placement exceed fabric placement by 2,000 linear feet. In order to maximize fabric contact with the pavement surface, the fabric shall be broomed flat. This operation shall be repeated in the G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 60 event the fabric becomes dusty before the bituminous surface course is applied. The fabric shall overlap transverse joints by approximately 12 -inches. Also, no new pavement joints shall occur over either fabric or old pavement joints. Traverse joints shall be shingled in the direction of the paving to prevent edge pick-up by the paver. In the event the binder bleeds through the fabric before the bituminous surface course is placed, the Contractor shall blot the binder to prevent pick-up, in a manner approved by the Engineer. Any fabric which is damaged after it has been placed is the responsibility of the Contractor and shall be removed and replaced as per the Engineer's instructions prior to the paving operation 8-26.4 Measurement The fabric membrane to be paid for shall be the number of square yards installed and accepted as directed by the Engineer. No payment will be made for lapping of joints. No payment will be made for fabric widths greater than six feet unless directed otherwise by the Engineer Payment for bituminous binder will be considered incidental to the bid item "Paving Fabric." 8-26.5 Payment Payment for "Paving Fabric" shall be made at the contract unit price per square yard. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and placement of the fabric membrane and for all labor, equipment, tools, and incidentals necessary to complete the work. 8-27 CONTROLLED DENSITY FILL (NEW SECTION) The following new section shall be added to the Standard Specifications. 8-27.1 GENERAL Controlled Density Fill (CDF) shall be used in locations as shown on the Plans. It shall be a mixture of Portland Cement, fly ash, aggregate, water, and admixtures proportioned to provide a non -segregating, self -consolidating, free-flowing material which will result in a hardened, dense, non -settling fill. 8-27.2 MATERIALS Materials shall meet the requirements of the following Sections of the Standard Specifications: Portland Cement Type II 9-01 Fly Ash Class C or F 9-23.9 Aggregates 9-03.1 Water 9-25 Admixtures 9-23.6 8-27.3 CONSTRUCTION REQUIREMENTS 8-27.3(1) CONSTRUCTION MATERIALS The CDF shall be a mixture of Portland Cement, fly ash, aggregate, water, and admixtures which has been batched and mixed in accordance with Section 6-02.3 of the Standard Specifications. The following table provides a guideline for proportioning the Controlled Density Fill for this project. The final mix provided by the Contractor shall result in a material which is excavatable by machine with a maximum unconfined compressive strength of 300 psi. Water 50 gals per cubic yard Cement 50 lbs per cubic yard Fly Ash 250 lbs per cubic yard Aggregate 3,200 lbs per cubic yard G:\PROJECTS\2009\09024\SPECSINob Hill Boulevard Specs.Docx 61 event the fabric becomes dusty before the bituminous surface course is applied. The fabric shall overlap transverse joints by approximately 12 -inches. Also, no new pavement joints shall occur over either fabric or old pavement joints. Traverse joints shall be shingled in the direction of the paving to prevent edge pick-up by the paver. In the event the binder bleeds through the fabric before the bituminous surface course is placed, the Contractor shall blot the binder to prevent pick-up, in a manner approved by the Engineer. Any fabric which is damaged after it has been placed is the responsibility of the Contractor and shall be removed and replaced as per the Engineer's instructions prior to the paving operation. 8-26.4 Measurement The fabric membrane to be paid for shall be the number of square yards installed and accepted as directed by the Engineer. No payment will be made for lapping of joints. No payment will be made for fabric widths greater than six feet unless directed otherwise by the Engineer. Payment for bituminous binder will be considered incidental to the bid item "Paving Fabric." 8-26.5 Payment Payment for "Paving Fabric" shall be made at the contract unit price per square yard. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and placement of the fabric membrane and for all labor, equipment, tools, and incidentals necessary to complete the work. 8-27 CONTROLLED DENSITY FILL (NEW SECTION) The following new section shall be added to the Standard Specifications: 8-27.1 GENERAL Controlled Density Fill (CDF) shall be used in locations as shown on the Plans. It shall be a mixture of Portland Cement, fly ash, aggregate, water, and admixtures proportioned to provide a non -segregating, self -consolidating, free-flowing material which will result in a hardened, dense, non -settling fill. 8-27.2 MATERIALS Materials shall meet the requirements of the following Sections of the Standard Specifications: Portland Cement Type II 9-01 Fly Ash Class C or F 9-23.9 Aggregates 9-03 1 Water 9-25 Admixtures 9-23 6 8-27.3 CONSTRUCTION REQUIREMENTS 8-27.3(1) CONSTRUCTION MATERIALS The CDF shall be a mixture of Portland Cement, fly ash, aggregate, water, and admixtures which has been batched and mixed in accordance with Section 6-02.3 of the Standard Specifications. The following table provides a guideline for proportioning the Controlled Density Fill for this project. The final mix provided by the Contractor shall result in a material which is excavatable by machine with a maximum unconfined compressive strength of 300 psi. Water 50 gals per cubic yard Cement 50 lbs per cubic yard Fly Ash 250 lbs per cubic yard Aggregate 3,200 lbs per cubic yard G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 61 DIVISION 9 MATERIALS 9-05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9-05.15(1) Manhole Ring and Cover Revise this section to read: All manhole rings and lids to be adjusted on this project shall be replaced with locking manhole rings and lids that will be supplied by the City at no cost to the Contractor. The locking manhole rings and lids shall be picked up from the Wastewater Collections Shop located at 204 W. Pine Street at the Contractor's expense. The locking lids are marked as "Sewer" for the sanitary sewer system and "Storm" for the storm water system. The Contractor will be responsible for placing the correct lid on each system manhole upon completion of adjustment. Prior arrangements shall be made by the Contractor to assure that the facility will be open for pickup of the rings and lids. G•IPROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 63 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (April 2, 2012) 2 Standard Plans 3 The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01 4 transmitted under Publications Transmittal No. PT 09-013, effective April 2, 2012 is made a part 5 of this contract. 6 7 The Standard Plans are revised as follows: 8 9 B-10.20 and 810.40 10 Substitute "step" in lieu of "handhold" on plan 11 12 C -14a 13 SECTION B, callout - 11/2" PVC CONDUIT (TYP.) is revised to read: 11/4' PVC CONDUIT 14 (TYP.) callout (mark) 8 #9 - 36" (TYP.) is revised to read: callout (mark) 8 #8 - 36" (TYP.) 15 EPDXY BAR EXPANSION JOINT DETAIL, callout (mark) W #9 (epoxy coated symbol) 16 36" (TYP.) is revised to read: callout (mark) 8 #8 (epoxy coated symbol) - 36" (TYP.) 17 18 C-23.60 19 Note 4. For anchor post assembly details, see Standard Plan C-1 b. Use detail on this plan 20 for wood breakaway post. (No block on this post) 21 22 Is revised as follows: 23 24 Note 4. For anchor post assembly details, refer to standard plan C-1 b for Sim. Installation, 25 with the exception of using the wood breakaway post detail, this plan. (No block on this 26 post). Typical for both steel or wood guardrail runs. 27 28 G-24.40 29 Existing callout - CORNER BOLT (TYP.) 30 New callout - CORNER BOLT OR SHOULDER BOLT (TYP.) 31 32 1-30.50 33 Deleted 34 35 J -1f 36 Note 2, reference to J -7d is revised to J-15.15 37 References to J -9a (3 instances) are revised to J-60.05 38 39 J -3b 40 Sheet 2 of 2, Plan View of Service Cabinet, Boxed Note, "SEE STANDARD PLAN J -6C..." 41 is revised to read: "SEE STANDARD PLAN J-10.10..." 42 Sheet 2 of 2, Plan View of Service Cabinet Notes, references to Std. Plan J -9a are revised 43 to J-60.05 (3 instances). 44 45 J -7c 46 Note 3, reference to J -7d is revised to J-15.15 47 48 J -16b 49 Key Note 1, reference to J -16a is revised to J-40.36 50 1 J-16c 2 Key Note 1, reference to J-16a is revised to J-40.36 3 4 J-20.10 5 Sheet 2, 2-Way Mounting Angle Detail, 6 Dimension 1.625" is revised to 1.8125" 7 Dimension 2.375" is revised to 2.1875" 8 9 J-75.40 10 Monotube Sign Structure, elevation, callout - EQUIPMENT GROUNDING CONDUCTOR 11 SIZE PER NEC. MINIMUM SIZE # 8 12 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC minimum 13 size # 4 AWG 14 Detail C, callout- EQUIPMENT GROUNDING CONDUCTOR,- CLAMP TO STEEL 15 REINFORCING BAR, SIZE PER NEC MIN. SIZE # 8 16 Is revised to read; EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL 17 REINFORCING BAR, SIZE PER NEC minimum size # 4 AWG 18 19 J-75.45 20 elevation, callout - EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC. 21 MINIMUM SIZE # 8 22 23 Is revised to read 24 25 EQUIPMENT GROUNDING CONDUCTOR - SIZE PER NEC minimum size # 4 AWG 26 27 Detail D, callout- EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL 28 REINFORCING BAR, SIZE PER NEC. MIN. SIZE # 8 29 30 Is revised to read: 31 32 EQUIPMENT GROUNDING CONDUCTOR - CLAMP TO STEEL REINFORCING BAR, 33 SIZE PER NEC minimum size # 4 AWG 34 35 K-80.30 36 In the NARROW BASE, END view, the reference to Std. Plan C-8e is revised to Std. Plan 37 K-80.35 38 39 L-20.10, Sheet 1 40. Delete all references to tension cable and substitute tension wire. Add knuckled selvage is 41 required on the top edge of the fence fabric. 42 43 L-20.10. Sheet 2 44 Delete all references to tension cable and substitute tension wire All rope thimbles, wire 45 rope clips and seizing are not required 46 47 L-30.10, Sheet 1 48 Delete all references to tension cable and substitute tension wire. 49 50 L-30.10, Sheet 2 1 2 3 4 5 6 7 8 10 Delete all, references to tension cable and substitute tension wire. All rope thimbles, wire rope clips and seizing are not required The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand comer of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00 8/7/07 A-10.20-00 10/5/07 A-10.30-0010/5/07 A-20.10-00 8/31/07 A-30.10-0011/8/07 A-30.15-00 11/8/07 A-30.30-016/16/11 B-5.20-01 ... ..._6/16/11 B-5.40-01 6/16/11 B-5.60-01 6/16/11 B-10.20-00 6/1/06 B-10.40-00.. 6/1 /06 B-10.60-006/8/06 B-15.20-00 6/1/06 B-15.40-00 6/1/06 B-15.60-00 6/1/06 B-20.20-01.....11/21/06 B-20.40-02 ......6/10/08 B-20.60-02 6/10/08 B-25.20-00 6/8/06 B-25.60-00 6/1/06 B-30.10-006/8/06 B-30.20-01......11/21/06 B-30.30-00.........6/1 /06 B-30.40-00.... 6/1/06 C-1 6/16/11 C -1a 10/14/09 C -lb 6/16/11 C-10... ........ 5/30/97 C-1 d 10/31/03 C-2 1/6/00 C -2a 6/21/06 C -2b 6/21 /06 C -2c 6/21 /06 C -2d 6/21/06 C -2e 6/21 /06 C -2f 3/14/97 C -2g 7/27/01 C -2h 3/28/97 C -2i 3/28/97 C -2j 6/12/98 A-30.35-00 10/12/07 A-40.00-00 8/11/09 A-40.10-02 6/2/11 A-40.15-00 8/11/09 A-40.20-00.........9/20/07 A-40.50-01 6/2/11 A-50.10-00 11/17/08 B-30.50-006/01/06 B-30.70-02 6/16/11 B-30.80-00 6/8/06 B-30.90-01 9/20/07 B-35.20-00 6/8/06 B-35.40-00..........6/8/06 B-40.20-00 6/1/06 B-40.40-01........6/16/10 B-45.20-00 6/1/06 B-45.40-00 6/1/06 B-50.20-00 6/1/06 B-55 20-006/1/06 B-60.20-00 6/8/06 B-60 40-00 . 6/1/06 B-65.20-00.......6/1 /06 B-65.40-00... ..... 6/1 /06 B-70.20-00 6/1/06 B-70.60-006/1 /06 C-5.. .. ... _ . ... 6/ 16/ 11 C-6 5/30/97 C -6a ...............10/14/09 C -6c 1/6/00 C -6d 5/30/97 C -6f ................... 7/25/97 C-7 6/16/11 C -7a 6/16/11 C-8 2/10/09 C -8a 7/25/97 C -8b 6/27/11 C -8e 2/21/07 C -8f 6/30/04 C-10 6/3/10 0-13 7/3/08 C -13a, .................7/3/08 A-50.20-01 ..9/22/09 A-50.30-00 11/17/08 A-50.40-00.....,11/17/08 A-60 10-01 10/14/09 A-60.20-02 6/2/11 A-60.30-00 11/8/07 A-60.40-00 8/31/07 B-75.20-01 6/10/08 B-75.50-01 6/10/08 B-75 60-00 6/8/06 B-80.20-00 6/8/06 B-80 40-00.... 6/1 /06 B-82.20-00.... 6/1 /06 B-85.10-01 6/10/08 B-85.20-00 6/1/06 B-85.30-00 6/1/06 B-85.40-006/8/06 B-85.50-01 6/10/08 B-90 10-00 6/8/06 B-90.20-00 6/8/06 B-90.30-006/8/06 B-90.40-00 6/8/06 B-90.50-006/8/06 B-95.20-01 2/3/09 B-95.40-00 6/8/06 C-20 14-01 10/14/09 C-20 15-00 10/14/09 C-20.18-00 10/14/09 C-20.19-0010/14/09 C-20 40-02... ..... 6/16/11 C-20.42-02 6/16/11 C-20.45.00 6/16/11 C-22.14-02 6/16/11 C-22.16-02 6/16/11 C-22.40-02 6/16/10 C-22.45.00 6/16/11 C-23.60-01. 10/14/09 C-25.18-02 6/16/11 C-25.20-04 10/14/09 C-25.22-03 10/14/09 C-25.26-01 10/14/09 1 C -2k 7/27/01 C-2 n 7/27/01 C -2o 7/13/01 C-2 p.. 10/31/03 C-3 6/27/11 C -3a 10/4/05 C -3b 6/27/11 C -3c 6/27/11 C -4b 6/8/06 C -4e 2/20/03 C -4f 6/16/11 D-2.04-00 11/10/05 D-2.06-01 1/6/09 D-2.08-00 11/10/05 D-2.14-00 ...... 11 /10/05 D-2.16-00 11/10/05 D-2.18-00 11/10/05 D-2.20-00 11/10/05 D-2 32-00 11/10/05 D-2.34-01 1/6/09 D-2 36-02 1/6/09 D-2.42-00 11/10/05 D-2.44-00... 11/10/05 D-2.60-00 11/10/05 D-2.62-00 11/10/05 D-2 46-00....._11/10/05 2 E-1 .. E-2.. 3 4 5 6 C -13b 7/3/08 C -13c 7/3/08 C -14a 7/3/08 C -14b 7/26/02 C -14c 7/3/08 C -14d 7/3/08 C -14e 7/3/08 C -15a 7/3/08 C -15b 7/3/08 C -16a 6/3/10 C -16b 6/3/10 D-2.48-00 11/10/05 D-2.64-01 1/6/09 D-2.66-00 11/10/05 D-2.68-00 11/10/05 D-2.80-00 11/10/05 D-2.82-00 11/10/05 D-2.84-00 11/10/05 D-2.86-0011/10/05 D-2.88-00 11/10/05 D-2.92-00 11/10/05 D-3 6/2/11 D-3.10-00...... 6/16/10 D-3.11-00 6/16/10 D-3,17-00 6/16/11 D-3.15-00 6/16/11 2/21/07 E-4 8/27/03 ....... 5/29/98 E-4 a .................. 8/27/03 F-10.12-02 6/16/11 F-10.16-00 12/20/06 F-10.18-00 6/27/11 F-10.40-01 7/3/08 F-10.42-00 1/23/07 G-10.10-00 9/20/07 G-20.10-00 9/20/07 G-22.10-01 7/3/08 G-24.10-00 11/8/07 G-24.20-00 11/8/07 G-24.30-0011/8/07 G-24.40-01 12/2/08 G-24.50-00 11/8/07 H-10.10-00 H-10.15-00 H-30.10-00 F-10.62-01 9/05/07 F-10.64-02 7/3/08 F-30.10-016/3/10 F-40.12-01. 6/3/10 F-40.14-01 6/3/10 G-24.60-01 6/16/11 G-25.10-02 6/27/11 G-30.10-01 6/16/11 G-50.10-00 11/8/07 G-60.10-01 6/27/11 G-60.20-01 6/27/11 G-60 30-01 6/27/11 G-70.10-01 6/27/11 7/3/08 H-32.10-00 7/3/08 H-60.10-01 10/12/07 H-60.20-01 C-25.80-01........7/3/08 C-28.40-01 6/16/11 C-40.14-01 6/3/10 C-40.16-01 6/3/10 C-40.18-01 10/14/09 C-85.14-00 6/16/11 C-85.15-00 6/16/11 C-85 16-00 6/16/11 C-85-18-00 6/16/11 C-85.20-00 6/16/11 C-90.10-00 .7/3/08 D-3 16-00 6/16/11 D-4.. 12/11/98 D-6 6/19/98 D-10.10-01 12/2/08 D-10.15-01 12/2/08 D-10.20-00 7/8/08 D-10.25-00 7/8/08 D-10.30-00 7/8/08 D-10.35-00 7/8/08 D-10.40-01 12/2/08 D-10.45-01 12/2/08 D-15.10-01 12/2/08 D-15.20-02 6/2/11 D-15.30-01 12/02/08 F-40.15-01 6/3/10 F-40.16-01 6/3/10 F-45.10-00 6/3/10 F-80 10-01 6/3/10 G-70.20-01 ...6/27/11 G-70.30-01 6/27/11 G-90.10-01. 5/11/11 G-90.20-01 6/27/11 G-90.30-01 6/2/11 G-90.40-0110/14/09 G-95.10-01 6/2/11 G-95.20-02 ..:.6/2/11 G-95.30-026/2/11 9/20/07 H-70.10-00.....9/5/07 7/3/08 H-70.20-00 9/5/07 7/3/08 H-70.30-01 11/17/08 1-10.10-01 8/11/09 1-30.40-00.......10/ 12/07 1-30.10-01 8/11/09 1-40.10-00 9/20/07 1-30.15-00 8/11/09 1-40.20-00 9/20/07 1-30.20-00 9/20/07 1-50.10-00 9/20/07 1-30.30-00 9/20/07 J-1 f 6/23/00 J-21.20-00 10/14/09 J-3 8/1/97 J-22.15-00 10/14/09 J -3b 3/4/05 J-22.16-01 6/3/10 J -3c 6/24/02 J-26.10-01.....6/27/11 J -3d 11/5/03 J-26.15-00.....6/16/10 J -7c 6/19/98 J-28.10-01 5/11/11 J-10 7/18/97 J-28.22-00 8/07/07 J-10.10-01 5/11/11 J-28.24-00 8/07/07 J-12 2/10/09 J-28 26-01 12/02/08 J-15.15-00.... , . 6/16/10 J-28.30-026/27/ 11 J -16b 2/10/09 J-28.40-01 10/14/09 J -16c 2/10/09 J-28.42-00......8/07/07 J-20.10-00 10/14/09 J-28.45-01 6/27/11 J-20.15-00 10/14/09 J-28.50-02.......6/2/11 J-20.16-00 10/14/09 J-28.60-01.......6/2/11 J-20.20-00 10/14/09 J-28.70-01 5/11/11 J-20.26-00 10/14/09 J-29.10-00 6/27/11 J-21.10-02 6/27/11 J-29.15-00 6/27/11 J-21.15-00 10/14/09 J-29.16-00 6/27/11 J-21.16-00 10/14/09 J-40.10-02. 5/11/11 J-21.17-00 10/14/09 J-40.20-00......5/11 /11 K-10.20-01 10/12/07 K-26.40-01 10/12/07 K-10.40-00.........2/15/07 K-30.20-00 2/15/07 K-20 20-01 10/12/07 K-30 40-01 10/12/07 K-20.40-00....... 2/15/07 K-32.20-00.. ..2/15/07 K-20.60-00 2/15/07 K-32.40-00 2/15/07 K-22.20-01 10/12/07 K-32.60-00 2/15/07 K-24.20-00 2/15/07 K-32.80-00........2/15/07 K-24.40-01 10/12/07 K-34.20-00 2/15/07 K-24.60-00 2/15/07 K-36.20-00 2/15/07 K-24 80-01......10/12/07 K-40.20-00 2/15/07 K-26.20-00 2/15/07 K-40.40-00 2/15/07 L-10.10-016/16/11 L-20.10-01 6/16/11 L-30.10-01 6/16/11 1-50.20-00 8/31/07 1-60.10-00 8/31/07 1-60.20-00... 8/31/07 1-80 10-01 8/11/09 J-40.30-02.....5/11/11 J-40.36-006/3/10 J-40.37-00 6/3/10 J-40.38-00.......6/16/11 J-50.10-00 6/3/11 J-50.11-00 6/3/11 J-50.12-006/3/11 J-50.15-00.. , 6/3/11 J-50.16-00 6/3/11 J-50.20-00 6/3/11 J-50.25-00 6/3/11 J-50.30-006/3/11 J-60.05-00 6/16/11 J-60.13-006/16/10 J-60.14-00......6/16/10 J-75.10-01......5/11/11 J-75.20-00, .....2/10/09 J-75.30-01 5/11/11 J-75.40-00..... ,10/14/09 J-75.45-00 10/14/09 J-90.10-01.. 6/27/11 J-90.20-01 6/27/11 K-40.60-00. . _2/15/07 K-40.80-002/15/07 K-55.20-00 2/15/07 K-60.20-02 7/3/08 K-60.40-00.......2/15/07 K-70.20-00 2/15/07 K-80.10-00 2/21/07 K-80.20-00 ....12/20/06 K-80.30-00 2/21/07 K-80.35-00 2/21/07 K-80.37-00 2/21/07 L-40.10-01 6/16/11 L-70.10-01 5/21/08 L-40 15-01 6/16/11 L-70.20-01.......5/21 /08 L-40.20-01 6/16/11 M-1.20-02 6/3/11 M-9.60-00....:..2/10/09 M-1.40-02 6/3/11 M-11.10-01 1/30/07 M-1.60-02 6/3/11 M-15.10-01 2/6/07 M-1.80-03 6/3/11 M-17.10-02 7/3/08 M-2.20-02.........6/3/11 M-20.10-02 6/3/11 M-3.10-03 ..... ; ...6/3/11 M-20.20-01 1/30/07 M-40.10-025/11 /11 M-40.20-00...10/12/07 M-40.30-00 9/20/07 M-40.40-009/20/07 M-40.50-00 9/20/07 M-40.60-00 9/20/07 M-3.20-02 6/3/11 M-20.30-02 10/14/09 M-60.10-01 6/3/11 M-3.30-03 6/3/11 M-20.40-02 6/3/11 M-60.20-02 6/27/11 M-3.40-03 6/3/11 M-20.50-02 6/3/11 M-65.10-02 5/11/11 M-3.50-02 6/3/11 M-24.20-01 5/31/06 M-80.10-01 6/3/11 M-5.10-09 6/3/11 M-24.40-01 5/31/06 M-80.20-00 6/10/08 M-7.50-01 1/30/07 M-24.50-00 6/16/11 M-80.30-00 6/10/08 M-9.50-01 1/30/07 M-24.60-03 5/11/11 1 CONTRACT TMS AGREIIvENT made and entarPri intn in trinlirata this day ofat, 2p12 t� and begy�en the city of Yakima,her inafter xalle d the OVN e , and GRANITE CONSTRUCTION COMPANY , a California on, herei er called the Contractor WTNESSEI1-t That in consideration of the tears and conditions contained herein and attached and (rade a part of this agreement, the parties hereto covenant and agree as fdlows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipmant for THE BID AMOUNT OF: $2,031,895.79, for Nob Fill Boulevard, 491i Avenue to 64th Avenue, City Project No. 2272, all in accordance with, and as described in the attached plans and specifications and the 2012 Standard Specifications for Road, Bridge, and Municipal Construction which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the watt provided under this contract and every part thereof. Wxic shall start within tei (10) days after the Notice to Rnceed and shall be corrinleted in One Hundred (100) waling days. If watt has rot corrrrenced within the ten (10) days after the Notice to Proceed, the first chargeable working day shall be the 11th day after the date on which the aty issues the Notice to Proceed. If said work is not completed within the time specified, the Contractor agrees to pay to the Omer the sun specified in the Standard Specifications b- each and every day sad work remains uncompleted after expiration of the specified tirre, as liquidated darrages. The Contractors shall provide and beer the expense of all equipment, wait and labor of any sort whatsoever that may be required for the transfer of neterials 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. H. The Qty of Yakirma hereby prorrises and agrees with the Contractor to errplcy, and does errploy the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the sarre according to the attadied plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the sarre according to the attached specifications and the schedule of unit or iterrized prices hereto attached, at the time and in the rranne and upon the conditions provided for in this contract. III. INDEIVTIIFICAT1ON. The Contractor shall defend, indemnify, and hold hairless the Qty, its officers, elected officials, errployees and agents from and against any and all dairrs, causes cf action, damages, losses, liens and expenses of any kind or nature whatsoever (induilm reascnade attorney fees and costs) arising out et, relating to, or resulting from death or bodily injury to any person or damage or destruction to a third party or third parties to the extent caused by any negligent act ancfor omission of the Contractor, its offices, erploycoz, agents and/or suboontradas arising as a resit of the performance or non-perfor ranee of the services, duties and obligations required of it under this Agreement. Nothing contained in this Contract shall be construed to create a liability or a right of indermification in any third party. IV The Contractor for hirrself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the.fu l performance of all the covenants herein contained upon the pert of the Contractor V It is further provideed that no liability shall attach to the Qty of Yakima by reason of entering• expressly provided herein. into this cor?tra, e>coept as, IN WITNESS W-EREOF the parties hereto have caused this agreeirernt to be executed the day and year first herein above written; Countersigned: this.Aq day of CITY OF YAFaIV A 2012. Qty Manager :(t ity iek i . 4 . •:,,_ 4•'o0000a-c . CONTRACTOR GRANITE CONSTRUCTION COMPANY , a California Corporation Contractor \�0% 11flr/l//// j �% � ! •• °jARr �.f� -_ (Print Name) l► �:i=nti Expires .: J_ • •/�ctober 25, 2014 � Z :o Its Vice President J i/Opr W AS,,\\. (President, Owner, etc.) Address: 585 West Beach Street Watsonville, CA 95076 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PERFORMANCE BOND BOND TO CITY OF YAKIMA KNOWALL IVEN BY T1 -ESE PRESENTS. Bond Nos.: 82301629 Federal 105788072 Travelers 09011746 F&D That wha-ox; the Qty of Yakima, Washington has awarded to GRANITE CONSTRUCTION COMPANY (Contractor) hereinafter designated as the `Principal" a contract for the construction of the project designated NOB HILL BLVD. — 49th to 64th Inprovernents, Project No. 2272, all as hereto attached and made a part hereof and whereas, said principal is required under the terns of said contract to furnish a bond for the faithful performance of said contract: NO VV,, -n Em -ORE, we, the principal, and Federal Insurance Company* (SuY) a corporation, organized and existing tinder and by virtue cf the laws of the State of Indiana** , duly authorized to do business in the State of Vltashington, as surety, are jointly and severally held and firmly hound unto the aty of Yakine, Vlast>ington, in the sum of $ 2,031,895.79---- (Total CattractAmD nt) lawful money of the protect States, for the payment of which sum well and truly to be rade, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by those presents. GRANITE CONSTRUCTION COMPANY T1 -E CONDITIONS OF THIS OBI.JGATICNS IS SUCH, that if the above banded principal shall faithfully perform all cf the provisions of said contract in the manner and within the tirre therein set forth, or within such extensions of tirre as may be granted under said contract, and shall pay all laborers, mechanics, sub -contractors and material rren, and all persons who shall supply said principal or sub -contractors with provisions and supplies for the carrying on of sad work, and shall hid said Oty of Yakima, Washington, their employees, agents, and elected or appointed officials, harrriess from any darrege occasioned to any person a- property by ror.,ai of any carelessness o negligence on the part of sad principal, or any stboontractor in the performance of said work and shall indermify and hold the aty cf Yakima, Washington, its en loyees, agents, and elected or appointed officials, harmless from any damage or expense by reason of failure of performance as specified in said contract or from detarfs developing in the material o workmanship provided or perfumed tender said contract, within a period of one year after its acceptance by the Qty of Yalarra,n , , r Vlashngton, then and in that event this obligation shall be void; but otherwise it shall be and resin in full force at effect. ` k1 This obligation c, • , gation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the Qty of Yakima, Vlashirrgton. IN 1MT ESS VM-EREOF, the said principal and the said surety have caused this band to be signed and sealed by their duly �'� authorized officers this 25th day of June , 2012. GRANITE CONSTRUCTION COMPANY (PdndPa) Jigisha Desai (Pintnrarne) Vice President (Title) Federal I urance Company* BY (&&nature) Cynthia P. Johnson " _ r (Pint Neer) _ - lubch •- iAtts rney-in-Fact - ` id? s ) r.zl 1- l j `' ✓ �� - ` _ r ';Travelers Casualtyand Surety Company ref Anier,ca'' 'I r':.' <". Fideli_Ivjaiid.Depsoit Company of Maryland ),. oiriiti'y;a id severally Liable < **Connecticut, Maryland, respectively (True) , Executed in 3 Counterparts i CALIFORNIA ALL.PURPOSE ACKNOWLEDGMENT v� ct ti� e`i Mcg c� eCc�tio�t u -n en c State of California County of Santa Cruz On June 25, 2012 before me, Date personally appeared V.J. Fox Here Insert Name and Title of the Officer Cynthia P. Johnson, Attorney -in -Fact Names) of Signer(s) V. J. FOX Comm. 1948644 NOTARY PUBUC-CALIFORNIA SANTA CRUZ COUNTY MY COMMISSION WIRES SEPT 15, 2015 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand�#fici�l,�eal of Signature OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than.Named Above: No biic aturery V.J. Fox Capacity(ies) Claimed by Signer(s) Signer's Name: O Individual O Corporate Officer — Title(s): O Partner — 0 Limited 0 General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRIIV •.OF SIGNER::'' Top of thumb here Signer's Name: ❑ Individual 0 Corporate Officer — Title(s): 0 Partner — O Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRIN1 OF„.SIGNER.r Top of thumb here .7.-,, w.w WW W •27 -d•-lJ••ll.•!J •7..7••.7 •tJ.•!l `d,•V •d. V.7 'fl VJ •tP '! •.7,' Y `.7 f `!l `d ••lyNs, .-ll.-N.•tI.•EY -a7,w `.7 '.7 6> 02007 National Notary Association • 9350 De Soto Ave., P.O.Box 2402 • Chat ,s rth, CA 91313.2402 • twnv.NatlonalNotary.org Item #5907 Reorder: Call Toll -Free 1-800-876-6827 CHUBB Chubb POWER Federal Insurance Company Attn: Surety Department Surety OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, nnsttu eand appoint new York Jigggisha Desai, John PACIFIC GillilINDEMNITY nd Catheri ie Gustayson, Cynthia corporation, rpJohnson and each Schreckengost of Watsonville, California each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business on behalf of Granite Construction Incorporated and all Subsidiaries alone or in joint venture in connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation And the execution of such bond or obligation by such Attomey- in- Fact in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 29th day of September, 2011. /dam Kenneth C. Wendel, Assistant Secretary STATE OF NEW JERSEY ss. County of Somerset On this 29th day of September, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and -that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David 8. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal KATHERINE J. ADELAAR NOTARY PUBUC OF NEW JEkSfli NIr 2316685 Corenilaalon Explres July 16, 2014 CERTIFICATION Notary Public Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY' "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies') do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this June 25, 2012 K nneilt7Wendel, ssistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@ chubb.com Form 15.10- 0154B- U (Rev 10- 02) CORP CONSENT TRAVELERS Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In -Fact No. 224Q1Z POWER OF ATTORNEY St. Paul Mercury Insurance Company Travelers.Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty'Company KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire `and Marine Insurance Company, St. Paul Guardian Insurance. Company and St. Paul .Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws.of the State of Maryland, that Fidelity and •Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint john D..G/I/i/and, Jigisha Desai, Cynthia P. Johnson, Kathleen Schreckengost, and Catherine Gustayson of the City of Watsonville, State of California, their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power of Attorney IS limited to bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof for Granite Construction Incorporated and all subsidiaries and affiliates, alone or in joint venture. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 7th day of December, 2011. Farmington Casualty Company Fidelity and Guaranty Insurance. Company Fidelity and Guaranty. Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty:and Surety Company Travelers Casualty and Surety Company. of America United States Fidelity and Guaranty Company State of Connecticut City of Hartford ss. By: Geo ge W Tompson, or Vice President On this the 7th day of December, 2011, before me personally appeared George W Thompson, who acknowledged himself to he the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as.a duly authorized officer In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2016. Page 1 of 2 can.- C. 'TILLitv Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it Is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this June 25, 2012 SEAL, Kevin E. l ughes, As_ "sistant Secretary f^ cy' To verify the authenticity of th/s Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. Page 2 of 2 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the State ofMatyland, by FRANK E. MARTIN, JR., Vice President, and ERiC D BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the B y -Laws of said Companies, which are set forth.on the next page her eof and are hereby certified to be in full force and effect on the date hereof, does h ereby nominate, constitute and appoint Jigisha DESAI, Catherine GUSTAVSON, Cynthia.P. JOHNSON, Kathleen SCHRECKENGOST and John 1). GILLiLAND , all of Watsonville,.California, EACH its true and lawful agent and Attorney -in -Fact, to snake, execute, seal and deliver, for, and on its behalf as surety, and°as its act and deed: any and all bonds and undertaking's issued on behalf of Granite Construction Incorporated, Watsonville, California and all subsidi cries alone or in a jointventure, and. the ex ecution of such b onds or undertakings in pursuan ce of these presents, shall b e as binding upon:said Companies, as fully and amply, to ail intents and purposes, as if it had been duly executed and acknowledged by the regularly elected officers of the Company at its office in.Baltirnore, MD', in.their own proper persons. This power of attorney revokes that issued on behalf ofligisha DESAi, Johri.D GILLILAND,,Ananya MUKHERJEE, Eve PEREZ dated March 4, 2009 The said Assistant Secretary does hereby certify that Ihe.exlract set forth on the nextp age hereof is a true copy of Article VI, Section 2, of the By=Laws of said Company,.and is now in force. IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal\ of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, as edits 21st day of September, A.D. 2011. FIDELITY AND DEPOSIT COMPANY OF MARYLAND ATTEST. COLONIAL AMERICAN CASUALTY.AND•SURETY COMPANY Eric D Burnes Assistant Secretary Frank E. Martin, Jr. lice -President State of Maryland County of Baltimore ss: On this 21 st.day of September, A.D 2011 before the subscriber,.a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN, JR., Vice President, and ERIC D BARNES, A ssistant Secretary of the FIDELITY A ND DEPOSIT COMPA NY OF MARYLAND and the COLON IAL AMERICAN CASU AI,TY AND.S URETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the.same, and being by me du ly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the.Cor porateSeals of said Companies, and that the said Corporate Seals and thei r signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the,day'and year first above written. 0 C onnre.A. Dunn Nanny Public My Commission Expires: July 14, 2015 POAF 016-0000C EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of th e Board, or the President, or any Executive Vice -President or any Vice P resident that is specially authorized b y the Board of Di rectors or the C hairman in concurrence with the Corporat e S ecretary, s hall h ave the pow er, b y and with th e concurrence of the Secretar y, to appoint Attorney -in -Fact as th e business of the Compan y may require, or to au thorize any person or persons t o execute on behalf of th e Company any bonds, undertakings, recognizances, stipulations, policies, c ontracts, agreements, deeds, and releases and assignments of judgements; decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of th e Board, or the President, or any Executive Vice -President or any Vice P resident that is specially authorized b y the Board of Di rectors or the C hainnan in concurrence with the Corporat e S ecretary, s hall h ave the pow er, b y and with th e concurrence of the Secretary, to appoint Attorney -in -Fact as the business of the Compan y may require, or to au thorize any person or persons t o execute on behalf of th e Company any bonds, u ndertakings, recognizances, stipulations, policies, c ontracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages, and also all other instruments and documents which the business of the Company may require, and to affix the seal of the Company thereto." CERTIFICATE I, the undersig ned, Assistant Secretar y of the FIDELITY AND DEPOSIT COMPA NY OF MARYLAND, and the COLONIAL AMERICA N CASUALTY AND SURETY COMPANY, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and eff ect on the date of this certificate; and I do further certif y that the Vice -President who execute d the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT C OMPANY 0 F MARYLAND, and the COIR NIAL AMERICA N CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AN D DEPOSIT COMPANY OF MARYLAND, at a meeting duly called and held on the 10 'h day of May, 1990, and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994 RESOLVED. "That the facsimile or m echanically reproduced seal of the company and facsimile or mechanically reproducedsignature of any " :u. Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearingaugon,a,cerfified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." - • IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Companies on June25,^2012- 1 4,x,e «GG Gerald F Haley Secretary +Compilia f0:0 ith11mm1g004fandtIVaturalizatianxA9$ The City of Yakima supports the Federal Immigration, Reform and Control Act of 1986, as amended. The City requires that all contractors or business entities that contract with the City for the award of any City contract for public works in excess of Five Thousand Dollars ($5,000), or any other city contract in excess of Two Thousand Five Hundred Dollars ($2,500), enroll in the E -Verify program or its successor, and thereafter to verify its employees' proof of citizenship and authorization to work in the United States. E -Verify will be used for newly hired employees during the term of the contract ONLY: it is NOT to be used for existing employees. The Contractor must remain enrolled in the program for the duration of the contract and be responsible for verification of every applicable subcontractor. The 'contractor shall sign and return with their bid response the E -Verify Declaration below Failure to do so may be cause for rejection of bid. E -VERIFY COMPLIANCE -DECLARATION. The undersigned declares, under penalty of perjury under the laws of Washington State that:; 1. By submitting this Declaration, I certify that I do not and will not, during the performance of this contract, employ illegal alien workers, or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986 2. I agree to enroll in E -Verify prior to the start date of any contract issued by .the City of Yakima to ensure that my workforce is legal to work in the United States of America agree to use E -Verify for all newly hired employees during the length of the contract. 3. I certify that I am duly authorized to sign this declaration on behalf of my company. 4. I acknowledge that the City of Yakima reserves the right to require evidence of enrollment of the E -Verify program at any time and that non-compliance could lead to suspension of this contract.,. Firm Name. __Granite._.Construction _ Company Dated this 5th day of July , 20 12_., Signature. �.� Printed Name:} Sonny Chavez Phone #: 509/248 -8376. - u :Email Address' ,.sonny.-chavez@g.cinc-..com G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs,Docx 72 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ARID CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 06/26/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER LIC #0G62759 1-415-486-7000 Aon Risk Insurance Services West, Inc 199 Fremont Street, Suite 1500 San Francisco, CA 94105 CONTACT NAME: PHONEFAX (A/C, No, Ext): I (A/C, No): LIABILITY COMMERCIAL GENERAL A ADDDREDRE SS: PRODUCER CUSTOMER ID#: INSURER(S) AFFORDING COVERAGE INSURER VALLEY FORGE INS CO NAIC # 20508 INSURED GRANITE CONSTRUCTION COMPANY PO BOX 50085 WATSONVILLE, CA 95077 INSURER B: 10/01/12 INSURERC. $ 2,000,000 INSURER D . $ 2,000,000 INSURER E . CLAIMS -MADE INSURER F . $ NIL COVERAGES CERTIFICATE NUMBER: 27887998 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE IN R SUBR POLICY NUMBER POLICY EFF POLICY EXP IMMIDD/YYYY) (MM/DD/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X Liability OCCUR X X GL 2074978689 10/01/09 10/01/12 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 2,000,000 CLAIMS -MADE MED EXP (Any one person) $ NIL X X GEM_ Contractual PERSONAL 8 ADV INJURY $ 2,000,000 XCU Hazards GENERAL AGGREGATE $ 10,000,000 AGGREGATE LIMIT APPLIES PER: POLICY X PRO- JECT LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X X X X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS Contractual Liability X X BUA 2074978692 10/01/05 10/01/12 COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ $ UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DEDUCTIBLE RETENTION $ $ $ A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N (Mandatory in NH)E.L If yes, describe under DESCRIPTION OF OPERATIONS below N / A WC 274978644 (AOS) WC 274978644 (WA/EL ONLY, 10/01/09 10/01/05 10/01/12 10/01/12 X _mut ()R- TORY LIMITS ER E.L. EACH ACCIDENT $ 2,000,000 DISEASE - EA EMPLOYEE $ 2,000,000 E.L. DISEASE - POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) 255 383973 - NOB HILL BOULEVARD - 49TH TO 64TH AVE. IMPROVEMENTS CITY PROJECT NO. 2272. THE CITY OF YAKIMA, THEIR AGENTS, EMPLOYEES, AND ELECTED AND APPOINTED OFFICIALS ARE LISTED AS ADDITIONAL INSUREDS, PER ENDORSMENTS ATTACHED GL PER ISO FORM CG0001 10/01; AL PER ISO FORM CA0001 03/06 CERTIFICATE HOLDER CANCELLATION 255 383973 CITY OF YAKIMA 129 NORTH SECOND STREET YAKIMA, WA 98901 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Lindak ACORD 25 (2009/09) 27887998 © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SUPPLEMENT TO CERTIFICATE OF INSURANCE DATE 06/26/2012 NAME OF INSURED: GRANITE CONSTRUCTION COMPANY SUPP (10/00) POLICY NUMBER: GL 2074978689 COMMERCIAL GENERAL LIABILITY CG 2503 0397 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: WHERE REQUIRED BY CONTRACT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. For all sums which the insured becomes legally obli- gated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses' caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project Gen- eral Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Ag- gregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products -completed op- erations hazard", and for medical expenses COVERAGE C regardless of the number of a. b c. under Insureds, Claims made or "suits" brought; or Persons or organizations making claims bringing "suits" or 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4 The limits shown in the Declarations for Each Oc- currence, Fire Damage and Medical Expense continue to apply However, instead of being subject to the General Aggregate Limit shown in the Declarations, CG 25030397 such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. B For all sums which the insured becomes legally obli- gated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which cannot be attributed only to on- going operations at a single designated construction project shown in the Schedule above 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical ex- penses shall reduce the amount available under the General Aggregate Limit or the Products - Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C When coverage for liability arising out of the "products - completed operations hazard" is provided, any pay- ments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then re- started, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or time- tables, the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. Hart Forms & Services Reorder No 14-E044 Copyright, Insurance Services Office, Inc., 1996 Page 1 of 1 CNA POLICY NUMBER: GL 2074978689 G -140331-B (Ed 01/09) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional Insured Person(s) Or Organizations The City of Yakima, their Agents, Employees and Elected and Appointed Officials Location(s) of Covered Operations (As per the written contract/agreement, provided the location is within the "coverage territory" of this Coverage Part.) (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. Section II - Who Is An Insured is amended to include as an additional insured any person(s) or organization(s), including any person or organization shown in the Schedule above, whom you are required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided. a. The written contract or written agreement was executed prior to: 1. The "bodily injury" or "property damage"; or 2. The offense that caused the "personal and advertising injury" for which the additional insured seeks coverage under this Coverage Part; and b. The written contract or written agreement pertains to your ongoing operations or "your work" for the additional insured(s) B. The insurance provided to the additional insured is limited as follows 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage," or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf in the performance of your ongoing operations for the additional insured(s) or c. "Your work" that is included in the "products -completed operations hazard" and performed for the additional insured, but only if this Coverage Part provides such coverage, and only if the written contract or written agreement requires you to provide the additional insured such coverage. 2. However, we will not provide the additional insured any broader coverage or any higher limit of insurance than the least of those. a. Required by the written contract or written agreement; b. Described in B.1. above; or c. Afforded to you under this policy. 3. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract or agreement requires this insurance to be primary. In that event, this insurance will be primary relative to insurance which covers the additional insured as a named insured. We will not require contribution from such insurance if the written contract or written agreement also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. G -140331-B Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 1 of 2 (Ed 01/09) CNA 4. The insurance provided to the additional insured terminates when your operations for the additional insured are complete. But if the written contract or written agreement specifies a date until which this insurance must apply, then this insurance terminates* a. On the date specified in the written contract or written agreement; or b. When this policy expires or is cancelled, whichever occurs first. C. With respect to the insurance afforded to the additional insured, the following additional exclusions apply. This insurance does not apply to: 1. "Bodily injury," "property damage," or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury," "property damage," or "personal and advertising injury" arising out of any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. D. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: G -140331-B (Ed 01/09) An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; (2) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part; Except as provided in Paragraph B.3 of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; and (4) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit." We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit." 2. With respect only to the insurance provided by this endorsement, the first sentence of Paragraph 4.a. of the Other Insurance Condition is deleted and replaced with the following: 4. Other Insurance a. Primary Insurance This insurance is primary and non- contributory except when rendered excess by this endorsement, or when Paragraph b. below applies. E. The provisions of the written contract or written agreement do not in any way broaden or amend this Coverage Part. (3) G -140331-B Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 2 of 2 (Ed 01/09) CNA POLICY NUMBER: GL 2074978689 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following form: COMMERCIAL GENERAL LIABILITY COVERAGE PART Severability of Interest The insurance afforded by this policy applies severally as to each insured except that the inclusion of more than one insured shall not operate to increase the limit of the Company's liability. Waiver of Subrogation The Company waives any right of recovery the Company may have against the person or organization shown in the Schedule because of payments the Company makes for injury or damage arising out of the named insured's work done under a contract with that person or organization. Schedule Name of Person or Organization Any person or organization with whom the named insured agrees in writing prior to the date of any loss to waive the named insured's right to recover against them. Notice of Cancellation In the event of cancellation or material change that reduces or restricts the insurance afforded by the Commercial General Liability Coverage Part, the Company agrees to mail prior written notice of cancellation or material change to the person or organization named in the Schedule. Schedule Name: Any person or organization the named insured is required by written contract or agreement to mail prior written notice of cancellation or material change. Number of days advance notice 10 (or 20 if in Alaska) days notice for non-payment of premium or 60 (or fewer, as required by written contract) days notice for any other reason CNA For All the Commitments You Make Policy Number: BUA 2074978692 Valley Forge Insurance Company This endorsement modifies insurance provided under the following form: ADDITIONAL INSURED BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. SCHEDULE Additional Insured: The City of Yakima, their Agents, Employees, and Elected and Appointed Officials Who is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule but only for "bodily injury" or "property damage" resulting from the operation of an "auto" owned or used by the Named Insured. Primary Wording The coverage afforded to the additional insured shall operate as primary insurance and no other insurance maintained by the additional insured shall be called on to contribute to a loss hereunder but only if the written contract requires that this insurance be primary and non-contributory. Severability of Interest The insurance afforded by this policy applies severally as to each insured except that the inclusion of more than one insured shall not operate to increase the limit of the Company's liability Waiver of Subrogation The Company waives any right of recovery the Company may have against the person or organization shown in the Schedule because of payments the Company makes for injury or damage arising out of the named insured's activities under a contract with that person or organization. Schedule Name of Person or Organization: Any person or organization with whom the named insured agrees in writing prior to the date of any loss to waive the named insured's right to recover against them. Notice of Cancellation In the event of cancellation or material change that reduces or restricts the insurance afforded by the Business Auto Coverage Form, the Company agrees to mail prior written notice of cancellation or material change to the person or organization named in the Schedule. Schedule Name• Any person or organization the named insured is required by written contract or agreement to mail prior written notice of cancellation or material change. Number of days advance notice 10 (or 20 if in Alaska) days notice for non-payment of premium or 60 (or fewer, as required by written contract) days notice for any other reason MINIMUM WAGE AFFIDAVIT 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 Tess than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Contractor Subscribed and sworn to before me on this day of , 2012 Notary Public in and for the State of Washington residing at G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 77 PREVAILING WAGE RATES The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Department of Labor and Industries are by reference made a part of this contract as though fully set forth herein. The current schedule of prevailing wage rates for the locality or localities where this contract will be performed, as determined by the Industria! Statistician of the Department of Labor and Industries, are included in these contract documents. Inasmuch as the contractor will be held responsible for paying the prevailing wages, it is imperative that all contractors familiarize themselves with the current wage rates, as determined by the Industrial Statistician of the Department of Labor and Industries, before submitting bids based on these specifications. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his decision therein shall be final and conclusive and biding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. Current prevailing wage rules and data can be furnished by the Industrial Statistician upon request. You may submit your request to: Department of Labor and Industries ESAC Division PO Box 44540 Olympia, Washington 98504-4540 Telephone: 360-902-5335 G:\PROJECTS\2009\090241SPECS\Nob Hill Boulevard Specs.Docx 78 PROPOSAL To the City Clerk Yakima, Washington This certifies that the undersigned has examined the location of CITY OF YAKIMA Nob Hill Boulevard 49th Avenue to 64th Avenue City Project No. 2272 and that the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, is understood. The undersigned hereby proposes to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available in accordance with the said plans, specifications and contract, and the following schedule of rates and prices. NOTE: Unit prices for all items, all extensions, and total amount of bid, shall be shown, and be written in ink or typed. Show unit prices in figures only. Figures written to the right of the dot (decimal) in the dollars column shall be considered as cents. G:\PROJECTS\2009\090241SPECS\Nob Hill Boulevard Specs Docx 79 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM PROPOSAL BID SHEET Nob Hill Boulevard 49th Avenue to 64th Avenue City Project No. 2272 ITEM NO. PROPOSAL ITEM ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 1 SPCC Pian 1 L.S. .0000• CO 1 Aloo, CO 1-07.15 2 Erosion/Water Pollution Control EST. F,A. 10,000.00 10,000.00 1-07.15 3 Minor Change EST, F.A. 15,000.00 15,000.00 1-09.4 4 Mobilization 1 L.S. cc iOi• �6Z0— 6 %$4/S/o- 1-09.7 5 Traffic Control Supervisor 1 L.S. 00 P� i.ere. 64 1-10.5.P6;00. 6 Flaggers and Spotters 3,000 HOUROD 9D CCV. GC 1-10.5_ _ 7 Other Temporary Traffic Control Labor 500 HOURi 00 �• �' r_ /O� 1-10.5 8 Construction Signs, Class A 304 S.F50 /S Cf�7/off• 1-10.5 9 Other Temporary Traffic Control 1 L.S. Corse �O saso. 4c 1 10.5 10 Clearing and Grubbing 1 L.S. �5 000. m0 6 2-01.5 11 Removal of Structures and Obstructions 1 L.S. /Z/S /Z/$be)' ec 2-02.5 12 Saw Cut 9,350 L.F. i • 0 G66 �i ASO• 2-02.5 13 Roadway Excavation Incl. Haul 11,300 C.Y. CC'6t z • G� 2-03.5 14 Structure Excavation Class B Incl. Haul 1,300 C.Y. a• co ate• itto 2-09.5 15 Crushed Surfacing Base Course 2,600 TON Z5 00 SGY,>Ip. Ce 4-04.5 16 Crushed Surfacing Top Course 800 TON /5 00 i2y pqp• 4-04.5 17 Asphalt Treated Base 1,200 TON 4055•• 4 4-06.5/ 18 HMA Class 1/2 -Inch PG 64-28 4,000 TON 55. GO p .4 5-04.5 19 HMA for Approach Class 1/2 -Inch PG 64-28 50 TON/ %ZO• cce)MI �/. 5-04.5 20 HMA for Prelevelinq Class 3/8 -Inch PG 64-28 400 TON • .346OrAD.Li 5-04.5 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. PROPOSAL ITEM ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 21 Planing Bituminous Pavement 1,350 S.Y. 9. co �Q/6jpp,4t 5-04.5 22 Schedule A Storm Drain Pipe 12 In. Diam, 3,120 L.F. /9. 6;D 'SCl//��"z�.6211 7-04.5 23 Solid Wall PVC Storm Sewer Pipe 4 In. Diam. 180 L.F. $. SD b.6el 7-04.5 24 12 -Inch Underdrain Pipe Infil. Trench System 1,135 L.F.C 5t/ (iO3'.rio, 7-04.5 25 18 -Inch. Underdrain Pipe Infil. Trench System 170 L.F,BIS // Z a / 9 p44 7-04.5 26 Infiltration Chamber 1 L.S. p.6 �5j 3/0 7-04.5 27 Infiltration Pond 1 L.S. 9//AO. p / dp, ', 7-04.5 28 Tr. 5 Al. Storm Sewer Pipe 24 In. Th. 0.060 In. Diam. 85 L.F. 4 5Q OZ• C �D/Z.5 7-04.5 29 Roadside Swale 5,070 L.F. A SQse 7/006: 7-04.5 30 4 -Inch Underdrain Pipe 140 L.F.m0 0.747 37s' 7-04.5 31 Catch Basin Type 1 23 EA. �ee OC 7-05.5' 32 Catch Basin Type 1L 3 EA. 9&a' 2► 5210- 649 7-05.5 33 Catch Basin Type 2 48 In. Diam. 26 EA.3, // j '� ` 4,tl C. 66 7 05.5 34 Pretreatment Manhole 48 In. Diam. 1 EA. Om 716�. � OC &' 7-04.5 35 Shoring or Extra Excavation Class B 9,750 S.F. • S ,y97; a 7-05.5 36 Adjust Manhole - 16 EA. eve 9 Aso .619 / 7-05.5 37 Adjust Catch Basin 4 EA. 440. Z 540/).0e)7-05.5 / 38 Concrete Spill Apron 38 EA.p, OO 2 ? 7-05.5 ' 39 Irrigation Crossing 1 L.S.00 7'.- oe 7a S61D . 7-06.5 40 Crushed Surfacing Top Course (for Trench Backfill) 400 TON ,s-e,6,/(�Bp U! 7-08.5 41 Gravel Backfill for Pipe Zone Bedding 130 C.Y,7 6 O ' 0,71"5-:g" 7-08.5 42 Moving Existing Hydrant 1 EA. OD 2/0�. Be 2/6Y>d . 7-14.5 43 Adiust Meter Box 1 EA. ?step se. 5�. 7-15.5. Addendum No. 1 81 - REVISED June 8th, 2012 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ITEM NO. PROPOSAL ITEM ITEM PAYMENT SECTION QTY UNIT UNIT PRICE DOLLARS AMOUNT DOLLARS 44 PVC Sanitary Sewer Pipe 10 In. Diam. 60 L.F.�p O. � Z 7-17.5 45 PVC Sanitary Sewer 8 In. Diam. 30 L.F./00 X00, co 3eA�. 7-17.5 46 ESC Lead 21 DAY 4d /Se. S° 8-01.5 47 Seeding, Fertilizing and Mulching 3.30 ACRE /eo .4CS 5 4 C 8-01.5 48 Type A 2,000 C.Y. 3/.S© 44 ace. co 8-02.5Topsoi1 49 Cement Conc. Traffic Curb and Gutter 9,000 L.F.�� .ZD ,g6' 8-04.5 50 Residential Driveway Approach 300 S.Y. 21 • +S© c7 9, • C6' 8-06.5 51 Commercial Driveway Approach 6 EA. 44 gal 6e 00 24 *0• 8-06.5 52 Monument Case and Cover 1 EA.BO �O•An �' 8-13.5 53 Cement Concrete Sidewalk 5,320 S.Y. 7D /4 �Z� 8-14.5 54 Cement Concrete Sidewalk Ramp 21 EA.d�D 400 • 60 /gj4' C • 8-14.5 55 Cement Concrete Conduit Cap 30 L.F. �y CC Pv 7910• 4e)8-14.5 56 Mailbox Support Type 2 2 EA.OP8-18.5 ' Goy' co 57 Central Mailbox Unit 1 EA. 3/0OC. 00 3/ 00D. 8-18.5 58 Illumination System, Complete 1 L.S, MD *Da"' 00 b40,6co 8-20.5 59 Electrical Service, Complete 1 L.S. /6`0Oe• bt9 /0OM. C© 8-20.5 60 Additional Conduit (2-2" conduits) 5,420 L.F. . OO / �P M� 8-20.5 61 Permanent Signing 1 L.S. S .a1D / 5� ,6c 8-21.5 62 Pavement Markings 1 L.S. add %OJ &--fB�2,s�. DO 8-22.5 63 Segmental Block Wall 500 S.F. '�`�. !.•.7. O 0 /Z/1-40. 8-24.5 64 Paving Fabric 6,000 S.Y, b76- itOj 5E4 " 26 5 65 Controlled Density Fill 40 C.Y. At)p0 /®o. V/040• 8-27.5 66 4 -Inch Diam. PVC Irrigation Sleeve, in Place 240 L.F. 60 ..(204C• 8-28.5 Addendum No. 1 PROJECT TOTAL: fgz.54 Z,o31, 895 . "11 82 - REVISED June 8th, 2012 BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, or cash in the amount of $. N/A which amount is not less than five percent of the total bid. - Sign Here N/A BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Granite Construction. Companyas principal, and Federal Insurance Company , as Surety, are held and firmly bound unto the City of Yakima, as Obligee, in the penal sum of 5%(FIVE PERCENT) OF ENTIRE BID AMOUNT Dollars/ for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Nob Hill Boulevard 49th Ave. to 64th Ave. , according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. - -SIGNED, SEALED AND DATED THIS 6th DAY OF June ,.2012 Granite Construction Company/By • Federal Idsurance Com an B Martin P. Matheson Principal Regional Manager Surety /Kathleen Schrec -ngost, Attorney -in -Fact - -'Received return of deposit in the sum of $ G:\PROJECTS\2009\090241SPECS\Nob Hill Boulevard Specs.Docx 83 2012 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT [�!:<;'.^,C��C:t.C: C.�v;,G'!>.�c`,�;�c^.�C:4Y;�c>•G�^f�<?S�?^v>,Si•:/�;`C:4`(1t�Y:�O.cit^.<?C��;a`c<S� •2,cG.Sy Mie!:�"4,�?,CJc`-,�--!"ti't1i.''�-i''•Ch�61'.c`c?i'1�i.=0 State of California County of Santa Cruz On June 6, 2012 Date personally appeared } before me, Renee P Shebanek, Notary Public Here Insert Name and -118e of the Officer Kathleen Schreckengost, Attorney -in -Fact Federal Insurance Company RENEE P. SHEBANEK Comm. 1905988 NOTARY PUBUC-CAUFORNIA SANTA CRUZ COUNTY MY COMMISSION EXPIRES SEPT 30, 2014 Place Notary Seal Above Nan-re(s) of Sign er(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand %d official -elide/ 4 Ren P. Sh`e fek +.f " Public Signature OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above. Capacity(fes) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s)• U Partner — C] Limited Ll General Attorney in Fact C.1 Trustee L] Guardian or Conservator L1 Other: Signer Is Representing: Number of Pages: OFSIGNF.R Top o1 thumb ]hero Signor's Name: ❑ Individual ❑ Corporate Officer — Title(s). ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator C Other - Signer Is Representing: RIGHTTHUMBPRIN , OF:SIGNER Top of thumb here - NY':,"- - es- *7 •- W -'*7 W -. ll- u.-ei' •47 NV .9!7• •e. • . *7- ©2007 Naonal Notary Association • 9350 De Soto Ave., P.O.Box 2402 • ChaL;.trorth, CA 91313-2402+ w.NationalNotaryorg Item #5907 Rsordor-Calf Toll Free 1-800 879.8827 CHUB® Chubb POWER Federal Insurance Company Attn: Surety Department Surety OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Jigisha Desai, John D. Gilliland, Catherine Gustayson, Cynthia P. Johnson and Kathleen Schreckengost of Watsonville, California each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business on behalf of Granite Construction Incorporated and all Subsidiaries alone or in joint venture in connection with bids, proposals or contracts to or with the United States of America, any State or political subdivision thereof or any person, firm or corporation And the execution of such bond or obligation by such Attorney- in- Fact in the Company's name and on its behalf as surety thereon or otherwise, under its corporate seal, in pursuance of the authority hereby conferred shall, upon delivery thereof, be valid and binding upon the Company In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 29th day of September, 2011. /LIZ(Kenneth C. Wendel, Assistant Secretary STATE OF NEW JERSEY ss. County of Somerset On this 29th day of September, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr., subscribed to said Power of Attorney is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and in deponent's presence. Notarial Seal KATHERINE 1 ADEIAAR NOTARY PUEIUC OF NEW JFRSFI N. 2316685 e®ftt1I8glan Expires July 16, 2014 CERTIFICATION Notary Public Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." 1, Kenneth C Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies') do hereby certify that (i) the foregoing extract of the By- Laws of the Companies is true and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this June 6, 2012 Kn neTh Wendei; ssistant Secretary' N THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE :ONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903- 3493 Fax (908) 903- 3656 a -mail• surety@ cfiubb,com Form 15.10- 0154B- U (Rev 10.02) CORP CONSENT NON -COLLUSION DECLARATION 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 aforesigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid rigging activities call: 1-800-424-9071 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. G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 84 NON-DISCRIMINATION PROVISION During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. *(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. *(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post 'copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The contractor will comply with all provisions of Executive Order No. 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. *(5) The contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders "(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any such rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders 01 the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor The contractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided however, that in the event the contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." G:\PROJECTS12009\09024\SPECS\Nob Hill Boulevard Specs.Docx 85 SUBCONTRACTOR LIST Prepared in:compliance_with RCW 39.30.060 es 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. �A- t -J ..Y75 P 5C4-4G-6Vtry Item Numbers: al 3 Le S7 •• t n i I ,subtomeacto..Name._...T _SZ -v.. -e""4- v�.- ��o. Beef, n�-..... !Jon i .I 1-.4 Item Numbers:' t ) `�7 , 442 Subcontractor Name 7PGktierb eti--&�--r. c C_,D Item Numbers: . ., t,.% . 2t 9 SLP ..Leo/ Subcontractor Name 7-7Z Item Numbers: it; / 0; ZZ, L3, ZS!; Z ( Z 7, Z� . 7-L , 3.) , 32-, 3,3 ,. G:\PROJECTS\2009\09024VSPECS\Nob Hill Boulevard Specs.Docx 86 1414,LR-1 SUliconteactor &wile i Item Numbers 8 8 vq, ,57p,,,57/,53 5 -el 59, Z,e) Bid Items to be performed by the.Prirhe Contractor: (14-6- 6)z CSRc,i-ecie ) ?Ave/11 ,SJo.e, c derr-Airia, &Ay, i3rinie?Contractor Name: „ t C9nstru.ct iqn Comparhy ItemNumbers: ID 13 IS, / /1 1R / ... -G:\PHQJCTSW09\09q2.4\pPE.CS1Npb Hill'floOlevard.00.0.pocac 87 WOMEN AND MINORITY BUSINESS ENTERPRISE POLICY It is the policy of the City of Yakima that women and minority business enterprises shall have the maximum opportunity to participate in the performance of work relating to the City's activities. To this end, the City is committed to take all necessary and reasonable steps in accordance with state and federal rules and regulations to ensure women and minority business enterprises the maximum opportunity to compete for and to perform contracts. In order to enhance opportunities for women and minority businesses to participate in certain contractor opportunities with the City of Yakima, and as a recipient of federal and state financial assistance, the City is committed to a women and minority business enterprise utilization program. The City is determined to maximize women and minority business opportunities through participation in the competitive bidding process through women and minority business enterprise affirmative action programs administratively established by the City Manager and monitored and implemented in accordance with state and federal rules and regulations. All women and minority business enterprise programs shall include specific goals for participation of women and minority businesses in City projects of at least ten percent (10%) of the total dollar value of City contract over $10,000. Goals shall be reviewed and updated annually by the City Manager for applicability and to ensure that the intent of this policy is accomplished This statement of policy will be widely disseminated to all managers, supervisors, minorities and women employed by the City of Yakima as well as to contractors, vendors, suppliers, minorities and women who may seek the City's procurement and construction contracts related to the women and minority business enterprise programs. Contractors associations will be made aware of construction projects affected by this policy through all available avenues to assure that plans/specifications, bid forms, and invitations to bid are as widely distributed as possible. G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 88 1 1 RESOLUTION NO. D v 4 8 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 practicable opportunity to participate in the performance of such public works, and WHEREAS, the City of Yakima is determined to maximize Women And Minority Business Enterprise opportunities for parti- cipation in its competitive bidding process through the adoption of the "Women And Minority Business Enterprise Policy" statement attached hereto, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Council hereby adopts the "Women And Minority Business Enterprise Policy", a copy of which is attached hereto and by reference made a part hereof. QQ ADOPTED BY THE CITY COUNCIL this. $ t day of 1983. ATTEST: City Clerk G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 89 AFFIRMATIVE ACTION PLAN The bidders, contractors and subcontractors will not be eligible for award of a contract under this Advertisement for Bids unless it certifies as prescribed, that it adopts the minimum goals and timetable of minority and women workforce utilization and specific affirmative action steps as set forth by the City of Yakima, This is directed at increasing minority and women workforce utilization by means of applying good faith efforts to carrying out such steps. However, no contractor or subcontractor shall be found to be in noncompliance solely on account of its failure to meet its goals within its timetables, but such contractor shall be given the opportunity to demonstrate that it has instituted all of the specific affirmative action steps specified by the City of Yakima, and has made every good faith effort to make these steps work toward the attainment of its goals, all to the purpose of expanding minority and women workforce utilization on all of its projects in the City of Yakima, Washington. In all cases, the compliance of a bidder, contractor or subcontractor will be determined in accordance with its respective obligations under the terms of these Bid Conditions. All bidders and alt 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 such worker was not sent to the union hiring hall for referral or if such worker was not employed by the contractor, the contractor's file shall document this and the reasons therefore. c. The contractor shall promptly notify the City of Yakima Engineering Division an Contract Compliance Officer when the union or unions with whom the contractor has collective bargaining agreement has not referred to the contractor a minority or woman worker sent by the contractor or the contractor has other information that the union referral process has impeded him in his efforts to meet his goal. d. The contractor shall participate in training programs in the area, especially those funded by the Department of Labor. e. The contractor shall disseminate his EEO policy within his own organization by including it in any policy manual; by publicizing it in company newspapers, annual reports, etc., by conducting staff, employee and union representatives' meetings to explain and discuss the policy; by posting of the policy; and by specific review of the policy with minority employees. f. The contractor shall disseminate his EEO policy externally by informing and discussing it with all recruitment sources; by advertising in news media, specifically including minority news media; and by notifying and discussing it with all subcontractors and suppliers. G:\PROJECTS\2009\090241SPECS\Nob Hill Boulevard Specs Docx 90 g. The contractor shall make specific efforts and constant personal (both written and oral) recruitment efforts directed at all minority or women organizations, schools with minority students, minority recruitment organizations and minority training organizations, within the contractor's recruitment areas. h. The contractor shall make specific efforts to encourage present minority employees to recruit their friends and relatives. i. The contractor shall validate all man specifications; selection requirements, tests, etc. j. The contractor shall make every effort to promote after school, summer and vacation employment to minority youth. k. The contractor shall develop on-the-job training opportunities and participate and assist in any association or employer group training programs relevant to the contractor's employee needs consistent with its obligations under this bid. The contractor shall continually inventory and evaluate all minority and women personnel for promotion opportunities and encourage minority and women employees to seek such opportunities. m. The contractor shall make sure that seniority practices, job classifications, etc., do not have a discriminatory effect. n. The contractor shall make certain that all facilities and company activities are non- segregated. o. The contractor shall continually monitor all personnel activities to ensure that his EEO policy is being carried out. p. The contractor shall solicit bids for subcontracts from available minority and women subcontractors, engaged in the trades covered by these Bid Conditions, including circulation of minority and women contractor associations. q. Non cooperation: In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreements, the contractor shall, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex or national origin, making full efforts to obtain qualified and/or qualifiable minorities and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority or women employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246 and 23 CFR Part 230 as amended, and the Standard Specifications, such contractor shall immediately notify the City of Yakima Engineering Department or the City of Yakima Compliance Officer. G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 91 BIDDER CERTIFICATION A bidder will not be eligible for award of a contract under this invitation for bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting. contract: Granite. Construction .Company _ .certifiesthat: (BIDDER) It intends to use.the" following listed construction .trades in the work under the contract AJ 4L-1,0e.ci-Lo , etYYs. 014A-trene. and; as• to those trades for which itis required by these Bid Conditions to comply with'these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in the' Yakima, Washington area subject to these Bid Conditions, those trades being:. 14) -rt 0-11eAtirlo and; 2. It will obtain from each of its subcontractors and submit to•thacontracting or administering agency prior to the award of any sub -contract under this contract the` Subcontractor Certification required by these Bid "Conditions Martin P. Matheson•)';',5_V (Signature of -Authorized Representative of Bidder), , ,i,)41' c<7 )e, -.,:;,\'. , _ Regional Manager G:\PROJECTS12009\09024\SPECS\Nob Hill Boulevard Specs,Docx 92 SUBCONTRACTOR CERTIFICATION Subcontractors' Certification is not required at the time of bid. This Certification must be completed by each subcontractor prior to award of any subcontract. certifies that: (Subcontractor) 1. It intends to use the following listed construction trades in the work under the subcontract and; As to those trades for which it is required by these Bid Conditions to comply with these Bid Conditions, it adopts the minimum minority and women workforce utilization goals and the specific affirmative action steps for all construction work (both federal and non-federal) in Yakima, Washington, subject to these Bid Condition, those trades being. and; 2 It will obtain from each of its subcontractors prior to the award of any subcontract under this subcontract the Subcontractor Certification required by these Bid conditions. (Signature of Authorized Representative of Subcontractor) G;\PROJECTS120091090241SPECS\Nob Hill Boulevard Specs.Docx 93 MATERIALLY AND RESPONSIVENESS The certification required to be made by the bidder pursuant to these Bid Conditions is material, and will govern the bidder's performance on the project and will be made a part of his bid. Failure to submit the certification will render the bid non responsive. Compliance and Enforcement Contractors are responsible for informing their subcontractor (regardless of tier) as to their respective - obligations under the conditions of the contract here (as applicable). Bidders, contractors and subcontractors hereby agree to refrain from entering into any contract or contract modification subject to Executive Order 11246, as amended on September 24, 1965, with a contractor debarred from, or who is determined not to be a responsible' bidder for, government contracts and federally assisted construction contracts pursuant to Executive Order. The bidder, contractor or subcontractor shall carry out such sanctions and penalties for violation of the equal opportunity clause including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered by the administering agency, the contracting agency or the Office of Federal Contract Compliance pursuant to the Executive Order. Any bidder, or contractor or subcontractor who shall fail to carry out such sanctions and penalties shall be deemed to be in non-compliance with these Bid Conditions and Executive Order 11246, as amended. Nothing herein is intended to relieve any contractor or subcontractor during the term of its contract on this project from compliance with Executive Order 11246, as amended, and the Equal Opportunity Clause of its contract. Violation of any substantial requirement in the affirmative action plan by a contractor or subcontractor covered by these Bid Conditions including the failure of such contractor or subcontractor to make a good faith effort to meet it fair share of the trade's goals of minority and women workforce utilization, and shall be grounds for imposition of the sanctions and penalties provided at Section 209 (a) of Executive Order 11246, as amended. Each agency shall review its contractors' and subcontractors' employment practices during the performance of the contract. If the agency determines that the affirmative action plan no longer represents effective affirmative action, it shall so notify the Office of Federal Contract Compliance which shall be solely responsible for any final determination of that question and the Consequences thereof. In regard to these conditions, if the contractor or subcontractor meets its goals or if the contractor or subcontractor can demonstrate that it has made every good faith effort to meet those goals, the contractor of the subcontractor shall be presumed to be in compliance with Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions and no formal sanctions or proceedings leading toward sanctions shall be instituted unless the agency otherwise determines that the contractor or subcontractor is not providing equal employment opportunities. In judging whether a contractor or subcontractor has met its goals, the agency will consider each contractors or subcontractor's minority and women workforce utilization and will not take into consideration the minority and women workforce utilization of its subcontractors. Where the agency finds that the contractor or subcontractor has failed to comply with the requirement of Executive Order 11246, as amended, the implementing regulations and its obligations under these Bid Conditions, the agency shall take such action and impose such sanctions as may be appropriate under Executive Order and the regulations. G,\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 94 When the agency proceeds with such formal action, it has the burden of proving that the contractor has not met the requirements of these Bid Conditions, but the contractor's failure to meet his goals shall shift to him the requirement to come forward with evidence to show that he has met the "good faith" requirements of these Bid Conditions by instituting at least the Specific Affirmative Action steps listed above and by making every good faith effort to make those steps work toward the attainment of its goals within its timetables. The pendency of such formal proceedings shall be taken into consideration by Federal agencies in determining whether such contractor or Subcontractor can comply with the requirements of Executive Order 11246, as amended, and is therefore a "responsible prospective contractor" within the meaning of the Federal Procurement Regulations It shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority and women employees. The procedures set forth in these conditions shall not apply to any contract when the head of the contracting or administering agency determines that such contract is essential to the national security and that its award without following such procedures is necessary to the national security. Upon making such a determination, the agency head will notify, in writing, the Director of the Office of Federal Contractor Compliance within thirty days. Requests for exemptions from these Bid Conditions must be made in writing, with justification, to the: Director Office of Federal Contractor Compliance U.S. Department of Labor Washington, D.C. 20210 and shall be forwarded through and with the endorsement of the agency head. Contractors and subcontractors must keep such records and file such reports relating to the provisions of these Bid Conditions as shall be required by the contracting or administering agency or the Office of Federal Contractor Compliance. G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs Docx 95 CITY OF YAKIMA Nob Hill Boulevard 49th Avenue to 64th Avenue City Project No. 2272 The bidder is hereby advised that by signature of this proposal he/she is deemed t� have acknowledged all requirements and. signed all certificates contained herein. A proposal guaranty in an amount of five percent (5%) of the- total bid, based upon the approximate estimate of quantities .at the above prices and in the form as indicated below, is attached 'hereto. 'CASH. CASHIER'S CHECK CERTIFIED CHECK TREASURER IN THE AMOUNT OF DOLLARS ($ ) PAYABLE TO THE CITY PROPOSAL BOND IN THE AMOUNT OF VA OF THE BID '`,Receirlis-hereby acknowledged of addendurn(s) No (s)1 (one) 831-724-1011 SI AT RE F AU HO LIED OFFICIAL(s) Martin P. FIRM NAME (ADDRESS) Matheson, Regional Manager. Granite. Construction Company. 585 -W... Beach..Street.-- Watsonville, .CA. -95076_ PHONE NUMBER STATE OF WASHINGTON CONTRACTORS LICENSE NUMBER GRANICC916DL Note: - FEDERAL ID No. I. 91..4 (: 01.5,1.119 WA STATE EMPLOYMENT SECURITY REFERENCE NO. 232 -'5 66009 This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the Secretary of Transportation will be cause for considering the proposal irregular and subsequent rejection of the bid. 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 Should it be necessary to modify this proposal either in writing or by electronic means, please make.reference to .the following proposal number in. your communication. G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.pocx 96 .r GRANITE CONSTRUCTION COMPANY CERTIFICATE OF SECRETARY RESOLVED, that, effective January 1, 2012 through December 31, 2012, the individuals named on the attached Exhibit 1 are authorized to negotiate, execute and attest electronic and paper documents necessary for the conduct of the Company's affairs with respect to the submission and execution of construction project bids, bid proposals, bid addenda and all other bid -related documents prepared and submitted on behalf of the Company not to exceed $25 million, relating to any and all domestic construction projects arising out of the Company's operations. I, Terry K. Eller, do hereby certify that I am duly qualified as Secretary of GRANITE CONSTRUCTION COMPANY, a California corporation (the "Company"); that the foregoing is a true and correct copy of a resolution duly adopted effective January 1, 2012 by unanimous written consent of the Executive Committee of the Board of Directors, held without a meeting in accordance with the provisions of Article III, Sections 9 and 15 of the Bylaws of the Company; that the Directors acting were duly and regularly elected; and that the resolution adopted has not been modified or repealed and is still in full force and effect. Dated: January 3; 2012 pe,e !TY. Eller EXHIBIT 1 AUTHORIZED SIGNERS Granite Construction Company Washington Region DESIGNATED SIGNERS Martin P. Matheson, Regional Manager Thomas S. Zamzow, Project Executive — Large Projects Ron D. Egge, Large Project Estimator Travis Walken, Senior Estimator J. Peter Welch, Senior Estimator Sonny Chavez, Business Manager Jeremy Deemer, Senior Project Manager Paul Harding, Area Manager Rich D. Henderson, Large Project Estimator Benjamin J. Harding, Construction Manager Carter Rohrbough, Operations Manager Andrew B. Thompson, Senior Project Manager ATTESTORS Martin P. Matheson, Regional Manager Thomas S. Zamzow, Project Executive — Large Projects Ron D. Egge, Large Project Estimator Travis Walken, Senior Estimator J. Peter Welch, Senior Estimator Sonny Chavez, Business Manager Jeremy Deemer, Senior Project Manager Paul Harding, Area Manager Rich D. Henderson, Large Project Estimator Benjamin J. Harding, Construction Manager Carter Rohrbough, Operations Manager Andrew B. Thompson, Senior Project Manager L:\SHARED.COU\ALL\CORP Corporate \08-0025 Meetings \ Authorized Branch Signers\2012\01.03.12.GCC CERT with Exhibit FINAL Updated for 2012 docx BIDDER'S CHECK LIST t The bidder's attention is especially called to the following forms, which must be executed, as required, and submitted on the form purchased from the City and bound in the Contract Documents: A. PROPOSAL The unit prices, extensions and total amounts bid must be shown in the spaces provided. B. BID BOND ACCOMPANYING BID ' This Bid Bond form is to be executed by the bidder and the surety company unless bid is accompanied by a certified check. The amount of this bond shall be not Tess than 5% of the total amount bid and may be shown in dollars or on a percentage basis. C. SUBCONTRACTOR LIST The form must be filled in for the specific trades listed. Failure to provide a complete subcontractor list at time of bid WILL NOT render the bid non-responsive, except for specific trades listed. D. BIDDER'S CERTIFICATION E. PROPOSAL SIGNATURE SHEET 1 Must be filled in and signed by the bidder. F. MBE/WBE FORM It is requested that The Bidder's Certification of the "Affirmative Action Profile" in the MBE/WBE Form be filled in and signed by the bidder. Failure to provide this information WILL NOT render the bid non-responsive. The following forms are to be executed after the contract is awarded: A. CONTRACT 1 This agreement is to be executed by the successful bidder. B. PERFORMANCE BOND To be executed by the successful bidder and his/her surety company. B. CERTIFICATE OF INSURANCE Refer to attached Informational Certificate of Insurance and Additional Insured Endorsement. Also refer to Section 1-07.18 (APWA) of the Standard Specifications and Special Provisions. 1 1 1 1 G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs.Docx 97 STANDARD PLANS CITY DETAILS G:\PROJECTS\2009\09024\SPECS\Nob Hill Boulevard Specs Docx DRAWN BY FERN LIDDELL 1 NM E I 1 EN ME MB MB MI ' ,UN N E NM ME CONCRETE BASE 0 PLAN VIEW 10" R. CONCRETE BASE SOIL -� GROUT ... 2" O.D. GALVANIZED STEEL PIPE - NOTE 4 � SECTION i01 INSTALLATION RISER RING DIMENSIONS (SIZE) E) I 1 1/2 2• I 3" 10 1(2" DIAM, 1tx DIAM. 4.4 71 r e 9" DIAM 9" DIAM. SECTION RISER RING 4 518" R. 3 118" R 3 718" R 3 314" R r s SECTION COVER 8 114" R. SECTION CASE 3118" ' t` f r 114' NOTES 1. Dimensions may vary according to manufacturer 2 Base to be placed on a well compacted foundation. 3. Monument case to be instated by contractor. 4. See Standard Plan A-10 20 for Monument (brass disc) type to place in 2" O.D. galvanized pipe. SECTION OF LETTER ISOMETRIC APPROXIMATE WEIGHTS CASE COVER TOTAL 80 LBS 19 LBS 79 LOS MONUMENT CASE AND COVER STANDARD PLAN A-10.30-00 SHEET 1 OF 1 SHEET el c«+t: v7iWoahlnyton Stave Department of Tronapwl"Iion OM M 1 r N 1 1 N 1 E-_ S-- I MN 1'111111 DRAWN BY' LISA CYFORO FRAME AND VANED GRATE ONE #3 BAR FOR 5" HEIGHT INCREMENT (SPACED EQUALLY) RECTANGULAR ADJUSTMENT SECTION #3 BAR EACH CORNER 03 BAR HOOP EACH SIDE ---- #3 BAR EACH WAY PRECAST BASE SECTION PIPE ALLOWANCES PIPE MATERIAL MAXIMUM INSIDE DIAMETER REINFORCED OR PLAIN CONCRETE 12' ALL METAL PIPE 15' CPSSP * (STD. SPEC. 9-05.20) 12" SOLID WALL PVC (STD. SPEC. 9.05.12(1)) 15' PROFILE WALL PVC (STD. SPEC. 9.05.12(2)) 15' * CORRUGATED POLYETHYLENE STORM SEWER PIPE #3 BAR EACH CORNER �..— 1e" MIN. #3 BAR HOOP ••–� (SEE NOTE 1) ALTERNATIVE PRECAST BASE SECTION NOTES 1. As acceptable alternatives to the rebar shown in the PRECAST BASE SECTION, fibers (placed according to the Standard Specifications), or wire mesh having a minimum area of 0.12 square inches per foot shall be used with the minimum required rebar shown in the ALTERNATIVE PRECAST BASE SECTION. Wire mesh shall not be placed in the knockouts. 2. The knockout diameter shall not be greater than 20" Knockouts shall have a wall thickness of 2" minimum to 2.5' maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with joint mortar in accordance with Standard Specification 9-04.3. 3, The maximum depth from the finished grade to the lowest pipe invert shall be 5'. 4. The frame and grate may be installed with the flange down, or Integrally cast into the adjustment section with flange up. 5. The Precast Base Section may have a rounded floor, and the walls may be sloped at a rate of 1:24 or steeper. 6. The opening shall be measured at the top of the Precast Base Section. 7 All pickup holes shall be grouted full after the basin has been placed. CATCH BASIN TYPE 1 STANDARD PLAN B-5.20.01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 06-16-11 ® STATE DESIGN ENGNSZA DATE Wmh'ngton Stole Dopvfroont of TEompo,fotion NM EN MN M I 1 11 E NEI N INI1 M I M MU CATCH BASIN FRAME AND VANED GRATE '`m OR MANHOLE RING AND COVER HANDHOLD RECTANGULAR ADJUSTMENT SECTION _ OR CIRCULAR ADJUSTMENT SECTION -- FLAT SLAB TOP 5' - 0' MAx WOR MAIN 46", 54", 60", 72", 64" OR 96" STEPS OR / LAOOER, MORTAR (TYP ) \r MORTAR FILLET --, �,.. REINFORCING STEEL (TYP) 12.9 GRAVEL BACKFILL FOR PIPE ZONE BEDDING SEPARATE BASE CAST -IN-PLACE SEPARATE BASE PRECAST isAstfr INTEGRAL BASE PRECAST WITH RISER GRAVEL BACKFILL FOR PIPE ZONE BEDDING NOTES 1. No steps are required when height is 4' or less. 2. The bottom of the precast catch basin may be sloped to facilitate cleaning. 3. The rectangular frame and grate may be installed with the flange up or down The frame may be cast into the adjustment section. 4. Knockouts shall have a wall thickness of 2" minimum to 2.5" maximum. Provide a 1.5" minimum gap between the knockout wall and the outside of the pipe. After the pipe is installed, fill the gap with joint mortar in accordance with Standard - Specifiication 9-04.3. CATCH BASIN DIMENSIONS T CATCH BASIN DIAMETER • WALL THICKNESS BASE THICKNESS MAXIMUM 9 CKOUT - MINIMUM DISTANCE BETWEEN KNOCKOUTS BASE REINFORCING STEEL int /ft. IN EACH DIRECTION SEPARATE BASE INTEGRAL BASE 48" 4" 6" 36" 8" 0.23 0.15 54" 4.5" 8" 42" 8" 0.19 J 0.19 60" 5" 8" 48" 8" 0.25 025 72" 6" 8" 60" 12" 0.35 0.24 84" 8" 12" 72" 12" 0.39 0.29 96" 8" 12" ' 84" 12" 0 39 0 29 PIPE ALLOWANCES CATCH BASIN DIAMETER PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER CONCRETE ALL METAL CPSSPO SOLID WALL PVC Q PROFILE PVC® 48" 24" 30" 24" 27" 30" 54" 30" 36" 30" 27" 36" 60" 36" 42" 36" 36" 42" 72" 42" 54" 42" 36" 48" 84" 54" 60" 54" 36" 48" 96" 60" 72" 60" 38" 48" Corrugated Polyethylene Storm Sewer Pipe (Std. Spec. 9-05.20) 0 (Std. Spec. 9-05.12(1)) Us (Std. Spec. 9-05.12(2)) EXPIRES JULY I, 2001 CATCH BASIN TYPE 2 STANDARD PLAN 8-10.20.00 SHEET 1 OF 1 SHEET FOR PUBLICATION (n•("d(e AM. T Wuhbglon Stnlht parer* d Tramporh+lbn yt"Tex DATE I M 1 NE I N MN NM = N I MN 1 1 I 11111 IN111 TOP 24 7 OR 8 EQUAL SPACES — DIRECTION OF FLOW SECTION _ SLOT - SEE DETAIL AND NOTE 1 SECTION 0 NOTES 1, When bolt -down grates are specfied in the Contract, provide two slots in the grate that are vertically aligned with the holes in the frame. Location of bolt -down slots varies among different manufacturers. 2. Refer to Standard Specification 9-05.15(2) for additional requirements 3. For Frame details, see Standard Plan 8-30.10, ISOMETRIC BOLT -DOWN SLOT DETAIL SEE NOTE 1 f EXPIRES JULY I. 2007 j RECTANGULAR VANED GRATE STANDARD PLAN B-30.30-00 SHEET 1 OF 1 SHEET N I = 1111111 M I ' = - ' M - ' N ' MI NM DRILL AND TAP 5/8" - 11NC HOLE FOR 1 1/2" x 5/8' STAINLESS STEEL SOCKET HEAD CAP SCREW (TYP.) 1/2" (TYP.) - RING PLAN 27 518" 26 3/8" -.: " 1• f I , to1 I—II 24• *.q. f I 26 3/4" 34 1/8" RING SECTION 0 SKID GROOVE PATTERN - SEE ^" DETAIL TOP BOTTOM SEE DETAIL "B" .I '- 1/2" (TYP.) RING PLAN 27 5/8" 26 318"..... r: • SEE DETAIL "A" COVER PLAN 24' 26 3/4" 34 1/8" RING SECTION 0 SEE DETAIL "8" — COVER PLAN I r SEE DETAIL "A" , 1' @I -- SEE DETAIL "A" I y Nt 1 / .1 1 1 Nr r / t T L,� ^Y1 -)- ``y� Iii 1�' I�. 114" ' 518" 1r4' L, 5/8" m tv COVER SECTION t B 1 COVER SECTION (8 ) (SEE NOTE 6) STANDARD TYPE 1 (SEE NOTE 6) BOLT-DOWN/WATERTIGHT TYPE 2 3 1/8" mI •kt 4' ."L BUND PICK NOTCH DETAIL "A" 13/16' 1 7/16" . 1 5/16' _ WASHER (SEE NOTES) 12' (MIN.) 114" DOVETAIL GROOVE i;. WITH NEOPRENE GASKET (SEE NOTES) BOLT -DOWN I WATERTIGHT DETAIL 'B" BOLT ON CAM TYPE LOCKING DEVICE SECTION LIFT HOLE -3 COVER PLAN TOP BOTTOM SEE DETAIL "A" 'TB; t` SEE DETAIL "A" 4-f �I i SEE DETAIL "C COVER SECTION •/ (B' 1 (SEE NOTE 6) � CAMLOCK TYPE 3 BOLT ON CAM TYPE LOCKING DEVICE DETAIL "C" SPECIFY LEI RING NOTES 1. The gasket and groove may be in the seat (frame) or in the underside of the cover. The gasket may be "' shaped in section. The groove may be cast or machined. 2. For bolt -down manhole ring and covers that are not designated "Watertight," the neoprene gasket, groove, and washer are not required. 3. Washer shall be neoprene (Detail "B"). 4. In lieu of blind pick notch for storm sewer manhole covers, a single 1" pick hole is acceptable. Hole location and number of holes may vary by manufacturer. 5. Proprietary manhole covers without bottom ribs are acceptable. 6. For clarity, the vertical scale of the Cover Section has been exaggerated, it is 1.5 times the horizontal scale (1H:1.5V). 1/4" 1 b t SKID GROOVE PATTERN DETAIL CIRCULAR FRAME (RING) AND COVER STANDARD PLAN B-30.70-02 SHEET 1 OF 1 SHEET ISOMETRIC VIEW APPROVED FOR PUBLICATION Pasco Bakotich 111 06-16-11 STATE DESIGN ENGINEER DATE T Wn.hmpmn Stat. D.porlm.nl of Treproprortarson 101111 I M IIIIII = MN I I E I M N N = I 20" x 24", 24" DIAM., 40" DIAM. -t OR 54" DIAM. HOLE 2" (TYP.) 12I_ ,.- 06 BARS la r SPACING LJ i" MIN 2 1/2" MAX 84" or 96" FLAT SLAB TOP 20" x 24". 24" DIAM., 48" DIAM •J` OR 54" DIAM. HOLE 2" (TYP) - �`..- �a 20'x24"OR 24" DIAM. HOLE 2" (W.) L 1" UU 2 1/2"MINM. Ax 72" FLAT SLAB TOP *5 BARS 6" SPACING 1' MIN. 2 112" MAX 04 BARS ig 6" SPACING 48", 54", or 60" FLAT SLAB TOP TYPICAL ORIENTATION FOR ACCESS AND STEPS 24" MIN ECCENTRIC CONE SECTION NOTE Ladder rungs for manholes and catch basins shall meet the requirements of AASHTO M 199. 12" MIN. 12" (TYP) — STEP -I2 t ONE 03 BAR HOOP FOR 6" O TWO 03 BAR HOOPS FOR 12" RECTANGULAR ADJUSTMENT SECTION 0 As an acceptable altemative to rebar, wire mesh having a minimum area of 0.12 square inches per foot may be used for adjustment sections. 1OONE 03 BAR HOOP CIRCULAR ADJUSTMENT SECTION PREFABRICATED LADDER EXPIRES JULY I. 2009 MISCELLANEOUS DETAILS FOR DRAINAGE STRUCTURES STANDARD PLAN B-30.90-01 SHEET 1 OF 1 SHEET 41111 we0wnow, uwe ao.t"n.mx ee rie,,.pacmiien APPOVE" F»• OBLIGATION t '.a = 1 O-- s- I I I- -= M N M- M N FACE OF CURB VARIES 12" TO 24'- FACE OF CURB ` VALUES, Y I, _ RI10"TO22" 1" '/SEE CONiRACTT, I MATCH ROADWAY :- f` R. J I 1" R ' MATCH ROADWAY SLOPE • i•'• --p' 1'' SLOPE 12" R. m� " . \1 ',y, r ROADWAY ROADWAY - DRAWN BY FERN LDDELL 1112" DUAL -FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER R. 1/2" R. • ' 9" R _j CEMENT CONCRETE OR 1' - r ASPHALT CONCRETE .'a- i SIDEWALK OR PATH 3/8" PREMOLOED JOINT FILLER �"r--- (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE PEDESTRIAN CURB FACE OF CURB — - VARIES 12" TO 24' �. VARIES 1- I, 70'TO2' L 1' 14(SEE CORW.401j .7 1'R. - , - 1"R i .. .; ROADWAY m � � ; � .� - ROADWAY • • 1 3/4" I 1 314" FACE OF CURB DUAL -FACED CEMENT CONCRETE TRAFFIC CURB ---• FACE OF CURB VYtom• -..- i. 12" R • I I - 1 R .7 MATCH ROADWAY /z"- SLOPE 12"R 1/2" R. -, 1_. ROADWAY i'-6' 612 £' FACE OF CURB VARIES FROM 6" TO 0", MAINTAIN 11-1 6V SLOPE 4YARIE3�- r ON SIDE OF CURB '- 1"R. MATCH ROADWAY i SLOPE 1.-6" 12' R. ROADWAY l E mt CEMENT CONCRETE DEPRESSED CURB SECTION TRAFFIC CURB AND GUTTER " — 12"R VARIES FROM --; 6' TO 0" _ 1. R CEMENT CONCRETE CURB RAMP. LANDING. OR DRIVEWAY ENTRANCE 3/6" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES FACE OF CURB 6 12" 512- 1- �) 1'R, I: *a? - ROADWAY 8 114' CEMENT CONCRETE TRAFFIC CURB 12" R — `T- AT CURB RAMPS AND DRIVEWAY ENTRANCES NOTE 1. See Standard Plan F-30.10 for Curb Expansion and Contraction Joint spacing. FACE OF CURB 7 y a 1/4- 3ry-4 1 1/2" R. ROADWAY MOUNTABLE CEMENT CONCRETE TRAFFIC CURB FLUSH W1TH GUTTER PAN AT CURB O RAMP ENTRANCE - 1/2" VERTICAL LIP AT DRIVEWAY ENTRANCE CEMENT CONCRETE CURBS STANDARD PLAN F-10.12-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBIJCATION Pasco Bakotich Ill 06-16-11 SUT acDsa u.saac. DATE TJa' Wmhinp., 5101. D.gafm"M nl Tr.:awartDlion 1M1 11111 11111 11111 NM M — I 1 NE — En I MI 1 i N E 1'•0' C, SIDEWALK -6'- 0" MIN. FOR SIDE TREATMENT SIDEWALK-6'-0'NIN CURB NOT INCLUDED IN BID ITEM - SEE STANDARD PLAN F-16.12 SEE RAISED EDGE DETAIL - THIS SHEET Ea A ttOUr8UINO WITH RAISED EDGE SIDEWALK - S'- D' MOT. (SEE CONTRACT) / r 117' R (TYP.) f , 2.0% MAY 3B" PREMOLDa JOINT FILLER ADJACENT TO CURB (STEEP FILL SLOPES) SEE OTHER SIDEWALK SECTIONS 1f2" R (TYP.) -S\ OFINISHED GRADE 1" BELOW TOP OF CONCRETE SURFACE CURB NOT INCLUDED IN BID REN - SEE STANDARD PLAN F-10.12 WALL OR BARRIER CURB NOT INCLUDED IN BID ITEM - SEE STANDARD PLAN F-10.12 BRIDGE OR PEDESTRIAN RAILING BARRIER (SEE CONTRACTPLANS) � VERTICAL WALL - SEE DETAIL."'. FOR SIDE TREATMENT see OTHER SIDEWALK SECTIONS ADJACENT TO CURB SIDEWALK - 6' . 0' MIN. (SEE CONTRACT} 1R" R (TYP.) FLUSH 2.0% MAX. cow ��1/' 3i8" PREMOLDED JOINT FILLER (TYP.) - ADJACENT TO CURB AND RAILING OR WALL CURB NOT INCLUDED IN BID ITEM - SEE STANDARD PLAN 810.12 SIDEWALK - 6- 0• MIN. (SEE CONTRACT) 3'-0" MIN. BUFFER STRIP (SEE CONTRACT) - 1I2" Ft (TYP.) FINISHED GRADE 1' BELOW TOP OF CONCRETE SURFACE FOR PLANTING - FLUSH IF PAVED CURB NOT INCLUDED IN BID ITEM J- - SEE STANDARD PLAN F-10.12 ADJACENT TO BUFFER STRIP NOTE (SEE CONTRACT) 2.0% MAX 8 1h" � a—r SEE CURB FACE DETAIL MONOLITHIC CEMENT CONCRETE CURB AND SIDEWALK 1. Four feet of the sldewa9c width shall be the minimum pedestrian accessible route free of vertical and horizontal obetructione. Gratings, access covets, junction boxes, cable vaults, pull boxes and other appurtenances within the sidewalk must have slip resistant surfaces and be flush with surface and match grade of the sidewalk B' '1r2' R 31S" PREMOLDED JOINT FILLER SIDEWALK ADJACENT TO WALL DETAIL NOTA EXTEND SIDEWALK TRANSVERSE JOINTS TO INCLUDE RAISED EDGE RAISED EDGE DETAIL FACE OF CURB NOTE Extend sidewalk transverse expansion Joints to Include curb (full depth). CURB FACE DETAIL r BROODED FINISH (TYP.) 4WIDE, SMOOTH TROWELED PERIMETER CEMENT CONCRETE CURB (CURB AND GLITTER SHOWN) e- NOT INCLUDED IN BID ITEM SEE STANDARD PLAN F-16.12 PREMOLDED JOINT FILLER 0 EXPANSION JOINT © CONTRACTION JOINT CONTRACTION JOINT IN SIDEWALK ONLY EXPANSION JOINT IN BOTH CURB AND STD BNALK ISOMETRIC VIEW JOINT AND FINISH DETAIL 0-3 i0 CEMENT CONCRETE SIDEWALK STANDARD PLAN F•30.10-01 SHEET 1 OF 1 SHEET A I4t.0 CATION 4140, STATE W.EA MI5 wa�r8 ne D.pafe.e or T,vnpwtllen - - M = r 1 I s - M I = 1 I M 1 i IIIIII INN SEE CONTRACT PLANS 318• EXPANSION JOINT (rYP.)4' 0' MINS - SEE STD. PLAN F-30.10 CURB AND GUTTER DRAWN BY: FERN UDDELL PEDESTRIAN CURB LANDING -., !/ - SEE NOTE 4 1 N.,, 4 SIDEWALK SEE CONTRACT PLANS -4'-0"MIN (TYP,) CURB RAMP FACE OF CURB 15-0" iM.- E =� .. t'- CURB RAMP DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F4t.10 1-- DEPRESSED CURB & GUTTER CROSSWALK PLAN VIEW TYPE PARALLEL A SIESANTRAC7 PLAti 3/8' EXPANSION JOINT (TYP.) - SEE STANDARD PLAN F-30.10 LANDING SIDEWAL PEDESTRIAN CURB ? -SEE NOTE 3' R. CURB & GUTTER -" CURB RAMP SEE CONTRACT PLANS -4'-0 MIN FACE OF CURB DETECTABLE WARNING SURFACE ,_ - SEE STANDARD PLAN F-45.10- VARIE SEE CONTRACT PLANS CEMENT CONCRETE PEDESTRIAN CURB -' - SEE STANDARD PLAN F-10.12 SEE CORTNADTPLArS 10'.0' MAX. - -4-0' MON, 4 2.0% MAX. /' 1 LANDING SECTION SEE NOTE 7 SIDEWALK % " GRADE BREAK ;4 8,3% MAX. .\ L CURB RAMP -4'-D; MIN 2.014 MAX. 9!B' EXPANSION JOINT (rYP.) - SEE STANDARD PLAN F-30.10 "CEMENT CONCRETE CURB RAMP TYPE PARALLEL A" PAY UMI' - SEE NOTE 6 SECTION SEE NOTE 7 - GRADE BREAK LANDING ISOMETRIC VIEW TYPE PARALLEL A PAY UMIT 8.3% MAX. CURB RAMP GR40E BREAK _ GRADE f BREAK / COUNTER SLOPE r 5.0%MA3. GRADE /` BREAK TOP OF ROADWAY L DEPRESSED CURB & GUTTER - SEE NOTES &4 4e \ ``, DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F45.10 1 DEPRESSED CURB & GUTTER CROSSWALK PLAN VIEW TYPE PARALLEL B 1S'-0' MAX. - SEE NOTE 7 SIDEWALK t- GRADE BREAK SEE WNTRACT PLAINS -4'-U'MIN 20% MAX '- LANDING CURB RAMP /NB" EXPANSION JOINT MP.) SEE STANDARD PLAN P-38.18 /� SECTION (C ) NOTES 1. Provide a separate curb ramp for each marked or unmarked crosswalk. Curb ramp location shall be placed within the width of the associated crosswalk, or as shown in the Contract Plans. 2. Where "GRADE BREAK' is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 3. Do not place gratings, Junction boxes, access covers, or other appurte- nances In front of thre curb ramp or an any part of the curb ramp or landing. 4. See Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, and Pedestrian Curb Details. 5. See Standard Plan F3O^10 for Cement Concrete Sidewalk Detalls. See Contract Plans for width and placement of sidewalk. B, The Bid Item "Cement Concrete Curb Ramp Type _' does not include the adacent Curb, Curb and Gutter, Pedestrian Curb or Sidewalks. 7 The curb ramp maximum running slope shall not require the ramp length to exceed 15 feet to avoid chasing the slope indeftntiefy when connecting to steep grades. When applying the" 15 foot max length. the running slope of the curb ramp shalt be as flat as feaseble. 8, Curb ramp, landing, & flares shell receive broom finish. Sae Standard Specifications 8-14, LEGEND "CEMENT CONCRETE CURB RAMP TYPE PARALLEL S' PAY UNIT - SEE NOTE 6 s i SLOPE IN EITHER DIRECTION PEDESTRIAN CURB - SEE STANDARD PLAN F-10.12 ISOMETRIC VIEW TYPE PARALLEL 13 PAY LIMIT SIzojfl7 PARALLEL CURB RAMP STANDARD PLAN F-40.12-01 SHEET 1 OF 1 SHEET M MI M 11111 N r 111111 111111 E 1111 1 O 111111 1 EN EN MATCH SIDEWALK WIDTH - 4' 0" MIN. ---_„ SEE CONTRACT PLANS 318" EXPANSION JOINT (TYP.) - SEE STANDARD -." PLAN F.30.10 SIDEWALK ASEE NOTE 8 -i `II 1 PEDESTRIAN CURB SEE NOTE 5 ,•- LANDING 6' 0" 521. * / 3 R. 't MATCH SIDEWALK WIDTH - 4' 0" MIN, SEE CONTRACT PLANS PEDESTRIAN CURB CURB RAMP SEE NOTE 5 ��, - SEE NOTES MATCH SIDEWALK F WIDTH- 4' 0" MIN -ti ,� SEE CONTRACT PLANS '; 3$" EXPANSION JOINT - SEE Illjiii STANDARD PLAN F-30.10 BUFFER -- STRIP NOTES 1. This plan is to be used where pedestrian crossing In one direction Is not permitted. 2. Curb ramp location shall be placed within the width of the associated crosswalk, or as shown in the Contract Plans. PEDESTRIAN CURB 3, here "GRADE BREAK" Is called out, the entire length of the grade break SEE NOTE 5 between the two adjacent surface planes shall be flush. 4. Do not place gratings, junction boxes, access covers or other appurtan- ences In front of the curb ramp or on any part of the curb ramp or Landing, 5. See the Contract Documents for the curb design specified. See Standard Plan P-10.12 for Curb, Curb and Gutter, end Pedestrian Curb details. 6. See Standard Pian P"30,10 for Cement Concrete Sidewalk Details. See contract plans for width and placement of sidewalk 7. The bid item "Cement Concrete Curb Ramp Type " does not Include the adjacent Curb or (Curb and Gutter), Pedestrian Curb or Sidewalk, or the pedestrian crossing closure sign. 8. The curb ramp maximum running slope shall not require the ramp Length to exceed 15 feet to avoid chasing the slope Indefinitely when connecting to steep grades. When applying the 15 foot maximum length, the running slope of the curb ramp shall be as flat as feasible. 9. Curb ramps and landings shall receive broom finish. See Standard Specification 8-14. LANDING ( r. BUFFER STRIP'. SEE - - CONTRACT PLAN PEDESTRIAN CROSSING f CLOSURE SIGN DRAWN 9Y FERN LIDDELL GRADE BREAK SIDEWALK SEE NOTE 0 '' CURB & GUTTER SEE NOTE 5 - CURB RAMP FACE OF CURB PLAN VIEW TYPE SINGLE DIRECTION A SIDEWALK SEE NOTE 8 DETECTABLE WARNING SURFACE BUFFER SEE STANDARD PLAN Fi6.10 STRIP PEDESTRIAN CROSSING CLOSURE SIGN DETECTABLE WARNING SURFACE CrMAX , r - SEE STANDARD PLAN F-0&.10 COUNTER SLOPE GRADE BREAK GRADE r 5.0% MAX. BREAK 7 IGRADE I g 3 I / r BREAK AA &3%M , 2O% MAX./ /j /r { TOP OF y MAXI (� •'- ROADWAY 1„,„:... tai _ .. - LANDING D- CURB & GUTTER s DEPRESSED - SEE NOTE 6 CURB RAMP SECTION[AI. "CEMENT CONCRETE CURS RAMP TYPE SINGLE DIRECTION A" PAY LIMIT SEE NOTE 7 ISOMETRIC VIEW TYPE SINGLE DIRECTION A PAY UMIT ORAOE BREAK SIDEWALK SEE NOTE 6 0 U `.` DETECTABLE WARNING SURFACE SEE STANDARD PLAN P46.10 CURB & GUTTER 'SEE NOTE 5 CURB RAMP FACE OF SEE NOTES CURS PLAN VIEW TYPE SINGLE DIRECTION B 15'-0"MAX SEE NOTE 8 4 0.31 MAX. \ . 15.0- MAX" S££ NOTE 0 1 WADE' 20% MAX 1 BREA% € _ SIDEWALK ,7 S r SEE NOTE e 0375 MAX CURB RAMP SECTION C) I "GEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION B" PAY UMIT SEE NOTE 7 LANDING CURB RAMP ISOMETRIC VIEW TYPE SINGLE DIRECTION B PAY LIMIT LEGEND P RADIUS CORNER PEDESTRIAN CURB -ti1� 90' ANGLE RADIUS MAY VARY DETECTABLE WARNING �`�.. SURFACE - SEE ,..... STD. PLAN 0.46.00 DEPRESSED CURB AND GUI iEN-SEE NOTE DETAIL SLOPE IN EITHER DIRECTION SINGLE DIRECTION CURB RAMP STANDARD PLAN F-40.16-01 SHEET 1 OF 1 SHEET NM r N N-- MN EN OM E N M N 01111 N IMO EDGE OF TRAVELED WAY W 12' MIN, 1 SHOULDER . 8' MIN SLOPE BREAK -' EDGE OF TRAVELED ^�) WAY SIGN INSTALLATION IN FILL SECTION V (7' MIN ) I TRAFFIC BARRIER EDGE OF TRAVELED WAY -- SIGN SIGN SIGN INSTALLATION BEHIND TRAFFIC BARRIER w '- CURB SIGN INSTALLATION IN CURB SECTION W SHOULDER .12' _ N EDGE OF TRAVELED F WAY -^ SLOPE BREAK EDGE OF TRAVELED WAY V (7' MIN ) SIGN INSTALLATION ON STEEP FILL SLOPES SIGN FILL SLOPES STEEPER /� THAN 6H:1V PRIMARY SIGN SIGN WITH SUPPLEMENTAL PLAQUE INSTALLATION IN FILL SECTION w SUPPLEMENTAL PLAQUE 12' MIN SHOULDER_ EDGE OF TRAVELED WAY MIN DITCH V f (7I MIN,) t iI f SLOPE BREAK -� At/ SIGN INSTALLATION IN DITCH SECTION t SIGN 12' MIN, SHOULDER 6' ` ( MIN. t EDGE OF TRAVELED - WAY EDGE OF TRAVELED WAY SLOPE BREAK - IGN MULTIPLE SIGN POST INSTALLATION IN FILL SECTION w 12' MIN. SHOULDER 6H:1V SLOPE _ OR FLATTER MAJOR SIGN 1 r ( (B' MIN.) I V f(5' MIN SLOPE BREAK ..1 • GUIDE OR DIRECTIONAL SIGN WITH SECONDARY SIGN INSTALLATION ON EXPRESSWAYS AND FREEWAYS W 12' MI EDGE OF TRAVELED WAY L1 0" MIN. 3" MAX SECONDARY SIGN BACKSLOPE ) O FLATTER THAN 3H:1V 7' MIN. STEEPER THAN 3H:1V 2' MIN. NOTES 1. Refer to the Sign Specification Sheet of the Contract for the 'V' and W distances, 2. The minimum vertical distance from the bottom of the sign to The ground shall not be less than 7' for signs located within the Design Clear Zone. EXPIRES AUGUST 9, 2009 GROUND MOUNTED SIGN PLACEMENT STANDARD PLAN G-20.10-00 SHEET 1 OF 1 SHEET MULTIPLE SIGN POST INSTALLATION IN DITCH SECTION MI M M N MI N OM M N I I NM M M 11111 NM I MAILBOX - SIZE 1, 1A, OR 2 (SIZE 1A SHOWN) (SEE TABLE, STD PLAN H-70 10, SHEET 2, FOR DIMENSIONS) 3/16" • 1" PHILLPS HEAD SCREW, 2 WASHERS, AND LOCKNUT _ WITH NYLON INSERT (TYP ) - 4 SETS MIN. SNOW GUARD - WHEN REQUIRED I" (SEE DETAIL, SHEET 2) ADOmONAL WASHERS - AS REQUIRED TO -i FILL GAP (TYP ) Q 1 718' MUFFLER CLAMP (1 7/8" M -CLAMP), 2 WASHERS AND 2 LOCKNUTS (TYP.) -- PLATFORM - SEE NOTE 3 TYPE 2 MAILBOX SUPPORT (SEE STD SPEC 9-32.7) ASSEMBLY DETAIL MAILBOX -� MAILBOX MOUNTING HOLE (TYP) —� NOTES 1. The anchoring system shall meet NCHRP 350 crash test criteria. Use a socket and wedge system, or the anchoring system supplied by or recommended by the Type 2 Support manufacturer. 2, A maximum of 5 mailboxes may be installed on a Type 2 Support. 3. The Platform design shown in this plan is detailed in the PLATFORM DETAIL, Standard Plan H-70.10, Sheet 2. The design features slots that accomodate several types of mailbox supports; only those slots necessary for assembling the type being installed are required. An adjustable platform may be used in lieu of this platform design. Adjustable platforms must fit the 1 7/8" M -Clamp, 4. Center the mailbox on the platform to ensure space for the mailbox door to open and to allow space for installing the fasteners (See ALIGNMENT DETAIL). Spacing of mailbox mounting holes varies among manufacturers. Attachment of the mailbox to the platform may require drilling additional holes through the mailbox to fit the platform. 5. Attach a newspaper box to a Type 2 -Support with two 1 7/8" Muffler Clamps spaced 4" apart. Field drill 7/16" holes in the newspaper box to fit. Newspaper boxes must not extend beyond the front of the mailbox when the mailbox door is closed. MAILBOX, PLATFORM S SUPPORT SPACE PROVIDED ON BOTH - - ENDS TO ALLOW ACCESS TO -- I FASTENERS (SEE NOTE 4) PLATFORM ALIGNMENT DETAIL SEE NOTE 4 1 EXPIRES JUNE 19. 2008 MAILBOX SUPPORT TYPE 2 STANDARD PLAN H-70.20-00 SHEET 1 OF 2 SHEETS a-= s M M------ M OM S V8 d (TYP.) 1" • 1" • 118" ANGLE t 1/2" RAISED EXPANDED METAL ._ FRONT VIEW 7116" DIAM (TYP) - 1 1/4" 1 1/4" I 0 MUFFLER CLAMP BOTTOM VIEW SNOW GUARD DETAIL DRAWN BY MARK SUJKA - ANGLE IRON 1/2" RAISED ,j- EXPANDED 1i" METAL ?VB`l1.4 SECTION 4'-.5"MIR EDGE OF SHOULDER OR TURNOUT > I �I VARIABLE T TO 17 MAILBOX SUPPORT TYPE 1 (WOOD POST SHOWN) FOR DETAILS SEE STD. PLAN 1-70 10 AT EDGE OF SHOULDER # 1.,5 = VS 5 US. 4 MNL } MAA. E MAO -1. - . _ .,-7---v ,, ,r°-`1--( I''''.? 5" MIN. BETWEEN ' MAILBOXES VARIABLE �•Cr TO 12` FACE OF CURB --; BACK OF SIDEWALK -•r -K .E CURB TYPE VARIES -`-w SIDEWALK BEHIND CURB * UNLESS OTHERWISE SHOWN IN THE PLANS MAILBOX PLACEMENT SECTIONS 4,4 U.! 4'7,3' MIN. VARIABLE 0" TO 12" BEHIND SIDEWALK SNOW GUARD - WHEN REQUIRED, y-, . PLACE ON LEADING END OF / SUPPORT (SEE DETAIL) i u $ j ti MAIL s: MAIL ( €' � NEWSPAPER BOX SEE NOTE 5 1 . ;., ;. { '. ;, ;>; f.::C.,t:cg ;;:c,•.;,,4„ z; yr.::Y; 'ka';,y`:u . o.,in �'c�';� 2'b"-' t!'v'.i1:i: (!� �;,: i�:�:. �'"/k'!�".o•.:;} 5��r.. ANCHORING SYSTEM �'- (SOCKET AND WEDGE SHOWN) SEE NOTE 1 MAILBOX SUPPORTS TYPE 2 SPACING DETAIL 1 EXPIRES JUNE N. 2008 1 MAILBOX SUPPORT TYPE 2 STANDARD PLAN H-70.20-00 SHEET 2 OF 2 SHEETS PPR vEO fyOR P OLICATIDN g/sl crate �:, wee Val WabMgtan State Departmem of 1rensportollon I I N OM I M I INII ME I 11= N I M E I - GENERAL NOTES 200 AMP TYPE 120/24010 SERVICE CABINET SEE STANDARD SPECIFICATION 9-29,24, SERVICE CABINETS. HINGES SHALL HAVE STAINLESS STEEL OR BRASS PINS. CABINETS SHALL BE RATED NEMA 3R AND SHALL INCLUDE TWO RAIN TIGHT VENTS. METERING EQUIPMENT DOOR SHALL BE PAD LOCKABLE. EACH DOOR SHALL BE GASKETED INSTALL BEST CX CONSTRUCTION CORE ON RIGHT DOOR. SEE DOOR HINGE DETAIL, SHEET 1 OF 2 THE FOLLOWING EQUIPMENT WITHIN THE SERVICE ENCLOSURE SHALL HAVE AN APPROPRIATELY ENGRAVED PHENOLIC NAME PLATE ATTACHED WITH SCREWS OR RIVETS: KEY NUMBERS 2, 3, 4, 0, 7, 8, 9 AND 16 KEY NUMBER 4 NAME PLATE SHALL READ: "PHOTOCELL BYPASS TEST 014" AND "PHOTOCELL TEST OFF- AUTOMATIC", SEE SERVICE CABINET DETAIL METERING ARRANGEMENTS VARY WITH DIFFERENT SERVING UTILITIES, THE UTILITY MAY REQUIRE METER BASE MOUNTING 114 THE ENCLOSURE, ON THE SIDE OR ON THE BACK OF THE ENCLOSURE THE UTILITY MAY REQUIRE THE DIMENSION BETWEEN THE DOOR AND THE FRONT OF THE SAFETY SOCKET BOX TO BE LESS THAN THE 11 INCHES SHOWN 1N THE LEFT SIDE- SAFETY SOCKET BOX MOUNTING DETAIL THE CONTRACTOR SHALL VERIFY THE SERVING UTILITY'S REQUIREMENTS PRIOR TO FABRICATION OF AND INSTALLING THE SERVICE EQUIPMENT, DIMENSIONS SHOWN ARE MINIMUM AND SHALL BE ADJUSTED TO ACCOMMODATE THE VARIOUS SIZES OF EQUIPMENT INSTALLED. MOUNTING BLOCK (TYP) - SEE DETAIL to ALL BUSSWORK SHALL BE HIGH GRADE COPPER AND SHALL EQUAL OR EXCEED THE MAIN BREAKER RATING. ALL BREAKERS SHALL BOLT ONTO THE BUSSWORK JUMPERING OF BREAKERS SHALL NOT BE ALLOWED BUSSWORK SHALL ACCOMMODATE ALL FUTURE EQUIPMENT AS SHOVVN IN THE BREAKER SCHEDULE. THE PHOTOCELL UNIT SHALL BE CENTERED IN THE PHOTOCELL ENCLOSURE TO PERMIT 360 DEGREE ROTATION OF THE PHOTOCELL WITHOUT REMOVAL OF THE PHOTOCELL UNIT OR THE PHOTOCELL ENCLOSURE. ALL INTERNAL WIRE RUNS SHALL BE IDENTIFIED WITH "TO - FROM' CODED TAGS LABELED WITH THE CODE LETTERS AND/OR NUMBERS SHOWN ON THE SCHEDULES APPROVED PVC OR POLYOLEFIN WIRE MARKING SLEEVES SHALL BE USED ALL NUTS, BOLTS AND WASHERS USED FOR MOUNTING THE PHOTOCELL ENCLOSURE SHALL BE STAINLESS STEEL, A 1% TOLERANCE IS ALLOWED FOR ALL DIMENSIONS. I. UNISTRUT TYPE CHANNEL AND MOUNTING HARDWARE COMPONENTS SHALL BE STAINLESS STEEL CONDUIT CLAMPS SHALL BE HOT DIPPED, GALVANIZED STEEL OR STAINLESS STEEL L INSTALL CONDUIT COUPLINGS ON ALL CONDUITS. PLACE COUPLINGS FLUSH WITH TOP OF CONCRETE FOUNDATION. i, NOTE 15 HAS BEEN DELETED, L THE METER BASE PORTION OF THIS SERVICE WAS DESIGNED TO MEET METERING PORTION OF EUSERC DRAWING 309 REQUIREMENTS. WHEN USING ALTERNATE DOOR HINGE REMOVE HINGE PIN PRIOR TO WELDING HINGE TO CABINET AND PRIOR TO HOT DIP GALVANIZING CABINET AFTER GALVANIZING. REPLACE PIN WITH BRASS PIN AND SOLDER IN PLACE, L VERIFY THE SERVICE UTILITY STAND-OFF DIMENSION. ADJUST THE REMOVABLE PANEL TO THE MEASUREMENT PROVIDED BY THE UTILITY COMPANY. AFTER ADJUSTMENT, CUT OFF ALL -THREAD BOLTS SO THAT NO LESS THAN 2 AND NO MORE THAN 3 FULL THREADS EXTEND PAST THE FACE OF THE NUTS 0 a LEFT SIDE 19' - 5" MIN. 11' MlJC.' SEE DOOR HINGE DETAIL REMOVABLE '14) � s, 1..,� {` !` F - (19I MOUNTING PANEPANEL...,W Q.f i 2" MIN.- iii I .. �1.-�xf ijT�t ; -- 11, \ i L..1 SEE NOTE 6'' i 11 BARRIER • i MOUNTING -(- PANEL +,19,I PHOTOCELL BYPASS TEST ON PHOTOCELL TEST ICrfAUTOMAT,C SERVICE CABINET DETAIL INSIDE FACE OF DOOR TYPE 3,32/ 18 1/2" WELD TO EACH END `• _ 3,"d" _ ; 7YP It OF MOUNTING BLOCK / 3132 / 'Nil 1:3+32!' 2'x3" END PLATE (TYP) -�` -a�- 1l2" UNC S 5x8" LONG ,~-y---�w `7t _1_ , ALL -THREAD, 6 PLACER A0JIJS \> PLACE NUT AGAINST ENO -CUT OSE AFTER ADJUSTMENT, SEE NOTEie PLATE BEFORE WELDING FRONT VIEW TACK WELD BOLT TO NUT, 4 PLACES - 11/2"(TYP ) STAND-OFF DIMENSION -I - SEE NOTE 18 FRONT SURFACE OF SAFETY SOCKET BOX - THREE 1/2" 9 5 NUT (TYP,) - WASHER - EACH SIDE OF THE PANEL `- FOUR 1/4.20 5 S PANHEAD PHILLIPS MACHINE SCREWS. WASHERS, AND NUTS - TOP AND BUTTOM, SPACED EVENLY 12 GA REMOVABLE PANEL 1/2" RETURN - WELD AT CORNERS LEFT SIDE- SAFETY SOCKET BOX MOUNTING DETAIL 1/4" x 1 1/4" CLOSED CELL •'-,* NEOPRENE GASKET r CABINET - i -DOOR B _'`� 8 DOOR HINGE DETAIL ALTERNATE FOR TYPE B MODIFIED CABINET SEE NOTE 17 CABINET `'•.�' Ani, LAP WELD - VIEW B -B DOOR -- HINGE 2" HIGH x 2" OPEN 3/8" BARREL l`-- CABINET OR PANEL WALL 118/ \TYP- PIANO —^" Iiti •ir / HINGE T(p,• 11• 8 % j t PANEL DOOR 1/4" 0 5/8" NEOPRENE GASKET 000R HINGE DETAIL SIDE VIEW MOUNTING BLOCK DETAIL 12 GA - MATERIAL TO BE THE SAME AS CABINET MATERIAL SIGNAL CKT SPARE CKT 10' 120/240 VAC KEY 0 METER BASE PER SERVING UTILITY REQUIREMENTS. AS A MINIMUM, THE METER BASE SHALL BE SAFETY SOCKET BOX WITH FACTORY INSTALLED TEST BYPASS FACIUTY THAT MEETS THE REQUIREMENTS OF EUSERC DRAWING 305. `2i MAIN BREAKER (SEE BREAKER SCHEDULE) '._l PHOTOCELL BREAKER (SPST 15 AMP - 120/240 VOLT) l"J TEST SWITCH (SPOT SNAP ACTION, POSITIVE CLOSE 15 AMP - 120/277 VOLT - "T" RATED) PHOTOELECTRIC CONTROL, STD SPEC 9 - 29.11(2) EBRANCH BREAKER (SEE BREAKER SCHEDULE) SIGNAL BREAKER (SEE BREAKER SCHEDULE) (8) CONTACTOR (SEE BREAKER SCHEDULE) T 9) RECEPTACLE BREAKER (SPST 20 AMP - 1201240 VOLT) s1U/ RECEPTACLE, GROUNDED (GFCI 20 AMP - 125 VOLT) IV( NEUTRAL BUSS, 14 LUG COPPER 12) PHOTOCELL ENCLOSURE - ENCLOSURE TO BE FABRICATED FROM 5/8" EXPANDED STEEL MESH WITH WELDED SEAMS AND MOUNTING FLANGES, HOT DIP GALVANIZED AFTER FABRICATION TYPE 5052 - H32 ALUMINUM WITH 5/8" x 5/8" OPENINGS EOUIVALENT TO 5/8" EXPANDED STEEL MESH MAY BE USED AS ALTERNATIVE MATERIAL SEE PHOTOCELL ENCLOSURE MOUNTING DETAIL, SHEET 2 OF 2 13 HINGED FRONT FACING DOOR WITH 4" x 4" MIN POLISHED WIRE GLASS WINDOW. ib HINGED DEAD FRONT WITH 1/4 TURN FASTENERS OR SLIDE LATCH 15 CABINET MAIN BONDING JUMPER BUSS SHALL BE 4 LUG TINNED COPPER. SEE CABINET MAIN BONDING JUMPER DETAIL ON SHEET 2 OF 2 (1) SPARE BRANCH BREAKER (DPST 20AMP- 120/240 VOLT) 17 METAL WIRING DIAGRAM HOLDER 18 1/4" DIAMETER DRAIN HOLE DRILL BEFORE GALVANIZING. 19 MOUNTING HOLE. SEE SERVICE CABINET MOUNTING DETAILS f20 18 CIRCUIT PANEL BOARD - MINIMUM S125 WITH SEPARATE MAIN BREAKER 21 LABEL CABINET WITH BUSSWORK RATING. • ST ON --/--PHOTOCELL TEST Off-A1)10VATIC = SIZE PER NEC. MINIMUM SIZE #2 WIRING SCHEMATIC 01/1005 REVISED SA((T0 SOCKET 800 UOUXI INC O(10/1 OAT( EXPIRES MAY 5„2005 SERVICE CABINET TYPE B MODIFIED (0 - 200 AMP TYPE 120/240 SINGLE PHASE) STANDARD PLAN J-36 SHEET 1 OF 2 SHEETS APPR/ T 0, OR PUBLICATION ® AT0 DESnix S WIF• Washinpbn 0/0. 3.4.45 DATE dem( 8/ Transportation EXPIRES MAY 5, 2005 j NM M IME I MI M 1 M - MN I M IMMI E I NM 10' SEE NOTE 6 5'-0' MIN. / 6'-0" MAX 1 5/8• x 1 5/0" 12 GA. 2„ POLICE PANEL SLOTTED STEEL '"1 •- ,/` CHANNEL BRACKETS ''. ' �;.,,., •,i'` (TWO REQUIRED) --� CONDUITS AS REQUIRED. _,1 PLUMB CONDUIT t 1' SEE GENERAL NOTE 14 588'r 3 T/16- 12 GA, SLOTTED STEEL CHANNEL BRACKETS (3 REO•D), EMBED 12 -MAK IN FOUNDATION, ---.,,, ANCHOR BOLT (TYP.) 84 BARS EACH CORNER HOOPS 3' ----I CONDUIT COUPLING (TYPJ1 SEE GENERAL NOTE 14—• TO UTILITY TO LUMINAIRES TO CONTROLLER CABINET FRONT OF SERVICE CABINET •GROUND ROD �`,• 24" CABINET BASE 24' 4.1 STRUT MOUNT 24" PLAN VIEW OF SERVICE CABINET to GROUND ROD (TYP ) -- 13" DIAMETER DRAIN TILE WITH APPROVED COVER (TYP.) RIGHT SIDE OF SERVICE CABINET TWO #4 HOOPS ANCHOR BOLT (TYP.) SEE STANDARD PLAN J -6c "CABINET FOUNDATION DETAILS" FOR DETAILS NOT SHOWN. O DRIVE GROUND RODS BEFORE PLACING CONCRETE. MOVE ROD(S) AND DRAIN TLE(S) WITH COVER(S) AS REQUIRED TO ACHIEVE FULL GROUND PENETRATION MAINTAIN A 8' MINIMUM CLEARANCE BETWEEN GROUND RODS AS DETAILED ON STD PLAN J -9a 'TYPICAL GROUNDING DETAILS". L/ ALL CONDUITS PENETRATING CABINET SHALL BE TERMINATED WITH GROUNDING END BUSHING AND BONDED TO THE CABINET GROUNDING BUS. (� 4" DIAM. x 12" DEEP SUMP SLOPE FOUNDATION TOWARDS SUMP 3/8" DIAM POLYETHYLENE OR COPPER DRAIN PIPE. SLOPE TO DRAIN OUTSIDE FOUNDATION, ® TO SERVICE GROUND - PER STD. PLAN J -9a "TYPICAL GROUNDING DETAILS" 3/8' BOLT (TWO FOR EACH CHANNEL) NOT REQUIRED FOR STRUT MOUNT SPRING NUT SERVICE —8 - CABINET T/MBER • POST SLOTTED STEEL CHANNEL BRACKET 1 BOLT SIZED FOR SLOTTED STEEL CHANNEL BRACKET, WITH LOCK WASHER & SPRING NUT (3 FOR EACH CHANNEL) CABINET BRACKET MOUNTING DETAIL - SEE STRAP DETAIL f-- SERVICE CABINET BOLTED TO SLOTTED STEEL CHANNEL BRACKET (SEE SERVICE CABINET MOUNTING DETAILS AND STRAP DETAIL) s' BEVEL 1/2' I PLUMB CONDUIT t 1' TO UTILITY —� - TO LUMINAIRES -1:1'1'1,1 LTO CONTROLLER CABINET ``- 6 x 8 TREATED TIMBER r' 4 POST, 10' LONG FRONT OF SERVICE CABINET SERVICE CABINET MOUNTING DETAILS METAL WASHERS RUBBER WASHER (APPLY SILICONE SEALER TO BOTH SIDES OF RUBBER WASHER PRIOR TO INSTALLATION) - NUT PHOTOCELL ENCLOSURE FLANGE G1;1 NUT__ SERVICE r- T�j`•�L^ - CABINET (� 1_ 1/4" x 1" MACHINE BOLT PHOTOCELL ENCLOSURE MOUNTING DETAIL 112" MIN. (tYP) -t j-- - CABINET ( SIDE WALL BUSS-, STAINLESS -'- STEEL A ALLEN HEAD � a 1 1/8"x 1 1/4' x 1 1/4"x 6" ANGLE ELEVATION VIEW • CABINET SIDE WALL SIDE VIEW POST MOUNT 1/4" x 2" STAINLESS STEEL. BOLT WITH 2 STAINLESS STEEL NUTS LIBERALLY COAT THIS ASSEMBLY WITH ANTI OXIDANT COMPOUND,. BELLEVILLE STAINLESS STEEL -: ---- SPRING WASHER '\ .. 1 5/8" x 1 5/8" 12 GA, SLOTTED STEEL CHANNEL BRACKETS BOLTED TO POST USE TWO - 318" BOLTS, WASHERS AND NUTS FOR EACH CHANNEL. PEEN BOLT THREADS (SEE SERVICE MOUNTING DETAILS AND STRAP DETAIL) 15/8"x27116"12 GA SLOTTED STEEL CHANNEL BRACKETS BOLTED TO POST USE TWO - 3/8" BOLTS, WASHERS AND NUTS FOR EACH CHANNEL PEEN BOLT THREADS. RIGHT SIDE OP SERVICE CABINET - 2" x 1/8" HOT DIPPED GALVANIZED STRAP N --- 3/8" o x 1" BOLT, LOCK WASHER AND NUT (TYP ) POST MOUNT STRAP DETAIL CABINET MAIN BONDING JUMPER DETAIL STAINLESS STEEL FLAT WASHER DETAIL A -A SERVICE CABINET TYPED MODIFIED (0 - 200 AMP TYPE 120/240 SINGLE PHASE) STANDARD PLAN J-36 SHEET 2 OF 2 SHEETS L APPR D OR PUBLICATION iaihu Was/links. Vets Os al.c.npa.ealn T ME N ® = I MN I i NM M M ! M M 11111 LUMINAIRE HEAD TB. z z 0 O EDGE OF TRAVELED WAY 2 POLE MAST ARM LENGTH MAST ARM -� Y 6,0 R. -� BOLT CONNECTION LUMINAIRE POLE STEEL LIGHT STANDARD FOUNDATION - SEE STANDARD PLAN .1-28.30 LIGHT STANDARD WITH TYPE 1 (DAVIT) MAST ARM (SUP BASE SHOWN) POLE Ras r ARM IENGTH. MAST ARM LENGTH HAND HOLE 6 D' R. (TYP.) GUSSET PLATE BOLT CONNECTION DOUBLE TYPE 1 MAST ARM \ BOTTOM of POLE BASE POLE MAST ARM LENGTH MAST ARM LENGTH LUMINAIRE HEAD GUSSET PLATE VARIES - 1.0 TO 20' R (TYP.) jiE{ ''- BOLT CONNECTION DOUBLE TYPE 2 MAST ARM z 6.0' R. -= MOUNTING HEIGHT EDGE OF TRAVELED WAY i} MAST ARM VARIES- 1.0'T02.0' R BOLT CONNECTION LUMINAIRE POLE VARIES WITH • OFFSET DISTANCE SHOULDER POLE BASE -' STEEL UGHT STANDARD FOUNDATION S HAND HOLE - SEE STANDARD PLAN J-78.30 LIGHT STANDARD WITH TYPE 2 (ELBOW) MAST ARM (SUP BASE SHOWN) NOTES 1. This plan depicts the Steel Light Standard types and terms commonly referred to in the Contract. All Steel Light Standards are fabricated in accordance with the Standard Specifications and the Contract Provisions. 2. The Luminaire Pole height shall not exceed 50' (H1). 3. Slip Bases shall not be installed on 50' (H1) poles with Double Mast Arms, nor on poles weighing more than 1000 lbs. 4. The optimal location of the Luminaire head is over the edge of the traveled way. Based on the place- ment of the Steel Light Standard foundation, the position of the Luminaire head may vary. See Standard Plan J-28.22. 5. Light Standard mast arm orientation is typically perpendicular to roadway centerline. 6. See Standard Plan J-28.50 for Hand Hole details. BOTTOM OF POLE BASE STEEL LIGHT STANDARD STANDARD PLAN J-28.10-01 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco BakotYch 1!I 05-11-11 4918. wc.h'nmpmn slab D.parMvni of T. n.porlatlon SUM DESIGN ENGINEER DA EN MN NM N_- _ r-- 1- r- --- 1 N DRAWN BY' LISA CYFORD POLE MAST ARM LENGTH - h -12 MAX FOR SINGLE. ARM 8 MAX. FDR DOUBLE ARM) BOTTOM OF _/ POLE BASE LIGHT STANDARD BASE MOUNTED ON BRIDGE - SEE STD. PLAN J-28.45 BV R. BOLT CONNECTION. -- LUMINAIRE POLE z 0 O �-- HAND HOLE TOP OF BRIDGE DECK BRIDGE -MOUNTED LUMINAIRE (TYPE 1 MAST ARM SHOWN) LUMINAIRE HEAD MAST ARM LENGTH POLE MAST ARM LENGTH LUMINAIRE HEAD (TYR) - BOTTOM OF POLE BASE 6.0' R (TYP.) BOLT CONNECTION - LUMINAIRE POLE 1OUNTTNG HEI HAND HOLE STEEL LIGHT STANDARD BARRIER MOUNTED BASE - SEE STD. PLAN J.28.58, C -8b, AND C-86.14 I MEDIAN BARRIER -MOUNTED LUMINAIRE (TYPE 1 MAST ARM SHOWN) POLE MOUNTING HEIGHT BOLT CONNECTION -! LUMINAIRE POLE EDGE OF TRAVELED WAY VARIES WITH OFFSET DISTANCE SHOULDER POLE BASE LUMINAIRE HEAD .�- HAND HOLE —1, BOTTOM OF POLE BASE POST TOP -MOUNTED LUMINAIRE (SLIP BASE SHOWN) STEEL LIGHT STANDARD STANDARD PLAN J-28.10-01 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 05-11-11 STATEPESiCN ENGINEER DATE T' Washington SO. DpnMn.n$ cif TTmvpoeMbn N — ' all ® NM S — — — M — — — i 1 11111 1111111 GROUNDING CONDUCTOR- NON -INSULATED #4 AWG STRANDED COPPER - PROVIDE 3' - 0" MIN. SLACK (ROUTE CONDUCTOR ", TO LUMINAIRE GROUNDING STUD) 3" DIAM. GROUT WELL (TYP.) CONDUIT COUPLING - INSTALL - FLUSH WITH TOP OF BARRIER (DO NOT GLUE PVC STU6OUT) ANCHOR BOLT (TYP.) - SEE TABLE HEAVY HEX NUT (TYP.) - SIZE TO MATCH ANCHOR BOLT (SEE TABLE) DRAWN BY' LISA CYFORD - 3f4' CHAMFER (TYP.) #7 REINFORCING STEEL BAR #4 REINFORCING STEEL HOOP CLAMP CONDUCTOR TO STEEL REINFORCING BAR WITH LISTED _ CONNECTOR SUITABLE FOR USE EMBEDDED IN CONCRETE SEE FIXED BASE FOR DETAILS NOT SHOWN PARTIAL ELEVATION VIEW SLIP BASE '�' ROUND WASHER SIZE TO -- MATCH ANCHOR BOLT (1YP.) - SEE TABLE STRAP TEMPLATE ' e ASSEMBLY (TVP.) - SEE DETAIL ISOMETRIC VIEW _ ANCHOR BOLT (TYP) - SEE TABLE HEAVY HEX NUT (TYP.) - SIZE TO MATCH ANCHOR BOLT (SEE TABLE) ANCHOR BOLT ASSEMBLY (SLIP BASE SHOWN) ANCHOR BOLT TABLE LUMINAIRE MAST MAST !ANCHOR BOLT HEIGHT ARM ARM DIAMETER (H1) TYPE LENGTH 1T 20'TO50' SINGLE '1 6'TO16' 1' 20'70 50' DOUBLE 6' TO B' 1" 20'T045' DOUBLE ' 10'TO16' 1" -46' TO 50' DOUBLE 10' TO 16' 1 1 118' 1" DIAM. CONDUIT - CAP EACH END - PROVIDE ADDITIONAL CON- DUIT FOR COMMUNICATION OR SIGNAL CABLE WHERE SHOWN IN THE CONTRACT UI NI i 1'-6" MIN. BELOW GROUND 2' - 0' MIN. UNDER PAVEMENT EXTEND THE CONDUfT 6' MIN. BEYOND THE FOUNDATION OR THE CONTROLLED -• DENSITY BACKFILL (D+1/16") DIAM. HOLE (TYP.) -, -SEE TABLE , #4 HOOP (TYP.) --' CLAMP CONDUCTOR TO STEEL REINFORCING BAR WITH LISTED CONNECTOR SUITABLE FOR -" USE EMBEDDED IN CONCRETE CONCRETE CLASS 4000P ••-w_, TOP VIEW STRAP TEMPLATE ASSEMBLY #7 (TYP_) TOP VIEW FIXED BASE _ EIGHT#7 BARS, EVENLY SPACED CENTER THE CONDUIT - IN THE FOUNDATION 1'-3"DIAM. BOLT CIRCLE (TYP.) - #4 HOOP (TYP.) r. 3/4' CHAMFER (TYP.) :z. 2 1/2" CLR. SEE SUP BASE FOR DETAILS NOT SHOWN ELEVATION VIEW FIXED BASE 2 NOTES 1. See Standard Plan J-28.40 for Luminaire Pole base mounting details. 2. The Strap Templates shall be held in place by nuts, 6" from the top of the foundation and 3" from the bottom of the anchor bolts. 18 heavy duty hex nuts and 6 round washers are required for a Slip Base assembly 18 heavy duty hex nuts and 6 plate washers are required for a Fixed Base assembly 3. Use Steel Light Standard Foundation Type A on level ground or slopes not exceeding 4H . 1V. Use Type B for slopes steeper than 41i : 1V, but not exceeding 2H 1V. Slopes steeper than 2H 1V shall require a special design. 4. These foundations are designed for a minimum of 2000 PSF (TYPE A) or 1500 PSF (TYPE B) allowable lateral bearing pressure for the soil. A special foundation shall be required for soil with allowable lateral bearing pressure lower than 1500 PSF. 5. The Luminaire Pole height shall not exceed 50' (H1). 6. Slip Bases shall not be installed on 50' (H1) poles with Double Mast Arms, nor on poles weighing more than 1000 lbs. 7 Slip Bases are not required on poles placed outside of the Design Clear Zone, nor on poles installed behind traffic barrier 8. Foundations constructedwith)n Ecology Embankments shall be increased in depth by the depth of the Ecology Embankment. 9. Exposed portions of the foundation shall be formed to create a Class 2 surface finish. All Forming shall be removed upon completion of foundation construction. 10. For excavation, concrete placement, and backfill options, see METHOD 1 and METHOD 2 on Sheet 2 of 2. 11. The Anchor Bolts shall be high-strength steel, manufactured from ASTM A449, with heavy hex nuts and hardened washers. Galvanize the Anchor Bolts according to AASHTO M232. 12. The foundation shall be grounded in accordance with the requirements of Standard Specification 8-20.3(4). 13. See Standard Plans C -Bb and C-85.14 for steel light standards on traffic barrier. SLIP BASE FIXED BASE ANCHOR BOLT LAYOUT STEEL LIGHT STANDARD FOUNDATION TYPES A & B STANDARD PLAN J-28.30-02 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich III 06-27-11 ® STATED.. nnnoomn DATE Washington Sle. D.pa,7m.nI of Trmeportatian N-- - 1 NM 1 S_ M- 1 N®- I UM- r EDGE OF SHOULDER -- LUMINAIRE POLE -- POLE BASE SLOPE ROUNDING EMBANKMENT WIDENING b b o m K;m DRAWN BY' LISA CYFORD UNDISTURBED SOIL . (TYP.) UGHT STANDARD FOUNDATION -. CONCRETE CLASS 4000P SLOPE 2H 1V (MAX.) OR FLATTER EXAM. (CASE (CASEA SHOWN) --- UNDISTURBED SOIL METHOD 1 NO SUBSURFACE FORM This option is only used when the existing soil in the hole will remain standing and the cement concrete can be placed with- out causing the soil to collapse. Concrete shall be cast directly against undisturbed soil. Auger the hole for the foundation. Use paper or cardboard form to achieve a smooth finish on the final exposed cement concrete. Support the form as necessary to remain plumb. See Standard Plans J-28.24 and J-28.26 for maximum heights of exposed foundation when no embankment widening is to be installed. Place the concrete foundation. After concrete has cured, remove the paper or cardboard form portion. Construct the embankment widening (if required). EDGE OF_ _ SHOULDER POLE BASE --- LUMINAIRE POLE NOTE These foundation Construction Methods are applicable to all Steel Light Standard Placement Cases. See Standard Plans J-28.22, J-28.24, and J-28.26. SLOPE ROUNDING EMBANKMENT WIDENING SLOPE 2H 1V (MAX.) OR FLATTER m b •00 11.1 J CONSTRUCTION METHODS UNDISTURBED SAIL (TMP-) METAL FORM FOR UGHT STANDARD FOUNDATION CONCRETE CLASS 4000P 3'.- 0' DIAM, (CASEA SHOWN) TEMPORARY SLOPE OR SHORE AS REQUIRED (TYP.) OVER -EXCAVATED AREA SHALL BE BACKFILLED WITH CONTROLLED-DENSEY-FILL (CDF), OR WITH COMPACTED BORROW IN ACCORDANCE WITH STANDARD SPECIFICATION 8-20.3(2) _ LIMITS OF STRUCTURE EXCAVATION UNDISTURBED SOIL METHOD 2 METAL (SUBSURFACE) FORM REQUIRED When the existing soil will not retain a vertical face, over -excavate the foundation area and install a 36" diameter, corrugated metal (pipe) form. The corrugated metal form shall not extend more than 6" below any portion of the foundation that will remain exposed upon final grading. Continue forming to full height using paper or cardboard form to achieve a smooth finish on final exposed cement concrete. Support the form as necessary to remain plumb. See Standard Plans J-28.24 and J-28.26 for maximum heights of exposed foundation when no embankment widening is to be installed. Place the concrete foundation. Atter concrete has cured, remove the paper or cardboard form portion. Backfill with controlled -density fill or compacted borrow in accord- ance with Standard Specification 8-20,3(2). Construct the embankment widening (if required). STEEL LIGHT STANDARD FOUNDATION TYPES A & B STANDARD PLAN J-28.30-02 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 06-27-11 ® STATE GES,GNENGINEE0. DATE T/ WashinVon SIW Dponm.nl at TranspaAmien v7/7, �� M M N ME S N M NM M I 1 E N ' = I DRAWN BY LISA CYFORD UD SUPPORT (TYP.) _� ^ SEE NOTE 3 A GROUND STUD - SEE NOTE 4 ""N COUPLING NUT FOR ALTERNATIVE 2 UO LIFTING NOTCH - 1/4" • 3/4" Y18" (TYP.) I_ DIAMOND PATTERN - SEE NOTE 2 0 81 HEADED ANCHOR SHEAR STUD - 3/8" r 3" 10 COUNT STUDS EVENLY !j SPACED AROUND FRAME (PLACE TO SIDE OF LID -1 BOLT DOWN SUPPORT ANGLE NRIEN USING LOCKING DETAIL ALTER- NATIVE 2), - SEE NOTE 11. 3/8" DIAM, HOLE WITH y' 1/2" DIAM. • 1 12" - PENTA HERD BOLT JUNCTION BOX DIMENSION TABLE Y Qre & REM BOX TYPE TYPE 1 TYPE 2 A OUTSIDE LENGTH OF JUNCTION BOX 22' 33" B OUTSIDE W80TH OF JUNCTION BOX 17" 22 112" C INSIDE LENGTH OF JUNCTION BOX _ _ 18' - 19" _ 28' - 29° O INSIDE WIDTH OP JUNCTION BOX , 13' - 14° 17" - 18' E UD LENGTH 17 5/8" 28 518" F UD WIDTH 12 5/8" 18118" CAPACITY - CONDUIT DIAMETER 5" 12" WELDED WIRE REINFORCEMENT L (TYP.) n UD SUPPORT (TYP.) ....\ f BOLT PLATE - SEE DETAIL -'r e.. 3/183 3/4 (wit 3FI8 3/4 TOP OF SOIL SURFACE -` 1114"GAP (TT ) FOR HOOK RELEASE LOCKING LID STANDARD DUTY JUNCTION BOX (CONDUITS NOT SHOWN) A GROUNDING STUD j— - SEE NOTE 4 3f8" STEEL /rCOVER PLATE - UD HOOK 1 10 MIN. ) 3118" I HEADED ANCHOR SHEAR STUD (TYP ) - SEE NOTE 11 WELDED WIRE HOOP (TVP ),_„„/ - SEE NOTE 10 318" STEEL COVER UP PLATE TOP OF PAVED SURFACE O 2 PVC CONDUIT -ft GRAVEL PAD ek MINI kr N ty r- GRS CONDUIT SECTION 1 1 // INWR VNRE TIED TO '6.• HEADED ANCHOR SHEAR STUD (TYP ) SECTION .(D PERSPECTIVE VIEW 1(i> Copper salderlea9 wimp connector BONDING JUMPER -SEE NOTE 3/8' STEEL COVER LIP PLATE (TYP.) NOTES 1. All box dimensions are approximate. Exact configurations vary among manufacturers. 2. The lid thicknesses are minimum. The diamond pattem shall be 28% minimum of overall thickness. 3. Lid support members shall be 3/16" minimum thick steel C, L, or T shape, welded to the frame. 4. A 1/4-20NC x 3/4" S.S. ground stud shall be welded to the bottom of the Ind; include 2 S.S. nuts and 2 flat washers. 5. Botts and nuts shall be liberally coated with anti -seize compound. 6. Connect a Bonding Jumper to steel conduit bushing for GRS conduit; connect to Equipment grounding conductor for PVC conduit. Bonding Jumper shall be #8 min. x 4' of tinned braided copper. 7. The System identification letters shall be 1/8" line thickness formed by engraving, stamping, or with a S. S. weld bead. Grind off diamond pattem before forming letters. For System identification Detail see Standard Pian J-40.30, 8. When required in the Contract, Type 2 boxes shall be provided with a 10" x 27 1/2", 10 gage divider plate complete with fasteners. 9. The Junction Box Type 2 shall be provided with a 12" deep extension when specified in the Contract. 10. See the Standard Specifications for alternative reinforcement and class of concrete. 11. Headed Anchor Shear Studs must be welded to the Steal Cover Lip Plate and wire tied In two places to the vertical Welded Reinforcement Wire when In contact with each other. Wire lie all other Headed Anchor Shear Studs to the horizontal Welded Reinforcement Wire_ 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process In lieu of welding. Attachment Tab shown depicts a typical component arrangement, actual configurations of assembly will vary among manufacturers. See approved manufacturers shop drawing for specifics 13. Unless otherwise noted In the plans or approved by the Engineer, Junction Boxes, Cable Vaults and Pull Boxes shall not be placed within the trave)ed way or paved shoulders. All Junction Boxes, Cable Vaults and Pull Boxes placed wttiln the traveled way or paved shoulders shall be heavy-duty. B 1 1!2 MIN. 318" STEEL COVER �9/16' UP PLATE (TYP) GROUND STUD " - SEE NOTE 4 I I COUPLING NUT / i -.FOR ALTERNATIVE UD SUPPORT (TYP.) r -L SHAPE SHOWN (SEE NOTE 3) 3/8" • 3" HEADED ANCHOR SHEAR STUD (TYP.) WELDED MARE REINFORCEMENT (TYP ) (VWVR) 4.4-W2 94012.9 (8 GAGE) - SEE NOTE 10 WELDED WIRE HOOP (TYP.) W2.9 (6 GAGE) - SEE NOTE 10 SECTION f B } (CONDUITS NOT SHOWN) LOCKING LID STANDARD JUNCTION BOX TYPES 1 & 2 STANDARD PLAN J-40.10-01 SHEET 1 OF 2 SHEETS 3/8" STEEL COVER UP PLATE /1/8 3/16 WAR - WELDED TD UP PLATE' WELDED WIRE HOOP (TYP.) 15(29 (5 GAGE) - SEE NOTE 10 M MB ' S 1 IIIIII OM I IIIIII = MN = I 3/16" SECTION LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) " 318" STEEL COVER UP PLATE -L. 1(6",' WWR-TED IN PLACES j TO HEADED ANCHOR -- SHEAR STUD WAR 4x4-W2.9x19/2.0 (TYP) - (6 GAGE) - SEE 9107E 10 348" x 3" HEADED ANCHOR SHEAR STUD - WELDED TO UP PLATE 3/8" STEEL UD SUPPORT L SHAPE SHOWN _ COVER PLATE (SEE NOTE 3) 3/18 V1'C � UD HOOK - 1" x 1" x 3/18' ANGLE 3/9' STEEL COVER LIP PLATE -\ UD SUPPORT - 1. SHAPE SHOWN 3(18 (SEE NOTE 3) WWR - TIED IN 2 PLACES TO EACH HEADED ANCHOR SHEAR STUD MIR 4*4-W2.9x W28 (1YP.) (8 GAGE) - SEE NOTE 10 3(8' x 3" HEADED ANCHOR /r SHEAR STUD - WELDED TO -/ LIP PLATE 114" U0 LIFTING NOTCH 2" x 1/4" - 3 GAGE STEEL SPACER 12" * 1 1)2" PENTA HEAD BOLT - BOLT PLATE CHANNEL 3f 46 11, - SEE DETAIL 12' x 1 1/2' FENTA HEAD BOLT - 1(4" UD LIFTING NOTCH 3/16' ', 31181"" - 12" x 1 12' PENTA HEAD BOLT %%177/'7 BOLT PLATE CHANNEL - SEE DETAIL BONDING JUMPER - SEE NOTE 6 UD BOLT DOWN SUPPORT ANGLE - 1 1/2' x 3" * 1/4" ANGLE HEX COUPUNG HUT S.S. 5/16 -NC x 7/E' WITH S.S. 5/18 -NC x 3/4" BOLT & S.S. 5/16" FLAT WASHER DETAIL (F ) ALTERNATIVE 2884OWN 3/46' 318" STEEL COVER UP PLATE 18 r 11)2 WWR - TIED IN 2 PLACES TO HEADED ANCHOR SHEAR STUD WAR 4=4.W2.6=WL9 (TYP.) (6 GAGE) - SEE NOTE 10 3/8" * 3' HEADED ANCHOR f SHEAR STUD - WELDED TO UP PLATE LID LIFTING NOTCH f` - 1/4"x3!4" 1 3/8" DIAM. HOLE//- 3/8' STEEL COVER PLATE - F SHOWN CUT AWAY FOR CLARITY BOLT PLATE CHANNEL 9, - SEE DETAIL -\ SLOTTED STEEL CHANNEL BONDING JUMPER - SEE NOTE 6 LID BOLT DOWN ATTACHMENT TAB - SEE DETAIL DETAIL (E ) ALTERNATIVE 1SHOWN 1 3/8" DIAM HOLE BOLT PLATE CHANNEL - SEE DETAIL -1 ( J" 3118 V BOLT DOWN ATTACHMENT TAB - SEE DETAIL 1/2' x 1 1/2" PENTA HEAD BOLT (I/O" x 2' VERTICAL SLOT 1 1/8" x 2" VERTICAL SLOT ~ 3!1 6 V ( P.) L 1(B"x84' \ STEEL ANGLE 31 1/8" x 314"ANGLE (TYP.) 114" S.5. PLATE 1/4" STEEL PLATE U0 SUPPORT L SHAPE SHOWN (SEE NOTE 3) DETAIL (!) ALTERNATIVE 30HOWN 2" • 1/4" - 3 GAGE STEEL SPACER 3/16 1 5/8' SLOTTED S.S. CHANNEL VWTH S S CHANNEL NUT -/ AND SPRING r- 112" x 1 12" PENTA HEAD BOLT 1 r UD LIFTING NOTCH - 1/4" x 3/4' 3/8" STEEL COVER PLATE - SHOWJN CUT AWAY FOR CLARITY DETAIL ALTERNATIVE 2SHOWN PERSPECTIVE VIEW 12" x 11/2" PENTA HEAD BOLT 3/8" STEEL COVER 1 PLATE - SHOWN CUT AWAY FOR CLARITY 12 LID SUPPORT - L SHAPE > . SHOWN (SEE NOTE 3) EXPOSE LID BOLT DOWN SUPPORT ANGLE TO ATTACH ALTERNATIVE 2 110 BOLT DOWN ANGLE ATTACHMENT TAB 1 LID BOLT DOWN SUPPORT .- ANGLE - 2" *2" A 1/4" ANGLE DETAIL ALTERNATIVE 3 SHOWN PERSPECTIVE NEW 15 1 12 UD 511660111- L SHAPE SHOWN (SEE NOTE 3) DETAIL ALTERNATIVE 1 SHOWN PERSPECTIVE VIEW 1(2" S.S. HEX NUT 7/18" x 3/4" SLOT 3/2' S.S, HEX NUT 3118 Rt'P.). 3/16 !` 11/2 LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) HEX COUPLING NUT LID BOLT DOWN ATTACHMENT TAB - SEE DETAIL r` z 9118' HOLE -i 11_II" 7/16' x 3/4" SLOT 9/16" HOLE _ 2" x 3"' 1/4" ANGLE SEE NOTE 11 1181 \TYP') ALTERNATIVE 2 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) 1(8" x 3/4' STEEL ANGLE 2" 1/2",(I 7�I168I 5/8" x 1" / HORIZONTAL . SLOT 5/8'•1' - HORIZONTAL SLOT 3116 Fr- HEX !HEX COUPUNG NUT S.S. 5/16 -NC x 7/8' WITH 5 S 5/16 -NC x 314' BOLT & S.S. 5/18' FIAT WASHER ALTERNATIVE 1 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) 2 - 1' 5/8" x 1" VERTICAL 1- SLOT i 1 Ci V-} 2 - BOLT PLATE CHANNEL 4" 1/8" x 3/4" STEEL ANGLE - RIGHT ANGLE SHOWN, . MIRROR IMAGE FOR LEFT ANGLE 1 1/2' DIAN. LOCKING LID STANDARD JUNCTION BOX TYPES 1 & 2 STANDARD PLAN J-40.10-01 SHEET 2 OF 2 SHEETS 118" x 3/4" STEEL ANGLE\ - MIRROR IMAGE FOR J ALTERNATIVE 3 LEFT ANGLE LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) DRAWN BY ELENA BRUNSTEIN = M 1= MI I r N I-- 1 N M MN MI N 1 N ENO G20 -2A ROAD WORK - DOWNSTREAM TAPER TO SHOW ENO OF WORK AREA - SEE NOTE 5 ALL G20 -2A END ROAD WORK 4 4t. 4' LONGITUDINAL BUFFER SPACE = B POSTED SPEED (MPH) {1{ 25 4 30 35 40 45 50 55 60 i 65 LENGTH a (FEET) P 155 1200 250 305 360 425 405 570 1645 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK, SERVICE TRUCK FLAT BED. ETC. MINIMUM WEIGHT 15,000 LBS. (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) O ROLL AHEAD STOPPING DISTANCE.= 30 FEET MIN. (DRY PAVEMENTASSUMED) W20.7A W20.7B - OPTIONAL IF POSTED SPEED 40 MPH OR LESS W20 -7A W20.4 W20-1 W20-78 - OPTIONAL IF POSTED SPEED 40 MPH OR LESS 0.4 LEGEND FLAGGING STATION E4 SIGN LOCATION A ® G CHANNELIZJNG DEVICES ErEi PROTECTIVE VEHICLE - RECOMMENDED NOTES 1 A Protective Vehicle is recommended regardless if a Truck Mounted Attenuator (TMA) is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Night work requires additional roadway lighting at flagging stations. See WSDOT Standard Specifications for additional details. 3. Extend Channefizing Device taper across shoulder ^ recommended. 4. Sign sequence is the same for both directions of travel on the roadway 5. Channetizing Device spacing for the downstream taper option shall be 20' O.C. 6. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. SIGN SPACING = X (1) RURAL HIGHWAYS 60165 MPH 800't RURAL ROADS 45 (55 MPH 500' t RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350' 3 RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 205 ± (2) RESIDENTIAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100' t (2) ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE 1) ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS. AND DRIVEWAYS (2) THIS SIGN SPACING MAY 8E REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES EXFIRLS AUGUST 9. 20071 LANE CLOSURE WITH FLAGGER CONTROL STANDARD PLAN K-20.40-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION ® TIE DE Neuov�n x'70!? Wa.hinatan Spn. D.pa4m.'d of han.partallan OM OM N i M M-- all M i MI M=— I N M M LONGITUDINAL BUFFER SPACE = B TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) POSTED SPEED (MPH) 25 1 30 35 r 40 45 50 55 t 60 f 65 70 LENGTH 0 (FEET) SEE STD. PLAN K-40.40 360 425 495 I 570 1645 1730 BUFFER DATA TYPICAL PROTECTIVE VEHICLE WITH TMA (SEE NOTE 1) VEHICLE TYPE LOADED WEIGHT 4 YARD DUMP TRUCK SERVICE TRUCK FLAT BED, ETC, MINIMUM WEIGHT 15,000 LBS (MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH MANU- FACTURER RECOMMENDATION) O ROLL AHEAD STOPPING DISTANCE = 30 FEET MIN. •(DRY PAVEMENTASSUMED) MINIMUM TAPER LENGTH = L (FEET) POSTED SPEED (MPH) SHOULDER WIDTH • (FEET) POSTED SPEED (MPH) 25 130 135 1 40 1 45 1 50 1 55 1 60 1 65 1 70 6 SEE STD. PLAN 1 270 , 300 ' 330 t 360 I 390 420 8 .a K-4040 I 1 360 1 400 1 440 j 460 ' 520 ii 560 700 10 ( L 1 450 ' 500 i 550 1600 650 LESS THAN 6 3 DEVICES MINIMUM, SPACED 10' O.C. CHANNELIZING DEVICE SPACING POSTED SPEED (MPH) IN TAPER (FEET) IN TANGENT (FEET) 50 / 70 40 80 45 / 50 30 60 NOTES 1. A Protective Vehicle is recommended regardless if a TMA is available; a work vehicle may be used. When no TMA is used, the Protective Vehicle shall be strategically located to shield workers, with no specific Roll -Ahead distance. 2. Channelizing Device spacing for the downstream taper option shall be 20' O.C. 3. No Encroachment on the traveled lane is permitted. If Encroachment is necessary, the lane shall be closed (see Standard Plan K-24.20). 4 Signs to be post mounted for long term projects. 5. For signs size refer to Manual on Uniform Traffic Control Devices (MUTCD) and WSDOT Sign Fabrication Manual M55-05. SIGN SPACING = X RURAL HIGHWAYS RURAL'ROADS 60 / 65 MPH 45 / 55 MPH 800' # 500' 6 ALL SIGNS ARE BLACK ON ORANGE UNLESS DESIGNATED OTHERWISE ALL SIGN SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS, ANO DRIVEWAYS. LEGEND 01 SIGN LOCATION EIa a a CHANNELIZING DEVICES:L- T:71 PROTECTIVE VEHICLE - RECOMMENDED s lr� F _ lam) 7 �:f /fi/,r%f!/,>• ° 0 WORK AREA;j%. 1i,%f//!%/i;fes �' IN/L..1I 1 j ENO 1G20-2AROAD WORK OR " DOWNSTREAM TAPER TO SHOW END OF WORK AREA - SEE NOTE 2 FOR LOCAL AGENCY USE ONLY NOT FOR USE ON STATE ROUTES !EXPIRES AUGUST 9. 20071 SHOULDER CLOSURE HIGH SPEED ROADWAY (45 MPH OR HIGHER) STANDARD PLAN K•40.20-00 SHEET 1 OF 1 SHEET APPRO O FOR PUBLICATIONS SUMa•A� dtsE ,'pe, WmhI, u6 n 5tala o.pmr m lma4 d rwr/atlon MM I ' l M 1 I E MN i M P IIIIIII MI N NM = 6 TO 12' SHOULDER B' MIN EDGE OF c— TRAVELED WAY - SIGN SIGN INSTALLATION (FILL SECTION) 8' TO 12' SHOULDER G MIN, 3 MIN EDGE OF - TRAVELED WAY FACE OF BARRIER OR GUARDRAIL y,�? i 1 .— SIGN SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) 6' TO 12' SHOULDER EDGE OF WAY TRAVELED '--S_ CURB FACE CURB — MIN, SIGPRIMARYN i ^ 0' MW 3' MAX. I ; SUPPLEMENTAL PLAQUE SIGN INSTALLATION (CURB SECTION) 6' TO 12' �Zr SHOULDER 6' MIN. 5— EDGE OF TRAVELED -- WAY 0' MIN 1 �r v` SIGN WITH SUPPLEMENTAL PLAQUE INSTALLATION (FILL SECTION) PRIMARY r SIGN _ SUPPLEMENTAL PLAQUE 6' TO 12' SHOULDER �. EDGE CF TRAVELED IS WAY EDGE OF SIGN SHALL NOT INTRUDE ON EDGE OF'SIDENALK Z^ rSIGN CURB _ ,# FACE SIDEWALK - ti CURB -, V SIGN INSTALLATION (SIDEWALK AND CURB SECTION) 6' TO 12' SHOULDER 6' MIN EDGE OF Nc— TRAVELED WAY NOTES 1. For sign installation details, see Std. Plan G - series. 2. In rural areas, the "V" Height can be a minimum of 7 feet for primary signs and 6 feet for the supplemental plaques for greater visibility, as directed by the engineer. 3. The "V" height for signs, with an area of more than 50 square feet and two or more sign supports, is 7 feet in both rural and urban areas. HEIGHT V TO BOTTOM OF SIGN (NO SUPPLEMENTAL PLAQUE) TO BOTTOM OF SUPPLEMENTAL PLAQUE (WHEN REQUIRED) RURAL 5' MINIMUM 4' MINIMUM URBAN 7' MINIMUM 6' MINIMUM ` SIGN SIGN INSTALLATION (DITCH SECTION) I EXPIRES AUGUST 9, 2001 CLASS A CONSTRUCTION SIGNING INSTALLATION STANDARD PLAN K-80.10-00 SHEET 1 OF 1 SHEET APPROVED FO/R PUBLICATIONS �p Wad,inplon Slats Department of Tmnspo,tmbn 'EXPIRES AUGUST 9. 2007` 1•11 IMO MIR NM MI Mill MI MI all Mill IIIIIII NM INN ISE ATTACHMENT DETAIL 0 OR ATTACHMENT DETAIL TOP OF BARRICADE 1._ SUPPORT ANGLE WARNING LIGHT ATTACHMENT DETAIL WARNING LIGHT _ ATTACHMENT \ DRILL THREE 2" DIAM. HOLES XPi 6" a 1 1/2" a 1 1/2" a 118" r STEEL ANGLE WARNING LIGHT ATTACHMENT TOP OF BARRICADE SUPPORT ANGLE GRILL TWO 12" DIAM. HOLES THROUGH / 4°- BARRICADE SUPPORT ANGLE f ATTACHMENT DETAIL O 6" a 2" a 2" a 1/6" TUBULAR STEEL WITH PRE -DRILLED / HOLES (1) 3/8" - 16a 1" STEEL HEX BOLT (2) 1" FLAT WASHERS (1) 3/84- 16 STEEL HEX NUT ELEVATION SEE NOTE 2 (1) 3/8" - 16 a 1 3(4" STEEL HEX BOLT (2) 1" FLAT WASHERS (1) LOCKWASHER (1) 3/8"- 16 STEEL HEX NUT (TYP.) 314" ACX PLYWOOD PANEL - SANDBAGS AS REQUIRED TO STABILIZE BASE ^� ^ ALL LEGS TOP OF BARRICADE if— P SUPPORT ANGLE GRILL TWO 12" DIAM. HOLES THROUGH t` BARRICADE SUPPORT ANGLE ATTACHMENT DETAIL O (1) 3/8'-16.3" STEEL HEX BOLT (2) 1' FLAT WASHERS (1) 3/8" - 16 STEEL HEX NUT TYPE 3 BARRICADE 0.4 0.44>%1 411441 8" a 2' a 2" a 1/8' TUBULAR STEEL ISOMETRIC VIEW 1l8 (YR) 1/8 SIDE ORANGE AND WHITE REFLECTIVE SHEETING ASTM D4956 -TYPE$ ORi3Z(SEE NOTE 3) 112"•11/2"x1/8" = STEEL ANGLE / 4' - 11" LONG (TYP ) NOTES 1. All fasteners may be zinc plated, galvanized or stainless steel. All steel angle and tubular steel shall be hot -rolled, high carbon steel, painted or galvanized. 2. Install one lightweight Type A Low -Intensity flashing waming light an the traffic side of the barricade. Install two Type A Low -Intensity flashing waming lights per barricade when the barricades are used to dose a roadway. Attach the light to the barricade according to the fight manufacturer's recommendations or use the details shown on this plan. 3. Stripes on barricade rails shall be alternating orange and white retroreflective stripes (sloping downward at an angle of 45 degrees in the direction traffic is to pass). 4. The Type 3 barricade design shown on this plan meets the crash test requirements of NCHRP 350. Alternative designs may be ap- proved if they conform to the NCHRP 350 crash test criteria and the MUTCD 5. When a sign is mounted on the barricade, it shall be securely bolted to at least two plywood panels. The top of the sign shall not be higher than the top panel of the barricade. 6. When sandbags are used in freezing weather, Urea fertilizer shall be mixed with the sand in a quantity to prevent the sand from freezing. FRONT OF BARRICADE Y ex ANGLE RESTS ON TOP OF BOLT \ 112"a 112'* 1/8" -- STEEL ANGLE S-0"LONG (TYP) �„�• STEEL ANGLE L. 8"a2'"2"a1/8" TUBULAR STEEL (1) 3/8"-18x3" STEEL HEX BOLT t (2) 1" FLAT WASHERS (1) 3/8" - 16 STEEL HEX NUT DETAIL TYPE 3 BARRICADE STANDARD PLAN K-80.20-00 S OF 2 SHEETS FOR PUBLICATION N' aKEEN Washington sems wpamn.m d Transportation =I NW INN IIIII 11111 EN 111111 NW NE 11111 MI NE NM ININ NW INN INN INII INN USEABLE TRAFFIC LANE r PAH/ AREA CLOSED TO TRAFFIC TYPE 3L BARRICADE STRIPES ON THE BARRICADES SHALL SLOPE DOWNWARD IN THE DIRECTION TRAFFIC IS TO PASS . AREA CLOSED TO TRAFFIC , 2' MIN USEABLE TRAFFIC LANE #31' TYPE 3R BARRICADE TYPE 3L BARRICADE \\N, /„. WORes AREA7 //1 7/444/ z TYPE 3R BARRICADE TYPE 3R BARRICADE ROAD CLOSURE AT INTERSECTION BARRICADE PLACEMENT TYPE 3L BARRICADE ROAD CLOSURE AT OTHER LOCATIONS 'EXPIRES AUGUST 9, 20071 TYPE 3 BARRICADE STANDARD PLAN K-80.20-00 SHEETS IMO =I IIIIII =I OM NM INN INN IIIIII IMO MN 1E111 Mil IIIIN MIN =I DRAWN BY: LISA CYFORD 10' 10' 10' CENTERLINE & LANE LINE 30' YELLOW - CENTERUNE, WHITE - LANE'UNE • t 10 NO -PASS LINE & TWO-WAY LEFT -TURN CENTERLINE 30' 10 - YELLOW 7 10 YELLOW REVERSIBLE LANE LINE 3D' r ; " • ; WIDE BROKEN LANE LINE 9' IH,„..--, ''..---- ' ' 3'. 9. WIDE DOTTED LANE LINE " , I I- .1 ••••- 1•1,, ir DOTTED EXTENSION LINE t 3' 9' 3' 0 3' I ,• I •••\__• • 3' 0 WHITE SEE CONTRACT FOR LENGTH EDGE LINE & SOLID LANE LINE \s,_ YELLOW OR VVHITE - SEE NOTE 2 SEE CONTRACT FOR LENGTH DOUBLE CENTERLINE & DOUBLE LANE LINE SEE CONTRACT FOR LENGTH „.- S E NOTE 3 1 YELLOW- DBL CENTERLINE, WHITE - DBL LANE LINE WIDE LANE LINE SEE CONTRACT FOR LENGTH "- WHITE T ITE1'r DOUBLE WIDE LANE LINE WHITE SEE CONTRACT FOR LENGTH , • . "1-7- • Ei I j_LLI 777 • •••: • YELLOW OR VVHITE - SEE NOTE 1 DOTTED LANE LINE WHITE BARRIER CENTERLINE NOTES 1, Dotted Extension Line shall be the same color as the line it is extending. 2, Edge Line shall be white on the right edge of traveled way, and yellow on the left edge of traveled way (on one-way roadways). Solid Lane Line shall be white, 3. The distance between the lines of the Double Centerline shall be 12" everywhere, except 4" for left -turn channelization and narrow road- ways with lane widths of 10 feet or less. Local Agencies (on non -state routes) may specify a distance for all locations. The distance between the lines of the Double Lane Line shall be 4". YELLOW LONGITUDINAL MARKING PATTERNS STANDARD PLAN M-20.10-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich 111 06-03-11 DATE 51t1v Departnwnt of Transpor.len 11111 111111 1 I r NE OM NM EN- 1 I NM M MIN M MN RP 7 WIDTH PER YMC 8.64.070 SEE PLANS CONCRETE APRON 7' MIN. OR TO RAN LINE (WHICHEVER IS GREATER) 15, OKI SEE PLAN A�\ PREFERRED RAMP CONFIGURATION RP ALTERNATE RAMP CONFIGURATION NO 1 CONCRETE A L VALLEY GUTTER COMMERCIAL APPROACH - TYPE 1 VALLEY GUTTER 'FLOW LINE -0.5' CEMENT CONCRETE RAISED CURBING MAY CONTINUE INTO SITE. • • 1 3' VALLEY GUTTER NOTES RAMP RUNNING SLOPES SHALL BE 8.3"/ MAX. MIN. 0.25' CSTC (COMPACTED DEPTH) SECTION A COLD JOINT (TYP) • 4444„;4:1/p RP COLD JOINT (TYP) MIN. 0.25' CSTC (COMPACTED DEPTH) (INCLUDING APRON) 0.5 CEMENT CONCRETE (INCLUDING APRON) COMMERCIAL APPROACH - TYPE 2 ALTERNATE RAMP CONFIGURATION NO. 2 VALLEY GUTTER 1 USE OF COMMERCIAL APPROACH - TYPE 2 BY APPROVAL OF CITY ENGINEER ONLY 2. CURB & GUTTER, VALLEY GUTTER, & CONCRETE APPROACH SHALL BE SEPARATED BY 318" THICK EXPANSION JOINT MATERIAL. 3. THIS DETAIL INDICATES GENERAL CONFIGURATION REQUIREMENTS FOR COMMERCIAL DRIVEWAY APPROACHES. STYLE AND LOCATION OF HANDICAP RAMPS.WILL DEPEND UPON SITE CONDITIONS AND SHALL BE CONSTRUCTED ACCORDING TO THE SPECIFIC PROJECT SITE PLAN APPROVED BY THE CITY ENGINEER. 4. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO 5. 5. DUE TO THE MINIMUM SIZE RADIUS OF 15', SPECIAL CONSIDERATIONS NEED TO BE MADE TO ALLOW FOR ADA REQUIREMENTS ON THE RAMPS. 15' RADIUS DESIGNS MUST BE SUBMITTED AND APPROVED BY THE CITY ENGINEER PRIOR TO CONSTRUCTION. 6. ALL SIDEWALK WITHIN COMMERCIAL APPROACH LIMITS, FROM RADIUS POINT TO RADIUS POINT, SHALL BE 0.5' CEMENT CONCRETE ON 025' CSTC. 12 COLD JOINT (TYP) p pRi e4a `tea COLD JOINT (TYP) MIN. 0.17' CSTC (COMPACTED DEPTH) 0.5' CEMENT CONCRETE RESIDENTIAL APPROACH City Of Yakima Engineering Division 129 North Second Street Yakima, Washington City of Yakima - Standard Detail DRIVEWAY APPROACHES NOT TO SCALE Revision 11-2011 R4 J THROUGH JOINTS ON EACH SIDE OF AND AROUND EACH UTILITY APPURTENANCE. FOR HANDICAP RAMP SIZE AND POSITION, SEE APPLICABLE STANDARD DETAILS. SIDEWALK JOINTING SEE PLANS S = 0.02 hlft 0 [COLD JOINT '-0.5' CEMENT CONCRETE COMPACTED SUBGRADE 0.17' MIN. CSTC (COMPACTED DEPTH) 6" SIDEWALK SECTION SEE PLANS S = 0.02 ft/ft ;f. COLD JOINT 1,..11111.11 0.33' CEMENT CONCRETE COMPACTED SUBGRADE 0.17 MIN. CSTC (COMPACTED DEPTH) 4" STANDARD SECTION NOTES 1. THROUGH JOINTS WITH 3/8" JOINT MATERIAL SHALL BE PLACED AT 20' INTERVALS OR MATCH EXISTING CURB JOINTS. 2. 1 1/2" DEEP DUMMY JOINTS SHALL BE SCORED INTO THE CONCRETE AT ALTERNATING 10' INTERVALS. 3. "V" GROOVES SHALL BE PLACED AT 5' INTERVALS. 4. ALL JOINTS, "V" GROOVES, AND EDGES SHALL BE FINISHED WITH AN EDGER HAVING A 1/4" RADIUS. 5. SEE PLANS FOR WIDTH AND POSITION OF SIDEWALK. 6. WSDOT CLASS 3000 CONCRETE WITH COARSE AGGREGATE GRADING NO. 5. City Of Yakima City of Yakima - Standard Detail Engineering Division CEMENT CONCRETE SIDEWALK R5 129 North Second Street Yakima, Washington NOT TO SCALE Revision 03-2011 SIDE SEWER TEE -WYE (STD) A 1 NOTES 1. SIDE SEWER CONNECTIONS NEW SANITARY SEWER MAINS SHALL BE MADE WITH TEES OR WYES AS DIRECTED. ALL CONNECTIONS TO SANITARY THE STUBS AND EXISTING SEWER MAINS SHALL BE MADE WITH "RIGID SEWER MAIN TYPE" COUPLERS. ANY DEVIATIONS FROM THIS SHALL BE APPROVED BY THE CITY ENGINEER PRIOR TO USE.. 4 • PLAN VIEW 18" #4 REBAR BURIED 6"-12" BELOW FINISH GRADE TIED IN MARKER TAPE DETECTABLE MARKER TAPE PER STD. SPECS PLACE 12" ABOVE ENTIRE LENGTH OF SIDE SEWER SIDE SEWER WYE (AS REQUIRED) 2. WHERE DEPTH IS INSUFFICIENT TO ALLOW CONNECTION AS SHOWN, CONNECT SERVICE AS DIRECTED BY ENGINEER. 3. ALL SIDE SEWER MATERIALS SHALL BE PVC SEWER PIPE CONFORMING TO THE REQUIREMENTS OF SECTION 7-18.2 OF THE STANDARD SPECIFICATIONS. 4. TERMINATE SIDE SEWER AT RNV LINE UNLESS OTHERWISE DIRECTED BY THE ENGINEER OR OTHERWISE ON PLANS. 5. MINIMUM SLOPES ARE AS FOLLOWS: 4" DIA. PIPE = 0.02 ft/ft 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. 7. BACKFLOW PREVENTER REQUIRED ON ALL CONNECTIONS 8. NO SERVICE CONNECTIONS TO PIPES 12" OR LARGER WITHOUT PRIOR APPROVAL OF THE CITY ENGINEER. MIN SLOPE - SEE NOTE 6 22 1/2° OR 45° BENDS AS REQUIRED PLUG OR CAP AS REQUIRED SECTION A -A OBSTRUCTION 1 \ IN THIS AREA/ MIN SLOPE - SEE NOTE TEE -WYE 2112 CONNECTION AT OBSTRUCTION City Of Yakima Engineering Division 129 North Second Street 'Yakima. Washington City of Yakima - Standard Detail SIDE SEWER CONNECTION S5 NOT TO SCALE Revision 05-2012